Upload
saurabh-srivastava
View
452
Download
4
Embed Size (px)
Citation preview
Prepared By Ace Televoice & Services Pvt. Ltd.
Commissioner Land Records & Settlement
Govt. of Madhya Pradesh, Department of Revenue
Request for Proposal
For
“Development of an Enterprise Web based GIS
Solution for Managing Land Records” in time
bound schedule
Office of the Commissioner, Land Records & Settlement Moti Mahal, Gwalior, Madhya Pradesh – 474 007
Phone: 0751-2441200 Fax: 0751-2441202 e-mail: [email protected]
website: www.landrecords.mp.gov.in
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 2 of 191
Tender Notice
Commissioner, Land Records & Settlement, Govt. of Madhya Pradesh, Gwalior (MP)
invites sealed offers in two bid system for the work “Development of an Enterprise Web
based GIS Solution for Managing Land Records” from interested and eligible bidders in a
PPP BOOT Model.
The above mentioned tender may be purchased from this office for Rs 500/- or
downloaded for free from our website www.landrecords.mp.gov.in till 3:00PM March
18, 2010.
Sealed offers prepared in accordance with the procedures enumerated in the RFP
document should be deposited in the “designated drop box” kept at the chamber of Jt.
Commissioner, Land Records at this office till 3:00PM March 18, 2010.
The Tender reference number, description of work, earnest money deposit and time limit
to complete the work are as given below:
Tender
Reference
Number
Description of work EMD (Rs) Tender
Price (Rs)
Time limit for
completing the
work
CLRMP/2010/01 Development of an
Enterprise Web based
GIS Solution for
Managing Land Records
20,00,000/- 500/- 84 weeks
The date of opening of technical offers is given in the data sheet of the RFP Document.
Joint Commissioner
Office of the Commissioner, Land Records & Settlement
Gwalior, Madhya Pradesh
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 3 of 191
Abbreviations Used
ADS Active Directory Server
BIS Bureau of Indian Standards
BOOT Build, Own, Operate and Transfer
CERT-In Indian Computer Emergency Response Team
CLR Commissioner, Land Records & Settlement, Gwalior, Madhya Pradesh
COTS Commercially Off-The-Shelf
CRS Change Requirement Specification
DMZ De-Militarized Zone
DR Disaster Recovery
EMD Earnest Money Deposit
FPA Function Point Analysis
GIS Geographical Information System
HRD Human Resources Department
IDS Intrusion Detection System
IEEE Institute of Electrical and Electronics Engineers
IPS Intrusion Prevention System
ISO International Organization for Standardization
IT Information Technology
LAN Local Area Network
MPR Multi-Protocol Router
NA Not Applicable
NDA Non Disclosure Agreement
OEM Original Equipment Manufacturer
OGC Open Geospatial Consortium
PERT Project Evaluation and Review Technique
PPP Public-Private Partnership
RFP Request For Proposal
SDD Software Design Document
SRS Software Requirement Specification
SWAN State Wide Area Network
UAT User Acceptance Testing
ULB Urban Local Body
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 4 of 191
Data Sheet
Tender Document No CLRMP/2010/01
Name of the Organization Office of the Commissioner, Land Records &
Settlement, Gwalior, Madhya Pradesh
Non refundable Cost of the
Tender
For tenders purchased from this office, Rs.500/- is
payable through Cash, Demand Draft/Banker’s Pay
Order from a nationalized bank, drawn in favour of
Dy. Commissioner, Land Records & Settlement,
Gwalior, Madhya Pradesh payable at Gwalior.
However, the tender can be downloaded for free from
the department website www.landrecords.mp.gov.in
Earnest Money Deposit Rs.20,00,000/- in the form of Demand Draft or Bank
Guarantee from a nationalized bank in favour of Dy.
Commissioner, Land Records & Settlement, Gwalior,
Madhya Pradesh payable at Gwalior
Date of issue February 10, 2010
Last Date and Time for sale of
tender
March 18, 2010 – 3:00 PM
Last date and time to receive
requests for clarification on the
tender by e-mail in prescribed
format
March 2, 2010 – 5:00 PM
Date and time of Pre-Bid
Conference
March 5, 2010 – 11:00 AM
Venue of Pre-Bid Conference Office of the Commissioner, Land Records &
Settlement, Moti Mahal, Gwalior, Madhya Pradesh –
474 007
Last Date and Time for Receipt of
Bids
March 18, 2010 – 3:00 PM
Date and Time of Opening of
Technical Bids
March 18, 2010 – 3:30 PM
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 5 of 191
Place of Opening of Bids Office of the Commissioner Land Records &
Settlement, Moti Mahal, Gwalior, Madhya Pradesh –
474 007
Technical Presentation by bidders,
if required
To be declared later
Declaration of bidders qualified
for opening commercial bid
To be declared later
Opening of commercial bids To be declared later
Address for all communications Commissioner Land Records & Settlement, Moti Mahal, Gwalior, Madhya Pradesh – 474 007. Phone: 0751-2441200, 0751-2441210, 0751-244240 Fax: 0751-2441202 e-mail: [email protected]
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 6 of 191
Table of Contents
Tender Notice ..................................................................................................... 2 Abbreviations Used ............................................................................................. 3 Data Sheet ........................................................................................................ 4
Section 1: Introduction ...................................................................................... 9 1.1 Preface .................................................................................................. 10 1.2 Organization of the RFP ........................................................................... 10 1.3 Objectives of the project: ......................................................................... 11 1.4 IT scenarios relevant to the project – Past, Present and Planned ................... 13
Section 2: Qualifications of The Bidder ............................................................. 15 2.1 Eligibility and Pre-qualification criteria ....................................................... 16 2.2 Earnest Money Deposit ............................................................................ 16 2.3 Original Equipment Manufacturer’s Authorization Form ................................ 17
Section 3: Instructions to Bidders .................................................................... 18 3.1 Advice to the bidders ............................................................................... 19 3.2 Transferability of the RFP document .......................................................... 19 3.3 Misplacement of the RFP document ........................................................... 19 3.4 Cost of Bidding ....................................................................................... 19 3.5 Two Bid System ...................................................................................... 19 3.6 Packaging the offers ................................................................................ 19 3.7 Authentication of Bid ............................................................................... 20 3.8 Last date and time for receiving sealed offers ............................................. 21 3.9 Pre-bid Meeting (PBM) ............................................................................. 21 3.10 Amendment of RFP Document .................................................................. 21 3.11 Technical Qualification ............................................................................. 22 3.12 Evaluation of Proposals ............................................................................ 22 3.13 Evaluation Framework ............................................................................. 23 3.14 Indicative Quantities ............................................................................... 24 3.15 Site Visit ................................................................................................ 24
Section 4: Terms and Conditions of The Tender ............................................... 26 4.1 Bid Security............................................................................................ 27 4.2 Rejection of Bid ...................................................................................... 27 4.3 Discharge of Bid Security of Successful Bidder ............................................ 27 4.4 Conditional offers by the Vendors .............................................................. 27 4.5 Late Tender offers ................................................................................... 27 4.6 Offer validity .......................................................................................... 28 4.7 Address of Communication ....................................................................... 28 4.8 Modification and Withdrawal of Offers ........................................................ 28 4.9 Hand written documents, Erasures or Alterations ........................................ 28
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 7 of 191
4.10 Commitment and Liability of Partner Companies ......................................... 28 4.11 Bid Currency .......................................................................................... 29 4.12 Intellectual Property Rights ...................................................................... 29 4.13 Indemnity .............................................................................................. 29 4.14 Publicity ................................................................................................. 30 4.15 Guarantees ............................................................................................ 30 4.16 Force Majeure ......................................................................................... 30 4.17 Resolution of Disputes and Arbitration ....................................................... 31 4.18 Right to Accept Any Offer and to Reject Any or All Offers ............................. 31 4.19 Risk Purchase Clause ............................................................................... 32 4.20 Termination for convenience ..................................................................... 32 4.21 Right to call, verify, inspect the documents / information etc. ....................... 32 4.22 Operation and Maintenance Period ............................................................ 32 4.23 Transfer of Solution ................................................................................. 33 4.24 Ownership of resources supplied ............................................................... 33 4.25 Work Completion Requirements ................................................................ 34 4.26 Payment Terms ...................................................................................... 35 4.27 Statistics of the number of transactions ..................................................... 37 4.28 Conditions on Payment Terms .................................................................. 38
Section 5: Scope of work .................................................................................. 40 5.1 Establishment, Running and Maintenance of State Data Centre and Disaster Recovery Site ................................................................................................... 41 5.2 Getting Certification for Security for State Data Centre ................................ 42 5.3 Establishment, Running and Maintenance of IT Centers at 341 user locations . 42 5.4 Development and Implementation of Enterprise Web Based GIS application ... 43 5.5 Training ................................................................................................. 62 5.6 Quality checks, Validation and Porting of existing data and integrating spatial and non-spatial data ......................................................................................... 63 5.7 Operation and Maintenance Period ............................................................ 64
Section 6: Technical Requirements .................................................................. 67 6.1 Platform ................................................................................................. 68 6.2 Technical Requirements for Integrated Biometry Authentication .................... 69 6.3 User Capacity Requirements ..................................................................... 70 6.4 Target Architecture ................................................................................. 71 6.5 Conceptual Design .................................................................................. 72 6.6 System Security Design Requirements ....................................................... 72 6.7 Language Interface ................................................................................. 74 6.8 State Data Centre, Disaster Recovery Site, IT Centres at 341 User Locations.. 74 6.9 Minimum qualifications for the proposed team ............................................ 75 6.10 Team during Operations and Maintenance Period ........................................ 75
Section 7: Service Level Agreements................................................................ 76
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 8 of 191
7.1 General Information on SLA ..................................................................... 77 7.2 SLA for Application Components ............................................................... 77 7.3 SLA for switch over to Disaster Recovery Site ............................................. 78 7.4 SLA for Uptime of the solution .................................................................. 79 7.5 Penalty for delay in project execution ........................................................ 79 7.6 Response Time Performance Criteria ......................................................... 79 7.7 Privacy & Confidentiality .......................................................................... 81 7.8 Recovery mode of Penalties from the bidder ............................................... 81 7.9 Upward cap for penalties.......................................................................... 82
Annexure I: Format for Technical Bid ............................................................... 83 Annexure II: Format for Commercial Bid........................................................ 103 Annexure III: Compliance Matrix For Enterprise Web based Application .. 108 Annexure IV: Compliance Matrix for Infrastructure ....................................... 112 Annexure V: Compliance Matrix For Proposed Team ................................. 177 Annexure VI: Indicative Quantities for IT Infrastructure ............................... 180 Annexure VII: Format for Bank Guarantee ..................................................... 189
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 9 of 191
SECTION 1: INTRODUCTION
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 10 of 191
1.1 Preface
The Commissioner Land Records & Settlement has been entrusted with the responsibility
of creation and maintenance of land records (Cadastral Maps, RoRs & Khasra) on behalf
of Govt. of Madhya Pradesh department of Revenue.
As part of its initiatives for converting the current activities of the departments in to an
e-System, CLR wishes to outsource development of an Enterprise Web based GIS
solution, which will assist the department users in performing their activities pertaining
to land records using the spatial and non-spatial data continuously updated and
maintained by CLR.
CLR wishes to receive proposals from eligible vendors on a PPP BOOT Model.
1.2 Organization of the RFP
This RFP has been divided in to the following sections for easy and effective reference:
Section Topic
Section 1 Introduction
Section 2 Qualifications of The Bidder
Section 3 Instructions to Bidders
Section 4 Terms and Conditions of The Tender
Section 5 Scope of work
Section 6 Technical Requirements
Section 7 Service Level Agreements
Annexure I Format for Technical Bid
Annexure II Format for Commercial Bid
Annexure III Compliance Matrix for Enterprise Web Based Application
Annexure IV Compliance Matrix for Infrastructure
Annexure V Compliance Matrix for Proposed Team
Annexure VI Indicative Quantities for IT Infrastructure
Annexure VII Format for Bank Guarantee
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 11 of 191
1.3 Objectives of the project:
Broad scope of the project is as follows:
1.3.1 Design, Establishment, Installation, Configuration, Commissioning,
Running and Maintenance of State Data Centre at Gwalior and
Disaster Recovery Data Centre at a different Seismic Zone for
Managing Land Records including all servers, all hardware, all
software, all networking, all running expenses like manpower,
electricity, cleaning, establishment and maintenance of all other
infrastructure required for running the Enterprise Web based GIS
application supplied by the bidder to meet the required service
levels. Only space shall be provided by the department.
Maintenance of space also needs to be carried out by the bidder till
the completion of Operations and Maintenance Period.
1.3.2 Study, design, development, testing, implementation,
commissioning, running and maintenance of Enterprise Web based
GIS application with facility for editing the spatial and attribute data
over web browser and having options to perform day to day
mutation, modification, updates, reports, generation and printing of
demand notes, collection receipts and all other activities of the
department related to maintenance and use of land records.
1.3.3 Design, Establishment, Installation, Configuration, Commissioning,
Running and Maintenance of IT Centers at 341 user locations (at
each Tehsil level) including all hardware, all software, all
networking, all running expenses like manpower, electricity,
cleaning and establishment and maintenance of all other
infrastructure required for running the Enterprise Web based GIS
application supplied by the bidder to meet the required service
levels. Only space and desktops shall be provided by the
department. The maintenance of desktops and space also shall be
carried out by the vendor.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 12 of 191
1.3.4 Establishment and maintenance of all connectivity required at all
Tehsil user locations (341 in number).
1.3.5 Implementations of a comprehensive security policy comply with
the CERT-In Security Guidelines and conforming to ISO 27001 as
well as ISO 27002. The bidder shall comply with ISO 27001 and ISO
27002 and get the certification within 6 months after
implementation.
1.3.6 Quality checks, validation and porting of the spatial and non-spatial
data to the developed system and integration of Spatial and Non-
Spatial Data. This includes existing spatial and non-spatial data
supplied by CLR as well as spatial and non-spatial data developed
and supplied by CLR from time to time.
1.3.7 Incorporating the integrated biometric and digital signature
validations comply with the Indian IT Act and CCA Guidelines,
during transactions and while posting the edits to the server with
audit trails and versioning.
1.3.8 Supply of required manpower for all operation at all user locations
(341 in number) during Operations and Maintenance period.
Operation and Maintenance period starts after commissioning of the
solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and
shall extend for a period of 5 years, counted after successful
implementation at all stipulated locations in MP.
1.3.9 Operation and maintenance of all activities pertaining to the service
requirements of the supplied solution. Operation and Maintenance
period starts after commissioning of the solution at Pilot Locations
(Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period
of 5 years, counted after successful implementation at all stipulated
locations in MP.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 13 of 191
1.3.10 Issue of owner wise smart cards for properties owned
1.3.11 Automatically generate daily, weekly, monthly and yearly
reports of all operations pertaining to the operations and
maintenance of the solution in encrypted and password protected
pdf format and saving them to the server and external media.
1.3.12 Post Implementation minor software enhancements /
customization during 5 years of Operation and Maintenance period
as per the requirements and/or request of the department.
1.3.13 Train the department staff in all aspects of management,
operation and maintenance of the supplied solution during
maintenance and operations period of 5 years.
The detailed scope is given in the section “Scope of Work”.
1.4 IT scenarios relevant to the project – Past, Present
and Planned
1.4.1 Digitization of Cadastral Maps
As part of the initiate to develop a GIS for maintenance of land records, CLR has already
released order for digitization of cadastral maps for the entire Madhya Pradesh State.
The above mentioned digitization work is nearing completion and shall be used as base
data for rolling out the GIS application developed as per this tender.
1.4.2 Non-spatial Khasra data
CLR has already computerized the Khasra attribute data (RoRs) for all villages and is
available in MS-SQL format.
1.4.3 Initiatives for Resurvey of Land Records
CLR has also plans to perform Survey/Resurvey using latest technologies like Total
Station, DGPS, High-Resolution Satellite Images and/or Aerial Images to generate land
records with better spatial accuracy. The GIS application developed as per this tender
shall be capable of shifting from old data to new data with minimal efforts. In other
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 14 of 191
words, the application should work with either the existing data or any data prepared in
future.
1.4.4 Network
The state IT department of Madhya Pradesh is building a State Wide Area Network
across government offices in Madhya Pradesh. Most of the user locations coming under
the GIS application developed as per this tender are expected to be connected through
the SWAN, which is under development. However, the GIS application shall be able to
connect to the server through any leased network. The citizen modules shall be able to
work through normal internet connection.
It is to be noted that the bidder shall establish, operate and maintain all connectivity at
bidder’s cost. Once the SWAN connectivity is available, the bidder may make use of the
SWAN connectivity, wherever available. But if the required service levels are not
achievable using the connectivity through SWAN, the bidder should use his own
connectivity means to achieve the required service levels.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 15 of 191
SECTION 2: QUALIFICATIONS OF THE
BIDDER
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 16 of 191
2.1 Eligibility and Pre-qualification criteria
2.1.1 The bidder should be a single company/firm or a joint venture/
consortium. Joint ventures/consortiums with more than 3
companies are not allowed. Any company/firm can submit only one
bid irrespective of participation as a single party or as part of a
consortium / joint venture.
2.1.2 The bidder in case of single company or the prime bidder in case of
joint venture/consortium should have a minimum cumulative
turnover of Rs. 15 Crores in the last 3 financial years in providing IT
solutions and it should have made profits in the last 2 financial
years.
2.1.3 The bidder in case of single company or the prime bidder in case of
joint venture/consortium should have CMM/PCMM/CMMi Level 3 or
above certification.
2.1.4 The bidder in case of single company or the prime bidder in case of
joint venture/consortium should have an office in Gwalior, Madhya
Pradesh or should agree to open an office in Gwalior, Madhya
Pradesh in the event of awarding the project to them and operate it
till completion of this project.
2.2 Earnest Money Deposit
2.2.1 Vendors are required to give an Earnest Money Deposit (EMD) for
Rs 20,00,000/- (Rupees Twenty Lakhs) in the form of Fixed Deposit
Receipt/Demand Draft/Pay Order/Bank Guarantee of a Nationalized
Bank payable at Gwalior drawn in favour of Dy. Commissioner, Land
Records & Settlement, Gwalior, Madhya Pradesh valid for a period
of 180 days from the due date of the tender.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 17 of 191
2.2.2 The EMD shall be refundable to unsuccessful vendors. The
successful bidder’s EMD shall be adjusted in the Bid Security
Deposit the bidder shall be making as per the clause “Bid Security
Deposit”.
2.3 Original Equipment Manufacturer’s Authorization
Form
2.3.1 Bidders other than the sole distributers in India of the GIS platform
proposed by the bidder shall be required to submit a letter of
authority from the Original Software Manufacturer stating that the
bidder is authorized to quote for the same. In case the bidders does
not provide Manufacturer’s Authorization Form, the bid shall be
rejected.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 18 of 191
SECTION 3: INSTRUCTIONS TO BIDDERS
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 19 of 191
3.1 Advice to the bidders
Bidders are advised to go through the entire body of the RFP to understand the
requirement as well as the tender evaluation procedures. It is assumed that the bidder is
preparing the proposed solution after carefully going through every clause of the RPF in
detail. There are formats specified for most of the documentations expected from the
bidder. Attach certificates or other documents to prove the claims, wherever mentioned.
3.2 Transferability of the RFP document
This RFP document is not transferable.
3.3 Misplacement of the RFP document
CLR shall not be responsible for any delay in submission or non delivery of proposal due
to any reasons like postal delay.
3.4 Cost of Bidding
The bidder shall bear all the cost incurred for preparing the proposal including expenses
of travel and lodging that may be required including collecting information from the
department and other communication required with the department regardless of the
outcome of the bidding process.
3.5 Two Bid System
The tender process shall follow the two bid system namely (1) Technical Bid and (2)
Commercial Bid.
3.6 Packaging the offers
The offer should be enclosed in a duly sealed envelope super scribed with RFP reference
number, Work Name, Due date and Vendor Name. The envelope should contain two
separate envelopes for Technical Bid and Commercial Bid. Both Technical Bid and
Commercial bid are to be duly sealed and they should be super scribed with Type of offer
(Technical Offer or Commercial Offer) apart from RFP reference number, Work Name,
Due date and Vendor Name.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 20 of 191
3.6.1 Envelope-I Technical Bid
The technical bid should contain all technical information on the solutions proposed along
with all supporting documents to qualify in the qualification criteria. The technical offer
should be as per the format given in Annexure I: Format for Technical Bid.
The Technical Bid should not contain any commercial offer. If any commercial offer found
in the technical bid, the whole offer shall be rejected outright.
3.6.2 Envelope-II Commercial Bid
The commercial bid should contain the bill of material in the format given in Annexure
II: Format for commercial Bid.
The commercial offers should be complete in all respects and it should not contradict
with the Technical Offer in any manner.
3.6.3 Number of copies of the bid
The Bidder is required to submit one original and two copies of the Technical Bid
enclosed in separate envelopes, clearly marking envelope as "Technical Bid – Original"
and "Technical Bid – Copy 1 or 2", as appropriate. The original and copies shall be
enclosed in the “Envelope-I Technical Bid”.
The bidder is required to submit soft copy of the technical bid in “MS Word/ Excel/ Power
point/Adobe PDF” as applicable. The soft copies are to be in CD/DVD media in 1 copy
and shall be enclosed in Technical Bid Original.
In the event of any discrepancy between the hard copies and/or the softcopies, the
original hard copy shall prevail.
The Bidder is required to submit only one original of Commercial Bid (One each for each
Model)
3.7 Authentication of Bid
The original and all copies of the Bid Document shall be computer laser printouts and
shall be signed by the person duly authorized to bind the Bidder to the Contract. A duly
stamped Power-of-Attorney accompanying the Bid Document shall support the letter of
authorization. The person signing the Bid Document shall initial all pages of the Bid
Document. However, amounts in the commercial bid may be filled by hand.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 21 of 191
3.8 Last date and time for receiving sealed offers
The sealed offers should reach the address mentioned in the data sheet on or before the
date and time mentioned in the data sheet.
3.9 Pre-bid Meeting (PBM)
CLR shall make best efforts to respond to any request for clarification for the Tender
Document to the prospective bidders. Such requests are to be received by CLR by e-mail
with subject “WebGIS RFP: Request for Clarification” on or before the date and time
mentioned in the data sheet. The format for request for clarification is given below.
Vendor
Name
and
Address
Date Tender Reference No CLRMP/2010/01
Sr.No. RFP Section
Reference Number
Subject Clarification Sought
Queries not adhering to the format above or queries not received within the mentioned
deadline shall not be taken up at the Pre-bid Meeting. CLR shall not be responsible for
any delay in receiving the clarification document including but not limited to any delays
like postal delays.
3.10 Amendment of RFP Document
At any time before the deadline for submission of bids, CLR may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
bidder, modify the Tender Document by amending, modifying and/or supplementing the
same. All such amendments shall be binding on them without any further act or deed on
CLR part.
If a bidder has already submitted the bid and the tender document has been amended
subsequently, then the bidder shall be allowed to rebid, but before the last date and time
of submission of bids. In such cases, he should write “Rebid Dated: <Date>” on the bid
envelope and the previous bid will not be considered.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 22 of 191
CLR reserves the right to extend the deadline for the submission of the bids.
Original RFP, all amendments, extension of deadlines and all clarifications shall be posted
on the department website www.landrecords.mp.gov.in under “Tender” option.
3.11 Technical Qualification
3.11.1 Detailed evaluation of the technical offers shall be performed
only after scrutinizing whether each bid is:
3.11.1.1 Complete in all respects as per the format given in Annexure I: Format for
Technical Bid
3.11.1.2 Accompanied by all documents required to prove claims against prequalification
mentioned in section “Qualification of the Bidder”
3.11.1.3 Accompanied by the EMD as mentioned under clause “Earnest Money
Deposit”
Those bids failing to clear the above criteria shall be rejected and will not be scrutinized
further.
Bidders adhering to the completeness of the technical proposal shall be given chance to
give a technical presentation before the Evaluation Committee.
3.12 Evaluation of Proposals
3.12.1 Tender Evaluation Committee
The evaluation of both technical and commercial proposals shall be done by a “Tender
Evaluation Committee”.
The Tender Evaluation Committee may choose to conduct technical negotiation or
discussion with any or all the Bidders. The decision of the Evaluation Committee in the
evaluation of the Technical and Commercial bids shall be final and binding on all the
parties. No correspondence will be entertained outside the process of negotiation/
discussion with the Tender Evaluation Committee.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 23 of 191
Any effort by a bidder to influence the Tender Evaluation Committee’s processing of Bids
or award decisions may result in the rejection of the Bid.
3.12.2 Obtaining minimum marks in Technical Evaluation
Commercial bid will be opened of those bidders, who have obtained a minimum mark of
70% as per the evaluation framework. The evaluation by the Tender Evaluation
Committee in this regard shall be final and binding on the bidder.
3.13 Evaluation Framework
The following framework shall be used as a guideline for the evaluation of bids. The CLR
reserves the right to introduce any other evaluation method or make enhancements in
the existing framework as per the wish and requirement of CLR.
3.13.1 Technical Bid Evaluation Framework
Technical bid evaluation shall be guided by the following framework:
Criteria Maximum
Marks
Quality of Proposed Solution
Bidders Understanding level of scope of work 5
Approach and Methodology 5
Project Management Methodology 5
Technical Presentation 30
Key Resources
Qualification and experience of GIS experts in the company 5
Qualification and experience of GIS experts proposed for the project 10
Specific experience in Cadastral Mapping within the proposed team 5
Bidder’s Competence
Experience in executing GIS projects 10
Experience in executing Web based projects 15
Experience in Cadastral Mapping Projects 5
Certifications 5
Total Marks 100
The bidder must obtain a minimum Technical Score of 70% in order to qualify for the
next stages of the evaluation process. The commercial bids of only those bidders shall be
opened, who has obtained 70% or more in Technical Evaluation.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 24 of 191
3.13.2 Commercial Bid Evaluation
Commercial Bid evaluation shall be guided the following framework:
Commercial Score % 100 * [L1 Proposed Parameter of Bidder's share “n” /
Bidder Proposed Parameter of Bidder's share “n”]
L1 is the minimum value of “n” proposed by any bidder.
3.13.3 Total Bid Evaluation
Total scoring in the bid shall be guided by the following framework:
Total Bid Evaluation Weightage (%)
Technical Score Weightage 30
Commercial Score Weightage 70
Total Bid Evaluation Technical Score * 30% + Commercial
Score * 70%
The bidder with maximum Total Bid Evaluation Score shall be considered for
awarding the project.
3.14 Indicative Quantities
3.14.1 In order to give a basic idea to the bidders about the IT
Infrastructure quantities involved in the scope, a table containing
indicative quantities of the IT Infrastructure has been provided in
“Annexure VI: Indicative Quantities for IT Infrastructure”. Bidders
should note that the list provided may not contain all the items
required to provide the required solution. The figures mentioned are
merely indicative. The actual quantities will have to be worked out
by the bidder himself to arrive at his cost as per his proposed
solution. Bidders also should note that the list does not contain
quantities for development of Non-IT infrastructure, those are also
included in the scope of work.
3.15 Site Visit
3.15.1 It is the responsibility of the bidder to visit the proposed site
for State Data Centre before submitting his offer, to get a clear idea
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 25 of 191
about the work involved in infrastructure development, which may
assist his design. Department will facilitate bidders to get access to
the site upon prior intimation.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 26 of 191
SECTION 4: TERMS AND CONDITIONS
OF THE TENDER
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 27 of 191
4.1 Bid Security
4.1.1 Bid Security Deposit
The successful bidder shall furnish an amount equivalent to Rs20,00,000/- (Rupees
Twenty Lakhs), within 10 days from the date of Statement of work order in the form of
Demand Draft / Banker’s Cheque / Bank Guarantee of a nationalized bank drawn in
favour of “Dy. Commissioner Land Records & Settlement, Madhya Pradesh” and shall be
held until the successful transfer of the solution as described under clause “Transfer of
the Solution” after completion of Operation and Maintenance Period of 5 years.
4.1.2 Currency of Bid Security
The bid security shall be furnished in Indian Rupees.
4.1.3 Requirement of Bid Security
The Bid security is required to protect CLR, Madhya Pradesh against the risk of Bidder’s
conduct and performance of his solution with respect to the required service levels.
4.2 Rejection of Bid
Any bid not secured in accordance with Clause “Bid Security” shall be rejected by CLR,
without any further correspondence, treating as non-responsive.
4.3 Discharge of Bid Security of Successful Bidder
The Bid Security shall be discharged to the vendor within 6 months after completing the
Operation and Maintenance Period of 5 years and upon successful transfer of the solution
as described under clause “Transfer of the Solution”.
4.4 Conditional offers by the Vendors
Any bid containing conditional offers shall be summarily rejected outright
4.5 Late Tender offers
Any proposal received after the last date and time mentioned in the data sheet for
receipt of proposal shall be rejected outright.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 28 of 191
4.6 Offer validity
4.6.1 Offer validity period
All bids remain valid for a period of six months (6 months) after the date of opening of
the commercial bid by CLR. CLR reserves the right to reject a bid valid shorter than 6
months considering as non-responsive without any correspondence.
4.6.2 Extension of validity period
In especial circumstances, CLR may solicit extension of the period of validity from a
bidder. The request and the response thereto shall be made in writing. Extension of
validity period by the bidder shall be unconditional. The EMD provided shall also be
sufficiently extended. However, a bidder may refuse the request without forfeiting the
EMD. A Bidder granting extension of validity will not be permitted to modify its technical
or commercial bid.
4.7 Address of Communication
All communications including submission of proposals shall be as per the address
mentioned in the data sheet as “Address for all communication”.
4.8 Modification and Withdrawal of Offers
Withdrawal or modifications (except rebid) of offers are not permitted after its
submission. If any vendor wishes to withdraw its offer during the validity period
mentioned under section “Offer validity”, The EMD shall be forfeited.
4.9 Hand written documents, Erasures or Alterations
The offers containing erasures or hand-alterations will not be considered in any case. It
is expected that there are no hand written materials present in the offer except
commercial bid figures.
4.10 Commitment and Liability of Partner Companies
4.10.1 In case of bidding as a Consortium/Joint Venture, it is to be
noted that all partner companies shall be jointly and severely liable
to all terms and conditions mentioned in the RFP.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 29 of 191
4.10.2 The Consortium/Joint Venture should have a “Prime Bidder
Company”, who will represent the Consortium/Joint Venture.
4.10.3 The Consortium/Joint Venture should nominate and authorize
a Representative, who shall have the authority to conduct all
businesses for and on behalf of any and all the parties of the
Consortium/Joint Venture during the bidding process and, in the
event the Consortium/Joint Venture is awarded the Contract, during
project execution. The representative shall be from the Prime Bidder
Company.
4.10.4 Among the team members proposed for the project, there
should be a Project Manager, who will be the prime contact person
to the CLR in technical matters during the execution of the project.
4.11 Bid Currency
All prices shall be quoted in Indian Rupees.
4.12 Intellectual Property Rights
All intellectual property rights for the work performed under this tender as far as data is
concerned shall lie with CLR. This clause is applicable to all data in any form or format
designed and developed for CLR under this tender by the bidder. The bidder shall not
use such data for any other purpose during and after the term of contract.
4.13 Indemnity
Vendor shall indemnify, protect and save CLR against all claims, proceeding, liabilities,
losses, costs (including legal costs), damages, expenses and action suits, resulting from
infringement of any patent, trademarks, copyrights, any other statutory infringements
in respect of all the hardware / software supplied by him or expenses whatsoever arising
out of or resulting from any loss or damage to the property or personnel of CLR, relating
to the performance of the Project whether or not such loss or damage is caused or
contributed to by negligence or other default of Bidder or their Authorized User.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 30 of 191
4.14 Publicity
Any publicity by the vendor in which the name of CLR is to be used should be done only
with and after the explicit written permission of the Commissioner Land Records &
Settlement, Gwalior, Madhya Pradesh.
4.15 Guarantees
Bidders should guarantee that the software supplied to CLR and to any other location as
part of the contract mentioned in this tender are licensed and legally obtained. Anything
that is supplied by the bidders, he should guarantee that they are brand new, including
all components and accessories. All hardware and software must be supplied with their
originals along with complete original printed documentation and licenses. All products
supplied should conform to respective ISO/BIS standards.
4.16 Force Majeure
4.16.1 Notwithstanding the provisions of the tender, the bidder shall
not be liable for forfeiture of his performance guarantee, liquidated
damages or termination for default, if and to the extent that, it’s
delay in performance or other failure to perform its obligations
under the contract is the result of an event of Force Majeure.
4.16.2 For purposes of the above Clause, "Force Majeure" means an
event beyond the control of the bidder and not involving the bidder
and not involving the bidder's fault or negligence and not
foreseeable. Such events may include, but are not restricted to,
acts of CLR either in its sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and
freight embargoes.
4.16.3 If a Force Majeure situation arises, the qualified bidder shall
promptly notify CLR in writing of such conditions and the cause
thereof. Unless otherwise directed by CLR in writing, the Bidder
shall continue to perform its obligations under the contract as far as
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 31 of 191
reasonably practical and shall seek all reasonable alternative means
for performance not prevented by the Force Majeure event.
4.17 Resolution of Disputes and Arbitration
4.17.1 Any and all disputes or differences between the Parties arising
out of or in connection with this Contract or its performance shall,
so far as it is possible, be settled amicably through direct informal
negotiation between the Parties.
4.17.2 If after 30 (thirty) days of consultation or before, the
department and the successful bidder have failed to reach an
amicable settlement, on any or all disputes or differences arising
out of or in connection with this Contract or its performance, It shall
be referred to The Commissioner Land Records and Settlement, who
shall be the sole arbitrator.
4.17.3 In case of non acceptance of the CLR’s decision, either party
may request that the dispute to be referred to arbitrator(s) in
accordance with the Arbitration and Conciliation Act, 1996. All
Arbitration proceedings shall be held at Gwalior, Madhya Pradesh
and the language of the arbitration proceedings and that of all
documents and communications between the parties shall be in
English.
4.17.4 In case the issues are not resolved in the arbitration
proceedings then further legal action by the parties shall be referred
and restricted to the jurisdiction of the Court in Gwalior, Madhya
Pradesh.
4.18 Right to Accept Any Offer and to Reject Any or
All Offers
CLR, reserves the right to accept or reject any offer, and to declare the tendering
process invalid, and to reject all tenders at any time prior to award of contract, without
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 32 of 191
thereby incurring any liability to the participated vendor(s) or any obligation to inform
the vendor(s) regarding the decision.
4.19 Risk Purchase Clause
In the event of the successful vendor fails to execute the project as stipulated in the
delivery schedule in the required qualities and/or functionalities, CLR reserves the right
to procure similar services from any alternate sources at the risk, cost and responsibility
of the successful vendor.
4.20 Termination for convenience
CLR reserves the right to terminate the contract in whole or in part if the bidder failed to
execute the project as per the scope of work with the required performance levels at any
stage of the project assessed by the department.
CLR shall also have the right to enter into an agreement with any other third party
vendor for taking the project forward or for maintenance of the project and shall in no
way be answerable to the bidder for such decision.
4.21 Right to call, verify, inspect the documents /
information etc.
In order to check the authenticity of the details provided by the bidder, CLR reserves the
right to call, verify, inspect the documents and information submitted by the vendors.
4.22 Operation and Maintenance Period
Operation and Maintenance Period starts after commissioning of the solution at Pilot
Locations (Gwalior, Jabalpur, Indore and Ujjain). The Operations and Maintenance Period
shall continue for a period of 5 years counted after obtaining Implementation Certificate
from CLR for entire Madhya Pradesh State for all user locations.
During Operation and Maintenance Period, the bidder shall execute the following but not
limited to:
4.22.1 Bug fixing, error corrections or any other changes required in
the solution provided by the bidder to fulfill the scope of work or to
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 33 of 191
maintain the required service levels mentioned under section
“Service Level Agreements”.
4.22.2 Updates to the existing GIS Web services and add new
services as and when required.
4.22.3 GIS data maintenance including periodic data validation
checks on the GIS data for topology and other data quality
requirements, data upload / data porting, whenever there is a new
data set available, Layering management,
Adding/deleting/amending layers or field structures or any other
modification to GIS database schema.
4.22.4 Any minor modifications/ enhancements required and/or
requested by CLR in the Enterprise Web Based GIS solution.
4.22.5 Interact with officials of the department and provide periodic
reports to higher management.
4.23 Transfer of Solution
After the completion of Operation and Maintenance Period, the department may opt to
take up the Operations and Maintenance with its own staff or may call open tenders to
choose a vendor to take up the Operations and Maintenance for another period chosen
by CLR. The bidder shall have the responsibility to unconditionally transfer the entire
solution including all hardware, all software, all infrastructures supplied by the bidder in
good and running condition at bidders cost. The software components developed for CLR
as part of this RFP should be accompanied by duly commented source code and
documentation.
4.24 Ownership of resources supplied
At any time during or after this project, all resources supplied as part of this project
except human resources shall belong to the department. This includes all hardware
supplied, all software supplied (custom and COTS), all infrastructure developed/supplied
including all networking.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 34 of 191
4.25 Work Completion Requirements
The milestones of the project shall be in terms of completion of measurable stages as
given below. Milestone duration is taken from the date of work order. Any delay in
achieving the milestones shall attract penalties as per the clause “Penalty for delay in
project execution”
Sr.No. Milestone Item Expected
Completion
from the date
of award of
contract
1. Submission of Project Plan including PERT Chart 4 Weeks
2. Submission of SRS to the CLR 20 Weeks
3. Discussions on SRS and finalization of SRS after
incorporating points discussed and recommended
30 weeks
4. Submission of SDD and acceptance of SDD by CLR 40 weeks
5. Development and Conference Room Pilot Demonstration 52 weeks
6. Supply, Installation, Full function test run and CLR’s
Acceptance of the solution at Pilot Districts (Gwalior,
Jabalpur, Indore and Ujjain) along with State Data Centre
and Disaster Recovery Site
65 weeks
7. Security Audit by Govt. of India approved security auditor
chosen by CLR
-
8. After clearance from the security audit, Commissioning of
the solution at Pilot Districts (Gwalior, Jabalpur, Indore and
Ujjain) and State Data Centre and Disaster Recovery Site
72 weeks
9. Supply, Installation and CLR’s Acceptance at all locations
after successful live run at Pilot Locations and acceptance of
System documentation, user manuals, training and source
code
80 weeks
10. Obtaining project implementation certificate 84 weeks
11. Operation and Maintenance Period 5 years after
commissioning of
the solution at
Pilot Locations
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 35 of 191
4.26 Payment Terms
The payment to the successful bidder shall be based on the utilization of the solution
supplied by him for the department. The following are the revenue generation models for
the department and the payments entitled for the bidder.
In the following table, “n” is value of bid, which the bidder has quoted in the
commercial bid in the format given under “Annexure II: Format for Commercial
Bid”.
The payments to the bidder shall be as per his winning bid of “n”. For example,
if a bidder bids Rs2/- as “n” and if he wins the contract, He receives payments
as follows:
• Rs 2.00/- per transaction mentioned in the table below, where payment
to the bidder is mentioned as “1.0 x n”
• Rs 2.40/- per transaction mentioned in the table below, where payment
to the bidder is mentioned as “1.2 x n”
• Rs 3.00/- per transaction mentioned in the table below, where payment
to the bidder is mentioned as “1.5 x n”
Sr.
No
Descriptio
n of
Source of
Revenue
Function/Transaction Payment to the
bidder per
transaction
(bidder has to
bid the value
of “n”)
1. Land
Revenue on
Agricultural
Land
Generation of Demand Note for Land Revenue
including cess as applicable
0.5 x n
Collection of payment made by the Owner,
Generation and Supply of Payment Receipt
0.5 x n
2. Revenue on
Diversion of
Land
Generation of Demand Note for Premium for
Diversion including Penalty, if any
0.5 x n
Collection of premium payment made by the
Owner, Generation and Supply of Payment
0.75 x n
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 36 of 191
Sr.
No
Descriptio
n of
Source of
Revenue
Function/Transaction Payment to the
bidder per
transaction
(bidder has to
bid the value
of “n”)
Receipt
Generation of Demand Note for Annual Rent on
Diverted Land including cess as applicable
0.5 x n
Collection of Annual Rent payment made by the
Owner, Generation and Supply of Payment
Receipt
0.75 x n
3. Revenue on
Nazul Land
Generation of Demand Note for Premium for
Nazul land including Penalty, if any
0.5 x n
Collection of Premium payment made by the
Owner, Generation and Supply of Payment
Receipt
0.75 x n
Generation of Demand Note for Annual Rent for
Nazul land including cess as applicable
0.5 x n
Collection of Annual Rent payment made by the
Owner, Generation and Supply of Payment
Receipt
0.75 x n
4. Payment
through
internet
Any payment received through internet using
bidders solution
0.25 x n
5. Copy of
Land
Records
(Khasra/B1
/Map) (Per
A4 Size
Print)
Receiving application for copy of Land Records,
Collection of Payment made by applicant,
Generation and Supply of Payment Receipt to the
applicant, Generation and Supply of copy of Land
Records to the applicant.
1.0 x n
6. Copy of
Land
Records
(Khasra/B1
/Map) (Per
Receiving Application for copy of Land Records,
Collection of Payment made by applicant,
Generation and Supply of Payment Receipt to the
applicant, Generation and Supply of copy of Land
Records to the applicant. (A3 Size shall be used
1.5 x n
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 37 of 191
Sr.
No
Descriptio
n of
Source of
Revenue
Function/Transaction Payment to the
bidder per
transaction
(bidder has to
bid the value
of “n”)
A3 Size
Print)
only if the document is not fitting into A4 Size)
7. Copy of
Land
Records
(Khasra/B1
/Map)
through
internet
Generating copy of land records
(Khasra/B1/Map) through internet
0.5 x n
8. Issue of
Owner-wise
Smartcard
Receiving application for issue of owner-wise
smart card with required proofs, Receive
payment for smart card issue fee from the
applicant, Issue of the smart card
Fixed payment
of Rs 75/-
4.27 Statistics of the number of transactions
In order to provide an indicative idea to the bidders about the number of transactions for
each category of revenue collection, a statistics of the present and likely number of
transactions per year is provided below:
Sr.
No
Function/Transaction Number of Transactions Per
Year
Present
Scenario
Likely
Scenario
1. Demand Note generated for Agriculture Land
Revenue
25,00,000 30,00,000
2. Collection of Agriculture Land Revenue 20,00,000 25,00,000
3. Demand Note generated for Premium for
Diversion including arrears and penalty
10,000 50,000
4. Collection of Premium for Diversion including 10,000 50,000
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 38 of 191
Sr.
No
Function/Transaction Number of Transactions Per
Year
Present
Scenario
Likely
Scenario
penalty
5. Demand Note generated for Annual Rent on
Diverted Land
1,50,000 5,00,000
6. Collection of Annual Rent on Diverted Land 1,50,000 5,00,000
7. Demand Note generated for Premium for Nazul
land including Penalty
500 1,000
8. Collection of Premium for Nazul land including
Penalty
500 1,000
9. Demand Note generated for Annual Rent for
Nazul land
50,000 1,00,000
10. Collection of Annual Rent for Annual Rent for
Nazul land
50,000 1,00,000
11. Copy of Khasra/Map to the applicant. 25,00,000 50,00,000
12. Copy of B-1 record to the applicant. 25,00,000 50,00,000
The figures given above are indicative.
Bidders can also consider the following statistics for analyzing the revenue model
Sr.
No
Item Approximate Value
1. Total number of parcels including all categories
(Agriculture, Nazul and Diverted)
3,70,00,000
4.28 Conditions on Payment Terms
4.28.1 Payment to the bidder shall be monthly based on total
successful completed transactions during a calendar month on
producing certified list of transactions. The department shall put all
efforts to release the payments by 15th of the following month. The
payment shall be released after deducting all the penalties, if any as
per the conditions mentioned in the service level agreements.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 39 of 191
4.28.2 The payment to the bidder shall start after obtaining
successful project implementation certificate by CLR for 4 districts
(Gwalior, Jabalpur, Indore and Ujjain). As soon as the solution is
successfully implemented for other districts, payments for those
districts will commence.
4.28.3 The Operations and Maintenance Period shall continue for a
period of 5 years counted after obtaining Project Implementation
Certificate from CLR for entire Madhya Pradesh State for all user
locations.
4.28.4 By change of law, the revenue heads may also change. CLR
reserves the right to amend the list as per necessity. The changes
shall be intimated to the bidder from time to time.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 40 of 191
SECTION 5: SCOPE OF WORK
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 41 of 191
5.1 Establishment, Running and Maintenance of State
Data Centre and Disaster Recovery Site
Vendors have to establish a State Data Centre required for running the Enterprise Web
based GIS application supplied by the bidder. The scope includes:
5.1.1 Design, Establishment, Installation, Testing, Configuration,
Commissioning, Running and Maintenance of State Data Centre at
Gwalior.
5.1.2 Design, Establishment, Installation, Testing, Configuration,
Commissioning, Running and Maintenance of Disaster Recovery
Data Centre at a different Seismic Zone.
5.1.3 The State Data Centre and Disaster Recovery Site shall be
connected through leased line (1:1 ratio) of required bandwidth
(minimum 4 Mbps) configured for VPN and synchronous data
mirroring between State Data Centre and Disaster Recovery Site to
provide required functionality and service levels. Any updates to the
data should be considered as completed only after successful
updating of the same to servers at State Data Centre as well as
servers at Disaster Recovery Site
5.1.4 State Data Centre should have SAN based Data Mirroring with the
Disaster Recovery Site.
5.1.5 Supply, Installation, Testing, Configuration, Commissioning and
Maintenance of all servers, all hardware, all software, all
networking, all running expenses like man power, electricity,
cleaning, establishment and maintenance of all other infrastructure
required for running the Enterprise Web Based GIS application
supplied by the bidder to meet the required service levels.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 42 of 191
5.1.6 The infrastructure provided should comply to the technical
requirements mentioned under Section 6: Technical
Requirements
5.2 Getting Certification for Security for State Data
Centre
5.2.1 The vendor shall implement a comprehensive security policy comply
with the CERT-In Security Guidelines, the requirements of
department and conforming to ISO 27001 as well as ISO 27002.
5.2.2 Implementations of a comprehensive security policy comply with
the CERT-In Security Guidelines and conforming to ISO 27001 as
well as ISO 27002. The bidder shall comply with ISO 27001 and ISO
27002 and get the certification within 6 months after
implementation
5.2.3 The bidder shall comply with ISO 27001 for Security Management
and ISO 27002 for Security Control and get the certification within 6
months after implementation. The certification should be renewed
and valid during and till the end of Operations and Maintenance
Period.
5.3 Establishment, Running and Maintenance of IT
Centers at 341 user locations
Vendors have to establish IT Centers at all department user locations (341 in number at
each Tehsil Level) to run the Enterprise Web Based GIS application supplied by the
bidder. The scope includes:
5.3.1 Design, Establishment, Installation, Configuration, Commissioning,
Running and Maintenance of IT Centers at 341 user locations (at
each Tehsil level) including all hardware, all software, all
networking, all running expenses like manpower, electricity,
cleaning and establishment and maintenance of all other
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 43 of 191
infrastructure required for running the Enterprise Web based GIS
application supplied by the bidder to meet the required service
levels. Only space and desktops shall be provided by the
department. The maintenance of desktops and space also shall be
carried out by the vendor.
The following table describes the number of IT Centres expected:
Sr.No. IT Centre Category Total No of IT Centres at each category
1. CLR Head office 1
2. Tehsil Offices 341
5.3.2 Supply, Installation, Testing, Configuration, Commissioning and
Maintenance of all hardware and all software required for integrated
biometric validations, while posting the edits to the server.
5.3.3 Establishment and maintenance of all connectivity required at all
department user locations for the required service levels.
5.3.4 The infrastructure provided should comply to the technical
requirements mentioned under Section 6: Technical
Requirements
5.4 Development and Implementation of Enterprise
Web Based GIS application
In order to assist the day to day activities of the stakeholders of the land records, a
browser based GIS application need to be developed. The application should satisfy the
Technical Requirements mentioned under section “Technical Requirements”. The
scope includes system study, requirement analysis, design, development, testing,
implementation, commissioning, running and maintenance of Enterprise Web based GIS
application with facility for editing the spatial and attribute data over web browser and
having options to perform day to day mutation, modification, updates, reports,
generation and printing of demand notes, collection receipts and all other activities of
the department related to maintenance and use of land records
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 44 of 191
The required Functional Requirements of the Web Based Enterprise Web Based
Application are detailed under the following heads. The vendors should note that the
overall functional requirements and/or functionality availability for different types of
users may change as per the wish of CLR and should be addressed at the SRS and/or
SDD level.
It is to be noted that any cost incurred in providing and maintaining the online
transaction functionality like payments to the payment gateway provider is to be borne
by the bidder.
5.4.1 Functional Requirements common to all users
5.4.1.1 The application module should have the user authentication screen before
opening the GIS user interface. The detailed user management requirements
are listed under the section User Management. None of the web pages or
module interfaces should be available to any user without authentication of user
name and password allotted to him by administrative users. However, the public
user should be able to use the functionalities available to the public user by
registering themselves on the website by specifying an unused user name and a
password of his choice as per the guidelines mentioned on the website in line
with best practices in the industry.
5.4.1.2 The GIS user interface should be user friendly.
5.4.1.3 The user should be able to select and load the map at Tehsil level using the drill
down option using combo boxed in the following sequence
District à Tehsil
The Tehsil should be populated as per the selection of the district. After selecting Tehsil,
it should take the user to the GIS interface opened with the selected Tehsil on the map
display area.
After loading the data for a Tehsil, There should be option to drill down up to the Khasra
level using combo boxes in the following sequence
R.I Circle à Patwari Halka à Village à Khasra No
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 45 of 191
There should be option to directly select the village name also, without selecting the RI
Circle or Patwari Halka. If there are more than one village with the same name, the
options should be automatically highlighted with details of village with corresponding RI
Circles and Patwari Halkas so that the user can select from the available options.
5.4.1.4 The interface should have easy to use Map Navigation Options like:
5.4.1.4.1 Zoom to Full Extent
5.4.1.4.2 Single click fixed Zoom-in and Zoom-out options
5.4.1.4.3 Zoom to previous extent
5.4.1.4.4 Zoom to selected features
5.4.1.4.5 Zoom to specified scale
5.4.1.4.6 PAN using click and drag options and/or using sliders at bottom and right side
5.4.1.5 Option to view the feature layer list currently displayed in a stacked form.
5.4.1.6 Option to switch the display of a feature layer ON or OFF independently.
5.4.1.7 Attribute query options to find records satisfying conditions based on specific
field or combination of fields using logical and mathematical operators.
5.4.1.8 General GIS spatial queries.
5.4.1.9 Measure distance and Area using specified mouse clicks.
5.4.1.10 Click and select features. Select using rectangle, circle, polygon etc.
5.4.1.11 Online help on usage of the system.
5.4.1.12 Facility to generate and print copies of Land Record
5.4.1.12.1 Any public user can print copies of Khasra with/without Map and/or B1
only after registering himself once and making online payment in favour of CLR
using online net-banking/debit card/cash card.
5.4.1.12.2 Designated person at department IT Centres should be able to receive
application for issue of Land Records Copy. He shall receive the payment from
the applicant by cash/demand draft/debit card/cash card. He should be able to
drill down to a Khasra and take print copies of Khasra with/without Map and/or
B1. After entering the payment details, the print option shall be activated. He
will take the printout and handover the same to the applicant.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 46 of 191
5.4.1.12.3 For every copy of the Land Records generated, there should be statewide
unique number automatically generated called “CLR” Number. An encrypted
pdf file with “CLR” Number as filename should be automatically generated and
saved to the server. At any point of time, if anybody feeds the “CLR” Number
in the user interface at the home page of CLR website, he should be able to
see the already printed land records copy as well as the current status of the
same Khasra No. If the Khasra Number gets subdivided, then he should be
able to see all the parts and vice versa.
5.4.1.12.4 The layout of the Land Records Copy shall be pleasing, well organized and
approved by CLR. It should have details like “CLR” Number, Date of
generation, selected attribute details of Khasra (if taking copy of Khasra with
Map), selected attribute details of B1 (if taking copy of B1). Additional details
while taking map copy should include scale of the map, north arrow sign,
details of district, RI Circle, Patwari Halka, Village and Khasra No. Map should
cover the Khasra in question fully and all adjacent Khasras partially. The edges
of the boundaries of the Khasra in question shall be dimensioned in meters.
Khasra in question shall be labeled in centre with Khasra number and area.
5.4.1.12.5 The paper size should be selected automatically to A4 or A3 as per the size
of the parcel. The scales to be used shall be 1:500, 1:1000, 1:2000 and
1:4000. The applicant shall choose the paper size (A4 or A3) if the parcel can
be printed in both A4 and A3 on any of the scales mentioned.
5.4.1.13 Formation of New Administrative Boundaries
5.4.1.13.1 The application should have facility to take care the changes resulting from
formation of new administrative boundaries (like formation/change of Districts
/ Tehsils / RI Circle /Patwari Halka etc.). It also should have back track facility.
5.4.1.14 Payment Gateway
5.4.1.14.1 The vendors are required to make facility for Payment Gateway so that
payments using online net-banking/debit card/cash card are incorporated in
the solution
5.4.2 Additional Functional Requirements for Public User
5.4.2.1 Select the Khasra using the drill down combo boxes or after directly selecting
the village
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 47 of 191
5.4.2.2 See demand note under all heads
5.4.2.3 Pay rent online using internet and online banking/debit cards/cash cards (No
credit card payment should be allowed)
5.4.2.4 Receive the digitally signed payment receipt in real-time.
5.4.2.5 See rent paid status.
5.4.2.6 Payment details shall be passed to the accounts department.
5.4.3 Additional Functional Requirements for payments receiving
counters
5.4.3.1 Select the Khasra using the drill down combo boxes from higher levels or after
directly selecting the village.
5.4.3.2 See demand note for land revenue or payment paid status.
5.4.3.3 Receive payment from public by cash/demand draft/debit card/cash card and
update the payment details in the database.
5.4.3.4 Payment details shall be passed to the Accounts departments.
5.4.4 Issue of owner-wise smart card to owners
5.4.4.1 Receive application for issue of smart card for properties owned by a citizen.
The application shall be accompanied by identification proof and proof of
ownership. The smart card should include the details currently being provided in
“Bhu Adhikar Evam Rin Pustika”
5.4.4.2 The application shall be scrutinized with the records in the system for
conformance.
5.4.4.3 Receive payment in favour of CLR for issue of smart card.
5.4.4.4 Issue the smart card to the applicant.
5.4.5 Additional Functional Requirements for Editing User
5.4.5.1 All edits are to be done by the human resources supplied by the bidder but the
edits should be authenticated by biometry and digital signature of the
authorized department officials, while posting the edits to the central server.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 48 of 191
5.4.5.2 Tools for editing attribute data with user permission authentication with audit
trails, undo options and versioning. Once the edits are authenticated and
saved to the server, the undo options shall not be available to the users
of any level including super user.
5.4.5.3 Tools for editing map data with user permissions authentication with audit trails,
undo options and versioning. Easy to use editing tools should be available for
example: split/divide the parcels based on selected criteria like equal area or
using lines drawn (with snapping to intersections or edges) based on distances
from selected point or edge, based on absolute coordinates etc. Similar options
for joining parcels also should be available. Option to create temporary lines as
reference lines while editing, make parallel lines at a specified distance to an
edge, drawing lines perpendicular to an edge etc.
5.4.5.4 Options to update and manage Mutation details like:
5.4.5.4.1 Division/Partition.
5.4.5.4.2 Sale/Purchase/Government Patta.
5.4.5.4.3 Legal possession due to Will or Succession.
5.4.5.4.4 Donation.
5.4.5.4.5 Land acquisition by the Government
5.4.5.5 Options to update the following records whenever there is a requirement:
5.4.5.5.1 Khasra (Field Book).
5.4.5.5.2 Maps.
5.4.5.5.3 B1 Register (Holder wise Revenue collection register).
5.4.5.6 Complete process management of mutation
The process flow diagram is given below for mutation process
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 49 of 191
5.4.5.7 Module to Manage Demand and Collection for Agricultural Land Revenue
5.4.5.7.1 Option to compute the land revenue as well as generate and print the demand
note. Demand note should also consider the arrears and penalties if any.
5.4.5.7.2 Option to generate and print collection/payment receipt from owners and
update the records automatically for collection and pass the information to
accounts
5.4.5.7.3 Update the registers in CLRs format automatically
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 50 of 191
5.4.5.7.4 In order to get a better picture about the process, the bidders are requested to
refer to the following process flow diagram
5.4.5.8 Module to Manage Demand and Collection for Diversion of Land
5.4.5.8.1 Option to compute the Premium and Annual Rent for diversion, generate and
print the demand note. Demand note shall also consider the arrears and
penalties, if any.
5.4.5.8.2 Option to generate and print collection/payment receipt for premium as well as
annual rent from owners and update the records automatically for collection
and pass the information to accounts
5.4.5.8.3 Update the registers in CLRs format automatically
5.4.5.8.4 Module to receive applications and processing of diversion of land. The process
flow diagram of the same is given below.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 51 of 191
5.4.5.9 Module to manage appeal to higher courts and its processing.
5.4.5.9.1 The process flow diagram of the appealing hierarchy of different courts is given
below:
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 52 of 191
5.4.5.10 Module to Manage Demand and Collection for Nazul Land
5.4.5.10.1 Option to compute the Premium and Annual Rent for Nazul Land, generate
and print the demand note. Demand note shall also consider the arrears and
penalties, if any.
5.4.5.10.2 Option to generate and print collection/payment receipt for premium as
well as annual rent from owners and update the records automatically for
collection and pass the information to accounts
5.4.5.10.3 Options to complete management of process of Lease of Government
Land. The process diagram is given below:
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 53 of 191
5.4.5.10.4 Option to manage the renewal of Lease of Government Land
5.4.5.10.5 Option to manage sending the notices and the destruction of illegal
construction/possession and/or encroachment
5.4.5.11 Module to Manage Demand and Collection for Mining Land
5.4.5.11.1 Option to compute the Premium and Annual Rent for Mining Land,
generate and print the demand note. Demand note shall also consider the
arrears and penalties, if any.
5.4.5.11.2 Option to generate and print collection/payment receipt for premium as
well as annual rent from owners and update the records automatically for
collection and pass the information to accounts
5.4.5.11.3 Update the registers in CLRs format automatically
5.4.5.12 The successful vendor has to study the process involved in updating these
records in details during the system study and requirements analysis phase and
is to be detailed in SRS prepared by him during the execution of the project.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 54 of 191
5.4.5.13 If required, formats for Field Book, B1 Register, Diversion Registers and Nazul
Registers etc. can be made available from CLR to vendors upon written request
till last date of submission of bids as mentioned in the data sheet.
5.4.5.14 The solution should have full function versioning to load to a previous version
and option to roll back to a previous version if required.
5.4.5.15 Options to overlay registered images including satellite images/aerial photos
5.4.5.16 Biometry (finger print) authentication while saving edits to the spatial or
attribute database to the server. Scope includes supply and maintenance of all
equipments, hardware and software required for biometric authentication.
5.4.5.17 Automatic quality checks and data validation options:
o Check for Sliver Polygon
o Check for Overlapping features
o Check for “No man’s land”/ “Holes”
o Check for Uniqueness of Khasra Number within a village
o Check for Positional Accuracy of digitization
o Check for Adequacy of nodes / Absence of clustered nodes
o Check for Layering
o Check for Feature Type
o Check for Missing / Incomplete Attributes
o Check for absence of garbage data
o Check for Undershoot, Overshoot/Dangles
o Check for Unclosed Polygons
o Check for Continuity and Contiguity
o Check for Nodes at intersection
o Check for Correct Spatial Reference
o Check for Snapping within Layer
o Check for Snapping between Layers
o Check for gaps in dates
5.4.6 Additional Functional Requirements for Administrative Users
5.4.6.1 Generate data editing statistics. Who has done what, where and when?
Generate editing statistics between specified date ranges.
5.4.6.2 Data loading options as and when new data is available with CLR
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 55 of 191
5.4.6.3 Automatic linking of attribute data to map data. This is a requirement at the
database level. There shall be separate pure non-spatial tables in the database,
which shall be linked to map data through single or multiple linking fields
(Primary key and foreign key). This facility is provided to overcome the fact that
all non-spatial table records may not have corresponding surveyed map data. As
and when the map data is available, the non-spatial records should
automatically link to the corresponding map data.
5.4.6.4 Data security management against unauthorized access. The authorization
levels should be controllable with machine hardware Id and IP.
5.4.6.5 User Management including setting up of access levels for data as well as
functionalities
5.4.6.6 Any changes to the data including uploading of new data or changes to
the existing data or administrative settings including security and user
management shall be done using authentication of authorized
department user using biometric authentication and digital signature.
5.4.7 Additional Requirements for special external users
5.4.7.1 Users from the following external departments shall be provided with special
accessibility with the corresponding functionalities as listed below:
Sr.No. System Name Integration Requirement
1. Financial
Institutions
• Financial Institutions should have special login
registered with CLR. They should be able to view the
Land Record Copy issued by specifying the “CLR”
Number.
• They should also be able to see the current state of the
Khasra by selecting the Khasra using drill down options
or directly taken from the “CLR” Number of an already
issued Land Record Copy.
• They should be in a position to feed finance
details/comments in finance remarks data column
associated with the Khasra.
2. Town Planning
Departments
• Town Planning Departments should have special login
registered with CLR.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 56 of 191
Sr.No. System Name Integration Requirement
• Notes and comments as well as map from CLR shall be
available to town planning departments.
• Separate options shall be available to Town Planning
Departments for inserting Notes and Comments (like
land-use change) upon log-in. Maps should be
automatically available.
3. Registration
Department
• Registration Departments should have special login
registered with CLR. They should be able to view the
Land Records by specifying Khasra No selected using
drill down options.
• They should be in a position to feed Registration
details/comments in registration remarks data column
associated with the Khasra.
• Mutation trigger shall be automatically generated and
intimation has to be sent to concerned Tehsildar.
4. Courts • Courts should have special login registered with CLR.
They should be able to view the Land Records by
specifying Khasra No selected using drill down options.
• They should be in a position to feed Court
details/comments (like guarantee declarations,
Sureties etc.) in Courts remarks data column
associated with the Khasra.
5.4.8 System Documents, User Documents and Source Code
The vendor is expected to provide detailed system documents, user documents and
properly commented source code for components designed and developed for CLR by the
bidder as part of this RFP along with the delivery of solution components. All hardware
components and readymade software shall be supplied with its original documentation
from the original manufacturer. All custom made components including software
modules shall be accompanied by detailed system documentation and user manuals.
5.4.9 Project Flow, Development Stages and Implementation of
the Enterprise Web Based Application
The project shall undergo the following project flow for the development of the
Enterprise Web Based Application. At each stage, CLR or the agency authorized by CLR
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 57 of 191
shall monitor the development. The vendor is expected to provide reports and/or
clarifications on a regular basis as requested.
5.4.9.1 Award of Contract
At this stage, the vendor selected by CLR shall be issued a letter of award of contract in
the form of a work order. The vendor should start the work immediately after the work
order is issued by CLR.
5.4.9.2 Submission of Detailed Project Plan
5.4.9.2.1 Vendor should submit the detailed project plan including Start and end of each
stage/milestone with elaborated sub tasks. Project plan should include PERT
chart including resource allocation.
5.4.9.2.2 Each milestone shall be as per the work completion requirements mentioned
under section “Work Completion and Payment Terms”.
5.4.9.2.3 The detailed project plan shall undergo an approval process by a technical
committee duly constituted.
5.4.9.2.4 The vendor shall proceed to the next stage only after approval of the detailed
project plan.
5.4.9.3 Requirement Analysis, Preparation and Submission of Software
Requirement Specification.
5.4.9.3.1 Vendor should perform a detailed requirement analysis with department
stakeholders and/or with consultants authorized by CLR.
5.4.9.4 The database schema needs to be discussed with the department in detail to
ensure smooth incorporation of existing digitized data as well as new data being
developed through survey.
5.4.9.5 In line with the tender as well as the findings of the requirements analysis,
vendor is expected to prepare the Software Requirements Specification and
submit for approval of CLR.
5.4.9.6 The SRS shall undergo multiple discussions with the technical committee duly
constituted and modifications shall be made to incorporate the
outcome/recommendations of the discussions to finalize the SRS.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 58 of 191
5.4.9.7 The timelines for submission and finalization of SRS after discussions with the
department shall be as per the approved Detailed Project Plan.
5.4.9.8 The SRS should conform to the IEEE 830 standards.
5.4.9.9 The vendor shall proceed to the next stage only after approval of the SRS.
5.4.9.10 Preparation and Submission of Software Design Document.
5.4.9.10.1 Vendor should prepare the detailed Software Design Document and submit
it for approval of CLR.
5.4.9.10.2 The timelines for submission of SDD shall be as per the approved Detailed
Project Plan.
5.4.9.10.3 The SDD shall undergo an approval process by a technical committee duly
constituted.
5.4.9.10.4 The SDD should conform to the IEEE 1016 standards.
5.4.9.10.5 The vendor shall proceed to the next stage only after approval of the SDD.
5.4.9.11 Development and Conference Room Pilot Demonstration
5.4.9.11.1 In line with the Design document, coding should take place. The codes
should undergo stringent unit testing, module testing and integrated system
testing process.
5.4.9.11.2 The test reports shall be submitted to CLR for verification.
5.4.9.11.3 The vendor should conduct a conference room pilot demonstration of the
developed solution before a technical committee duly constituted. After
clearance in the user acceptance testing of the conference room pilot run, the
solution shall be recommended for implementation at pilot locations.
5.4.9.11.4 The timelines for testing, submission of test reports and conference room
pilot run shall be as per the approved detailed project plan.
5.4.9.11.5 The vendor shall proceed to the next stage only after clearance of the
solution in Conference Room Pilot User Acceptance Test.
5.4.9.12 Full function Test Run at Pilot Locations
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 59 of 191
5.4.9.12.1 Pilot rollout is a fully functional test run of the application but restricted to
pilot locations (Gwalior, Jabalpur, Indore and Ujjain).
5.4.9.12.2 In line with the timelines approved in the Detailed Project Plan, the vendor
is expected to submit the Pilot Test Run Plan in discussion with the CLR.
5.4.9.12.3 Pilot test run shall be approved by the department after finding
satisfactory performance in a full function User Acceptance Testing by a
technical committee duly constituted.
5.4.9.12.4 Any discrepancies or non-conformance noted during the Pilot Rollout shall
be recorded and are to be rectified by the vendor without affecting the overall
time schedule of the project. The UAT shall be repeated till the required
functionalities at expected qualities and performance are met.
5.4.9.12.5 Full function test run at pilot locations shall include full data porting of data
relevant to the pilot locations.
5.4.9.12.6 The vendor shall proceed to the next stage only after clearance of the
solution in the UAT.
5.4.9.13 Security Audit by Govt. of India approved Security Auditor Chosen
by CLR
5.4.9.13.1 The solution shall be audited for security by a Government of India
approved Security Auditor chosen by CLR at bidder’s cost.
5.4.9.13.2 The vendor shall proceed to the next stage only after clearance in the
above mentioned security audit.
5.4.9.14 Commissioning of the solution at Pilot Locations
5.4.9.14.1 After successful clearance in the security audit by the Security Auditor
chosen by CLR, the solution shall be recommended for commissioning.
5.4.9.15 Training to Stakeholders
5.4.9.15.1 After successful pilot implementation, the vendor should conduct training
to the stakeholders of the system as per the training requirements described
under section “Training” At the end of each session, training feedback are to
be taken from the attendees in the format supplied by CLR.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 60 of 191
5.4.9.15.2 During the training, the feedback forms shall be reviewed by CLR
periodically. Sessions will have to be repeated if the sessions are found not to
be satisfactory. This exercise should not affect the overall performance of the
project.
5.4.9.15.3 After successful completion of trainings, CLR shall issue order for full live
implementation.
5.4.9.15.4 The vendor shall not proceed for full implementation till getting the order
for doing so from CLR.
5.4.9.16 Full Rollout – Live Implementation at all locations
5.4.9.16.1 After getting the order for full rollout, the vendor shall immediately
implement the application in all locations in Madhya Pradesh.
5.4.9.16.2 At each location, the implementation team should demonstrate the
working of the application to the stakeholders and get implementation
certificate recommendation note from each location by the authorized person
nominated by CLR.
5.4.9.17 Operation and Maintenance Period
5.4.9.17.1 After commissioning of the solution at Pilot Locations, Operation and
Maintenance Period starts as per the section “Operation and Maintenance” shall
start. The Operations and Maintenance Period shall continue for a period of 5
years counted after obtaining Project Implementation Certificate from CLR for
entire Madhya Pradesh for all user locations (341 in number).
5.4.9.18 Project Completion
5.4.9.19 After completing the Operations and Maintenance Period, the solution should be
transferred to the department as per clause “Transfer of the solution”. After
successful transfer of the solution, the bid security shall be discharged to the
bidder. Along with that, a project completion certificate shall be issued to the
bidder by CLR.
5.4.10 Additional Parallel Stages of Project Flow related to
Establishment of State Data Centre, Disaster Recovery Site
and IT Centres
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 61 of 191
The project shall undergo the following additional and parallel project flow for the
establishment of State Data Centre, Disaster Recovery Site and IT Centres at user
locations. A technical committee duly constituted shall monitor the progress. The bidder
is expected to provide reports and/or clarifications on a regular basis as requested.
5.4.10.1 Submission of Detailed Delivery Plan, Submission of Installation,
Configuration and Testing Plan
5.4.10.1.1 Vendor should submit the detailed delivery plan as well as Installation,
Configuration and Testing Plan of the hardware/materials required for the
development of infrastructure as part of the project.
5.4.10.1.2 The delivery plan should be in line with the overall target timelines
5.4.10.1.3 The delivery plan shall undergo an approval process by a technical
committee duly constituted.
5.4.10.1.4 The vendor shall proceed to the next stage only after approval of the
detailed project plan
5.4.10.2 Delivery of Materials, Installation, Configuration and Testing by
the Bidder
5.4.10.2.1 The bidder shall deliver the materials to each site as per the delivery plan.
5.4.10.2.2 After the acceptance of deliveries, the bidder shall proceed with
installation, configuration and testing as per the approved installation,
configuration and testing plan. Reports shall be submitted on installation,
configuration and testing.
5.4.10.3 Pilot Run
5.4.10.3.1 The infrastructure developed shall be part of the assessment of success of
pilot run at pilot districts and User Acceptance Testing. The performance and
conformity of the solution as per the contract shall be assessed a technical
committee duly constituted.
5.4.10.4 Testing for Disaster Recovery Site Function
5.4.10.4.1 The Disaster Recovery Site shall be tested for its intended functionality by
representative simulated cases. The bidders should demonstrate performance
of the Disaster Recovery Site using such representative cases. The
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 62 of 191
performance shall be assessed for conformity of the solution as well as
timelines as per the contract by a technical committee duly constituted. Report
on the same shall be made and CLR shall approve the disaster recovery site
based on the report.
5.4.10.5 Full Rollout
5.4.10.5.1 The infrastructure developed shall be part of the assessment of success of
full rollout at all locations of Madhya Pradesh and User Acceptance Testing. The
performance and conformity of the solution as per the contract shall be
assessed by a technical committee duly constituted.
5.5 Training
5.5.1 The vendors shall provide functional training as well as
administrative training to all the stakeholders of the system in
manageable batches.
5.5.2 Separate batches shall be organized by the vendor according to
different user levels.
5.5.3 The training shall be conducted with hand-on exposure to various
functionalities and operations of the system.
5.5.4 Administrative training shall include administration and fine tuning
of server components, user management and security
management.
5.5.5 For the purpose of training, CLR shall provide only basic
infrastructure like space and basic furniture. All other cost incurred
in providing the training including training material, desktops, LCD
projector during the training period, travelling to the training site
and back, boarding of the trainer etc is to be included in the GIS
application development cost.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 63 of 191
5.5.6 The training locations and minimum number of departmental staff
to be trained shall be as follows. Vendors should note that the
number of people to be trained may vary as per the decisions of
CLR and vendors are bound to train additional staff if requested
without additional cost:
Sr.No. Training Location No of Locations for
training under this
category
Minimum No of
departmental
staff to be trained
1. All district head offices 50 2000
2. CLR Head office 1 20
5.6 Quality checks, Validation and Porting of existing
data and integrating spatial and non-spatial data
CLR has the village levels cadastral maps in digitized format in local coordinates in
ESRI Shape as well as AutoCAD dwg format for the complete jurisdiction of Madhya
Pradesh. Separate attribute data is already computerized and available in MS-SQL
format.
Details of the existing data
Sr.No. Item Quantity/Description
1. Geographic coverage of the data Entire Madhya Pradesh
2. State of the data Digitized in AutoCAD as well as
ESRI Shape format
3. Scale of Paper maps, from which the
digitization was performed
1:3600, 1:3960 and 1:4000
4. No of Feature Layers 100 Approx.
The scope of work of the successful bidder includes performing quality checks and
validation of spatial as well as non-spatial data in terms of correctness and completeness
as well as bringing the data into the usable condition in the Enterprise Web based
solution provided by the bidder. This includes existing spatial and non-spatial data
supplied by CLR as well as spatial and non-spatial data developed and supplied by CLR
from time to time.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 64 of 191
Quality checks to be performed are:
• Check for Sliver Polygon
• Check for Overlapping features
• Check for “No man’s land”/ “Holes”
• Check for Uniqueness of Khasra Number within a village
• Check for Positional Accuracy of digitization
• Check for Adequacy of nodes / Absence of clustered nodes
• Check for Layering
• Check for Feature Type
• Check for Missing / Incomplete Attributes
• Check for absence of garbage data
• Check for Undershoot, Overshoot/Dangles
• Check for Unclosed Polygons
• Check for Continuity and Contiguity
• Check for Nodes at intersection
• Check for Correct Spatial Reference
• Check for Snapping within Layer
• Check for Snapping between Layers
• Check for gaps in dates
The bidder is expected to correct the issues in the input data. Major issues in the spatial
data will have to be intimated to CLR in the form of a quality check report additionally.
The vendor is expected to do the data porting for both spatial as well as non-spatial data
and do the linking of both so that it is integrated and can be used for all functionalities
available in the Enterprise Web based GIS Solution.
5.7 Operation and Maintenance Period
Operation and Maintenance period starts after commissioning of the solution at Pilot
Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years
counted after getting successful implementation certificate for all user locations in
Madhya Pradesh. During this period, the vendor shall run the application on behalf of the
department. Apart from running the system on behalf of the department, the scope
during this period also includes but not limited to:
5.7.1 Supply of required manpower for operating the solution with full
functionalities at all locations including State Data Centre, disaster
recovery site and all user locations.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 65 of 191
5.7.2 In all operations, the supplied man power should involve the
department users and train the department users to use all the
operations so that the department users are also trained for the
operations.
5.7.3 Edits to the land records as per daily transactions need to be
performed by the supplied man power but all edits to the land
records at any time should be authenticated using biometry and
digital signature of the department users before posting the edits to
the central database.
5.7.4 Bug fixing, error corrections or any other changes required in the
solution provided by the bidder to fulfill the scope of work or to
maintain the required service levels mentioned under section
“Service Level Agreements”.
5.7.5 Updates to the existing GIS Web services and add new services as
and when required.
5.7.6 GIS data maintenance including periodic data validation checks on
the GIS data for topology and other data quality requirements, data
upload / data porting, whenever there is a new data set available,
Layering management, Adding/deleting/amending layers or field
structures or any other modification to GIS database schema.
5.7.7 Any minor modifications/ enhancements required and/or requested
by CLR
5.7.7.1 This modifications/enhancements include effort required over and above of bug
fixing and maintenance efforts explained in section 5.8.4.
5.7.7.2 This effort for modifications / enhancements shall not exceed 1 man month per
year for each year of operations and maintenance period. The department shall
assess the effort required using industry standard methods like functional point
analysis.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 66 of 191
5.7.8 Interact with officials of the department and provide periodic
reports to higher management.
5.7.9 Automatically generate daily, weekly, monthly and yearly reports of
all operations of all locations pertaining to the operations and
maintenance of the solution in encrypted pdf format and saving
them to the server and external media.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 67 of 191
SECTION 6: TECHNICAL REQUIREMENTS
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 68 of 191
The minimum technical requirements of the solution are described under the
following heads.
6.1 Platform
6.1.1 User Platform
6.1.1.1 The developed system shall be browser based. Any industry standard browser
like Internet Explorer, Mozilla, Chrome, Opera etc. should be able to use the
application.
6.1.1.2 The developed system shall be able to open and use all the functionalities in MS-
Windows XP or Vista or Unix/Linux or latest OS based desktops.
6.1.1.3 The expected client machines are Pentium IV with 512 MB RAM or higher
configurations. The browser based application should be able to run on
machines with these configuration (or higher) without failing its minimum
performance requirements.
6.1.2 GIS Platform
6.1.2.1 The vendors can propose any Industry Standard GIS platform. However, The
WebGIS platform proposed should have Open Geospatial Consortium (OGC)
Compliance Certification.
6.1.2.2 The GIS Platform should conform to all the features mentioned in the
Compliance Matrix given under section “Annexure III: Compliance Matrix for
Enterprise Application” in terms of working along with the solution proposed.
6.1.3 Database Platform
6.1.3.1 Oracle 10g Spatial or higher should be used as the database platform.
6.1.3.2 The OS for Database Server should be Linux or Unix based native OS of the
Server Manufacturer.
6.1.3.3 The database platform should have proven compatibility with the GIS platform
supplied by the bidder in terms of best performance.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 69 of 191
6.1.3.4 The Database Platform should conform to the Compliance Matrix given under
section “Annexure III: Compliance Matrix” in terms of working along with the
solution proposed.
6.1.4 Application Development Platform
6.1.4.1 The vendors can propose any Industry Standard Platform/tool/language for
application development.
6.1.4.2 The application development language shall be object oriented.
6.1.4.3 The developers in the development language proposed shall be easily
available in the open market e.g. Java/.Net etc.
6.1.4.4 The application development tool/language should have proven compatibility
with the GIS platform and Database Platform in terms of best performance.
6.1.4.5 The application development tool/language should conform to the Compliance
Matrix given under section “Annexure III: Compliance Matrix” in terms of
working along with the solution proposed.
6.2 Technical Requirements for Integrated Biometry
Authentication
Sr.No Item Minimum Specification
1. Biometric Authentication
Device
• Finger print imaging area: 12mm * 16 mm
• Resolution: >=480 dpi
• Interface: USB 2.0
• Power: Self Powered via USB
• Verification time less than a second
• Capable of handling finger print angular
variability
• 400 Bytes encrypted data size
• ISO 7816 compliant
• Compliant with standards set by Govt. of
India
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 70 of 191
6.3 User Capacity Requirements
6.3.1 User Types
6.3.1.1 Departmental Users
6.3.1.1.1 View only users:
6.3.1.1.1.1 These users use the application only to view the spatial and/or attribute data.
There should be map navigation options and query options. The complete list
of functionality requirements are given under section “Functional
Requirements”.
6.3.1.1.2 Attribute Editing Users:
6.3.1.1.2.1 These users use the GIS application to view the spatial and/or attribute data.
There should be map navigation options and query options. Apart from that,
these users are authorized to edit the attribute data but not the spatial map
data. The complete list of functionality requirements are given under section
“Functional Requirements”.
6.3.1.1.3 Map Editing Users:
6.3.1.1.3.1 These users use the GIS application to view the spatial and/or attribute data.
There should be map navigation options and query options. Apart from that,
these users are authorized to edit the attribute data and the spatial map
data. The complete list of functionality requirements are given under section
“Functional Requirements”.
6.3.1.1.4 Administrative Users:
6.3.1.1.4.1 These users use the GIS application to view the spatial and/or attribute data.
There should be map navigation options and query options. Apart from that,
these users should be in a position to generate statistics of the whole activity
user his jurisdiction. They are not authorized to edit the GIS data but should
be able to manage the users in terms of adding/removing users to the
system or changing the permissions and/or security options. The complete
list of functionality requirements are given under section “Functional
Requirements”.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 71 of 191
6.3.1.1.5 Super User:
6.3.1.1.5.1 Super user is the department staff at CLR Head Office having authority to
authorize new data uploading as well as changes in the security settings at
CLR Head Office using biometry and digital signature.
6.3.1.2 Public Users
Public users are any Indian citizens who wish to view the GIS mapping through normal
internet connections. The layer list and functionalities shall be restricted to the general
information required by a common citizen. Additionally, there shall be options to view
demands for land revenue and pay land revenue online. The complete list of functionality
requirements are given under section “Functional Requirements”.
6.3.2 Number of concurrent users
6.3.2.1 The following table elaborates the number of locations and number of
concurrent users.
Sr.No. User
Location
No of
User
Locations
Users receiving
rent payments
/ issuing Land
Records Copies
Per location
Editing Users
(Attribute or
Map or Both)
Per Location
Admin Users Per
Location
1. IT Cells at
Tehsil
Level
341 2 40 (2
concurrent)
1 admin user per
district (total 50
admin users)
2. Admin
office at
CLR Head
office
1 0 0 1 Super User
6.3.2.2 Number of concurrent view only users (including department users and public
users) considered for design shall be 2000.
6.4 Target Architecture
6.4.1 The target architecture of the system is Service Oriented
Architecture (SOA).
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 72 of 191
6.4.2 The services created in the system shall be easily consumable by
other systems in order to integrate the GIS functionality with them.
6.4.3 The proposed system should be in a position to handle the
concurrent users in each category as mentioned in the section “User
Capacity Requirements”.
6.5 Conceptual Design
The conceptual design of the State Data Centre and its relationship with other user
locations are given below
6.6 System Security Design Requirements
6.6.1 The State Data Centre and Disaster Recovery Site should have
stringent multi-level system security design to prevent infected
clients.
6.6.2 The system should have enterprise firewall to restrict
access/communication within the system components as well as
access/communication from outside.
6.6.3 The entire system should be protected by Enterprise editions of
industry standard Anti-Virus as well as Anti-Spyware systems.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 73 of 191
6.6.4 Clear-cut security zoning should be included in the system design.
The data (database) should be under secured zone, the web
services should be under Web DMZ.
6.6.5 The system should consists of Intrusion Detection System (IDS) and
Intrusion Prevention System (IPS)
6.6.6 In order to provide the vendors a clear-cut idea about the
networking and security design requirements, an illustrated diagram
of the proposed State Data Centre architecture and security design
is given below.
It is to be noted that the above mentioned design is indicative and vendors are required
to use their own design to fulfill the full spectrum of functionalities specified in the
“Scope of work” at the required performance levels as detailed under the section
“Service Level Agreements”.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 74 of 191
6.7 Language Interface
All options and functionalities available in the Enterprise Web based application should be
available in English as well as in Hindi (using 16bit Unicode). However, Standard English
terminology may be used in the Hindi version, if required. There should be option to
select the preferred language in the application interface.
6.8 State Data Centre, Disaster Recovery Site, IT
Centres at 341 User Locations
6.8.1 The State Data Centre and Disaster Recovery Site shall be
connected through leased line (1:1 ratio) of required bandwidth
(minimum 4 Mbps) configured for VPN and synchronous data
mirroring between State Data Centre and Disaster Recovery Site to
provide required functionality and service levels..
6.8.2 State Data Centre should have SAN based Data Mirroring with the
Disaster Recovery Site.
6.8.3 In the event of a disaster, the solution should switch over to
disaster recovery site and the solution should be up and running in
less than 30minutes.
6.8.4 The user capacity of the Disaster Recovery Site should be 30% of
the State Data Centre or better with the service levels same as that
of the solution as mentioned under section “Service Level
Agreements”
6.8.5 The infrastructure provided for State Data Centre, Disaster
Recovery Site, All IT Centers at user Locations should comply with
the minimum specifications mentioned in “Annexure IV:
Compliance Matrix for Infrastructure”.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 75 of 191
6.9 Minimum qualifications for the proposed team
The minimum qualifications and experience of the core team members are given in
Annexure V: Compliance Matrix for Proposed Team. The proposals should comply
with that.
6.10 Team during Operations and Maintenance
Period
6.10.1 It is the responsibility of the successful bidder is to provide
sufficient technical staff at all locations covered under the system
including State Data Centre and disaster recovery site to achieve or
exceed the expected performance levels as per the SLA described
under section “Service Level Agreements”.
6.10.2 It is to be noted by the successful bidder that the “super user”
at the State Data Centre shall be a department employee deputed
by the department.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 76 of 191
SECTION 7: SERVICE LEVEL
AGREEMENTS
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 77 of 191
7.1 General Information on SLA
7.1.1 Service levels expected from vendors on various components and
related penalties shall be as follows.
7.1.2 The service level agreement shall be applicable during the complete
course of Operation and Maintenance Period.
7.2 SLA for Application Components
7.2.1 The vendor will have to comply with the following resolution time
for the severity-wise categorized issues for application components
he has supplied:
1 2 3 4 5
Sr.
No
Severity
Classificati
on
Representative example of
issue
Maximum
Resolution
Time from
intimation
Penalty per
defect/instance
per unit time or
part thereof as
mentioned in
column 4, if not
resolved within
maximum
resolution time
mentioned in
column 4.
1. Critical • Abnormal termination of
any user interfaces, while
working
• Update screen shown data
updated but it is not
reflecting in database
24 Hours Rs 2,000/-
2. High • Incorrect results with
critical data; For example
computation of land
revenue or demand note
48 Hours Rs 2,000/-
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 78 of 191
1 2 3 4 5
Sr.
No
Severity
Classificati
on
Representative example of
issue
Maximum
Resolution
Time from
intimation
Penalty per
defect/instance
per unit time or
part thereof as
mentioned in
column 4, if not
resolved within
maximum
resolution time
mentioned in
column 4.
for land revenue payment
3. Medium • Data is correct at the
database level but shown
incorrectly while
displaying it one of the
user interface screen
3 days Rs 1,000/-
4. Low • Issues with improper
screen layout, spelling
mistakes in the interfaces
• Correct layout while
printing reporting
modules but issues with
formats on screen
7 days Rs 500/-
7.2.2 The examples given above are representative issues. All issues
encountered during the operation and maintenance period shall be
addressed by the bidder and similar penalties shall be applicable.
7.3 SLA for switch over to Disaster Recovery Site
7.3.1 In the event of a disaster, the solution should switch over to the
resources at disaster recovery site and the solution should be up
and running in less than 30 minutes. Per instance, any delay
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 79 of 191
beyond 30 minutes, shall attract a penalty of Rs 50,000/- per hour
or part thereof till the application is up and running.
7.4 SLA for Uptime of the solution
7.4.1 The State Data Centre, disaster recovery centre and all application
components / services of the solution shall be available to all the
users with a minimum uptime of 99%. The uptime shall be
computed as per the downtime log maintained by CLR. If the
uptime is less than 99%, a penalty computed using the following
formula shall be applicable every quarter
Penalty per quarter = (99 – x) * 50,000
Where x is the actual uptime percentage
7.5 Penalty for delay in project execution
7.5.1 For any delay in executing any of the components shall attract a
penalty at the rate of Rs 25,000/- per week or part thereof. This is
applicable to each milestone deadlines.
7.5.2 Any delay in acquiring the ISO 27001 and ISO 27002 certification
for State Data Centre also shall attract penalty at the rate of Rs
25,000/- per week or part thereof.
7.5.3 In case, any deadline is slipped by more than 10 weeks without pre-
intimated sufficient reason, the contract shall be recommended for
termination. CLR’s decision on the same shall be final.
7.6 Response Time Performance Criteria
Response time of the application components is the time interval between the instant the
user at user terminal requesting for any action by hitting enter or clicking the option to
do so and the instant the requested result appears fully in his screen. Non conformance
to the response time performance criteria shall be considered as bug and the clause
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 80 of 191
under section “SLA for Application Components” shall be applicable as per the criticality
mentioned in the table.
Sr.No Activity/Request Department User Public User on
256kbps
Broadband
Severity
Classification
as given in
Section 9.2 90% All 90% All
1. Opening of initial
page after inserting
the url in browser
<2 sec <5 sec <5 sec < 10sec Critical
2.
Full functional
screen after
initial/login page
and loading of
menu options as
per login
<3 sec <5 sec <5 sec < 10sec Critical
3. Loading
corresponding
pages after
selecting menu
options
<3 sec <5 sec <5 sec < 10sec Critical
4. Loading of options
with respect to
other selected
options like
populating combo
boxes using
database lookup
<2 sec <5 sec <5 sec < 10sec Critical
5. Posting/Saving
attribute edits to
the server
<3 sec <5 sec NA NA Critical
6. Posting/Saving map
edits to the server
<5 sec <10sec NA NA Critical
7. Obtaining result
from simple
attribute queries
<2 sec <5 sec <5 sec < 10sec High
8. Obtaining result
from complex
<3 sec <8 sec <8 sec < 15sec High
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 81 of 191
Sr.No Activity/Request Department User Public User on
256kbps
Broadband
Severity
Classification
as given in
Section 9.2 90% All 90% All
attribute queries
9. Obtaining result
from complex
queries involving
spatial operation
like GIS overlay
operation
<8 sec <15 sec NA NA High
10. Reports involving
statistics
<5 sec <10 sec NA NA High
11. Reports involving
map output for
example map to the
scale with
surroundings for the
Khasra selected
<10 sec <15 sec <15 sec < 25 sec High
7.7 Privacy & Confidentiality
Strict privacy and confidentiality is expected from the vendor during development,
implementation as well as during operation and maintenance period of the mentioned
project. In no occasion, access to any data or the solution designed and developed by
bidder for CLR is to be provided to any internal or external parties, without
authentication and authorization. The bidder cannot supply / sell partly or fully any data
pertaining to the project in any form. For default of this service condition, penalty of
minimum Rs 10,000/- would be charged. The exact amount of penalty to be charged
shall be decided by CLR considering the severity of violation.
7.8 Recovery mode of Penalties from the bidder
The penalties shall be deducted from the payments released to the bidder every month.
If the payment to the bidder is insufficient to impose the penalties, it shall be deducted
from the bid security deposit or from the future payments.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 82 of 191
7.9 Upward cap for penalties
The total penalties charged during the project as well as during and up to the completion
of operations and maintenance period shall not exceed Rupees 25,00,000 (Twenty Five
Lakhs) per annum for each year of Operations and Maintenance Period.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 83 of 191
ANNEXURE I: FORMAT FOR TECHNICAL
BID
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 84 of 191
All bids should adhere to the format given below. Bids not in the format
mentioned shall be summarily rejected considering non responsive. The
vendors should expand the sections to the required detail levels. It is expected
that bidders will explain the solution neither too short nor too elaborative.
Concise and crisp explanations are welcomed by the evaluation committee.
Details given in red color with angle brackets and underline are instructions to
the bidder and are to be replaced by relevant information/text or document
attachment.
Format for Technical Bid:
1. Attachment Documents Check List
Sr.No. Document Name Attached (Yes/No)
1. Bid form and Covering Letter <Insert Yes or No for all
columns>
2. EMD Instrument
3. Power of Attorney
4. Affidavit on a Rs100/- Stamp Paper (Notarized)
5. OEM Authorization Form
6. Certificate of Incorporation
7. Copies of Audited Balance Sheets
8. Copies of Audited Profit and Loss Account
Statement
9. Copy of Consortium/Joint Venture Agreement (If
Applicable)
10. Work orders for all projects mentioned
11. Completion/Implementation Certificate for all
projects mentioned
12. Certificate from HRD stating resources strength
13. List of permanent technical staff
14. Resumes of Key Resources of the Proposed Team
15. Filled up Compliance Matrices
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 85 of 191
2. Bid form and Covering Letter
Date: <Insert Date>
Ref No: <Insert Letter Reference No>
Tender Ref. No:<Insert Tender Ref No>
To
The Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh – 474 007
Dear Sir, I <full name in capital letters>, the <Managing Partner/Managing Director/Authorized Signatory>, for the <establishment/firm/registered company/Joint Venture/Consortium> named <Write Full Name of the Company / Write Consortium/Joint Venture with Company Name as Prime Bidder> having its registered office in <Complete Address of Registered Office/Write Complete Address of Prime Bidder in case of Consortium Joint Venture> do hereby offer to provide our services for the work “Development of an Enterprise Web Based GIS Solution for Managing Land Records”, which include the following scope of work with details mentioned in this RFP:
1. Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of State Data Centre at Gwalior and Disaster Recovery Data Centre at a different Seismic Zone for Managing Land Records including all servers, all hardware, all software, all networking, all running expenses like manpower, electricity, cleaning, establishment and maintenance of all other infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space shall be provided by the department. Maintenance of space also needs to be carried out by the bidder till the completion of Operations and Maintenance Period.
2. Study, design, development, testing, implementation, commissioning, running and maintenance of Enterprise Web based GIS application with facility for editing the spatial and attribute data over web browser and having options to perform day to day mutation, modification, updates, reports, generation and printing of demand notes, collection receipts and all other activities of the department related to maintenance and use of land records.
3. Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of IT Centers at 341 user locations (at each Tehsil level) including all hardware, all software, all networking, all running expenses like manpower, electricity, cleaning and establishment and maintenance of all other infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space and desktops shall be provided by the department. The maintenance of desktops and space also shall be carried out by the vendor.
4. Establishment and maintenance of all connectivity required at all Tehsil user locations (341 in number).
5. Implementations of a comprehensive security policy comply with the CERT-In Security Guidelines and conforming to ISO 27001 as well as ISO 27002. The bidder shall comply with ISO 27001 and ISO 27002 and get the certification within 6 months after implementation.
6. Quality checks, validation and porting of the spatial and non-spatial data to the developed system and integration of Spatial and Non-Spatial Data. This includes
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 86 of 191
existing spatial and non-spatial data supplied by CLR as well as spatial and non-spatial data developed and supplied by CLR from time to time.
7. Incorporating the integrated biometric and digital signature validations comply with the Indian IT Act and CCA Guidelines, during transactions and while posting the edits to the server with audit trails and versioning.
8. Supply of required manpower for all operation at all user locations (341 in number) during Operations and Maintenance period. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP.
9. Operation and maintenance of all activities pertaining to the service requirements of the supplied solution. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP.
10. Issue of owner wise smart cards for properties owned 11. Automatically generate daily, weekly, monthly and yearly reports of all operations
pertaining to the operations and maintenance of the solution in encrypted and password protected pdf format and saving them to the server and external media.
12. Post Implementation minor software enhancements / customization during 5 years of Operation and Maintenance period as per the requirements and/or request of the department.
13. Train the department staff in all aspects of management, operation and maintenance of the supplied solution during maintenance and operations period of 5 years.
I hereby state and declare that the names given herein with the details of the address have not filled in this Tender Document under any other name or under the name of any other establishment/firm or otherwise, nor are we (Prime Bidder as well as all partners in the case of Consortium/Joint Venture) in any way related or concerned with any establishment/firm or any other person, who have filled in this Tender Document for the aforesaid work. The EMD in the form of Fixed Deposit/DD/Bank Guarantee issued by bank <Name of the Bank and Branch> valid till <date in DD/MM/YYYY format> for an amount of Rupees Twenty Lakhs is enclosed. I have thoroughly examined and understood the terms and conditions and details of the Tender Document, Contract and Project to be undertaken and have carefully noted the conditions of Contract and the specification with all the stipulations, which I agree to comply with. We shall be bound by the terms of these documents. We undertake to complete the Project within the period stipulated after receiving an intimation of the acceptance of our Bid. I have filled in the accompanying Tender Document with full knowledge of liabilities and therefore, we will not raise any objection or dispute in any manner relating to any action, including forfeiture of Bid Security, and penalties for giving any information, which is found to be incorrect and against the instructions and directions given in this Tender Document. I further agree and undertake that in the event it is revealed subsequently after the allotment of work/Contract to me/us, that any information given by me/us in this Tender Document is false or incorrect, I/We shall compensate the CLR for any such losses or inconvenience caused to the CLR in any manner and will not resist any claim for such compensation on any ground whatsoever. I/We agree and undertake that I/we shall not
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 87 of 191
claim in such case any amount, by way of damages or compensation for cancellation of the contract given to me/us or any work assigned to me/us or is withdrawn by the CLR I/We agree not to withdraw the offer constituted by this Tender Document before the date of communication to me/us notice of non-acceptance. I/We agree that if contrary to the understanding contained in this clause I/we withdraw my/our Bid before the said date the Tender Document deposited by me/us as aforesaid shall be liable to forfeiture of the EMD. I/We also agree to the forfeiture of the said Bid Security if in the event of your accepting my/our TENDER, I/We fail to execute the contract or to provide the Performance Guarantee when called upon to do so or fail to complete the Project in the time frame and/or comply with the terms and conditions set out in the Tender Document and/or Contract in full or in part or fail to execute the orders placed on me/us. I/We do hereby agree to pay all costs, charges and expenses in connection with preparation of bid document, expenses during evaluation process and contract including stamp duty, preparation and execution of the contract. On acceptance of our bid and on signing the contract, we will submit a Bid Security amounting to Rupees Twenty Lakhs within 7 days of the date of signing the contract. I/We commit to CLR of 99 percent up time for the Solution offered by us. We also assure that all additional requirements/costs other than those mentioned in the Tender Document that are required for commissioning of the system and provide 99 percent up time for the system are included in the Bids. In case they are not included and quoted in the Bid, the same will be offered at no additional cost to CLR. On receipt of the Contract from CLR we will commence phase wise delivery as per the timelines mentioned in the work completion and payment conditions of the RFP. The Bid submitted by us shall be valid for a period of 180 days, from the time of opening of the Bid.
Signature of the Bidder: <Signature>
Date: <Date in DD/MM/YYYY format>
Full Name: <Full Name>
Designation: <Designation>
Office Seal: <Office seal of company/prime bidder company>
Address: <Complete Address of company / prime bidder company>
Telephone Number(s): <Phone Number(s) with STD Code>
Fax: <Fax Number with STD Code>
e-mail address: <E-Mail Address for all e-mail communications>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 88 of 191
3. EMD instrument
<Attach EMD instrument here Bank Guarantee format should be as per format given in
Annexure VII>
4. Power of Attorney
<Attach Power of Attorney (Power of attorney should have authorization of all partner
companies in the case of Consortium/Joint Venture)>
5. Affidavit on Rs 100 Stamp Paper
Date: <Insert Date of signing affidavit>
Ref No: <Insert Bidder’s Reference No>
Tender Ref. No:<Insert Tender Ref No>
Tender Name:<Insert Tender Name>
To
Office of the Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh – 474 007
Dear Sir,
In response to the Tender mentioned above, as a owner/partner/Director of <Company
Name in Full / Specify Consortium/Joint Venture led by company name in case of
Consortium/Joint Venture>, I/We <Full Name of signing person> do hereby certify that
all the statements made in the Bid Document are true and correct to the best of my/our
knowledge and belief.
I/We hereby declare that we (Including all partner companies in case of consortium/joint
venture) <Company Name in Full / Specify Consortium/Joint Venture led by company
name in case of Consortium/Joint Venture> has an unblemished past record and has not
been declared ineligible due to corrupt & fraudulent practices either indefinitely or for a
particular period of time.
I/We <Company Name in Full / Specify Consortium/Joint Venture led by company name
in case of Consortium/Joint Venture> hereby understand and agree that any person or
party who is minor or who has been adjudged insolvent or who has been convicted in a
Court of Law for an offence under Indian Penal Code or offence involving moral turpitude
or other criminal activities or detained under and preventive law for the time being in
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 89 of 191
force or who has been black listed by the Government of India, is not eligible to submit
the Tender Document. Tender Documents submitted by such person shall be treated as
invalid.
I/We also assure CLR that we shall be having an operating office of our own in Gwalior,
Madhya Pradesh during the entire course of execution of the project mentioned in the
RFP.
I/We <Company Name in Full / Specify Consortium/Joint Venture led by company name
in case of Consortium/Joint Venture> hereby understand and agree that any further
information required by CLR may be requested and we hereby agree to furnish any such
information as required and requested by CLR.
Signature of the Bidder: <Signature>
Date: <Date in DD/MM/YYYY format>
Full Name: <Full Name>
Designation: <Designation>
Office Seal: <Office seal of company/prime bidder company>
Address: <Complete Address of company / prime bidder company>
Telephone Number(s): <Phone Number(s) with STD Code>
Fax: <Fax Number with STD Code>
e-mail address: <E-Mail Address for all e-mail communications>
6. Original Equipment Manufacturer’s Authorization
Form
Date: <Insert Date of signing affidavit>
Ref No: <Insert Bidder’s Reference No>
Tender Ref. No:<Insert Tender Ref No>
Tender Name:<Insert Tender Name>
To
The Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh – 474 007
Dear Sir,
We <OEM Name> who are established manufacturers of <Product(s) Name supplied>
having office at <Address of local office> do hereby authorize M/s <Name of bidding
company / Name of the partner company in the case of Consortium / Joint Venture> to
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 90 of 191
offer their quotation, negotiate and conclude the contract with you against the above
mentioned request for proposal.
We hereby extend our full guarantee and warranty as per terms and conditions of the
tender and the contract for the equipment and services offered against invitation for
tender offer by the above firm.
Thanking you,
Yours faithfully,
Signature of the Bidder: <Signature>
Date: <Date in DD/MM/YYYY format>
Full Name: <Full Name>
Designation: <Designation>
Office Seal: <Office seal of company/prime bidder company>
Address: <Complete Address of company / prime bidder company>
Telephone Number(s): <Phone Number(s) with STD Code>
Fax: <Fax Number with STD Code>
e-mail address: <E-Mail Address for all e-mail communications>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 91 of 191
7. Documents for Pre-Bid Qualification as per clause
“Qualification of the Bidder” of RFP
Clause Qualification Condition Document to be
attached
Complied
(Yes/No/Not
Applicable)
2.1.1 The bidder should be a single
company/firm or a joint venture/
consortium. Joint ventures/
consortiums with more than 3
companies are not allowed
Certificate of
Incorporation (of all
companies in case
of Consortium/JV)
<Insert Yes/No/Not
Applicable for all
columns>
Consortium/Joint
Venture Agreement
(If applicable)
2.1.2 The bidder in case of single
company or the prime bidder in
case of joint venture/consortium
should have a minimum
cumulative turnover of Rs. 15
Crores in the last 3 financial
years in providing IT solutions
and it should have made profits
in the last 2 financial years
Duly audited
balance sheet and
Profit & Loss
Account Statements
for last three
financial years (of
prime bidder in case
of Consortium/JV)
2.1.3 The bidder in case of single
company or the prime bidder in
case of joint venture/consortium
should have CMM/PCMM/CMMi
Level 3 or above certification
Copy of Certification
(of prime bidder in
case of Consortium
/ JV)
2.1.4 The bidder in case of single
company or the prime bidder in
case of joint venture/consortium
should have an office in Gwalior,
Madhya Pradesh or should agree
to open an office in Gwalior,
Madhya Pradesh in the event of
awarding the project to them and
operate it till completion of this
project
Declaration by the
bidder in the format
prescribed in RFP
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 92 of 191
7.1 Certificate of Incorporation
7.1.1 Certificate of Incorporation
<Attach Certificate of Incorporation (of all companies in case of Consortium/Joint
Venture)>
7.1.2 Consortium/Joint Venture Agreement
<Attach Consortium/Joint Venture Agreement if applicable. Otherwise specify “Not
Applicable”>
7.2 Financial Strength (of Prime bidder in case of
Consortium/Joint Venture)
7.2.1 Financial data sheet
Financial
Year
Total
Turnover
(Rs)
Turnover in
IT services
(Rs)
Profit (Rs) Duly
audited
balance
sheet
attached?
(Yes/No)
Duly
audited
Profit
and Loss
Account
attached?
(Yes/No)
2008-2009 <Mention
total
turnover>
<Mention
turnover in IT
services>
<Mention
total profit>
<Mention
Yes or No>
<Mention
Yes or
No>
2007-2008 <Mention
total
turnover>
<Mention
turnover in IT
services>
<Mention
total profit>
<Mention
Yes or No>
<Mention
Yes or
No>
2006-2007 <Mention
total
turnover>
<Mention
turnover in IT
services>
<Mention
total profit>
<Mention
Yes or No>
<Mention
Yes or
No>
7.2.2 Copies of audited financial statements
<Attach duly audited balance sheets and Profit and Loss Account statements for all the
financial years mentioned above>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 93 of 191
7.3 Certifications for quality (of Prime bidder in case of
Consortium/Joint Venture)
7.3.1 List of valid certifications
Sr.No. Name of the
certification
Authorized
Issuing
body
Since when Copy of
certificate
attached
(Yes/No)
1. <Insert Name of the
certification>
<Mention
name of the
body issued
the
certificate>
<Insert validity
since>
<Mention Yes or
No>
2. <Insert Name of the
certification>
<Mention
name of the
body issued
the
certificate>
<Insert validity
since>
<Mention Yes or
No>
<Expand the table if required>
7.3.2 Copies of certificates
<Attach copies of valid certificates>
7.4 Project Experience
<Only relevant project experience should be shown. Experience of all partner companies
can be considered in case of Consortium/Joint Venture>
7.4.1 Experience in executing GIS projects
7.4.1.1 Details of projects
Sr.No <Insert Serial No>
Project Name <Specify Project Name>
Client Name, Address and Contact Details <Name and full address of the client with
contact number and e-mail address>
Total Value of the Project in Indian Rupees <Insert total value of the project in Indian
Rupees>
Total duration of the project with start date
and end date
<Insert Duration of Project>. <Insert Start
date of the project in DD/MM/YYYY>.
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 94 of 191
<Insert End date of project in
DD/MM/YYYY>
Brief scope of work executed by the bidder <Item 1>
<Item 2>
<Item n>
Technical details in brief including
platforms
<Item 1>
<Item 2>
<Item n>
Work order copy attested by bidder’s
authorized signatory attached?
<Insert Yes/No>
If there is a delay in executing the project,
specify reason
<Insert reason if there is a delay,
otherwise specify Not Applicable>
Copy of Project completion/implementation
certificate attached?
<Insert Yes/No>
<Repeat the table for next project>
7.4.1.2 Work order copies of all projects mentioned above
<Attach work order copies of all projects mentioned under this clause>
7.4.1.3 Project completion/implementation certificate for
all projects mentioned above
<Attach copies of project completion/implementation certificates for all projects
mentioned under this clause>
7.4.2 Experience in executing Web Based Projects
Sr.No <Insert Serial No>
Project Name <Specify Project Name>
Client Name, Address and Contact Details <Name and full address of the client with
contact number and e-mail address>
Total Value of the Project in Indian Rupees <Insert total value of the project in Indian
Rupees>
Total duration of the project with start date
and end date
<Insert Duration of Project>. <Insert Start
date of the project in DD/MM/YYYY>.
<Insert End date of project in
DD/MM/YYYY>
Brief scope of work executed by the bidder <Item 1>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 95 of 191
<Item 2>
<Item n>
Technical details in brief including
platforms
<Item 1>
<Item 2>
<Item n>
Work order copy attested by bidder’s
authorized signatory attached?
<Insert Yes/No>
If there is a delay in executing the project,
specify reason
<Insert reason if there is a delay,
otherwise specify Not Applicable>
Copy of Project completion/implementation
certificate attached?
<Insert Yes/No>
<Repeat the table for next project>
7.4.2.1 Work order copies of all projects mentioned above
<Attach work order copies of all projects mentioned under this clause>
7.4.2.2 Project completion/implementation certificate for
all projects mentioned above
<Attach copies of project completion/implementation certificates for all projects
mentioned under this clause>
7.4.3 Experience in executing Cadastral Mapping Projects
Sr.No <Insert Serial No>
Project Name <Specify Project Name>
Client Name, Address and Contact Details <Name and full address of the client with
contact number and e-mail address>
Total Value of the Project in Indian Rupees <Insert total value of the project in Indian
Rupees>
Total duration of the project with start date
and end date
<Insert Duration of Project>. <Insert Start
date of the project in DD/MM/YYYY>.
<Insert End date of project in
DD/MM/YYYY>
Brief scope of work executed by the bidder <Item 1>
<Item 2>
<Item n>
Technical details in brief including <Item 1>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 96 of 191
platforms <Item 2>
<Item n>
Work order copy attested by bidder’s
authorized signatory attached?
<Insert Yes/No>
If there is a delay in executing the project,
specify reason
<Insert reason if there is a delay,
otherwise specify Not Applicable>
Copy of Project completion/implementation
certificate attached?
<Insert Yes/No>
<Repeat the table for next project>
7.4.3.1 Work order copies of all projects mentioned above
<Attach work order copies of all projects mentioned under this clause>
7.4.3.2 Project completion/implementation certificate for
all projects mentioned above
<Attach copies of project completion/implementation certificates for all projects
mentioned under this clause>
7.5 Certificate from HRD with list of permanent technical
resources
<Show only the list of relevant technical resources. Separate lists may be provided by
each partner company in the case of Consortium/Joint Venture, if necessary>
7.5.1 Certificate from HRD of the bidder company
Date: <Insert Date of issuing certificate>
Ref No: <Insert Bidder’s Reference No>
Tender Ref. No:<Insert Tender Ref No>
Tender Name:<Insert Tender Name>
To
Office of the Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh – 474 007
Dear Sir,
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 97 of 191
I <Name of the person signing on behalf of HRD of bidder’s organization>, working in
<Bidder’s full company name> with a capacity of <HR Manager/HR Head> hereby
declare with my best knowledge and belief that the attached list of permanent technical
staff in the format provided by you as part of the RFP mentioned above is a true list as
per the company’s payroll as on date.
Signature of the Authorized Person in HRD: <Signature>
Full Name: <Full Name>
Designation: <Designation>
Office Seal: <Office seal>
Address: <Complete Address>
Telephone Number(s): <Phone Number(s) with STD Code>
Fax: <Fax Number with STD Code>
e-mail address: <E-Mail Address for all e-mail communications>
Declaration by Authorized Signatory on behalf of bidding organization or
Consortium/Joint Venture:
I <Name of the authorized person signing the bid> - the authorized person signed the
bid have verified the attached list of permanent technical resources and found correct to
the best of my knowledge and belief.
Signature of the Bidder: <Signature>
Full Name: <Full Name>
Designation: <Designation>
Office Seal: <Office seal>
Address: <Complete Address>
Telephone Number(s): <Phone Number(s) with STD Code>
Fax: <Fax Number with STD Code>
e-mail address: <E-Mail Address for all e-mail communications>
7.5.2 List of permanent technical resources
Sr.
No.
Name of
the
employe
e
Date
of
Birth
Designatio
n
Basic
Qualific
ation
Years of
Experie
nce in
IT
Years of
experienc
e in GIS
Years
with
bidding
company
1. <Insert <Men <Mention <Mentio <Experie <GIS <No of
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 98 of 191
Sr.
No.
Name of
the
employe
e
Date
of
Birth
Designatio
n
Basic
Qualific
ation
Years of
Experie
nce in
IT
Years of
experienc
e in GIS
Years
with
bidding
company
Name> tion
Date
of
Birth
>
Current
Designation
>
n Basic
Qualificat
ion>
nce in
Years>
Experience
in Years>
years with
the bidder
company>
2. <Insert
Name>
<Men
tion
Date
of
Birth
>
<Mention
Current
Designation
>
<Mentio
n Basic
Qualificat
ion>
<Experie
nce in
Years>
<GIS
Experience
in Years>
<No of
years with
the bidder
company>
<Expand the table as per requirement>
8. Proposed team for the project
<In the case of Consortium/Joint Venture, Proposed team members can be from any of
the partner companies. There should be a Project Manager, who will be the prime
contact in technical matters during the execution of the project.>
8.1 Proposed Team Structure
<Insert diagrammatic team structure>
8.2 Proposed team strength
Sr.No. Role No of resources proposed
1. <Insert role here> <Insert no of resources proposed in this role>
2. <Insert role here> <Insert no of resources proposed in this role>
3. <Insert role here> <Insert no of resources proposed in this role>
<Expand the table as per requirement>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 99 of 191
8.3 Data Sheet for the Key Resources
Sr.No. Role Key Details
1. <Insert role here> Name <Insert Name here>
Proposed Role <Insert Proposed Role>
Key Qualifications <Specify key
qualifications>
Total Years of Experience <No of years of total
experience>
Years of Experience in proposed
role
<No of years of
experience in proposed
role>
2. <Insert role here> Name <Insert Name here>
Proposed Role <Insert Proposed Role>
Key Qualifications <Specify key
qualifications>
Total Years of Experience <No of years of total
experience>
Years of Experience in proposed
role
<No of years of
experience in proposed
role>
3. <Insert role here> Name <Insert Name here>
Proposed Role <Insert Proposed Role>
Key Qualifications <Specify key
qualifications>
Total Years of Experience <No of years of total
experience>
Years of Experience in proposed
role
<No of years of
experience in proposed
role>
<Expand the table for each key resource>
8.4 Detailed resumes of the key resources
Sr No. <Insert Serial No>
Proposed Role <Insert Proposed Role>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 100 of 191
Name of the employee <Insert Full Name>
Date of Birth <Insert Date of Birth>
Total Experience in years <No of years of total experience>
Experience in the proposed role <No of years of experience in proposed
role>
Years-Months with the bidding company <No years and months with the bidding
company>
Academic Qualifications <Academic Qualifications (Example M.Tech
in Remote Sensing and GIS) with grade>
Relevant Professional Certifications <Additional Professional Certifications/
Relevant Coursed completed>
<Membership in professional bodies>
<Add management certifications in the case
of project manager/team lead and add
software courses certifications in the case of
developers. Project Manager can show his
technical certifications also>
Experience/Major Assignments handled
(Up to major 5 assignments only), which
are relevant to the RFP
1) <Project Name 1 with client name
o Brief description of project
o Roles and responsibilities including
technical details and team size
handled
o Highlights of contribution>
2) <Project Name n <complete the details as
above>
<Repeat the table for each key resource>
9. Proposed Solution
9.1 Introduction
<Explain the proposed solution briefly here. This should be crisp and short>
9.2 Detailed Description on Proposed Solution and Methodology
<Detailed documentation on proposed solution as well as methodology proposed shall be
given under the following heads – add additional heads if required>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 101 of 191
9.2.1 Methodology for project management including staff
management
9.2.2 Methodology for requirement analysis
9.2.3 Detailed design including architecture and platforms for
State Data Centre/enterprise application as well as
functionalities and guaranteed service levels
9.2.4 Methodology for development
9.2.5 Methodology for testing
9.2.6 Methodology for implementation
9.2.7 Methodology for training
9.2.8 Methodology for Operations and Maintenance
9.3 Specific advantage of the proposed solution
<Advantage of proposed solution over old/conventional methods>
9.4 Scalability of the proposed solution
<Detailed description on scalability on the proposed solution and how it can be scaled in
future when required>
9.5 Security provisions for Data and Access Control in the
proposed solution
<Explain the security provisions in the proposed solution here>
9.6 Limitations of the proposed solution
<Should clearly mention the limitations of the proposed solution including expected
limitations in future>
9.7 Compliance Matrix for Enterprise Web Based Application
<The Compliance Matrix given in the Annexure III of RFP has to be filled completely and
inserted here in the mentioned format>
9.8 Compliance Matrix for Infrastructure
<The Compliance Matrix given in the Annexure IV of RFP has to be filled completely and
inserted here in the mentioned format>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 102 of 191
9.9 Compliance Matrix for Proposed Team
<The Compliance Matrix given in the Annexure V of RFP has to be filled completely and
inserted here in the mentioned format>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 103 of 191
ANNEXURE II: FORMAT FOR
COMMERCIAL BID
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 104 of 191
Commercial Bid:
Sr.
No.
Item Description Bidder should bid the
value of “n”
(Payments to the
bidder shall be made
based on value of “n”
as per clause 6.4)
1. • Design, Establishment, Installation,
Configuration, Commissioning, Running and
Maintenance of State Data Centre at Gwalior and
Disaster Recovery Data Centre at a different
Seismic Zone for Managing Land Records
including all servers, all hardware, all software,
all networking, all running expenses like
manpower, electricity, cleaning, establishment
and maintenance of all other infrastructure
required for running the Enterprise Web based
GIS application supplied by the bidder to meet
the required service levels. Only space shall be
provided by the department. Maintenance of
space also needs to be carried out by the bidder
till the completion of Operations and Maintenance
Period.
• Study, design, development, testing,
implementation, commissioning, running and
maintenance of Enterprise Web based GIS
application with facility for editing the spatial and
attribute data over web browser and having
options to perform day to day mutation,
modification, updates, reports, generation and
printing of demand notes, collection receipts and
all other activities of the department related to
maintenance and use of land records.
• Design, Establishment, Installation,
Configuration, Commissioning, Running and
Maintenance of IT Centers at 341 user locations
(at each Tehsil level) including all hardware, all
<insert bid value of “n”
in figures>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 105 of 191
Sr.
No.
Item Description Bidder should bid the
value of “n”
(Payments to the
bidder shall be made
based on value of “n”
as per clause 6.4)
software, all networking, all running expenses
like manpower, electricity, cleaning and
establishment and maintenance of all other
infrastructure required for running the Enterprise
Web based GIS application supplied by the
bidder to meet the required service levels. Only
space and desktops shall be provided by the
department. The maintenance of desktops and
space also shall be carried out by the vendor.
• Establishment and maintenance of all
connectivity required at all Tehsil user locations
(341 in number).
• Implementations of a comprehensive security
policy comply with the CERT-In Security
Guidelines and conforming to ISO 27001 as well
as ISO 27002. The bidder shall comply with ISO
27001 and ISO 27002 and get the certification
within 6 months after implementation.
• Quality checks, validation and porting of the
spatial and non-spatial data to the developed
system and integration of Spatial and Non-
Spatial Data. This includes existing spatial and
non-spatial data supplied by CLR as well as
spatial and non-spatial data developed and
supplied by CLR from time to time.
• Incorporating the integrated biometric and digital
signature validations comply with the Indian IT
Act and CCA Guidelines, during transactions and
while posting the edits to the server with audit
trails and versioning.
• Supply of required manpower for all operation at
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 106 of 191
Sr.
No.
Item Description Bidder should bid the
value of “n”
(Payments to the
bidder shall be made
based on value of “n”
as per clause 6.4)
all user locations (341 in number) during
Operations and Maintenance period. Operation
and Maintenance period starts after
commissioning of the solution at Pilot Locations
(Gwalior, Jabalpur, Indore and Ujjain) and shall
extend for a period of 5 years, counted after
successful implementation at all stipulated
locations in MP.
• Operation and maintenance of all activities
pertaining to the service requirements of the
supplied solution. Operation and Maintenance
period starts after commissioning of the solution
at Pilot Locations (Gwalior, Jabalpur, Indore and
Ujjain) and shall extend for a period of 5 years,
counted after successful implementation at all
stipulated locations in MP.
• Issue of owner wise smart cards for properties
owned
• Automatically generate daily, weekly, monthly
and yearly reports of all operations pertaining to
the operations and maintenance of the solution
in encrypted and password protected pdf format
and saving them to the server and external
media.
• Post Implementation minor software
enhancements / customization during 5 years of
Operation and Maintenance period as per the
requirements and/or request of the department.
• Train the department staff in all aspects of
management, operation and maintenance of the
supplied solution during maintenance and
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 107 of 191
Sr.
No.
Item Description Bidder should bid the
value of “n”
(Payments to the
bidder shall be made
based on value of “n”
as per clause 6.4)
operations period of 5 years.
Bidder should bid the value of “n” (Payments to the bidder shall be made based
on value of “n” as per clause 6.4) (In words):
<Insert bid value of “n” in words>
Signature of the Bidder: <Signature>
Full Name: <Full Name>
Designation: <Designation>
Office Seal: <Office seal>
Date: <Date in DD/MM/YYYY format>
Address: <Complete Address>
Telephone Number(s): <Phone Number(s) with STD Code>
Fax: <Fax Number with STD Code>
e-mail address: <E-Mail Address for all e-mail communications>
Note: There should be no overwriting and all text should be legible
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 108 of 191
ANNEXURE III: COMPLIANCE MATRIX
FOR ENTERPRISE WEB BASED
APPLICATION
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 109 of 191
Against each item mentioned in the compliance matrix, please specify that the
solution provided is complied or not by specifying “Yes” or “No”. If the solution
provided does not required to have the mentioned criteria to fulfill the
functional requirements and required service levels completely, the bidder can
write “Not required”. Please note that the solutions with response “No” against
any of the items listed below shall not considered
Compliance Matrix
Sr.No. Criteria / Feature Required Complied?
(Yes/No/Not
required)
1. The solution provided has 3tier or above architecture <Mention Yes or No
or Not required for
all columns>
2. The solution has Service Oriented Architecture
3. The solution is web browser based
4. Industry standard web browsers like, Internet explorer,
Mozilla, Netscape, Chrome, Opera etc can be used as the
client tool for running the application without installing a
separate custom made software in the client machine
except freely and commonly downloadable components
5. The solution has concurrent multi-user capacity
6. The solution has adherence to OGC (Open GIS
Consortium) Standards
7. The solution has adherence to GoI fonts standards
8. The solution has adherence to Land Region Cartographic
Codification Standards
9. The solution has support to store and use spatial
features in Oracle as well as MS-SQLServer
10. The solution has data exchangeability with other GIS
solutions
11. The solution keep track of transactions and rollback
options are available
12. The solution has data input validations including topology
checks
13. The solution has role based user management options
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 110 of 191
Sr.No. Criteria / Feature Required Complied?
(Yes/No/Not
required)
14. The solution has backup and restore options
15. The solution has multiuser attribute editing options in
application page on web browser
16. The solution has user friendly map navigation and query
options
17. The solution has multiuser map editing tools in
application page on web browser and post the edits to
the server
18. The solution has full function versioning for editing
19. The solution has biometric authentication and digital
signature validation, while posting edits to the server
20. The solution has easy administration interfaces
21. The solution has scalability/expandability without
scrapping the previously used hardware
22. The solution has scalability to increase the capacity of
number of concurrent users
23. The solution has the ability to show the data in
Geographic Reference System (With WGS84 datum) or
on a different meter projections system like UTM as well
as local co-ordinate system
24. The solution has ability to have vector data layers as well
as raster/image data layers
25. The solution has ability to show the ortho-rectified
satellite images/aerial photos by loading it from server
as and when requested
26. The solution has covered all functional requirements
mentioned in the RFP
27. The solution has covered all technical requirements
mentioned in the RFP
28. The solution has online help
29. The solution has User Manual and Administrative Manual
30. Properly commented complete source code of the
components designed and custom developed by the
vendor for CLR based on this RFP will be supplied
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 111 of 191
Sr.No. Criteria / Feature Required Complied?
(Yes/No/Not
required)
31. All user options in the application are available in both
English and Hindi (using 16bit Unicode). In Hindi
versions, standard English terminology may be used, if
required. The user can select either English version or
Hindi version of the application. The GoI standard for
language is used
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 112 of 191
ANNEXURE IV: COMPLIANCE MATRIX
FOR INFRASTRUCTURE
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 113 of 191
The minimum required specifications against each item are described
below: The Bidders should write Yes/No against the comply column.
Bidders should note that the specification given below are minimum
requirements and the bidders will have to provide equal or better for
each item/solution to comply with the requirements. Bids, which are not
complying with these criteria, shall not be considered.
All hardware supplied must conform to minimum internationally
accepted standards.
1. State Data Centre and Disaster Recovery Site
1.1 Blade Server
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Blade Server must have 2 x Quad Core Nehalem
based (5500 series) Xeon 2.80GHz Processor or
higher
4. Must have 1333 MHz Front Side Bus
5. Must have 8 MB L3 Cache
6. Must have 32GB DDR3 RAM of 1333MHz
7. Must have 2 nos. of Integrated Gigabit Ethernet
Controllers
8. Must have integrated baseboard management
controller
9. Must have 2 nos. of 146 GB Small Form Factor
SAS HDD with Raid 0, 1 capability
10. Must be configured with Power Executive for
Power Management, Power Throttling and
Capping
11. 5 years on-site Warranty with 99% uptime
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 114 of 191
Sr.No. Minimum Specification Complied (Yes/No)
commitment
1.2 Blade Server Enclosures
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must have 8 or more hot swap blade bays
supporting all types of blade server models
4. Must have media tray at the front with a diskette
drive, a DVD drive, one USB port, and a system-
status panel
5. Must have Four hot swap I/O module bays
6. Must have two hot swap Management Module
bays fully populated with Advanced Management
Module
7. Must have four hot swap power module bays with
two power modules populated
8. Must have two hot swap blowers with each
blower fitted with Acoustic Attenuation Module
9. Must have Acoustic Attenuation Module in
Failsafe mode
10. Must be supplied with 2 nos. of PDUs
11. Must be provided with Power Jumper Cord
12. Must be configured management software
13. 5 years on-site Warranty with 99% uptime
commitment
1.3 External Storage
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 115 of 191
Sr.No. Minimum Specification Complied (Yes/No)
3. Must be configured on full Fiber Channel end-to-
end of 4Gbps or latest
4. Must be switched Fiber Disks with each disk
connected to 2 separate ports on the switched
Fabric
5. Must have dual active controllers
6. Must be fully redundant with no single point of
failure.
7. Must have 2 nos. RAID Controllers per storage
system for redundancy
8. Each controller should support min. of 4GB cache
9. Must be configured for min. of 40,000 IOPS
10. Must be configured for 10K RPM and 15K RPM
disks support
11. Must be configured for intermix disk capacity
12. Must be configured for intermix of FC and SATA
HDDs under the same pair of controllers
13. Must have Global Hot Spare as standard feature
with floating disk spare design capability
14. Must be setup to support hardware RAID levels
0, 1, 0+1, 3, 5 and 10. Must support intermixing
different RAID groups in a single storage system
15. Must be configured for online expansion of RAID
group
16. Storage System must support Windows 2000,
2003, HPUX, Sun Solaris, IBM AIX, UNIX, Linux
and Novel operating system in a heterogeneous
SAN environment
17. Must support array based hardware LUN (Min. of
512 LUNs per array) Masking for highest security
18. Cache must be min. 4GB per controller with
mirroring via Fiber Channel Interface. Must have
redundant cache protection in the form of battery
backup for 72 hours or de-stage of cache to
disks. Must support real time cache tuning (read
ahead, write cache on/off for each LUN) for
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 116 of 191
Sr.No. Minimum Specification Complied (Yes/No)
performance enhancement without shutting down
the storage system
19. Must provide end to end data protection, parity
checking, parity protection at sector level,
background data scrubbing to proactively check
every sector of every disk and correct data errors
20. Hot swappable and redundant Disk drives,
Cooling Fans, Power Supplies
21. Must be configured for Remote mirroring
capability for Disaster Recovery
22. Must have 32 Nos. of 4Gbps 146GB 15,000 RPM
Fiber Channel Drives with 8 Disks on RAID 0+1,
1 as Global Hot Spare and remaining configured
as RAID 5 groups
23. System must be expandable up to 100 nos. of
4Gbps 146GB 15,000 RPM Fiber Channel Drives
24. Storage Management Software
Must be GUI as well as CLI, centrally manage the
complete range of arrays over the network,
support for web based management, tracking
and recording of actions on the system. Software
license should be provided for unlimited
expansion over SAN. The management software
should have the features such as Dynamic RAID
level migration, Dynamic capacity & volume
expansion, Dynamic Segment size expansion,
Monitoring and reporting of alarm conditions,
Diagnostic tools for subsystems and recovery,
LUN Masking, Performance Monitoring,
Generation of Mails and SNMP alerts, Point in
time copy functionality and Disk system should
be capable of Remote copying
25. Must support non-disruptive upgrade of core
software, BIOS, snap shot, clone, remote
mirroring and management software without
shutting down the storage system. All host-
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 117 of 191
Sr.No. Minimum Specification Complied (Yes/No)
attached servers must remain fully operational
during system level or maintenance upgrade
26. System must support and must be configurable
on rack. All accessories and hardware necessary
for configuration on rack must be supplied
27. Path management software to provide high
availability and automatic load balancing between
Storage and server during failure of controller.
Software license should be provided for unlimited
no. of servers
28. Must have and configured on atleast 8 host
interconnects with min. 4 per controller. All
interconnects must be of min. 4Gbps FC
29. Necessary Fiber cables required for this setup
30. External Storage must be configured on SAN
along with the Servers and Backup devices.
Storage system and the SAN Switches must have
atleast 4 paths between them.
31. 5 years on-site Warranty with 99% uptime
commitment
1.4 Tape Library Backup
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Min. 4 Nos. of Generation 3 LTO Drives
supporting up to 400 GB uncompressed capacity.
Should support min. of 6 drives
4. Interface of Min. 4Gbps to connect to Fiber
Switch. Each set of 2 drives should be on a
separate SAN Interface
5. Min. 50 slots for cartridges within frame
excluding the cleaning cartridge
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 118 of 191
Sr.No. Minimum Specification Complied (Yes/No)
6. Must be configured along with Bar code reader
7. Must Support LTO, SDLT, DLT, etc. Tape drives
8. Configured for automatic tape loading for backup
and restore
9. Should have min. data transfer rate of 80Mbps
per drive
10. Hot swappable drives, power supply and cooling
fans
Redundant power supply and cooling fans
11. Configured for Auto cleaning of drives with
dedicated cleaning cartridge slot and cartridge
12. Technology should support heterogeneous
platform
13. Support for leading backup software
14. System must support and must be configurable
on rack. All accessories and hardware necessary
for configuration on rack must be supplied
15. 5 years on-site Warranty with 99% uptime
commitment
Backup Server
16. One of the Blade Server must be configured as a
Backup Server with redundant Fiber Channel
Interface to connect to the SAN Switch
Backup Software
17. Must support full functionality of Backup and
Restore on Windows NT/2000/2003, Unix, Linux
18. Must take Hot-Online SAN based Backup for
major RDBMS like Oracle, DB2, SQL Server, etc.
on different platforms
19. Must be supplied with necessary software
modules/equipments and configured to carry out
backups over SAN without effecting the
performance of Servers, Storage, Application
Online Transactions, Network components and
Network Connectivity
20. Must be GUI based and centrally manageable
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 119 of 191
Sr.No. Minimum Specification Complied (Yes/No)
over LAN/WAN and remote connectivity
21. Must be configurable for retries for backups of
remote clients which are offline due to network
failures and reboots. Must be capable of
resuming from where the last backup/restore
failed
22. Must be supplied with license for 4 nos. of Tape
Drives. Must be supplied with license for use in
any of the Tape Library / Systems / RDBMSs /
Applications / Processors / OS / Networks
23. Should support integration with other enterprise
application
24. Must be capable of encryption of data backed up
25. Must be capable of creating multiple copies of
backup at the same time of taking primary
backup
26. Must be capable of creating a Disaster Recovery
Plan (DRP) for servers and systems in the
Network in a automated and scheduled fashion
27. Must be configured for rapid restoration during
recovery needs
28. Must monitor and control tape and data sent
offsite or through WAN
29. Must have web based administration should be
self sufficient to control different locations backup
server from a single console
30. Must have data reorganizing facility for maximum
space utilization on Tapes
31. Must have integrated RDBMS as catalog and
must not use Flat file system to store and backup
data. Must be capable of being mirrored and
should allow two-phase commit
32. 5 years on-site Warranty with 99% uptime
commitment
1.5 24 Port SAN Switch
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 120 of 191
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must be activated and fully configured for 24-
PORTS along with required SAN Host
Connectivity and licenses
4. Must have dual fans and dual power supply
5. Must have SFP optical transceivers
6. Must be designed for 19-inch Industry standard
rack. Vendor shall supply all hardware and
accessories required for installation on Rack
7. Must have Management Software Advanced
zoning
8. Must be configured for IBM pSeries, IBM xSeries
Servers and other prominent servers like HP,
SUN, etc.
9. Must be configured for Intel processor-based
servers and other processors like AMD
10. Must be configured for Windows 2003, Red Hat
Linux, Red Hat Linux AS Operating systems
11. Must be configured for Storage System
12. Must support other selected storage systems
13. Must be supplied with Fibre optic cables as
required and must be provided in various lengths
in single mode and multi-mode
14. Must be configured to support distance of 35KMS
and more.
15. Must supply FC cables/activation along with SAN
Switches
16. Must have SFP MODULES provided shall support
4GBPS, 2GBPS connectivity and should be auto-
sensing
17. Must allow creation of hardware based isolation
environments within a single SAN Fabric or
switch. Each Virtual Fabric must have
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 121 of 191
Sr.No. Minimum Specification Complied (Yes/No)
independent fabric services, zoning database,
name servers and FSPF process
18. Must be configured for Port Aggregation for up to
16 Ports
19. Must be configured for RADIUS, TACACS, AAA,
port security, fabric binding, Secure FTP, SSHv2,
SNMPv3.
20. Switch must have role based administration
21. Must have Fiber Channel Traceroute and Fiber
Channel Ping. Switch must allow diagnositics
22. Must have switch embedded applications for
device management and full fabric management
23. 5 years on-site Warranty with 99% uptime
commitment
1.6 24 Port Giga Switch
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. 24 Nos. RJ45 Ports for
10BaseT/100BaseTX/1000BaseT
4. 4 Nos. GBIC ports with support for 1000 Base
SX/LX/LH/ZX. Vendor must configure ports for
commissioning
5. Should support half duplex, full duplex modes
and auto negotiation for
10BaseT/100BaseTX/1000BaseT ports
6. Must be stackable switch
7. Port based QoS and QoS across the stack
8. Must have ACL, Authentication, Port level
security, identity based network services with
802.1x and extensions
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 122 of 191
Sr.No. Minimum Specification Complied (Yes/No)
9. Must support Min. 255 VLANs
10. 8K MAC Address entries
11. Must be configured for management through
SNMP on Web based interface
12. Must support SNMP and RMON
13. Must have LED indicators to display the link
status and activity
14. System must support and must be configurable
on rack. All accessories and hardware necessary
for configuration on rack must be supplied
15. 5 years on-site Warranty with 99% uptime
commitment
1.7 Hardware Load Balancer
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must be fully redundant for high availability
4. Must have 3 Module Slots
5. Must have Switch control module with 2 GE
(GBIC) ports fully configured
6. Must have min. 6 GE Ports fully configured
7. Must have min. 32 10/100/1000 Ethernet ports
8. Must have SSL Termination
9. Must have min. of two 2-Port GE I/O Module
10. Must have min. of two session accelerator
modules
11. Must have Active-Active layer 5 ASR
12. Must have VIP redundancy
13. Must have Aggregate Bandwidth 20 Gbps
14. Must have 1 GB flash memory disk
15. Must have power Integrated AC
16. Must have Virtual Internet Protocol
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 123 of 191
Sr.No. Minimum Specification Complied (Yes/No)
17. Must support WebNS 8.10 Features
18. Must have Hotspare Feature
19. Must have Auto Discovery and addition and
removal of Server resources without disrupting
service
20. Must have Health Check Feature and system
must automatically remove failed instances from
service
21. Must be configured for layer 3, 4, 7 & scripted
health check mechanism
22. Must have all Load Balancing Predicator
§ Least Connection
§ Round Robin
§ Weighted
§ Server Response Time
§ Least Connection + Server Response Time
§ Least Local Connection
23. Must have Sticky Connection Feature
24. Must have Global Server Load Balancing Feature
25. Must be designed for 19-inch, 1U Industry
standard rack. Vendor shall supply all hardware
and accessories required for installation on Rack
26. 5 years on-site Warranty with 99% uptime
commitment
1.8 Firewall
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Stateful Inspection
4. Must support OPSEC
5. Must have a hardened OS
6. System must support and must be configurable
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 124 of 191
Sr.No. Minimum Specification Complied (Yes/No)
on rack. All accessories and hardware necessary
for configuration on rack must be supplied
7. Must provide Intrusion Protection
8. Min. 6 Ethernet Interfaces with support for
Public, Private and De-militarized zones. Min. 2
ports should support 1000 Mbps of the 6 ports
9. High Availability with no single point of failure
10. Should support Virtual Router Redundancy
Protocol
11. AAA Support
12. X.50a Certificate Support
13. Content filtering, URL filtering support, SPAM
mails filtering
14. Must support IEEE802.1q VLAN Tagging
OSPF Routing (Min. 3 OSPF areas should be
possible to configure)
Must support Static Routing
RIPv1 and RIPv2 routing must be supported
15. DHCP Server
16. NAT/PAT support
Advanced NAT support including H.323
applications
17. Webbase GUI
18. Remote Management
19. Fast Ethernet Expansion option
20. Failover Support
21. Cleartext Throughput > 800 Mbps
22. Concurrent Connection > 3,00,000
23. Must support 5,000 new sessions per second
processing
24. Simultaneous VPN Tunnel > 1900
25. 1 DMZ for Application Servers
26. Must have GUI and CLI interfaces for firewall
management and support for both Windows and
Unix platforms
27. 5 years on-site Warranty with 99% uptime
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 125 of 191
Sr.No. Minimum Specification Complied (Yes/No)
commitment
1.9 IDS (Intrusion Detection System)
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must have 80 Mbps min performance
4. Must have 10/100BASE-Tx Standard monitoring
interface
5. Must have 10/100BASE-Tx Standard command
and control interface
6. Must have Four 10/100BaseTx (4FE) sniffing
Interfaces (allowing a total of 5 sniffing
interfaces)
7. Must be Rack-mountable
8. Must have State-full pattern recognition
9. Must have Protocol parsing
10. Must have Heuristic detection
11. Must have Anomaly detection
12. 5 years on-site Warranty with 99% uptime
commitment
1.10 24 Port Manageable Switch
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. 1U Rack-Mount
24 Nos. 10/100Mbps RJ-45 MDI-X ports,
2-port Single Mode 1000BaseX(SX) module port
(inbuilt)
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 126 of 191
Sr.No. Minimum Specification Complied (Yes/No)
Vendor shall configure the 1000BaseX Port for
connectivity to multimode Fiber Optic Cable
4. 10/100Mbps Ethernet, 100 Base TX Fast Ethernet
auto-sensing Switch
5. 8.8 Gbps back plane support, forwarding rate 3.6
Mbps or higher
6. Full duplex capability
7. Management capability
SNMP, TELNET, RMON
8. VLAN Maximum 64port based
9. Standards
IEEE802.3u(100Base Fast Ethernet),
IEEE802.3(10BaseT Ethernet),
IEEE802.3z(Gigabit Ethernet),
IEEE802.1D,IEEE802.3x,
IEEE802.1P/Q (Tagged VLAN)
10. System must support and must be configurable
on rack. All accessories and hardware necessary
for configuration on rack must be supplied
11. 5 years on-site Warranty with 99% uptime
commitment
1.11 24 Port Patch Panel
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Rack mounted, 19 inch, 1U Size patch panel
4. CAT-6 performance
5. Printed color coding to make termination easy
6. ISO 11801 and EIA / TIA 568A standards
7. 5 years on-site Warranty with 99% uptime
commitment
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 127 of 191
1.12 CAT6 UTP Cable
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Cat 6 (4 pair cable)
4. Meets EIA/TIA 568A and ISO/IEC 11801
5. Box containing 305mtr
6. Meter marked
7. For location more than 100 meters in length from
the switch, it is the vendor’s responsibility to
provide for necessary supporting
equipments/devices and terminate the
connection using Fiber Optic Cable.
8. It is the responsibility of the vendor to supply
adequate length of cable to ensure proper
networking at all locations
9. The earthwork portions of the work shall be
carried out by the vendor and shall be governed
by the instructions given by CLR for the same.
The cost quoted by the vendor shall include
digging, trenching, reinstating, resurfacing, micro
tunneling, concretizing including any other civil,
road work, earthwork, fees for permissions and
right of way, fees for reinstatement, any other
fees and charges that are not mentioned in this
list but are required for CAT6/fiber laying, etc.
and that may be required for the successful
commissioning of the CAT6/Fiber Cable
10. The amount payable to the vendor shall be based
on the actual consumption.
11. Min. bandwidth support 550Mhz
12. UL listed / UL verified (certified)
13. 24 AWG
14. Vendor must supply and install necessary and
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 128 of 191
Sr.No. Minimum Specification Complied (Yes/No)
required quantities of RJ45 Connectors/Interface
for CAT6 Cables with UL Listing and UL Verified
at no additional cost to CLR.
15. 20 years Application Assurance Warranty
Certificate
16. 5 years on-site Warranty with 99% uptime
commitment
1.13 Information Outlets
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Surface mount box with Keystone Jack
4. CAT-6 performance exceeding ISO/IEC 11801 &
EIA/TIA 568A standards
5. Color coding
6. Integrated shutters to avoid dust
7. Single port
8. Support upto 550Mhz channel bandwidth
9. UL listed / UL verified (certified)
10. 20 years Application Assurance Warranty
Certificate
11. 5 years on-site Warranty with 99% uptime
commitment
1.14 7 Feet Patch Cord
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 129 of 191
Sr.No. Minimum Specification Complied (Yes/No)
3. Cat6 4 pair cable
4. Length – 7 feet
5. Factory crimped and molded boots
6. ISO/IEC 11801 & EIA/TIA 568A CAT-6 standards
7. Jacks fitted with colored boots
8. Support upto 550Mhz channel bandwidth
9. UL listed / UL verified (certified)
10. 20 years Application Assurance Warranty
Certificate
11. 24 AWG
12. 5 years on-site Warranty with 99% uptime
commitment
1.15 3 Feet Patch Cord
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Cat6 4 pair cable
4. Length – 3 feet
5. Factory crimped and molded boots
6. ISO/IEC 11801 & EIA/TIA 568A CAT-6 standards
7. Jacks fitted with colored boots
8. Support upto 550Mhz channel bandwidth
9. UL listed / UL verified (certified)
10. 20 years Application Assurance Warranty
Certificate
11. 24 AWG
12. 5 years on-site Warranty with 99% uptime
commitment
1.16 2” Casing Capping (Meters)
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 130 of 191
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Size – 2”
4. White Color
5. Vendor is responsible for quoting, supplying,
laying, trenching, installing and commissioning
for the material supplied
6. Standard Compliance ISI
7. It is the responsibility of the vendor to lay cables
by use of conduting and casing materials or even
digging. The unit price quoted shall be inclusive
of all the charges for the laying, trenching,
supplying, commissioning etc.
8. The amount payable to the vendor shall be based
on the actual consumption.
9. 5 years on-site Warranty with 99% uptime
commitment
1.17 2” C Class GI Pipe (Meters)
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. C Class
4. Size – 2” diameter
5. Vendor is responsible for quoting, supplying,
laying, trenching, installing and commissioning
for the material supplied
6. Standard Compliance ISI
7. It is the responsibility of the vendor to lay cables
by use of conducting and casing materials or
even digging. The unit price quoted shall be
inclusive of all the charges for the laying,
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 131 of 191
Sr.No. Minimum Specification Complied (Yes/No)
trenching, supplying, commissioning etc.
8. The amount payable to the vendor shall be based
on the actual consumption.
9. 5 years on-site Warranty with 99% uptime
commitment
1.18 1” Casing Capping (Meters)
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Size – 1”
4. White Color
5. Vendor is responsible for quoting, supplying,
laying, trenching, installing and commissioning
for the material supplied
6. Standard Compliance ISI
7. It is the responsibility of the vendor to lay cables
by use of conduting and casing materials or even
digging. The unit price quoted shall be inclusive
of all the charges for the laying, trenching,
supplying, commissioning etc.
8. The amount payable to the vendor shall be based
on the actual consumption.
9. 5 years on-site Warranty with 99% uptime
commitment
1.19 1” C Class GI Pipe (Meters)
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 132 of 191
Sr.No. Minimum Specification Complied (Yes/No)
3. C Class
4. Size – 1” diameter
5. Vendor is responsible for quoting, supplying,
laying, trenching, installing and commissioning
for the material supplied
6. Standard Compliance ISI
7. It is the responsibility of the vendor to lay cables
by use of conducting and casing materials or
even digging. The unit price quoted shall be
inclusive of all the charges for the laying,
trenching, supplying, commissioning etc.
8. The amount payable to the vendor shall be based
on the actual consumption.
9. 5 years on-site Warranty with 99% uptime
commitment
1.20 All-in-One Color Laser Printer A3 Size
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must have Laser Printing Technology
4. Must have Printing speed upto 24 ppm
5. Must have First page out less than 8 seconds
6. Must have Printing resolution 600*600 dpi
7. Must have minimum RAM – 512MB DD Ram,
expandable to 1024MB
8. Must have Flash memory slots
9. Must have minimum 20GB embedded Hard Disk
10. Must have Duty Cycle – Upto 2 Lacs pages per
month
11. Automatic Duplex printing
12. Must have minimum Input Paper holding
capacity of 3000 papers
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 133 of 191
Sr.No. Minimum Specification Complied (Yes/No)
13. Must have Paper Size support for A3 (ISO), A4
(ISO), A4-rotated (ISO), A5 (ISO), B4 (JIS), B5
(JIS), B6 (JIS), Letter, letter-rotated, legal,
tabloid, executive, envelopes (No. 10, Monarch)
14. Must have Paper Type support for Paper (plain,
preprinted, letterhead, prepunched, bond, colour,
recycled, rough), transparencies, labels,
cardstock
15. Must have Network Operating system support for
Microsoft Win 2000, XP, XP 64-Bit, Server 2003;
Red Hat Linux 6.x and later; SuSE Linux 6.x and
later; HP-UX 10.20, 11.x; Solaris 2.5x, 2.6, 7, 8,
9, 10 (SPARC systems only); IBM AIX 3.2.5 and
later; MPE-iX; Citrix MetaFrame; Windows
Terminal Services
16. Must have In built print server
17. Must have Connectivity Parallel port, 2 open EIO
slots, USB 1.1 or above
18. Must have Inbuilt Ethernet port 10/100MBps
19. Must have Scanner with 600dpi resolution
(enhanced & optical)
20. Must have FAX Image technology with 300 x
300dpi
21. Must have minimum Fax memory 250 MB
minimum
22. Must have Fax modem with 33.6 Kbps minimum(
3 pages/min)
23. Must have Fax with speed dial
24. Must have Copy Speed Black: up to 10 cp/m
,colour Up to 10 cp/m
25. Must quote, supply and commission the system
along with the existing hardware setup at site
26. Must quote, supply commission any Hardware
cable, connector. Accessories, software etc,
required for the successful commission of
systems
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 134 of 191
Sr.No. Minimum Specification Complied (Yes/No)
27. Must be supplied with 2 complete sets of
cartridges
28. 5 years on-site Warranty with 99% uptime
commitment
1.21 All-in-One B/W Laser Printer A3 Size
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must have Laser Printing Technology
4. Must have Printing speed upto 24 ppm
5. Must have First page out less than 8 seconds
6. Must have Printing resolution 600*600 dpi
7. Must have minimum RAM – 512MB DD Ram,
expandable to 1024MB
8. Must have Flash memory slots
9. Must have Duty Cycle – Upto 2 Lacs pages per
month
10. Automatic Duplex printing
11. Must have minimum Input Paper holding
capacity of 3000 papers
12. Must have Paper Size support for A3 (ISO), A4
(ISO), A4-rotated (ISO), A5 (ISO), B4 (JIS), B5
(JIS), B6 (JIS), Letter, letter-rotated, legal,
tabloid, executive, envelopes (No. 10, Monarch)
13. Must have Paper Type support for Paper (plain,
preprinted, letterhead, prepunched, bond,
recycled, rough), transparencies, labels,
cardstock
14. Must have Network Operating system support for
Microsoft Win 2000, XP, XP 64-Bit, Server 2003,
Vista and later; Red Hat Linux 6.x and later;
SuSE Linux 6.x and later
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 135 of 191
Sr.No. Minimum Specification Complied (Yes/No)
15. Must have In built print server
16. Must have Connectivity Parallel port, 2 open EIO
slots, USB 1.1 or above
17. Must have Inbuilt Ethernet port 10/100MBps
18. Must have Scanner with 600dpi resolution
(enhanced & optical)
19. Must have FAX Image technology with 300 x
300dpi
20. Must have minimum Fax memory 250 MB
minimum
21. Must have Fax modem with 33.6 Kbps minimum(
3 pages/min)
22. Must have Fax with speed dial
23. Must have Copy Speed Black: up to 10 cp/m Up
to 10 cp/m
24. Must quote, supply and commission the system
along with the hardware setup at site
25. Must quote, supply commission any Hardware
cable, connector. Accessories, software etc,
required for the successful commission of
systems
26. 5 years on-site Warranty with 99% uptime
commitment
1.22 A0 Size Color Plotter
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must be Color capable with 1200x600 dpi or
above
4. Must have Line accuracy of +/- 0.02% or better
5. Must be capable of Minimum line width of
0.08mm or better
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 136 of 191
Sr.No. Minimum Specification Complied (Yes/No)
6. Must have 6 Nos. Colors of print cartridges, i.e.,
Black, Cyan, Magenta, Yellow, Light Cyan, Light
Magenta
7. Must be capable of printing on the following
Media types that are compatible with both Dye
and UV Ink Systems:
§ Adhesive Vinyl
§ Coated Paper
§ Photo Gloss
§ Photo Semi-Gloss
§ Canvas
§ Film Reverse Print Matte
§ White Inkjet Paper
§ Canvas Matte
§ Coated Paper
§ Photo Imaging Gloss
§ Photo Imaging Satin
§ Banners with Tyvek
§ Basic Super Heavyweight Paper
§ Canvas Matte UV
§ Backlit UV
§ Image Gloss UV
§ Polypropylene
§ Scrim Banner
8. Must be provided with Standard media sizes
ISO, JIS, ARCH
9. Must be capable of printing on 60’ Paper roll
10. Must provide for Margins, Leading/Trailing edges
(35mm or lesser)
11. Must provide for Lateral Margins (7mm or lesser)
12. Must provide for Roll length (90m or more)
13. Must provide for Paper handling to be supported
(Roll feed, sheet feed, automatic cutter and take-
up reel)
14. Must have Memory (256 MB or higher)
15. Must have Printing speed (9sqm/hour [coated],
5.5sqm/hour [glossy] or faster)
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 137 of 191
Sr.No. Minimum Specification Complied (Yes/No)
16. Must have Standard printer languages (TIFF,
JPEG, CALS, HP GL/2, HP RTL)
17. Must have Connectivity (TCP/IP including LPR and
IPP, AppleTalk, DLC/LLC and IPX/SPX protocols. Parallel
port, IEEE 1284-compliant, RJ45 Port)
18. Must have Hard disk capacity (Min. 40GB)
19. 5 years on-site Warranty with 99% uptime
commitment
1.23 Wide Format Scanner
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must be Wide Format type
Must be capable of scanning minimum A0 size
papers
4. Must provide 120,000 Pixels or more
5. Must provide 600 dpi resolution or more
6. Must provide for Enhanced resolution of 9600 or
more
7. Must provide Scanning speed of 3”/sec with
400dpi 24BitRGB, 12”/sec with 400dpi Greytone
and B/W
8. Must provide for Scan width of 54” or more
9. Must provide for Media width of 56” or more
10. Must provide for 15mm or more Thickness of
media with Automatic thickness adjustment
feature
11. Must provide Digital image processing
(Dual 2-D Adaptive Enhancement and adaptive
grey)
12. Embedded in hardware (ADL + Error Diffusion
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 138 of 191
Sr.No. Minimum Specification Complied (Yes/No)
Halftoning
2-D Sharpening, Softening, Blur Filter & Adaptive
Thresholding, Color Feature Extraction)
13. Must have Scan Modes (24 bit color, 8 bit
Feature extraction/Indexed color 8 bit Graytone.
Copy modes with grayshades 1 bit B/W, B/W
Dual 2D-Adaptive Modes)
14. Must have Colour adjustment (3x3 matrix
multiplier
Independent RGB Tone Curves(Gamma)
Independent B/W point setting)
15. Must have Colour space (NTSC & sRGB)
16. Must have Sensors (Quardruple 4-linear CCDs
[RGB Triplets + Panchromatic BW ] 48-bit color
Data Capture, 16-bit Graytone Data Capture,All
Digital Cameras)
17. Must have Auto-maintenance system (Auto
Alignment, Stitching Monitoring & Correction,
Basic & Precision Color Calibration)
18. Must have the following Interface
(FireWire,USB2[High Speed],STI [still Image
Interface ], WIA[ Windows Image Acquisition ]
TWAIN)
19. Must have Power management (Temperature
Control, Low Power Mode, Programmable Power-
Up Timer)
20. Must be provided with Floor stand
(floor stand with document basket)
21. Must be provided with System software
(Software for scanning and common adjustments
like rotation, cropping etc., All drivers,
Maintenance and utilities tools)
22. Must support Windows Platform
23. 5 years on-site Warranty with 99% uptime
commitment
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 139 of 191
1.24 Scanner
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Optical resolution 600 x 2400 dpi
4. Scan area: legal size (8.5" x 14")
5. High scan speed
6. SCSI-II interface
7. Flatbed color scanner
8. Maximum resolution 9600 x 9600 dpi
9. 36 bit scanner with more than one billions color
support
10. Drivers for supported OS
11. Bundled OCR software
12. PCI SCSI interface card to connect scanner
13. Should support USB Port and/Or Serial Port
14. 5 years on-site Warranty with 99% uptime
commitment
1.25 LCD Video Projector
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Native Resolution : SVGA (1024 X 768)
4. Display Technology: 3 X 9" Polysilicon LCD with
MLA( Micro Lens Array)
5. Input Sources : Computer : HD15 X 2 (Analog
RGB), DVI-D, audioX2 (3.5mm stereo mini jack);
Video : RCA X 3 (RGB Component, YpbPr, YcbCr),
S-Video, Composite Video, Audio(RCAX2), WiFi
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 140 of 191
Sr.No. Minimum Specification Complied (Yes/No)
6. Output Sources : RGB (HD15), audio (3.5 mm
stereo mini-jack)
7. Computer compatibility : SXGA, XGA, SVGA,
VGA, Mac
8. Video Compatibility : NTSC, NTSC 4.43, PAL,
PAL-M, PAL-N, SECAM
9. Brightness : 2000 ANSI Lumens to 3000 ANSI
Lumens
10. Brightness Uniformity : 75% and above
11. Contrast Ratio : Greater than 450:1 full on/full
off
12. Number of Colors : 16.7 millions
13. H-Sync Range : 31.5-80 KHz
14. V-Sync Range : 56-120 Hz
15. Dot Clock : 135 Mhz
16. Digital Keystroke Correction: +/- 30 degrees
17. Projection Lens: F=1.7-2.3; f=43-64 mm
18. Throw Ratio : 1.8- 2.4:1
19. Minimum Projection Distance : 1.1 m
20. Aspect Ratio : Native 4:3; Supports 5:4, 16:9
21. Image Size(diagonal) : 762 mm - 7620 mm
22. Projection methods: Front/rear, ceiling/desktop
23. Audio : 2 X 1.2 Watt stereo
24. Control : USB Mouse, PS/2 mouse, Bi-directional
RS-232
25. Lamp : 250 Watt UHB
26. Weight : < than 6 Kgs.
27. Operating Temperature: 50° - 95° F ( 10° - 35°)
C
28. Audible Noise : less than 34dB
29. Lamp Warranty : >= than 90 days
30. Menu Language : Atleast English
31. Must be WiFi Capable
32. 5 years on-site Warranty with 99% uptime
commitment
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 141 of 191
1.26 Desktop Video Conferencing Equipment
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Internal Processor Based
4. Mountable on Flat Panel or Flat Surface
5. Standards
ITU H.323 (IP Communications); Video H.261,
H.263, H.263+; Audio G.711, G.722, G.728
6. Data Rates/Frame Rates; 56 KBPS to 384 KBPS;
30fps at 384 KBPS
7. Video; 30fps FCIF (352 x 288 pixels); Picture in
Picture (PIP)
8. Audio; Integrated Microphone; Full-duplex audio
with echo cancellation, noise suppression and
automatic gain control
9. Input/Output; USB connector; Power; Audio
In/Out; Should be supplied with external headset
& Microphone; Should be supplied with powered
speakers that can be connected to PC
10. Camera; Manual tilt and swivel; Manual focus
11. User Interface; Onscreen virtual remote control;
Manual or auto answer; Incoming Caller ID;
Privacy Shutter
12. Dialing Capabilities; Directory Service; Internet
Locator Service (ILS) support; H.323 external
gatekeeper, gateway and MCU support
13. System Includes; Integrated camera/codec and
mounting base with support for external tripod
mount; USB Cable
Power Adapter and Cable; Application Software;
Product Documentation and Installation Guide
14. Should be configured for PC System with; USB
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 142 of 191
Sr.No. Minimum Specification Complied (Yes/No)
Port; MS Windows XP Professional OS
15. Network Requirements; Any IP based Network
including Ethernet; Network Interface Card;
Network Modem
16. Should have FCC Class B Approvals
17. 5 years on-site Warranty with 99% uptime
commitment
1.27 42 U Rack for Servers
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. The unit shall be designed to provide a secure,
managed environment for computer and
networking equipment
4. The unit shall conform to EIA-310 Standard for
Cabinets, Racks, Panels and Associated
Equipment and accommodate industry standard
19” rack mount equipment
5. The unit shall be designed with four (4) vertical
posts to allow rack mount equipment installation
utilizing four (4) vertical mounting rails
6. The unit shall be available with a vertical
equipment mounting space of 42U (1U=1.75”
or 44.45mm)
7. The unit shall be available to order with one part
number configured with all enclosure components
pre-assembled
8. A 4-post open frame configuration (no sides or
doors) should be available with 42Uvertical
equipment mounting space
9. The unit shall have Internal Height of 42U
10. The unit shall have EIA-310 of 19”
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 143 of 191
Sr.No. Minimum Specification Complied (Yes/No)
11. The unit shall have External Height of 2070mm
(81.5”)
12. The unit shall have External Width of 600mm
(23.5”)
13. The unit shall have External Depth of 1072mm
(42.2”)
14. The unit shall have Static Rating of 909 kg
(2000lbs)
15. The unit shall have Dynamic Rating of 909 kg
(2000lbs)
16. Actual enclosure width dimension is 597mm
(23.5”) for 19”
17. The 42U unit shall have exterior maximum height
measurement of 2070mm (81.5”) to allow
passage through a standard 7 Ft. (84”) doorway
without tipping
18. The 42U units shall support a static load (weight
supported by the casters and leveling feet) of at
least 909 kg. (2,000 lbs.) total weight
19. The 42U units shall support a dynamic load
(rolling on the casters) of at least 909 kg. (2,000
lbs.) total weight
20. The base units (42U) shall ship with a perforated
front door, perforated split rear doors, two (2)
solid side panels, perforated roof, four (4)
vertical frame posts, four (4) vertical mounting
rails, four (4) leveling feet and four (4) casters,
pre-installed by the manufacturer
21. The expansion units (42U) shall ship without side
panels and includes baying hardware pre-
installed by the manufacturer
22. Baying brackets and hardware provide two sets
of mounting holes for standard enclosure spacing
of 24” or 600 mm
23. Equipment Access and Monitoring
24. The unit shall provide 42U of equipment vertical
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 144 of 191
Sr.No. Minimum Specification Complied (Yes/No)
mounting space
25. The vertical mounting rails shall be adjustable to
allow different mounting depths
26. The manufacturer shall offer an optional
hardware kit containing additional M6 caged
nuts, screws and cup washers
27. Both the front and rear doors shall be designed
with quick release hinges allowing for quick and
easy detachment without the use of tools
28. The front and rear doors shall open a minimum
of 180 degrees to allow easy access to the
interior
29. The front door of the unit shall be reversible so
that it opens from either side
30. Split rear doors are provided for increased
service clearance
31. The base unit shall include removable side panels
that are removed without tools using easy finger
latches for fast access to cabling and equipment
32. Grounding Requirements
33. Provisions shall be provided for all enclosure
panels and rack-mounted equipment to be
earthed or grounded directly to the frame
34. The manufacturer shall offer an optional
grounding kit containing terminated green/yellow
jumper wires and associated hardware
35. Environmental Requirements
36. The base unit shall have a minimum of IP 20
rating for protection against touch, ingress of
foreign bodies, and ingress of water
37. Safety Requirements
38. The enclosure shall both protect the user from
mechanical hazards and generally meet the
requirements for a mechanical enclosure
(stability, mechanical strength, aperture sizes,
etc.) as defined in IEC 60950 Third Edition
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 145 of 191
Sr.No. Minimum Specification Complied (Yes/No)
39. Ventilation
40. The unit shall provide adequate ventilation to
provide airflow required by the major server
manufacturers
41. Perforated Front Door
42. Perforated Rear Door
43. Perforated Roof
44. The unit shall provide the means to mount an
optional fan-tray in the roof of the unit and fan
modules on the rear doors
45. The manufacturer shall offer an optional blanking
panel kit
46. Cable Management
47. The unit shall include four (4) vertical posts that
allow cables and power cords to be routed
through them
48. The vertical posts shall have access holes large
enough for cables and power cords (up to NEMA
5-15 plugs) to fit through them
49. The unit shall have clearance for wiring access of
at least 3” between the inside surface of the front
door and front mounting face of the vertical
mounting rails
50. The unit shall have clearance for wiring access of
at least 1.5” between the side panel and the
vertical mounting rails
51. All roof cable management openings are
protected with plastic grommets and caps pre-
installed by the manufacturer
52. Rectangular openings in rear shall be protected
with plastic grommets pre-installed by the
manufacturer
53. All side cable management openings are
protected with plastic grommets preinstalled by
the manufacturer
54. 3 years onsite warranty with 99.5% uptime
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 146 of 191
Sr.No. Minimum Specification Complied (Yes/No)
55. Cable Tray
56. Cable shall be laid in existing open cable trench /
cable tray / through GI Pipe / sleeves and shall
be dressed by using 1.2mm thick Aluminum
binding clamps and nylon threads.
57. Aluminum tags and other related material shall
be supplied and fixed
58. A 12mm thick Commercial grade plywood cable
tray of size 4” x 4” shall run beneath the tabletop
and the skirting level for housing LAN and
electrical cabling respectively. The same shall be
finished with 1mm laminate
59. Vendor shall quote, supply and commission for all
the hardware, wiring and accessories that are
required for the termination of the Racks with the
UPS at State Data Centre.
60. Vendor must quote, supply and commission the
42 U IT Enclosure required for the successful
commissioning of the UPS along with all the
required accessories, hardware, cables, etc. to
interface and interconnect with the remaining
hardware at the Data Center. The UPS supplied
must be uniform and symmetric in aesthetics
when placed along with the existing UPS at the
Data Center.
61. 5 years on-site Warranty with 99% uptime
commitment
1.28 42 U Rack for Network
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 147 of 191
Sr.No. Minimum Specification Complied (Yes/No)
3. The unit shall be designed to provide a secure,
managed environment for computer and
networking equipment
4. The unit shall conform to EIA-310 Standard for
Cabinets, Racks, Panels and Associated
Equipment and accommodate industry standard
19” rack mount equipment
5. The unit shall be designed with four (4) vertical
posts to allow rack mount equipment installation
utilizing four (4) vertical mounting rails
6. The unit shall be available with a vertical
equipment mounting space of 42U (1U=1.75”
or 44.45mm)
7. The unit shall be available to order with one part
number configured with all enclosure components
pre-assembled
8. A 4-post open frame configuration (no sides or
doors) should be available with 42Uvertical
equipment mounting space
9. The unit shall have Internal Height of 42U
10. The unit shall have EIA-310 of 19”
11. The unit shall have External Height of 2070mm
(81.5”)
12. The unit shall have External Width of 749mm
(29.5”)
13. The unit shall have External Depth of 1072mm
(42.2”)
14. The unit shall have Static Rating of 909 kg
(2000lbs)
15. The unit shall have Dynamic Rating of 909 kg
(2000lbs)
16. Actual enclosure width dimension is 597mm
(23.5”) for 19”
17. Must provide adjustable mounting depth
18. Must provide facility for rear/vertical cable
management
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 148 of 191
Sr.No. Minimum Specification Complied (Yes/No)
19. Must provide for vertical power distribution
20. Must provide numbered U positions
21. Must provide Rear Cable Management Channels
22. Must provide removable doors and side panels
23. Must provide reversible doors
24. Must provide vertical mounting rails
25. Must provide UBC Zone 4 stabilization provisions
26. Must provide Wide Form Factor (29.5”/750mm)
27. The 42U unit shall have exterior maximum height
measurement of 2070mm (81.5”) to allow
passage through a standard 7 Ft. (84”) doorway
without tipping
28. The 42U units shall support a static load (weight
supported by the casters and leveling feet) of at
least 909 kg. (2,000 lbs.) total weight
29. The 42U units shall support a dynamic load
(rolling on the casters) of at least 909 kg. (2,000
lbs.) total weight
30. The base units (42U) shall ship with a perforated
front door, perforated split rear doors, two (2)
solid side panels, perforated roof, four (4)
vertical frame posts, four (4) vertical mounting
rails, four (4) leveling feet and four (4) casters,
pre-installed by the manufacturer
31. The expansion units (42U) shall ship without side
panels and includes baying hardware pre-
installed by the manufacturer
32. Baying brackets and hardware provide two sets
of mounting holes for standard enclosure spacing
of 24” or 600 mm
33. Equipment Access and Monitoring
34. The unit shall provide 42U of equipment vertical
mounting space
35. The vertical mounting rails shall be adjustable to
allow different mounting depths
36. The manufacturer shall offer an optional
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 149 of 191
Sr.No. Minimum Specification Complied (Yes/No)
hardware kit containing additional M6 caged
nuts, screws and cup washers
37. Both the front and rear doors shall be designed
with quick release hinges allowing for quick and
easy detachment without the use of tools
38. The front and rear doors shall open a minimum
of 180 degrees to allow easy access to the
interior
39. The front door of the unit shall be reversible so
that it opens from either side
40. Split rear doors are provided for increased
service clearance
41. The base unit shall include removable side panels
that are removed without tools using easy finger
latches for fast access to cabling and equipment
42. Grounding Requirements
43. Provisions shall be provided for all enclosure
panels and rack-mounted equipment to be
earthed or grounded directly to the frame
44. The manufacturer shall offer an optional
grounding kit containing terminated green/yellow
jumper wires and associated hardware
45. Environmental Requirements
46. The base unit shall have a minimum of IP 20
rating for protection against touch, ingress of
foreign bodies, and ingress of water
47. Safety Requirements
48. The enclosure shall both protect the user from
mechanical hazards and generally meet the
requirements for a mechanical enclosure
(stability, mechanical strength, aperture sizes,
etc.) as defined in IEC 60950 Third Edition
49. Ventilation
50. The unit shall provide adequate ventilation to
provide airflow required by the major server
manufacturers
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 150 of 191
Sr.No. Minimum Specification Complied (Yes/No)
51. Perforated Front Door
52. Perforated Rear Door
53. Perforated Roof
54. The unit shall provide the means to mount an
optional fan-tray in the roof of the unit and fan
modules on the rear doors
55. The manufacturer shall offer blanking panel kit
56. Vendor shall quote, supply and commission for all
the hardware, wiring and accessories that are
required for the termination of the Racks with the
UPS at State Data Centre.
57. Vendor must quote, supply and commission the
42 U IT Enclosure required for the successful
commissioning of the UPS along with all the
required accessories, hardware, cables, etc. to
interface and interconnect with the remaining
hardware at the Data Center. The UPS supplied
must be uniform and symmetric in aesthetics
when placed along with the existing UPS at the
Data Center.
58. 5 years on-site Warranty with 99% uptime
commitment
1.29 30kVA N+1 Redundant, Modular and 42 Rack Mountable UPS
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. UPS must be continuous duty, three phase, solid
state, static type
4. UPS must be an N+1 redundant, scalable array
architecture
5. Must have hot swappable / user replaceable
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 151 of 191
Sr.No. Minimum Specification Complied (Yes/No)
10kW/10kVA power modules, which shall operate
in parallel and must be configured for N+1
redundant operation at rated load.
6. 10kW/10kVA power module must contain a full
rated input converter, full rated output inverter
and 10% battery charging circuit
7. Must have user replaceable continuous duty
bypass static switch module, hot swappable/user
replaceable battery modules, redundant control
modules, redundant logic power supplies, and
LCD interface display
8. The power modules and battery modules must be
housed in two standard, 24 inch wide, 36 inch
deep, 42U high equipment racks
9. The system must have UL60950 listing for the
complete product solution
10. Must comply to UL1778 (Uninterruptible Power
Supply Equipment)
11. Must comply to UL891 (Dead Front
Switchboards)
12. Must comply to UL60950 (Information
Technology Equipment)
13. Must be in accordance with requirements of NFPA
(National Fire Protection Associations)
14. Must be in accordance with requirements of
NEMA (National Electrical Manufacturers
Association)
15. Must be in accordance with requirements of
OSHA (Occupational Safety and Health
Administration)
16. Must be manufactured in accordance with
requirements of IEEE 519-1992 Standard
Practices and Requirements for Harmonic Control
in Electrical Power Systems
17. Must be manufactured in accordance with
requirements of ISO9001
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 152 of 191
Sr.No. Minimum Specification Complied (Yes/No)
18. Must be manufactured in accordance with
requirements of ISO14001
19. System must support the following Normal,
Battery, Recharge, Static Bypass and
Maintenance Bypass modes of operation
20. UPS must provide 30kVA and 30kW load
21. UPS battery must be provided for 30kW at a
Power Factor of Unity for 15 mins.
22. UPS must be rated for full kW output for
30kVA/kW and must be configured with up to
eight (4), 10kW power modules for N+1
23. UPS System must have AC Input Nominal
Voltage of 400V, 3 Phase, 4 Wire, 50Hz
24. Must have AC Input Voltage range of 304 – 477
Vac
25. Must have Frequency Range of 47 – 53 Hz
26. Input Power Factor
Min .96 lagging at 50% load
Min .99 lagging at 100% load
27. Input current Distortion
6% at 100% load
6% at 50% load
28. UPS Start must be linear from 0-100% input
current and must not exhibit inrush
29. UPS must provide AC Output 400V, 3 Phase, 4
Wire, 50Hz
30. UPS must provide Max. Voltage Distortion of 3%
at 100% linear load
31. UPS must provide AC Output Voltage Regulation
of +/- 1% for 100% linear or nonlinear load
32. UPS must provide output frequency of 50Hz +/-
0.1Hz under battery operation or input
synchronized under normal operation
33. UPS must provide voltage transient response of
+/- 5% maximum for 100% load step
34. UPS must provide Voltage Transient Response
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 153 of 191
Sr.No. Minimum Specification Complied (Yes/No)
within <60 milliseconds
35. Must provide unlimited crest factor
36. UPS must provide Output Voltage Harmonic
Distortion of <2% THD max. and 1% single
harmonic for a 100% linear load
37. UPS must provide Output Voltage Harmonic
Distortion of <5% THD max. and 100% non
linear load
38. Must have Phase Angle Displacement of
§ 120 degrees +/- 1 degree for balanced load
§ 120 degrees +/- 1 degrees for 50%
imbalanced load
§ 120 degrees +/- 3 degrees for 100%
imbalanced load
39. Must have Overload Rating during Normal
Operation as
§ 150% for 30 seconds
§ < 105% continuous
40. Must have Overload Rating during Bypass
Operation as
§ 125% continuous
§ 1000% for 500 milliseconds
41. Must have System AC-AC Efficiency of 94% at
100% load
42. Must have the following Environmental Rages
Storage Ambient Temperature: -15°C to 45°C).
Operating Ambient Temperature: 0°C to 40°C
Relative Humidity: 0 to 95% Non-condensing
Operating altitude with no derating: 0 to 1000m
feet above sea level (0 to 3333)
43. UPS must be configured with redundant input
converters, each with semiconductor fusing, and
logic controlled contactors to remove a failed
module from the input bus
44. The battery charging circuit shall contain a
temperature compensation circuit, which will
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 154 of 191
Sr.No. Minimum Specification Complied (Yes/No)
regulate the battery charging to optimize battery
life. The battery charging circuit shall remain
active when in Static Bypass and in Normal
Operation
45. In both normal operation and battery operation,
the output inverters shall create an output
voltage independent of the mains input voltage.
Input voltage anomalies such as brown-outs,
spikes, surges, sags, and outages shall not affect
the amplitude or sinusoidal nature of the
recreated output voltage sine wave delivered by
the output inverters
46. The output power converters shall be capable of
300% for short-circuit clearing. Steady-state
overload conditions, of up to 150% of system
capacity, shall be sustained by the inverter for 30
seconds in normal and battery operation. Should
overloads persist past the outlined time
limitation, the critical load will be switched to the
automatic static bypass output of the UPS
47. The output inverter shall be provided with an
output mechanical contactor to provide physical
isolation of the inverter from the critical bus.
With this feature a failed inverter shall be
removed from the critical bus
48. The inverter shall be provided with monitoring
and control circuits to limit the level of discharge
on the battery system
49. The UPS shall be configured with redundant
output inverters, each with semiconductor fusing,
and logic controlled contactors to remove a failed
component from the critical bus
50. UPS must provide system static bypass switch
shall be provided. The system static bypass shall
provide no break transfer of the critical load from
the Inverter output to the static bypass input
source during times where maintenance is
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 155 of 191
Sr.No. Minimum Specification Complied (Yes/No)
required, or the inverter cannot support the
critical bus. Such times may be due to prolonged
or severe overloads, or UPS failure. The UPS and
static bypass switch shall constantly monitor the
auxiliary contacts of their respective circuit
breakers, as well as the bypass source voltage,
and inhibit potentially unsuccessful transfers to
static bypass from taking place
51. The design of the static switch power path shall
consist of Silicon Controlled Rectifiers (SCR) with
a continuous duty rating of 125% of the UPS
output rating
52. An automatic transfer of load to static bypass
shall take place whenever the load on the critical
bus exceeds the overload rating of the UPS.
Automatic transfers of the critical load from static
bypass back to normal operation shall take place
when the overload condition is removed from the
critical bus output of the system. Automatic
transfers of load to static bypass shall also take
place if for any reason the UPS cannot support
the critical bus
53. The static bypass shall be rated and capable of
handling overloads equal to or less than 125% of
the rated system output continuously. For
instantaneous overloads caused by inrush current
from magnetic devices, or short circuit
conditions, the static bypass shall be capable of
sustaining overloads of 1000% of system
capacity for periods of up to 500 milliseconds
54. The static bypass switch shall be of a modular
design
55. As a requirement of UL1778, back-feed
protection in the static bypass circuit shall also
be incorporated in the system design. To achieve
back-feed protection, a mechanical contactor in
series with the bypass SCR(s) shall be controlled
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 156 of 191
Sr.No. Minimum Specification Complied (Yes/No)
by the UPS/static switch, to open immediately
upon sensing a condition where back-feeding of
the static switch by any source connected to the
critical output bus of the system is occurring.
One such condition could be a result of a shorted
SCR.
56. The UPS shall be controlled by two fully
redundant, user-replaceable / hot-swappable
control modules. These modules shall have
separate, optically isolated, communication paths
to the power and static switch modules. Logic
power for the control modules shall be derived
from redundant power supplies, each having a
separate AC and DC input and output. The
communication of the control modules shall be of
Controller Area Network (CAN Bus)
57. A microprocessor controlled display unit shall be
located on a hinged door in the front of the
system. The display shall consist of an
alphanumeric display with backlight, an alarm
LED, and a keypad consisting of pushbutton
switches
58. The UPS batteries must have potential free (dry)
contacts
59. UPS System must have RS232 Serial Port #1
UPS System must have RJ-45 Interface port for a
Remote Display
60. The UPS battery shall be of modular construction
made up of user replaceable, hot swappable,
fused, battery modules. Each battery module
shall be monitored for voltage and temperature
for use by the UPS battery diagnostic, and
temperature compensated charger circuitry
61. The battery jars housed within each removable
battery module shall be of the Valve Regulated
Lead Acid (VRLA) type
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 157 of 191
Sr.No. Minimum Specification Complied (Yes/No)
62. The UPS shall incorporate a battery management
system to continuously monitor the health of
each removable battery module. This system
shall notify the user in the event that a failed or
weak battery module is found
63. As a standard product offering, the UPS shall be
capable of delivering 4.5 minutes of back-up (at
30KW) with battery cartridges located internal to
the UPS
64. Each UPS system shall have a 250 VDC rated,
thermal magnetic trip molded case circuit
breaker. Each circuit breaker shall be equipped
shunt trip mechanisms and 1A/1B auxiliary
contacts. The circuit breakers are to be located
within the UPS enclosure or as part of a line-up-
and-match type battery cabinet
65. The PDU/system bypass cabinet shall provide
power to the critical load from the bypass source,
during times where maintenance or service of the
UPS is required. The PDU/System bypass shall
provide a mechanical means of complete isolation
of the UPS from the critical output distribution.
The PDU/System bypass shall be constructed in a
Standard 24 inch wide 36 inch deep 42U High, IT
Rack Style enclosure
66. Appropriately rated circuit breakers to fully
isolate the UPS during times where maintenance
is required. As a part of this design there shall be
a UPS input circuit breaker designated as Q1, a
UPS output circuit breaker designated as Q2, and
a wrap-around maintenance bypass circuit
breaker designated as Q3. For PDU/system
bypass panels equipped with an input
transformer, there shall also be a molded case
switch to isolate the transformer primary
windings from the mains input to the system.
Minimum 1A/1B auxiliary contacts for the
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 158 of 191
Sr.No. Minimum Specification Complied (Yes/No)
purpose of relaying status information of each
circuit breaker / switch actuator to the UPS and
PDU/system bypass shall be provided, along with
a means of locking out the circuit breakers to
inhibit operation of the bypass transfer pair. The
PDU/System Bypass shall be available for a
208V, 480V, or 600V input
67. For ease of load bank testing the system, a “pin
and sleeve cam lock” type load bank test port
shall be available to allow use of a portable load
bank to be connected to the system, without
having to remove dead-fronts or gain access to
live bus work or circuit breakers. A load bank
shall be available with a properly configured
connector on flexible cord to facilitate ease of use
68. For purposes of providing extended UPS back-up
power, extended runtime battery enclosures shall
be available. For ease of maintenance the
extended runtime battery enclosures, shall house
draw-out battery cartridges. These cartridges
shall conform to OSHA lifting requirements for
one person to replace battery cartridges without
lifting tools or additional mechanisms. Battery
cartridges shall interlock in place within the
battery enclosure to ensure proper contact. When
withdrawing a battery cartridge, a catch shall
stop the battery cartridge from inadvertently
being withdrawn in an unsafe manner. The
Extended Run Battery solution shall be housed in
a standard, 24 inch wide, 36 inch deep, 42U high
equipment racks
69. The Ethernet Web/SNMP Adaptor shall allow one
or more network management systems
(NMS) to monitor and manage the UPS in TCP/IP
network environments. The management
information base (MIB) shall be provided in DOS
and UNIX "tar" formats. The SNMP interface
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 159 of 191
Sr.No. Minimum Specification Complied (Yes/No)
adaptor shall be connected to the UPS via the
RS232 serial port on the standard communication
interface board
70. The System, in conjunction with a network
interface card, shall be capable of gracefully
shutting down one or more operating systems
during when the UPS is on reserve mode
71. The System shall also be capable of using an
RS232 port to communicate by means of serial
communications to gracefully shut down one or
more operating systems during an on battery
situation
72. Remote monitoring shall be available via a web
browser such as Internet Explorer
Remote UPS monitoring shall be possible via
either RS232 or contact closure signals from
the UPS
Remote UPS Monitoring shall be possible through
a standard MIB II compliant platform
73. The UPS manufacturer shall have available
software to support graceful shutdown and
remote monitoring for the following systems:
a. Microsoft Windows 95/98/XP
n. SUN Solaris 2.6-2.8
o. SUN OS 4.13, 4.14
p. IBM AIX 4.3x-4.33g, 5.1
r. Linux
74. Monitoring - shall be capable of monitoring all
products in this specification including, UPS,
PDU/System Bypass, Extended Run Battery
Enclosures, and rack level distribution options
through a network of category 5 cable and a 24
port hub, supplied by the UPS manufacturer. This
24 port hub shall relay information to the
Manager, which in turn shall allow access to this
information via the user’s public network via a
single IP address
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 160 of 191
Sr.No. Minimum Specification Complied (Yes/No)
75. Monitored Values - Manager shall be capable of
monitoring alarms, general status parameters,
voltage and current of products outlined in this
specification
76. Thresholds - For individualized customer needs,
Manager shall allow for user configurable
thresholds for alarm notification. With this
feature, Manager can notify clients of reaching
thresholds for UPS capacity, PDU capacity, or
branch circuit breaker capacity. Other custom
programmable alarm points for other products
shall also be available via dry contact input signal
77. Public Network Monitoring - The Manager shall
also be capable of monitoring other devices that
are connected to the client’s public network
78. Vendor must quote, supply and commission the
42 U IT Enclosure required for the successful
commissioning of the UPS along with all the
required accessories, hardware, cables, etc. to
interface and interconnect with the remaining
hardware at the Data Center. The UPS supplied
must be uniform and symmetric in aesthetics
when placed along with the existing UPS at the
Data Center.
79. 5 years on-site Warranty with 99% uptime
commitment
1.30 50kVA DG Set
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. 50 kVA DG set with exhaust piping
4. AMF panel with two contactor or ATS
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 161 of 191
Sr.No. Minimum Specification Complied (Yes/No)
5. Control & power cabling complete with earthing
system
6. Concrete Diesel Tank
7. 5 years on-site Warranty with 99% uptime
commitment
1.31 Civil Work
Sr.No. Minimum Specification Complied (Yes/No)
1. Re-plastering of the walls with smooth finish <Write Yes or No for all
rows>
2. Stainless Steel Signage and Direction board
3. Periodic Anti-Termite Treatment for the entire
area
4. Acrylic Plastic Emulsion Painting with even shade
over primer coating for all vertical plain surface
and plain gyp-board ceiling
5. POP running over cement plaster in perfect line
and level with thickness 10-12mm
6. Fire retardant coating over all vertical surfaces
and furniture
1.32 Flooring
Sr.No. Minimum Specification Complied (Yes/No)
1. Raised Flooring with High Pressure Laminated
Panel System with Rigid Grid Understructure
system with edge support
<Write Yes or No for all
rows>
2. Raised flooring should withstand static and rolling
loads
3. Flooring should have adequate fire resistance,
acoustic barrier, air leakage resistance
4. Removing existing flooring and laying appropriate
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 162 of 191
Sr.No. Minimum Specification Complied (Yes/No)
good quality granite and/or white/cream tiles
5. with proper skirting on walls on areas other than
raised flooring
1.33 False Ceiling
Sr.No. Minimum Specification Complied (Yes/No)
1. False ceiling with Gypsum board with approved
G.I. framework and hangers
<Write Yes or No for all
rows>
2. Should have opening for lighting and for fitting
other equipments
3. Up to a vertical depth of 1’6”
4. Providing and fixing 9mm thick insulation above
false ceiling
5. Periodic cleaning of the surface to remove dust
1.34 Furniture in administrative area
Sr.No. Minimum Specification Complied (Yes/No)
1. Workstations created with cubicle format modular
tables and partitions for installing desktops,
printers etc.
<Write Yes or No for all
rows>
2. Workstations shall have 2’ depth, 25mm thick on
top and 20mm thick other parts with commercial
board with 1.5mm thick lamination. Should have
cable managers
3. Workstations shall have keyboard trays, drawers,
cabinets with drawer slides
4. Workstations shall have Magnetic board, Soft
board for pins and white board for writing and
putting notes for each cubicle
5. Ergonomic design for comfortable work
6. Electrical fittings for desktops, printers etc. With
additional points
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 163 of 191
Sr.No. Minimum Specification Complied (Yes/No)
7. Chairs suitable for using computers with rollers
8. Storage cupboards with 18mm thick MDF with
1.5mm lamination. Completely polished
1.35 Electrical Work
Sr.No. Minimum Specification Complied (Yes/No)
1. PVC insulated copper conductor cables <Write Yes or No for all
rows>
2. Stranded copper conductors with thermoplastic
insulations of 1100 volts grade
3. All wiring shall be color coded
4. Looping system of wiring shall be used. At no
cases, wires shall be joined. No reduction of
strands at any terminations
5. Running set of wires shall be bunched together
with cable straps at required intervals
6. Circuit diagrams at each Distribution Board and
all other locations, wherever necessary
7. Metal clad sockets should be of die cast non-
corroding zinc alloy, have deeply recessed
contact tubes and have push on protective cap
8. Power for desktops and other IT infrastructure
should be separate from lighting and other
miscellaneous electrical items
9. All electrical equipment is to be earthen in
conformity with provision of rules 32, 61,
62,67,& 68 of Indian Electricity rules 1956 and as
per IS- 3843-1986
10. All cable ducts shall have sufficient size so that
the cables do not touch each other
11. Cables shall be neatly arranged and shall have
cable numbers with 2mm aluminum strips
fastened to it
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 164 of 191
Sr.No. Minimum Specification Complied (Yes/No)
12. All electrical fitting and accessories shall be
minimum ISI marked
1.36 Lighting
Sr.No. Minimum Specification Complied (Yes/No)
1. Bright lighting with reflectors and shades. Tube
lights or CFL, wherever appropriate
<Write Yes or No for all
rows>
2. Design shall be in such a way that the lights are
not reflected on computer screen, while working
3. All lighting equipments shall be ISI marked
1.37 PVC Conduit
Sr.No. Minimum Specification Complied (Yes/No)
1. All conduits shall have high-impact heavy duty
type heavy PVC and shall conform to I.E.E.
regulations for nonmetallic conduit 1.6 mm thick
as per IS 9537/1983. All conduits should not be
less than 20mm external diameter
<Write Yes or No for all
rows>
2. Connecting pieces should be connected using
epoxy resin glue and shall be cleaned prior
connecting
3. The cables connected to separate main circuits
shall be enclosed in separate conduits
4. Conduit concealed in the ceiling slab shall run
parallel to walls and beams and conduit
concealed in the walls shall run vertical or
horizontal
1.38 Surveillance Systems
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 165 of 191
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. 24x7x365 surveillance systems using CCTV
4. Online images from all cameras should be
viewable at the control room. Cameras should be
capable of night vision.
5. Capacity to record images from all cameras and
capacity to preserve the images for a month
time. Facility to take backup and storage of older
images
6. 5 years on-site Warranty with 99% uptime
commitment
1.39 Access Control Systems
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Biometry Finger Print based Access Control for
critical area
4. Proximity Access Control for non critical areas
5. Automatic Door Lock and Release System as per
access validation
6. Access control shall be for each critical door on
entry as well as exit
7. Making good looking doors with automatic
locking system provided with Access Control
Systems
8. 5 years on-site Warranty with 99% uptime
commitment
1.40 Precision Air Conditioning System for Server Room
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 166 of 191
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Precision control of Temperature
4. Precision control of Humidity using Humidifier
5. 16G hard Guage Copper Piping
6. Facilities for Nitrogen Pressure Testing, Triple
Vacuum, Gas Charging etc.
7. Continuous Monitoring and Maintenance with
sufficient dedicated staff
8. 5 years on-site Warranty with 99% uptime
commitment
1.41 Air Conditioning for Non-Server Operational Area of State
Data Centre
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Split Air conditioner shall be provided with
sufficient capacity Voltage Stabilizer
4. Energy Efficient Compressor
5. Stage Adjustable Fan Speed
6. Every 150sqft of carpet area should have a
rotary compressor of 2 Tonne on an average
7. 5 years on-site Warranty with 99% uptime
commitment
1.42 Fire and Smoke Detection System
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 167 of 191
Sr.No. Minimum Specification Complied (Yes/No)
rows>
2. Model <Specify the Model here>
3. Automatic detection of fire as well as unusual
increase in temperature
4. Equipped with VESDA (Very Early Smoke
Detection Alarm) Digital communication to an
alarm system
5. Digital communication and triggering of
suppression systems
6. Compliant with National and Local specifications
7. 5 years on-site Warranty with 99% uptime
commitment
1.43 Automatic Fire Suppression System
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Inert Gas based Automatic Fire Suppression
System
4. Gas release control panel, CCE approved
seamless gas cylinders, discharge valve (with
solenoid or pneumatic actuator), discharge pipe,
non-return valve and all other accessories
required to provide a complete operational
system
5. Compliant with specifications of NFPA 2001 and
local standards
6. 5 years on-site Warranty with 99% uptime
commitment
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 168 of 191
1.44 Water Leak Detection System
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Water Leak Detection System shall be installed at
all critical area to detect any seepage of water at
early stage
4. The Water Leak Detection system shall be
equipped with an automatic alarm system and
shall be installed critical areas ceiling as well as
flooring
5. 5 years on-site Warranty with 99% uptime
commitment
1.45 Pest Repellent System
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here>
<Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. The Rodent Repellant System shall be designed
and implemented to avoid the entry of insects,
rodents, pests, etc. inside the Server Room
effectively
4. This will cover all area of Server Room i.e., above
false ceiling, room void and below false floor
5. The system shall be designed such that it does
not kill the insects, rodents, etc. inside the
Facility and shall prevent short circuit taking
place due to the same
6. 5 years on-site Warranty with 99% uptime
commitment
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 169 of 191
2. IT Centers at 341 User Locations (at Tehsil Level)
2.1 LAN
Sr.No. Minimum Specification Complied (Yes/No)
1. Structured cabling for LAN CAT5E/CAT6 cables,
Surface Mount I/Os, CAT 5E/CAT6 patch cords,
Jack Panel, PVC conduit / casing / capping with
accessories, any other required components such
as labels, ferrules etc., and all associated civil
works at the office.
<Write Yes or No for all
rows>
2.2 All-in-One B/W Laser Printer A3 Size
Sr.No. Minimum Specification Complied (Yes/No)
1. Make <Specify the Make here> <Write Yes or No for all
rows>
2. Model <Specify the Model here>
3. Must have Laser Printing Technology
4. Must have Printing speed upto 24 ppm
5. Must have First page out less than 8 seconds
6. Must have Printing resolution 600*600 dpi
7. Must have minimum RAM – 512MB DD Ram,
expandable to 1024MB
8. Must have Flash memory slots
9. Must have Duty Cycle – Upto 2 Lacs pages per
month
10. Automatic Duplex printing
11. Must have minimum Input Paper holding
capacity of 3000 papers
12. Must have Paper Size support for A3 (ISO), A4
(ISO), A4-rotated (ISO), A5 (ISO), B4 (JIS), B5
(JIS), B6 (JIS), Letter, letter-rotated, legal,
tabloid, executive, envelopes (No. 10, Monarch)
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 170 of 191
Sr.No. Minimum Specification Complied (Yes/No)
13. Must have Paper Type support for Paper (plain,
preprinted, letterhead, prepunched, bond,
recycled, rough), transparencies, labels,
cardstock
14. Must have Network Operating system support for
Microsoft Win 2000, XP, XP 64-Bit, Server 2003,
Vista and later; Red Hat Linux 6.x and later;
SuSE Linux 6.x and later
15. Must have In built print server
16. Must have Connectivity Parallel port, 2 open EIO
slots, USB 1.1 or above
17. Must have Inbuilt Ethernet port 10/100MBps
18. Must have Scanner with 600dpi resolution
(enhanced & optical)
19. Must have FAX Image technology with 300 x
300dpi
20. Must have minimum Fax memory 250 MB
minimum
21. Must have Fax modem with 33.6 Kbps minimum(
3 pages/min)
22. Must have Fax with speed dial
23. Must have Copy Speed Black: up to 10 cp/m Up
to 10 cp/m
24. Must quote, supply and commission the system
along with the hardware setup at site
25. Must quote, supply commission any Hardware
cable, connector. Accessories, software etc,
required for the successful commission of
systems
26. 5 years on-site Warranty with 99% uptime
commitment
2.3 Civil Work
Sr.No. Minimum Specification Complied (Yes/No)
1. Re-plastering of the walls with smooth finish <Write Yes or No for all
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 171 of 191
Sr.No. Minimum Specification Complied (Yes/No)
rows>
2. Stainless Steel Signage and Direction boards
3. Periodic Anti-Termite Treatment for the entire
area
4. Acrylic Plastic Emulsion Painting with even shade
over primer coating for all vertical plain surface
and plain gyp-board ceiling
5. POP running over cement plaster in perfect line
and level with thickness 10-12mm
2.4 Flooring
Sr.No. Minimum Specification Complied (Yes/No)
1. Removing existing flooring and laying appropriate
good quality white/cream tiles with proper
skirting on walls
<Write Yes or No for all
rows>
2.5 Furniture in administrative area
Sr.No. Minimum Specification Complied (Yes/No)
1. Workstations created with cubicle format modular
tables and partitions for installing desktops,
printers etc.
<Write Yes or No for all
rows>
2. Workstations shall have 2’ depth, 25mm thick on
top and 20mm thick other parts with commercial
board with 1.5mm thick lamination. Should have
cable managers
3. Workstations shall have keyboard trays, drawers,
cabinets with drawer slides
4. Workstations shall have Magnetic board, Soft
board for pins and white board for writing and
putting notes for each cubicle
5. Ergonomic design for comfortable work
6. Electrical fittings for desktops, printers etc. With
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 172 of 191
Sr.No. Minimum Specification Complied (Yes/No)
additional points
7. Chairs suitable for using computers with rollers
8. Storage cupboards with 18mm thick MDF with
1.5mm lamination. Completely polished
2.6 Seating for Public Customer in the waiting area
Sr.No. Minimum Specification Complied (Yes/No)
1. Metal Perforated Single seater/ 3 seater / 4
seater as appropriate.
<Write Yes or No for all
rows>
2. Ergonomic, Epoxy-polyester coated
3. adjustable glide screw under leg support for floor
leveling
2.7 Electrical Work
Sr.No. Minimum Specification Complied (Yes/No)
1. PVC insulated copper conductor cables <Write Yes or No for all
rows>
2. Stranded copper conductors with thermoplastic
insulations of 1100 volts grade
3. All wiring shall be color coded
4. Looping system of wiring shall be used. At no
cases, wires shall be joined. No reduction of
strands at any terminations
5. Running set of wires shall be bunched together
with cable straps at required intervals
6. Circuit diagrams at each Distribution Board and
all other locations, wherever necessary
7. Metal clad sockets should be of die cast non-
corroding zinc alloy, have deeply recessed
contact tubes and have push on protective cap
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 173 of 191
Sr.No. Minimum Specification Complied (Yes/No)
8. Power for desktops and other IT infrastructure
should be separate from lighting and other
miscellaneous electrical items
9. All electrical equipment is to be earthen in
conformity with provision of rules 32, 61,
62,67,& 68 of Indian Electricity rules 1956 and as
per IS- 3843-1986
10. All cable ducts shall have sufficient size so that
the cables do not touch each other
11. Cables shall be neatly arranged and shall have
cable numbers with 2mm aluminum strips
fastened to it
2.8 Lighting
Sr.No. Minimum Specification Complied (Yes/No)
1. Bright lighting with reflectors and shades. Tube
lights or CFL, wherever appropriate
<Write Yes or No for all
rows>
2. Design shall be in such a way that the lights are
not reflected on computer screen, while working
2.9 PVC Conduit
Sr.No. Minimum Specification Complied (Yes/No)
1. All conduits shall have high-impact heavy duty
type heavy PVC and shall conform to I.E.E.
regulations for nonmetallic conduit 1.6 mm thick
as per IS 9537/1983. All conduits should not be
less than 20mm external diameter
<Write Yes or No for all
rows>
2. Connecting pieces should be connected using
epoxy resin glue and shall be cleaned prior
connecting
3. The cables connected to separate main circuits
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 174 of 191
Sr.No. Minimum Specification Complied (Yes/No)
shall be enclosed in separate conduits
4. Conduit concealed in the ceiling slab shall run
parallel to walls and beams and conduit
concealed in the walls shall run vertical or
horizontal
2.10 UPS and Battery
Sr.No. Minimum Specification Complied (Yes/No)
1. Reliable UPS and battery with capacity of either 4
hours back up or 20minutes backup and
Generator set backup
<Write Yes or No for all
rows>
2. system to operate the IT Centre with full load
3. Capable of supplying stabilized power, which can
minimize undulations in input power source
4. 99.5% uptime
2.11 Access Control Systems
Sr.No. Minimum Specification Complied (Yes/No)
1. Biometry Finger Print based Access Control for
critical area
<Write Yes or No for all
rows>
2. Proximity Access Control for non critical areas
3. Automatic Door Lock and Release System as per
access validation
4. Access control shall be for each critical door on
entry as well as exit
5. Making good looking doors with automatic
locking system provided with Access Control
Systems
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 175 of 191
2.12 Air Conditioning for Operational Area
Sr.No. Minimum Specification Complied (Yes/No)
1. Split Air conditioner shall be provided with
sufficient capacity Voltage Stabilizer
<Write Yes or No for all
rows>
2. Energy Efficient Compressor
3. Stage Adjustable Fan Speed
4. Every 150sqft of carpet area should have a
rotary compressor of 2 Tonne on an average
2.13 Fire Fighting System
Sr.No. Minimum Specification Complied (Yes/No)
1. Automatic detection of fire as well as unusual
increase in temperature with attached warning
alarms
<Write Yes or No for all
rows>
2. Fire fighting equipments compliant with National
and Local specifications
3. Integrated Biometric Authentication Device
Sr.No. Minimum Specification Complied (Yes/No)
1. Finger print imaging area: 12mm * 16 mm <Write Yes or No for all
rows>
2. Minimum Resolution of 480 dpi
3. Interface: USB 2.0, EPP parallel
4. Power: Self Powered via USB
5. Verification time less than a second
6. Capable of handling finger print angular
variability
7. 400 Bytes encrypted data size
8. ISO 7816 compliant
4. Owner-wise smartcard
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 176 of 191
Sr.No. Minimum Specification Complied (Yes/No)
1. Credit card size 85.60mm x 53.98mm <Write Yes or No for all
rows>
2. ISO/IEC 7810 ID-1 compliant
3. Rewritable
4. Should be able to store all details of B1 register
and details required in the system, while
payment of rent or while applying for copies of
land records
5. Should be able to store details of multiple
properties owned by the applicant (holder of
smart card)
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 177 of 191
ANNEXURE V: COMPLIANCE MATRIX
FOR PROPOSED TEAM
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 178 of 191
Against each item mentioned in the compliance matrix, please specify that the
solution provided is complied or not by specifying “Yes” or “No”. Please note
that the solutions with response “No” against any of the items listed below
shall not be considered. Please Note that the qualifications mentioned are
“minimum qualifications” and higher qualifications are always welcome. The
list provided below contain only the core team members and for executing the
project, more team members may be required.
Compliance Matrix
Sr.No. Team Member with Required Qualification and
Experience
Complied?
(Yes/No/Not
required)
1. Role • Project Manager (1 No) <Mention Yes
or No> Educational
Qualification
• BE/BTech/MCA/MSc from UGC
Recognized University
Experience • 5 years total experience in IT
• 2 years experience in the capacity
of Project Manager
• Should have handled at least two
Web based application development
projects
2. Role • Domain Expert (1 No) <Mention Yes
or No> Educational
Qualification
• BE/BTech/MCA/MSc from UGC
Recognized University
Experience • 8 years total experience in GIS
• 4 years experience in the capacity
of GIS Specialist/GIS Consultant
• Should have contributed in at least
two Land Information System
projects
• Should have contributed in at least
one Web GIS project
3. Role • Module Leaders (2) <Mention Yes
or No> Educational
Qualification
• Any Graduation/3 Year Diploma
from Recognized University/Board
Experience • 3 years total experience in
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 179 of 191
Sr.No. Team Member with Required Qualification and
Experience
Complied?
(Yes/No/Not
required)
developing enterprise web based
project
• 1 year experience at the capacity of
Module Lead / Project Lead in web
based development projects
4. Role • Software Testing Expert <Mention Yes
or No> Educational
Qualification
• Any Graduation/3 Year Diploma
from Recognized University/Board
Experience • 4 years total experience in software
testing
• 2 year experience in testing web
based development projects
5. Role • Database Expert <Mention Yes
or No> Educational
Qualification
• Any Graduation/3 Year Diploma
from Recognized University/Board
Experience • 5 years total experience in
Database Design / Administration,
Maintenance and Performance
Tuning
• 1 year experience in design /
administration of large GIS
databases
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 180 of 191
ANNEXURE VI: INDICATIVE
QUANTITIES FOR IT
INFRASTRUCTURE
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 181 of 191
In order to give a basic idea about the IT Infrastructure quantities involved in
the work to the bidders, a table containing indicative quantities of the IT
Infrastructure is given below. Bidders should note that the list provided may
not contain all the items required to provide the required solution. The figures
mentioned are merely indicative and actual quantities will have to be worked
out by the bidder himself to arrive at his cost as per his proposed solution.
Bidders also should note that the list does not contain quantities for the
development of Non-IT infrastructure (like flooring, ceiling, access control
system, air-conditioning etc.), which are also included in the scope of work
1. Indicative quantities for IT Infrastructure
Sr.
No
Item Total Unit Data
Center
(CLR
HO)
DR
Site
Admi
n Site
(CLR
HO)
IT
Centre
s at
User
Locatio
ns
1 Database Servers 3 Nos 2 1 -
2 GIS/Application/Web
Servers
5 Nos 3 2 -
3 Domain and ADS Server 3 Nos 2 1 -
4 E-Mail and Proxy Server 2 Nos 1 1 -
5 Antivirus – AntiSpyWare
Server
2 Nos 1 1 -
6 Backup and Restore
Server
4 Nos 2 2 -
7 NMS Server 2 Nos 1 1 -
8 OS for Servers 21 Nos 12 9 -
9 Database Platform
(Oracle 10g spatial or
higher)
As
required
Qua
d
Core
CPU
s
As
required
As
required
-
10 Database Cluster
(Oracle 10g or higher
Real Application
As
required
Qua
d
Core
As
required
As
required
-
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 182 of 191
Sr.
No
Item Total Unit Data
Center
(CLR
HO)
DR
Site
Admi
n Site
(CLR
HO)
IT
Centre
s at
User
Locatio
ns
Cluster) CPU
s
11 Web GIS Server
Platform for
Application/WebGIS
servers
As
required
Qua
d
Core
CPU
s
As
required
As
required
-
12 Any other Tools (GIS or
Non-GIS), Utilities,
Software, Updates,
Patches etc. required
for successful
implementation,
administration,, running
and maintenance of the
solution including
management of State
Data Centre
As
required
LS As
required
As
required
-
13 User CALs (If required /
as applicable)
2,050 Nos.
20
2,030
14 Blade Server Enclosures 4 Nos. 2 2 -
15 External Storage 2 Nos. 1 1 -
16 Tape Library Backup 2 Nos. 1 1 -
17 Tape Library Bar coded
cartridge with 400 GB
Uncompressed capacity
60 Nos. 30 30 -
18 24 port SAN Switch 4 Nos. 2 2 -
19 24 port Giga Switch 6 Nos. 4 2 -
20 Hardware Load Balancer 4 Nos. 2 2 -
21 Firewall 4 Nos. 2 2 -
22 Intrution Detection 4 Nos. 2 2 -
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 183 of 191
Sr.
No
Item Total Unit Data
Center
(CLR
HO)
DR
Site
Admi
n Site
(CLR
HO)
IT
Centre
s at
User
Locatio
ns
System
23 Intrusion Prevention
System
4 Nos. 2 2 -
24 24 Port Manageable
Switch
382 Nos. 2
380
25 24 Port Patch Panel 382 Nos. 2
380
26 CAT6 UTP Cable 1,02,500 Mtrs
.
1,000 1,01,50
0
27 Information Outlets 2,050 Nos.
20
2,030
28 7 feet Patch Cord 2,050 Nos.
20
2,030
29 3 feet Patch Chord 2,050 Nos.
20
2,030
30 7 feet Crossover Patch
Chord
1 Nos. 1 -
31 2" Casing Capping
(Meters)
61,500 Nos. 600 60,900
32 2" C Class GI Pipe
(Meters)
5,125 Nos.
50
5,075
33 1" Casing Capping
(Meters)
30,750 Nos. 300
30,450
34 1" C Class GI Pipe
(Meters)
5,125 Nos.
50
5,075
35 All in One A3 Color
Laser Printer
1 Nos. 1 -
36 All in one A3 B/W Laser
Printer
381 Nos. 1 380
37 A0 Size Color Plotter 1 Nos. 1 -
38 A0 size Wide Format 1 Nos. 1 -
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 184 of 191
Sr.
No
Item Total Unit Data
Center
(CLR
HO)
DR
Site
Admi
n Site
(CLR
HO)
IT
Centre
s at
User
Locatio
ns
Scanner
39 LCD Video Projector 1 Nos. 1 -
40 Desktop Video
Conferencing Equipment
381 Nos. 1
380
41 1U Rack Mountable 17”
TFT with integrated
Keyboard and
TrackPoint/TouchPad
along with appropriate
cables/connectors to
connect to KVM
Switches at MCGM
4 Nos. 2 2 -
42 42U Rack for Servers 4 Nos. 2 2 -
43 42U Rack for Network 2 Nos. 1 1 -
44 Rack PDU basic using
zero U space, vertical
mount, 32A, 230V, 20
nos. of C13 and 4 nos.
of C19 type sockets and
IEC C20 input type with
minimum 10 ft cable
4 Nos. 4 -
45 Rack PDU basic using
zero U space, vertical
mount, 16A, 230V, 20
nos. of C13 and 4 nos.
of C19 type sockets and
IEC C20 input type with
minimum 10 ft cable
2 Nos. 2 -
46 16 Port KVM Switch (IP
Based Switch)
4 Nos. 2 2 -
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 185 of 191
Sr.
No
Item Total Unit Data
Center
(CLR
HO)
DR
Site
Admi
n Site
(CLR
HO)
IT
Centre
s at
User
Locatio
ns
47 KVM cables (Must be
USB type/PS2 type as
per the
Server/Hardware at
MCGM)
64 Nos. 32 32 -
48 IT Enclosure Grounding
Kit
3 Nos. 3 -
49 Rack Mountable Blank
Tray
6 Nos. 6 -
50 30 kVA N+1 Redundant,
Modular and 42U Rack
mountable UPS
2 Nos. 2 -
51 9U Rack with 800mm
depth
382 Nos. 2 380
52 5A Rack PDU with 5
Nos. of Universal Socket
382 Nos. 2 380
53 Reliable UPS and
battery with capacity of
either 4 hours back up
or 20minutes backup
and Generator backup
382 Nos. 2 380
54 50 KVA DG Set 2 Nos. 2 -
55 Network Management
System
1 Nos. 1 -
56 The State Data Centre
and Disaster Recovery
Site shall be connected
through leased line (1:1
ratio) of required
bandwidth (minimum 4
Mbps) configured for
2 Nos. 1 1 -
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 186 of 191
Sr.
No
Item Total Unit Data
Center
(CLR
HO)
DR
Site
Admi
n Site
(CLR
HO)
IT
Centre
s at
User
Locatio
ns
VPN and synchronous
data mirroring between
State Data Centre and
Disaster Recovery Site
to provide required
functionality and service
levels.
57 SAN based Data
Mirroring software
2 Nos. 1 1 -
58 Multi-protocol Router
for SAN Based Mirroring
2 Nos. 1 1 -
59 Biometric Device
integrated with Desktop
642 Nos 1 1 640
60 Enterprise Antivirus &
AntiSpyware Software
2,050 Nos. 20
2,030
2. Indicative Non-IT Infrastructure development
involved
The scope of work also includes design, installation, configuration, testing and
commissioning of the following work
2.1 Non-IT Infrastructure development for State Data Centre and
Admin Site
Sr.No Item
1. Civil Work required including all civil work required for installation of all
infrastructure
2. Flooring
3. Raised Flooring for Server Area
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 187 of 191
Sr.No Item
4. False Ceiling
5. Furniture in Admin Area and Interiors
6. Electrical Work
7. Lighting
8. Surveillance System
9. Access Control System
10. Precision Air Conditioning System for Server Room
11. Air Conditioning for Non-Server Operational Area
12. Fire and Smoke Detection System
13. Automatic Fire Suppression System
14. Water Leak Detection System
15. Insects/Pests/Rodents Repellent System
16. Protection against rats
2.2 Non-IT Infrastructure development for Disaster Recovery Site
Sr.No Item
1. Civil Work required including all civil work required for installation of all
infrastructure
2. Raised Flooring for Server Area
3. False Ceiling
4. Furniture in Admin Area
5. Electrical Work including earthing
6. Lighting
7. Surveillance System
8. Access Control System
9. Precision Air Conditioning System for Server Room
10. Air Conditioning for Non-Server Operational Area
11. Fire and Smoke Detection System
12. Automatic Fire Suppression System
13. Water Leak Detection System
14. Insects/Pests/Rodents Repellent System
15. Protection against rats
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 188 of 191
2.3 Non-IT Infrastructure development for each of the IT Centres at
user locations
Sr.No Item
1. Civil Work required including all civil work required for installation of all
infrastructure
2. Flooring
3. Furniture in Admin/User Area
4. Seating for Public Customer Waiting Area
5. All Electrical Work
6. Lighting
7. UPS and Battery
8. Access Control System
9. Air Conditioning for Operational Area
10. Fire Fighting System
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 189 of 191
ANNEXURE VII: FORMAT FOR BANK
GUARANTEE
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 190 of 191
Bank Guarantee Format
<On Rs100/- Stamp Paper>
<Name of the Bank with Address>
To
Dy. Commissioner,
Office of the Commissioner, Land Records & Settlement (MP),
Moti Mahal, Gwalior, Madhya Pradesh – 474 007
Dear Sir,
Guarantee No. : <Bank Guarantee Reference Number>
Amount of Guarantee : Rs.<Amount in Figures>/-
Guarantee cover : From <From Date> to <To Date>
(Both dates inclusive)
This deed of guarantee executed by the <Name of the bank> having its Head Office at
<Head office place>, and amongst other places a branch at <Branch Name>
(hereinafter referred to as "the Bank" which expression shall include its successors and
assignees so as to bind ourselves, our successors and assignees) in favour of "Dy.
Commissioner Land Records and Settlement, Gwalior (MP)" (hereinafter referred to as
"the Beneficiary") for an amount not exceeding Rs (Rupees <Amount in words>) at the
request of <Name of the Bidder> (hereinafter referred to as "the Bidder").
This guarantee is issued subject to the condition that the liability of the bank under this
bank guarantee is limited to a maximum of Rupees <Amount in words> and the
guarantee shall remain in full force up to <To Date> and can not to be invoked
otherwise than by a written demand claim under this guarantee served on the bank on
or before <To Date>.
BG for Rs<Amount in Figures> in f/o "Dy. Commissioner, Office of the Commissioner,
Land Records & Settlement (MP)" Whereas <Name of the Bidder> has submitted its bid
dated <Bid Date> for <Name of the work as per tender> as per tender dated <Tender
date>. KNOW ALL MEN by these Presents that WE, <Name of the Bank> Branch <Name
of the Branch> our registered office at <Registered Office Address> are bound up to
"Dy. Commissioner, Office of the Commissioner, Land Records & Settlement (MP)"
CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution
Page 191 of 191
(herein after called “The Purchaser”) in the sum of Rs <Amount in words> for which
payment will and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these presents.
WE undertake to pay to the “Dy. Commissioner, Office of the Commissioner, Land
Records & Settlement (MP)” up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand.
This guarantee will remain in force as specified in Clause <respective clause number in
the tender> of the Bid document and any demand in respect thereof should reach the
Bank not, later than <date>.
Notwithstanding anything contained herein the Bank's liability under this Guarantee shall
be restricted to Rs <Amount in words> and the Guarantee shall remain in force only up
to <date> after which date the bank shall be discharged from all liabilities under this
Guarantee.
The Bank does hereby declare that Shri. <Name of bank’s the authorized person with
employee code and designation> is authorized to sign this Guarantee on behalf of the
bank and to bind the ,bank thereby.
Dated the <date in words> day of <Month in words>, <Year in words>
For <Name of the Bank>
<Signature in full>
Name: <Name of the person signing on behalf of bank>
Phone: <Telephone Number>
Fax: <Fax Number>
e-mail: <e-mail address>
Address in Full: <Address of the branch in full>