191
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

Tender GISSoln

Embed Size (px)

Citation preview

Page 1: Tender GISSoln

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

Page 2: Tender GISSoln

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

Page 3: Tender GISSoln

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

Page 4: Tender GISSoln

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

Page 5: Tender GISSoln

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]

Page 6: Tender GISSoln

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

Page 7: Tender GISSoln

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

Page 8: Tender GISSoln

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

Page 9: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 9 of 191

SECTION 1: INTRODUCTION

Page 10: Tender GISSoln

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

Page 11: Tender GISSoln

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.

Page 12: Tender GISSoln

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.

Page 13: Tender GISSoln

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

Page 14: Tender GISSoln

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.

Page 15: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 15 of 191

SECTION 2: QUALIFICATIONS OF THE

BIDDER

Page 16: Tender GISSoln

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.

Page 17: Tender GISSoln

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.

Page 18: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 18 of 191

SECTION 3: INSTRUCTIONS TO BIDDERS

Page 19: Tender GISSoln

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.

Page 20: Tender GISSoln

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.

Page 21: Tender GISSoln

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.

Page 22: Tender GISSoln

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.

Page 23: Tender GISSoln

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.

Page 24: Tender GISSoln

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

Page 25: Tender GISSoln

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.

Page 26: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 26 of 191

SECTION 4: TERMS AND CONDITIONS

OF THE TENDER

Page 27: Tender GISSoln

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.

Page 28: Tender GISSoln

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.

Page 29: Tender GISSoln

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.

Page 30: Tender GISSoln

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

Page 31: Tender GISSoln

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

Page 32: Tender GISSoln

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

Page 33: Tender GISSoln

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.

Page 34: Tender GISSoln

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

Page 35: Tender GISSoln

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

Page 36: Tender GISSoln

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

Page 37: Tender GISSoln

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

Page 38: Tender GISSoln

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.

Page 39: Tender GISSoln

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.

Page 40: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 40 of 191

SECTION 5: SCOPE OF WORK

Page 41: Tender GISSoln

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.

Page 42: Tender GISSoln

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

Page 43: Tender GISSoln

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

Page 44: Tender GISSoln

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

Page 45: Tender GISSoln

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.

Page 46: Tender GISSoln

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

Page 47: Tender GISSoln

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.

Page 48: Tender GISSoln

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

Page 49: Tender GISSoln

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

Page 50: Tender GISSoln

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.

Page 51: Tender GISSoln

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:

Page 52: Tender GISSoln

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:

Page 53: Tender GISSoln

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.

Page 54: Tender GISSoln

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

Page 55: Tender GISSoln

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.

Page 56: Tender GISSoln

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

Page 57: Tender GISSoln

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.

Page 58: Tender GISSoln

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

Page 59: Tender GISSoln

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.

Page 60: Tender GISSoln

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

Page 61: Tender GISSoln

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

Page 62: Tender GISSoln

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.

Page 63: Tender GISSoln

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.

Page 64: Tender GISSoln

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.

Page 65: Tender GISSoln

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.

Page 66: Tender GISSoln

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.

Page 67: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 67 of 191

SECTION 6: TECHNICAL REQUIREMENTS

Page 68: Tender GISSoln

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.

Page 69: Tender GISSoln

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

Page 70: Tender GISSoln

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”.

Page 71: Tender GISSoln

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).

Page 72: Tender GISSoln

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.

Page 73: Tender GISSoln

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”.

Page 74: Tender GISSoln

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”.

Page 75: Tender GISSoln

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.

Page 76: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 76 of 191

SECTION 7: SERVICE LEVEL

AGREEMENTS

Page 77: Tender GISSoln

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/-

Page 78: Tender GISSoln

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

Page 79: Tender GISSoln

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

Page 80: Tender GISSoln

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

Page 81: Tender GISSoln

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.

Page 82: Tender GISSoln

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.

Page 83: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 83 of 191

ANNEXURE I: FORMAT FOR TECHNICAL

BID

Page 84: Tender GISSoln

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

Page 85: Tender GISSoln

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

Page 86: Tender GISSoln

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

Page 87: Tender GISSoln

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>

Page 88: Tender GISSoln

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

Page 89: Tender GISSoln

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

Page 90: Tender GISSoln

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>

Page 91: Tender GISSoln

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

Page 92: Tender GISSoln

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>

Page 93: Tender GISSoln

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>.

Page 94: Tender GISSoln

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>

Page 95: Tender GISSoln

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>

Page 96: Tender GISSoln

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,

Page 97: Tender GISSoln

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

Page 98: Tender GISSoln

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>

Page 99: Tender GISSoln

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>

Page 100: Tender GISSoln

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>

Page 101: Tender GISSoln

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>

Page 102: Tender GISSoln

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>

Page 103: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 103 of 191

ANNEXURE II: FORMAT FOR

COMMERCIAL BID

Page 104: Tender GISSoln

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>

Page 105: Tender GISSoln

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

Page 106: Tender GISSoln

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

Page 107: Tender GISSoln

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

Page 108: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 108 of 191

ANNEXURE III: COMPLIANCE MATRIX

FOR ENTERPRISE WEB BASED

APPLICATION

Page 109: Tender GISSoln

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

Page 110: Tender GISSoln

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

Page 111: Tender GISSoln

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

Page 112: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 112 of 191

ANNEXURE IV: COMPLIANCE MATRIX

FOR INFRASTRUCTURE

Page 113: Tender GISSoln

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

Page 114: Tender GISSoln

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>

Page 115: Tender GISSoln

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

Page 116: Tender GISSoln

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-

Page 117: Tender GISSoln

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

Page 118: Tender GISSoln

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

Page 119: Tender GISSoln

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

Page 120: Tender GISSoln

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

Page 121: Tender GISSoln

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

Page 122: Tender GISSoln

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

Page 123: Tender GISSoln

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

Page 124: Tender GISSoln

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

Page 125: Tender GISSoln

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)

Page 126: Tender GISSoln

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

Page 127: Tender GISSoln

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

Page 128: Tender GISSoln

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>

Page 129: Tender GISSoln

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)

Page 130: Tender GISSoln

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,

Page 131: Tender GISSoln

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>

Page 132: Tender GISSoln

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

Page 133: Tender GISSoln

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

Page 134: Tender GISSoln

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

Page 135: Tender GISSoln

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

Page 136: Tender GISSoln

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)

Page 137: Tender GISSoln

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

Page 138: Tender GISSoln

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

Page 139: Tender GISSoln

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

Page 140: Tender GISSoln

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

Page 141: Tender GISSoln

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

Page 142: Tender GISSoln

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”

Page 143: Tender GISSoln

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

Page 144: Tender GISSoln

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

Page 145: Tender GISSoln

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

Page 146: Tender GISSoln

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>

Page 147: Tender GISSoln

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

Page 148: Tender GISSoln

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

Page 149: Tender GISSoln

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

Page 150: Tender GISSoln

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

Page 151: Tender GISSoln

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

Page 152: Tender GISSoln

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

Page 153: Tender GISSoln

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

Page 154: Tender GISSoln

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

Page 155: Tender GISSoln

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

Page 156: Tender GISSoln

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

Page 157: Tender GISSoln

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

Page 158: Tender GISSoln

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

Page 159: Tender GISSoln

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

Page 160: Tender GISSoln

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

Page 161: Tender GISSoln

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

Page 162: Tender GISSoln

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

Page 163: Tender GISSoln

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

Page 164: Tender GISSoln

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

Page 165: Tender GISSoln

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

Page 166: Tender GISSoln

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

Page 167: Tender GISSoln

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

Page 168: Tender GISSoln

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

Page 169: Tender GISSoln

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)

Page 170: Tender GISSoln

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

Page 171: Tender GISSoln

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

Page 172: Tender GISSoln

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

Page 173: Tender GISSoln

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

Page 174: Tender GISSoln

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

Page 175: Tender GISSoln

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

Page 176: Tender GISSoln

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)

Page 177: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 177 of 191

ANNEXURE V: COMPLIANCE MATRIX

FOR PROPOSED TEAM

Page 178: Tender GISSoln

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

Page 179: Tender GISSoln

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

Page 180: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 180 of 191

ANNEXURE VI: INDICATIVE

QUANTITIES FOR IT

INFRASTRUCTURE

Page 181: Tender GISSoln

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

-

Page 182: Tender GISSoln

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 -

Page 183: Tender GISSoln

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 -

Page 184: Tender GISSoln

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 -

Page 185: Tender GISSoln

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 -

Page 186: Tender GISSoln

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

Page 187: Tender GISSoln

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

Page 188: Tender GISSoln

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

Page 189: Tender GISSoln

CLR, Gwalior, Madhya Pradesh RFP for WebGIS Solution

Page 189 of 191

ANNEXURE VII: FORMAT FOR BANK

GUARANTEE

Page 190: Tender GISSoln

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)"

Page 191: Tender GISSoln

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>