ODISHA COMPUTER APPLICATION CENTRE …apps.ocac.in/uploadDocuments/Tender/Tender_20131116_070713.pdfPlot No. N-1/7D, Acharya Vihar Square, ... WAP Wireless Application Protocol . RFP
Post on 20-Apr-2018
224 Views
Preview:
Transcript
Proposals are invited for selection of SystemIntegrator for implementation of State Wide roll-out of e-District Mission Mode Project, Odisha.Last date for submission of proposal is26.07.2013 upto 3 PM. For details please visitthe websites www.ocac.in , tenders.gov.in ,http://www.odisha.gov.in.N.B.:- OCAC reserves the right to accept/ reject any/ allproposals without assigning any reason thereof.General Manager(Admn.), OCAC, Plot No.-N-1/7-D, Acharya Vihar,P.O.-RRL, Bhubaneswar-751013, Ph.-2567280/ 2567064/ 2567295
REQUEST FOR PROPOSALEnq.No.:- OCAC-TJ-11/2012/ENQ/13015
(Technical Directorate of I.T. Deptt., Govt. of Odisha)ODISHA COMPUTER APPLICATION CENTRE
EXCELLENCE IN IT SOLUTIONS
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
1 | P a g e
REQUEST FOR PROPOSAL FOR
SELECTION OF SYSTEM INTEGRATOR FOR STATE WIDE ROLLOUT
OF e-DISTRICT MMP
VOLUME I
RFP No: OCAC-TJ-11/2012/ENQ/13015 Dated: 24.06.2013
General Manager, Odisha Computer Application Centre (OCAC),
(Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office,
Bhubaneswar – 751 013, Odisha Website: http://www.ocac.in/
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
2 | P a g e
Table of Content
1 INTRODUCTION ............................................................................................................................................. 7
2 SCHEDULE OF BID PROCESS ........................................................................................................................... 8
3 STRUCTURE OF THE RFP ................................................................................................................................ 9
4 BACKGROUND INFORMATION ....................................................................................................................... 9
4.1 BASIC INFORMATION ......................................................................................................................................... 9
4.2 PROJECT BACKGROUND .................................................................................................................................... 10
4.3 STATE INFORMATION ....................................................................................................................................... 11
4.4 KEY INFORMATION .......................................................................................................................................... 13
4.5 ABOUT THE DEPARTMENT / OCAC..................................................................................................................... 14
5 INSTRUCTIONS TO THE BIDDERS .................................................................................................................. 15
5.1 RFP DOCUMENT ............................................................................................................................................. 15
5.2 LACK OF INFORMATION TO BIDDER ..................................................................................................................... 15
5.3 FRAUDULENT & CORRUPT PRACTICE ................................................................................................................... 16
5.4 APPLICABLE LAW ............................................................................................................................................. 16
5.5 BID CURRENCY ............................................................................................................................................... 16
5.6 PERFORMANCE SECURITY .................................................................................................................................. 16
5.7 OCAC’S RIGHT TO ACCEPT BID AND TO REJECT ANY OR ALL BIDS .............................................................................. 16
5.8 NOTICES ........................................................................................................................................................ 17
5.9 PATENT RIGHTS .............................................................................................................................................. 17
5.10 TAXES AND DUTIES .......................................................................................................................................... 17
5.11 INSURANCE .................................................................................................................................................... 17
5.12 PACKING ....................................................................................................................................................... 17
5.13 DIFFERING SHIPMENTS ..................................................................................................................................... 18
5.14 RESOLUTION OF DISPUTES AND ARBITRATION ....................................................................................................... 18
5.15 ACQUAINTANCE WITH LOCAL CONDITIONS ........................................................................................................... 18
5.16 LIMITATIONS OF LIABILITY ................................................................................................................................. 19
5.17 GENERAL ....................................................................................................................................................... 19
5.18 COMPLIANT PROPOSALS / COMPLETENESS OF RESPONSE ........................................................................................ 19
5.19 PRE-BID MEETING & CLARIFICATIONS ................................................................................................................. 19
5.19.1 Pre-bid Conference ............................................................................................................................ 19
5.19.2 Responses to Pre-Bid Queries and Issue of Corrigendum .................................................................. 20
5.20 KEY REQUIREMENTS OF THE BID ......................................................................................................................... 20
5.20.1 Right to Terminate the Process ......................................................................................................... 20
5.20.2 RFP Document Fees ........................................................................................................................... 21
5.20.3 Earnest Money Deposit (EMD) .......................................................................................................... 21
5.20.4 Submission of Proposals .................................................................................................................... 21
5.20.5 Authentication of Bids ....................................................................................................................... 22
5.21 PREPARATION AND SUBMISSION OF PROPOSAL ..................................................................................................... 22
5.21.1 Proposal Preparation Costs ............................................................................................................... 22
5.21.2 Language ........................................................................................................................................... 23
5.21.3 Venue & Deadline for Submission of Proposals ................................................................................. 23
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
3 | P a g e
5.21.4 Late Bids ............................................................................................................................................ 23
5.22 EVALUATION PROCESS ..................................................................................................................................... 23
5.22.1 Tender Opening ................................................................................................................................. 24
5.22.2 Tender Validity................................................................................................................................... 24
5.22.3 Tender Evaluation .............................................................................................................................. 24
5.23 PROJECT SCHEDULE ......................................................................................................................................... 25
5.24 TERMS OF PAYMENT SCHEDULE ......................................................................................................................... 26
5.25 PENALTY ........................................................................................................................................................ 28
5.26 SERVICE LEVEL AGREEMENTS ............................................................................................................................. 28
5.26.1 Operation & Maintenance Support ................................................................................................... 28
6 CRITERIA FOR EVALUATION ......................................................................................................................... 32
6.1 PRE-QUALIFICATION CRITERIA ........................................................................................................................... 32
6.2 TECHNICAL QUALIFICATION CRITERIA .................................................................................................................. 34
6.3 COMMERCIAL BID EVALUATION ......................................................................................................................... 42
7 APPOINTMENT OF SYSTEM INTEGRATOR .................................................................................................... 42
7.1 AWARD CRITERIA ............................................................................................................................................ 42
7.2 RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) ............................................................. 42
7.3 NOTIFICATION OF AWARD................................................................................................................................. 42
7.4 CONTRACT FINALIZATION AND AWARD ................................................................................................................ 43
7.5 PERFORMANCE GUARANTEE .............................................................................................................................. 43
7.6 SIGNING OF CONTRACT .................................................................................................................................... 43
7.7 FAILURE TO AGREE WITH THE TERMS AND CONDITIONS OF THE RFP ......................................................................... 43
8 ANNEXURE .................................................................................................................................................. 44
ANNEXURE I: TECHNICAL BID TEMPLATES .................................................................................................................. 44
FORM 1: UNDERTAKING ON TOTAL RESPONSIBILITY ............................................................................................................ 45
FORM 2: PARTICULARS OF THE BIDDER ............................................................................................................................. 46
FORM 3: BANK GUARANTEE FOR EMD ........................................................................................................................... 47
FORM 4A: COMPLIANCE SHEET FOR PRE-QUALIFICATION PROPOSAL ..................................................................................... 49
FORM 4B: COMPLIANCE SHEET FOR TECHNICAL PROPOSAL .................................................................................................. 52
FORM 5: LETTER OF PROPOSAL ....................................................................................................................................... 55
FORM 6: PROJECT CITATION FORMAT .............................................................................................................................. 56
FORM 7: PROPOSED SOLUTION ....................................................................................................................................... 57
FORM 8: PROPOSED WORK PLAN ................................................................................................................................... 58
FORM 9: TEAM COMPOSITION........................................................................................................................................ 59
FORM 10: CURRICULUM VITAE (CV) OF KEY PERSONNEL..................................................................................................... 60
FORM 11: DEPLOYMENT OF PERSONNEL .......................................................................................................................... 62
FORM 12: DEVIATIONS ................................................................................................................................................. 63
FORM 13: MANUFACTURERS AUTHORIZATION FORM ......................................................................................................... 64
FORM 14: DECLARATION ON SOURCE CODE AND INTELLECTUAL PROPERTY RIGHTS .................................................................. 66
FORM 15: UNDERTAKING ON PATENT RIGHTS ................................................................................................................... 67
FORM 16: UNDERTAKING ON COMPLIANCE AND SIZING OF INFRASTRUCTURE .......................................................................... 68
FORM 17: UNDERTAKING ON SERVICE LEVEL COMPLIANCE .................................................................................................. 69
FORM 18: UNDERTAKING ON DELIVERABLES ..................................................................................................................... 70
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
4 | P a g e
FORM 19: UNDERTAKING ON SUPPORT TO THIRD PARTY SOLUTION ACCEPTANCE AND CERTIFICATION .......................................... 71
FORM 20: DECLARATION OF ACTIVITIES SUB-CONTRACTED ................................................................................................... 72
FORM 21: UNDERTAKING ON EXIT MANAGEMENT AND TRANSITION ...................................................................................... 73
FORM 22: DECLARATION THAT THE BIDDER HAS NOT BEEN BLACKLISTED ................................................................................. 74
ANNEXURE II: FINANCIAL PROPOSAL TEMPLATE ..................................................................................................... 75
FORM 1: COVERING LETTER ........................................................................................................................................... 75
FORM 2: FINANCIAL PROPOSAL....................................................................................................................................... 77
Form 2.1: Software Development Commercial Format....................................................................................... 78
Form 2.2: Integration Cost Commercial Format ................................................................................................. 79
Form 2.3: Commercial Format for Equipment’s at SDC, Bhubaneswar .............................................................. 80
Form 2.4: Commercial Format for Equipment’s at District Collectorate ............................................................. 81
Form 2.5: Commercial Format of Equipment’s at Sub-Collector office ............................................................... 82
Form 2.6: Commercial Format of Equipment’s at Tahsil offices of Odisha ......................................................... 83
Form 2.7: Commercial format of Equipment’s at Block offices of Odisha ........................................................... 84
Form 2.8: System Software Commercial Format ................................................................................................ 85
Form 2.9: Broadband Connectivity Commercial Format ..................................................................................... 86
Form 2.10: Training/Workshop Commercial Format .......................................................................................... 87
Form 2.11: Application Support & Maintenance Cost ......................................................................................... 88
Form 2.12: Commercial Formant for Technical Support Staff at SDC & District Level ........................................ 89
Form 2.13: Other Cost Commercial Format ........................................................................................................ 90
ANNEXURE III: TEMPLATE FOR PBG & CCN .............................................................................................................. 91
FORM 1: PERFORMANCE BANK GUARANTEE ..................................................................................................................... 91
FORM 2: CHANGE CONTROL NOTICE (CCN) FORMAT ......................................................................................................... 93
ANNEXURE IV: DEFINITION OF GO-LIVE......................................................................................................................... 95
ANNEXURE V: RESOURCES ELIGIBILITY CRITERIA .............................................................................................................. 96
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
5 | P a g e
List of Abbreviation
Abbreviation Description
BDO Block Development Office
BG Bank Guarantee
CDAC Centre for Development of Advanced Computing
CMS Content Management System
CSC Common Service Center
CSP Content Service Provider
DeitY Department of Electronics and Information Technology
DHQ District Head Quarter
EC Empowered Committee
EMD Earnest Money Deposit
FRS Functional Requirement Specification
GIGW Guidelines for Indian Government Website
GoI Government of India
HLD High Level Design
MCIT Ministry of Communication and Information Technology
MMP Mission Mode Project
NIC National Informatics Centre
NPI National Portal of India
NPMU National Project Management Unit
MSA Master Service Agreement
NeGP National e-Governance Plan
OBC Other Backward Class
OCAC Odisha Computer Application Center
OWASP Open Web Application Security Project
PDS Public Distribution System
PKI Public Key Infrastructure
POP Point of Presence
RFP Request for Proposal
RI Revenue Inspector
SAP Service Access Providers
SCA Service Center Agency
SDHQ Sub-divisional Head Quarter
SDC State Data Center
SEBC Socially and Educationally Backward Class
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
6 | P a g e
SeMT State e-Governance Mission Team
SI System Integrator
SLA Service Level Agreement
SOAP Simple Object Access Protocol
SP Service Providers
SPF State Portal Framework
SPMU State Project Management Unit
SSDG State Services Delivery Gateway
STQC Standard Testing and Quality & Certification
SWAN State Wide Area Network
UAT User Acceptance Test
UT Union Territory Management Unit
VLE Village Level Entrepreneur
WAP Wireless Application Protocol
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
7 | P a g e
1 Introduction
I. Under the e-District MMP National Roll-out, System Integrators will be responsible for
providing a comprehensive solution towards Supply, Installation, Development,
Integration, Commissioning, Management & Maintenance of Application and
Computing Infrastructure pertaining to e-District in various States.
II. Odisha Computer Application Centre (OCAC), Odisha invites the eligible parties
(hereafter referred as “Bidder”) for appointment as System Integrator for the Odisha
and provide the comprehensive solution as specified in the Scope of Work Section
(Refer Volume-II) of this RFP.
III. Bidders are advised to study this RFP document carefully before submitting their
proposals in response to this Notice. Submission of a proposal in response to this
notice shall be deemed to have been done after careful study and examination of this
document with full understanding of its terms, conditions and implications. Failure to
furnish all information required as mentioned in the RFP documents or submission of
a proposal not substantially responsive to the RFP documents in every respect will be
at the Bidder's risk and may result in rejection of the proposal.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
8 | P a g e
2 Schedule of Bid Process
Information Details
1. RFP No. and Date OCAC-TJ-11/2012/ENQ/13015 dated
24.06.2013
2. Last date for submission of written
queries for clarifications
01/07/2013 15:00 Hrs
Email : gm_ocac@ocac.in
3. Date of pre-bid conference 02/07/2013& 15:00 hr
4. Release of response to clarifications 11/07/2013 & 15:00 hrs
5. Bid validity period 180 days from the last date (deadline) for
submission of proposals.
6. Last date (deadline) for submission of
bids
26/07/2013 & 15:00 Hrs
7. Opening of Pre-Qualification & Technical
Bids
26/07/2013 & 17:00 Hrs
8. Technical Presentation by the Bidders “Will be intimated later
9. Place, Time and Date of opening of
Financial proposals received in response
to the RFP notice
“Will be intimated later”
10. Contact person for queries General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha Fax +91 -674-2567842
Phone .+91-674-2567280/064/295
Email: gm_ocac@ocac.in
11. Addressee and address at which
proposal in response to RFP notice is
to be submitted:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha Fax +91 -674-2567842
Phone .+91-674-2567280/064/295
Email: gm_ocac@ocac.in
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
9 | P a g e
3 Structure of the RFP
I. This Request for Proposal (RFP) document for Appointment of the System Integrator
for e-District Mission Mode Project (MMP) for OCAC comprise of the following.
A. Volume I: Instructions on the Bid process for the purpose of responding to this
RFP. This broadly covers:
1. General instructions for bidding process
2. Bid evaluation process including the parameters for Technical
evaluation and commercial evaluation to facilitate OCAC in
determining bidder’s suitability as the implementation partner
3. Payment schedule
4. Commercial bid and other formats
B. Volume II: Functional and Technical Requirements of the project. The contents
of the document broadly cover the following areas:
1. About the project and its objectives
2. Scope of work for the Implementation Partner
3. Functional and Technical requirements
4. Project Schedule
5. Service levels for the implementation partner
The bidder is expected to respond to the requirements as completely and in as
much relevant detail as possible, and focus on demonstrating bidder’s
suitability to become the implementation partner of OCAC.
C. Volume III: This is the Master Service Agreement (MSA), Service Level
Agreement (SLA) and Non-Disclosure Agreement (NDA) to be signed between
OCAC and the SI.
The bidders are expected to examine all instructions, forms, terms, Project requirements and
other information in the RFP documents. Failure to furnish all information required as
mentioned in the RFP documents or submission of a proposal not substantially responsive to
the RFP documents in every respect will be at the Bidder's risk and may result in rejection of
the proposal.
4 Background Information
4.1 Basic Information
I. OCAC invites proposals (“Tenders”) to this Request for Proposals (“RFP”) from Systems
Integrator Agencies (“Bidders”) for the provision of State Wide Rollout of eDistrict
project as per the scope of the work given in Vol-II of the RFP.
II. Any contract that may result from this Government procurement competition will be
issued for a term of 180 days.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
10 | P a g e
III. The OCAC reserves the right to extend the Term for a period or periods of up to 180
days with a maximum of 270 days such extension or extensions on the same terms and
conditions, subject to the obligations at law.
IV. Proposals must be received not later than time, date and venue mentioned in the Fact
Sheet. Proposals that are received late WILL NOT be considered in this procurement
process.
4.2 Project Background
I. NeGP was approved by the Government of India in May 2006, with the following vision:
“Make all Government Services accessible to the common man in his locality,
through common service delivery outlets and ensure efficiency, transparency and
reliability of such services at affordable costs to realise the basic needs of the
common man”.
II. To realize this vision, 31 Central, State and Integrated Mission Mode projects (MMPs)
along with 8 support components were identified and approved under NeGP. States
have been given flexibility to identify up to 5 additional state-specific projects, which
are particularly relevant for the economic development of the State. NeGP also
envisages creation of the core IT infrastructure in the form of SWANs, SDCs and one
lakh front ends namely CSCs in rural areas across the country to deliver public services
electronically in the local language.
III. e-District is one of the 31 MMPs under NeGP, with the Department of Electronics and
Information Technology (DeitY), Government of India (GoI) as the nodal department, to
be implemented by State Government or their designated agencies. This MMP aims at
electronic delivery of identified high volume citizen centric services, at district and sub-
district level, those are not part of any other MMP. To achieve these objectives service
levels and outcomes for each of these services will be clearly laid down by the State
concerned, with a view to improving the efficiency and effectiveness of the service
delivery. The MMP envisages leveraging and utilizing the four pillars of e-infrastructure
namely, State Data Centres (SDCs), State Wide Area Network (SWANs), State Service
Delivery Gateways (SSDGs) and Common Service Centres (CSCs), optimally to deliver
public services electronically to citizens at their door steps. Initially only those high
volume citizen-centric services will be taken up for implementation which have high
priority for the State. New services will be added to the portfolio subsequently, once
the demand for the initial set of e-enabled services increases.
IV. Detailed scope of work is provided in Volume-II.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
11 | P a g e
4.3 State Information
Odisha is located between the parallels of 17.49N and 22.34N latitudes and meridians of 81.27E and
87.29E longitudes. It is bounded by the Bay of Bengal on the east; Madhya Pradesh on the west and
Andhra Pradesh on the south. It has a coast line of about 450 kms. It extends over an area of
155,707 square kms. According to the 1991 census, it has a total population of 31, 512,070 (3.73
percent of the total population of India) out of which about 16,237,000 are male and 15,275,070 are
female. On the basis of homogeneity, continuity and physiographical characteristics, Odisha has
been divided into five major morphological regions: the Odisha Coastal Plain in the east, the Middle
Mountainous and highlands Region, the Central plateaus, the western rolling uplands and the major
flood plains.
Rollout of eDistrict project will take place at 28 District Collectorate, 51 sub-division offices, 268
Tahsils, 266 Block Offices and 1790 RI offices.
District Sub-Division Tahsil BDO RI Office
Sundargarh 3 18 17 102
Jharsuguda 1 5 5 10
Deogarh 1 3 3 20
Sambalpur 3 9 9 56
Keonjhar 3 13 13 80
Angul 4 8 8 55
Bhadrak 1 7 7 76
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
12 | P a g e
District Sub-Division Tahsil BDO RI Office
Jajpur 1 10 10 80
Dhenkanal 3 8 8 50
Balasore 2 12 12 85
Nuapada 1 5 5 21
Bolangir 3 14 14 34
Sonepur 2 6 6 31
Boudh 1 3 3 22
Kandhamal 2 12 12 74
Cuttack 3 15 14 127
Khurda 2 10 10 67
Puri 1 11 11 128
Kendrapara 1 9 9 92
Jagatsinghpur 1 8 8 76
Bargarh 2 12 12 84
Kalahandi 2 13 13 48
Nawrangpur 1 10 10 66
Rayagada 2 11 11 81
Gajapati 1 7 7 44
Koraput 2 14 14 95
Malkangiri 1 7 7 44
Nayagarh 1 8 8 42
28 51 268 266 1790
1. This project is the Rollout of the project subsequent to the pilot implementation in Ganjam
& Mayurbhanj districts of Odisha. The pilot application has already gone live in both the
districts.
2. Application Software Developed for the pilot implementation has been tested by STQC.
STQC report for the pilot eDistrict application has also been received.
3. Pilot application has been developed in open source technology using following
Specifications
• Java • PHP • Tomcat web server • Apache web server • MySQL
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
13 | P a g e
TRANSACTIONS IN GANJAM & MAYURBHANJ DISTRICTS
Cert Name Applications
filed at PFC
Applications
filed at CSC
Total applications
filed Approved Rejected Processed
Residence 48061 26249 74310 69006 1877 70883
Caste 16932 5941 22873 20547 591 21138
Legal Heir 1493 405 1898 1211 85 1296
Solvency 43 12 55 20 0 20
Income 29169 13246 42415 38586 1528 40114
SEBC 382 205 587 440 3 443
OBC 250 171 421 289 5 294
TOTAL 96330 46229 142559 130099 4089 134188
As on 7th March 2013
4.4 Key Information
The objectives of the e-District Mission Mode Project are to ensure the following:
I. Providing easy, anywhere and anytime access to government services (both
information & transactional) to ensure reliability, efficiency, transparency and
accountability.
II. Delivery of all public services at district/ sub district level in electronic form through
state portals by using the SSDG.
III. Reducing number of visits of citizens to a government office / department for availing
the services and thereby eliminating harassment.
IV. Reducing administrative burden and service fulfilment time and costs for the
government, citizens & businesses.
V. Reducing direct interaction of citizen with the government and encourage ‘e’-
interaction and efficient communication through portal.
VI. Enhancing perception & image of the Government and its constituent Departments.
VII. Undertake backend computerisation of District and Tehsil level offices to ensure
electronic delivery of high volume citizen centric services at the district level.
VIII. Efficient delivery of services with improved service levels by undertaking extensive
Business Process Re-engineering (BPR) of identified services.
IX. Delivery of services through CSCs by leveraging the common infrastructure of SWAN,
SDC, and SSDG.
X. Development of applications to be hosted at the SDCs for delivery of services.
XI. Extensive capacity building and training of field level functionaries to ensure smooth
migration to electronic delivery of e-district services and phasing out manual delivery
of services.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
14 | P a g e
The key stakeholders of the project are illustrated below:
4.5 About the Department / OCAC
Item Description
Name of the SDA
Odisha Computer Application Center, Technical Directorate of
IT Department, Government of Odisha will be the
implementing agency at the State Level.
Date of establishment
21st March 1985
Name and Job title of key contact
person
Shri. M. S. Padhi, IAS, Commissioner-cum-Secretary to Govt. &
Chairman-cum-CEO, OCAC
Key Functions Key functions/activities performed by OCAC includes:
a. Providing consultancy and total solutions for the
successful implementation of an enterprise
information system.
b. Implementation of computerization schemes for self-
employment whether those are meant for any specific
government department or for some or all.
c. Providing single window service for major schemes
like IT KIOSK, BPO Complex under ITES.
d. Facilitating growth of new IT/ITES industries in the
State
Operational Office Locations Bhubaneswar, Berhampur, Rourkela
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
15 | P a g e
5 Instructions to the Bidders
5.1 RFP Document
Bidder is expected to examine all instructions, forms, terms, specifications, and other information in
the RFP document. Failure to furnish all information required by the RFP document or to submit a
Bid not substantially responsive to the RFP document in every respect will be at Bidder’s risk and
may result in the rejection of its Bid.
5.2 Lack of information to Bidder
The bidder shall be deemed to have carefully examined RFP document to his entire satisfaction. Any
lack of information shall not in any way relieve the bidder of his responsibility to fulfill his
obligation under the bid.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
16 | P a g e
5.3 Fraudulent & Corrupt Practice
“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of the project and includes collusive practice among bidders (prior to or
after Bid submission) designed to establish Bid prices at artificial non-competitive levels and to
deprive the OCAC of the benefits of free and open competition.
“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value,
pressurizing to influence the action of a public official in the process of project execution.
OCAC will reject a proposal for award if it determines that the bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for, or in executing, the project.
5.4 Applicable Law
The Contract shall be interpreted in accordance with the laws of the Union of India.
5.5 Bid Currency
Prices for services offered shall be quoted in Indian National Rupees only.
5.6 Performance Security
Within 7 (Seven) days of Notification of “Award of the Work” the company shall furnish
Performance Security to OCAC @ 10% of the total value of quoted bid by way of irrevocable and
unconditional Bank Guarantee in favor of OCAC for a period to be specified in the award of work.
This Bank Guarantee should be of a sufficient duration to cover the risk of OCAC. The proceeds of
the Performance Security shall be payable to OCAC as compensation for any loss resulting from the
Company’s failure to fulfill its obligations under the terms and conditions of the Work Order.
The Performance Security regarding commencement of job / task will be discharged by OCAC and
returned to the company not later than 30 (Thirty) days following the date of completion of the
company’s performance, related obligations under the terms & conditions of the Work Order.
Failure of the successful bidder to comply with the requirements shall constitute sufficient ground
for the annulment of the notification and forfeiture of the bid security in which event, the OCAC may
award the contract in accordance with its prescribed rules
5.7 OCAC’s Right to Accept Bid and to reject any or all Bids
I. Prior to expiration of the period of Bid validity, OCAC will notify the successful bidder in
writing that its Bid has been accepted.
II. Within 7 days of receipt of such intimation, the successful bidder shall give its acceptance to
the OCAC
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
17 | P a g e
III. Upon the successful bidder's furnishing of Performance Security pursuant to Section 5.3
acceptance by successful Bidder, OCAC will promptly notify all unsuccessful bidders and
will discharge their Bid security
5.8 Notices
I. Any notice given by one party to the other pursuant to this contract shall be sent to the
other party in writing or by telex, email, cable or facsimile to the other party’s address, and
confirmed in writing by the other party.
II. A notice shall be effective when delivered or tendered to other party whichever is earlier.
5.9 Patent Rights
The Bidder shall indemnify the tenderer against all third party claims of infringement of patent,
trademark or industrial design and intellectual property rights arising from the use of equipments
and services or any part thereof.
5.10 Taxes and Duties
I. All the taxes, duties, levies and all other charges applicable and shall be valid for delivery on
FOR basis to the designated delivery points. All payments will be subjected to tax deduction
at source as applicable/required at the prevailing tax rates.
II. Govt. of Odisha / OCAC shall not pay any increase in duties, taxes and surcharges and other
charges on account of any revision, enactment during the period of validity of the Bids and
also during the contract period. The decision of OCAC in this regard will be final and binding
and no disputes in this regard will be entertained.
5.11 Insurance
To be applicable as mentioned under Vol-III RFP.
5.12 Packing
I. The vendor shall provide packing of systems in such a manner as to prevent their damage
or deterioration during transit to the project sites. The packing shall be sufficient to
withstand, without limitation, rough handling during transit and exposures to extreme
temperatures, humidity, sleet and precipitation during transit and open storage.
II. The Vendor shall promptly replace any system that is damaged in transit. The packing,
marking and documentation within and outside the packages shall also comply strictly with
the requirements.
III. There shall be a packing list, in each case, fully itemized to show case number, contents,
gross and net weight and cubic measurement.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
18 | P a g e
5.13 Differing Shipments
If OCAC shall have notified the Vendor in writing that the former is not ready to take delivery, no
system or materials shall be forwarded until intimation in writing shall have been given to the
Vendor by the OCAC that it is ready to take delivery.
5.14 Resolution of Disputes and Arbitration
I. State and the selected bidder shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with
the Contract.
II. If, after thirty (30) days from the commencement of such informal negotiations, State and
the selected Bidder have been unable to amicably resolve dispute, either party may require
that the dispute be referred for resolution to the formal mechanisms, which may include,
but are not restricted to, conciliation mediated by a third party acceptable to both, or in
accordance with the Arbitration and Conciliation Act, 1996.
III. All Arbitration proceedings shall be held at Bhubaneswar, Odisha, and the language of the
arbitration proceedings and that of all documents and communications between the parties
shall be in English.
5.15 Acquaintance with Local Conditions
I. Each Bidder is expected to fully get acquainted with the local conditions and factors, which
would have any effect on the performance of the contract and /or the cost.
II. The Bidder is expected to know all conditions and factors, which may have any effect on the
execution of the contract after issue of Letter of Intent/Award as described in the bidding
documents. The Tenderer shall not entertain any request for clarification from the Bidder
regarding such local conditions.
III. It is the Bidder’s responsibility that such factors have properly been investigated and
considered while submitting the bid proposals and no claim whatsoever including those for
financial adjustment to the contract awarded under the bidding documents will be
entertained by the Tenderer. Neither any change in the time schedule of the contract nor
any financial adjustments arising thereof shall be permitted by the Tenderer on account of
failure of the Bidder to know the local laws / conditions.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
19 | P a g e
5.16 Limitations of Liability
The liability of the OCAC for its obligations under the Contract shall in no case exceed the total value
of the Contract.
5.17 General
I. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this RFP may
wish to consult their own legal advisers in relation to this RFP.
All information supplied by Bidders may be treated as contractually binding on the Bidders,
on successful award of the assignment by the OCAC on the basis of this RFP.
II. No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of the OCAC. Any notification of
preferred bidder status by the OCAC shall not give rise to any enforceable rights by the
Bidder. The OCAC may cancel this public procurement at any time prior to a formal written
contract being executed by or on behalf of the OCAC.
III. This RFP supersedes and replaces any previous public documentation & communications,
and Bidders should place no reliance on such communications.
5.18 Compliant Proposals / Completeness of Response
I. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of the bid shall be deemed to have
been done after careful study and examination of the RFP document with full understanding
of its implications.
II. Failure to comply with the requirements of this paragraph may render the Proposal non-
compliant and the Proposal may be rejected. Bidders must:
A. Include all documentation specified in this RFP;
B. Follow the format of this RFP and respond to each element in the order as set out in
this RFP
C. Comply with all requirements as set out within this RFP.
5.19 Pre-Bid Meeting & Clarifications
5.19.1 Pre-bid Conference
I. OCAC shall hold a pre-bid meeting with the prospective bidders on 02/07/2013 at 15:00
Hrs OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar –
751 013, Odisha.
The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to
General Manager, OCAC, OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post
Office, Bhubaneswar – 751 013, Odisha by post, facsimile or email on or before 01/07/2013
15:00 Hrs. The queries should necessarily be submitted in the following format:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
20 | P a g e
II. OCAC shall not be responsible for ensuring that the bidders’ queries have been received by
them. Any requests for clarifications after the indicated date and time may not be
entertained by the OCAC.
5.19.2 Responses to Pre-Bid Queries and Issue of Corrigendum
I. The Nodal Officer notified by the OCAC will endeavour to provide timely response to all
queries. However, OCAC makes no representation or warranty as to the completeness or
accuracy of any response; neither response nor does OCAC undertake to answer all the
queries that have been posed by the bidders. The responses to the queries from all bidders
will be distributed to all.
II. At any time prior to the last date for receipt of bids, OCAC may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify
the RFP Document by a corrigendum.
III. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on
the http://www.ocac.in and emailed to all participants of the pre-bid conference.
IV. Any such corrigendum shall be deemed to be incorporated into this RFP.
V. In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, OCAC may, at its discretion, extend the last date for the receipt of Proposals.
5.20 Key Requirements of the Bid
5.20.1 Right to Terminate the Process
I. OCAC may terminate the RFP process at any time and without assigning any reason. OCAC
makes no commitments, express or implied, that this process will result in a business
transaction with anyone.
II. This RFP does not constitute an offer by OCAC. The bidder's participation in this process
may result OCAC selecting the bidder to engage towards execution of the contract.
S.
No.
RFP Document Reference(s)
(Section & Page Number(s))
Content of RFP requiring
Clarification(s)
Points of
clarification
1.
2.
3.
4.
5.
6.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
21 | P a g e
5.20.2 RFP Document Fees
a) RFP document can be purchased at the address & dates provided in the Section 2 by
submitting a non-refundable bank demand draft of Rs. 5000.00, drawn in favour of Odisha
Computer Application Centre, payable at Bhubaneswar, Odisha from any scheduled
commercial banks.
b) The bidder may also download the RFP documents from the website www.ocac.in. In such
case, the demand draft of RFP document fees should be submitted along with Proposal.
Proposals received without or with inadequate RFP Document fees shall be rejected.
5.20.3 Earnest Money Deposit (EMD)
a) All proposals submitted in response to the RFP document must be accompanied by an EMD
of Rs. 80, 00,000.00 (Rs. Eighty Lacs only) in the form of a Demand Draft drawn in favour of
Odisha Computer Application Centre, payable at Bhubaneswar, Odisha Bids submitted
without adequate EMD will be liable for rejection.
b) EMD of all unsuccessful bidders would be refunded by OCAC within 3 months of the bidder
being notified as being unsuccessful. The EMD, for the amount mentioned above, of
successful bidder would be returned upon submission of Performance Bank Guarantee as
per the format provided in Annexure III: Form 1.
c) The EMD amount is interest free and will be refundable to the unsuccessful bidders without
any accrued interest on it.
d) The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.
e) The EMD may be forfeited:
A. If a bidder withdraws its bid during the period of bid validity.
B. In the case of a successful bidder fails to (a) accept award of work, (b) sign the Contract
Agreement with OCAC, after acceptance of communication on placement of award, (c)
furnish performance security, (d) fails to sign the Contract Agreement in time, (e) or the
bidder violates any of such important conditions of this tender document or indulges in
any such activities as would jeopardize the interest of OCAC in timely finalization of this
tender. The decision of OCAC regarding forfeiture of bid security shall be final and shall
not be called upon question under any circumstances. A default in such a case may
involve black-listing of the bidder by OCAC/Govt. of Odisha. The bidder fails to co-
operate in the Bid evaluation process
5.20.4 Submission of Proposals
a) The bidders should submit their responses as per the format given in this RFP in the
following manner
A. Pre-Qualification Proposal - (1 Original + 2 Copies + 1 CD) in first envelope
B. Technical Proposal - (1 Original + 2 Copies +1 CD) in second envelope
C. Commercial Proposal - (1 Original & 1 Duplicate) in third envelope
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
22 | P a g e
b) The response to Pre-Qualification Proposal, Technical Proposal and Commercial Proposal
(as mentioned above) should be covered in separate sealed envelopes super-scribing, ”Pre-
Qualification Proposal”, “Technical Proposal” and “Commercial Proposal” respectively. Each
copy of each bid should also be marked as "Original" OR "Copy" as the case may be.
c) Please Note that prices should not be indicated in the Technical Proposal and should only be
indicated in the Commercial Proposal.
d) The three envelopes containing copies of Pre-Qualification Proposal, Technical Proposal and
Commercial Proposal should be put in another single larger sealed envelope clearly marked
“Response to RFP for <Name of the assignment> - < RFP Reference Number> and the
wordings “DO NOT OPEN BEFORE 26/07/2013 at 17:00 Hrs”.
e) The outer envelope thus prepared should also indicate clearly the name, address, telephone
number, E-mail ID and fax number of the bidder to enable the Bid to be returned unopened
in case it is declared "Late".
f) All the pages of the proposal must be sequentially numbered and must contain the list of
contents with page numbers. Any deficiency in the documentation may result in the
rejection of the Bid.
g) The original proposal/bid shall be prepared in indelible ink. It shall contain no
interlineations or overwriting, except as necessary to correct errors made by the bidder
itself. Any such corrections must be initialled by the person (or persons) who sign(s) the
proposals.
h) All pages of the bid including the duplicate copies, shall be initialled and stamped by the
person or persons who is authorised to sign the bid.
i) In case of any discrepancy observed by OCAC in the contents of the submitted original paper
bid documents with respective copies, the information furnished on original paper bid
document will prevail over others.
j) Bidder must ensure that the information furnished by bidders in respective CDs is identical
to that submitted in the original paper bid document. In case of any discrepancy observed
by OCAC in the contents of the CDs and original paper bid documents, the information
furnished on original paper bid document will prevail over the soft copy.
5.20.5 Authentication of Bids
The Proposal should be accompanied by a power-of-attorney in the name of the signatory of the
Proposal.
5.21 Preparation and Submission of Proposal
5.21.1 Proposal Preparation Costs
a) The bidder shall be responsible for all costs incurred in connection with participation in the
RFP process, including, but not limited to, costs incurred in conduct of informative and
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
23 | P a g e
other diligence activities, participation in meetings/discussions/presentations, preparation
of proposal, in providing any additional information required by OCAC to facilitate the
evaluation process, and in negotiating a definitive contract or all such activities related to
the bid process.
b) OCAC will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
5.21.2 Language
The Proposal should be filled by the Bidder in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in
English language is to be duly attested by the Bidders. For purposes of interpretation of the
Proposal, the English translation shall govern.
5.21.3 Venue & Deadline for Submission of Proposals
Proposals, in its complete form in all respects as specified in the RFP, must be submitted to
OCAC at the address specified in Section 2.
5.21.4 Late Bids
a) Bids received after the due date and the specified time (including the extended period if
any) for any reason whatsoever, shall not be entertained and shall be returned unopened.
b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence will be entertained on this matter.
c) OCAC shall not be responsible for any postal delay or non-receipt/ non-delivery of the
documents. No further correspondence on the subject will be entertained.
d) OCAC reserves the right to modify and amend any of the above-stipulated
condition/criterion depending upon project priorities vis-à-vis urgent commitments.
5.22 Evaluation Process
a) OCAC will constitute a Proposal Evaluation Committee to evaluate the responses of the
bidders
b) The Proposal Evaluation Committee constituted by the OCAC shall evaluate the responses to
the RFP and all supporting documents / documentary evidence. Inability to submit requisite
supporting documents / documentary evidence, may lead to rejection.
c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the
RFP shall be final. No correspondence will be entertained outside the process of
negotiation/ discussion with the Committee.
d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
24 | P a g e
e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on the
basis of any deviations.
f) Each of the responses shall be evaluated as per the criterions and requirements specified in
this RFP.
5.22.1 Tender Opening
I. The Proposals submitted up to 15:00 Hrs on 26/07/2013 will be opened at 17:00 Hrs on
26/07/2013 by General Manager or any other officer authorized by OCAC, in the presence
of such of those Bidders or their representatives who may be present at the time of opening.
II. The representatives of the bidders should be advised to carry the identity card or a letter of
authority from the tendering firms to identify their bonafides for attending the opening of
the proposal.
5.22.2 Tender Validity
The offer submitted by the Bidders should be valid for minimum period of 180 days from the date
of submission of Tender.
5.22.3 Tender Evaluation
I. Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-
responsive, if Proposals :
A. Are not submitted in as specified in the RFP document
B. Received without the Letter of Authorization (Power of Attorney)
C. Are found with suppression of details
D. With incomplete information, subjective, conditional offers and partial offers
submitted
E. Submitted without the documents requested in the checklist
F. Have non-compliance of any of the clauses stipulated in the RFP
G. With lesser validity period
II. Existing Implementing Agencies which do not get their e-District Application Software for
their respective Pilot States/UTs certified by STQC will NOT be eligible to participate in the
bidding process for that State / UT under the National Rollout of the Scheme.
III. All responsive Bids will be considered for further processing as below.
OCAC will prepare a list of responsive bidders, who comply with all the Terms and
Conditions of the Tender. All eligible bids will be considered for further evaluation by a
Committee according to the Evaluation process define in this RFP document. The decision of
the Committee will be final in this regard.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
25 | P a g e
5.23 Project Schedule
Sl. No Deliverables Completion Time
1. Award of Contract & Team Mobilization T0
2. Preparation of Project Charter and project plan T0 + 1 weeks
3. Functional Design Documents, User Interface Design
Specifications, Technical Design Documents, Integration
Design Specifications Systems, Requirements
Specification (SRS) preparation and approval
T0 + 6 weeks
4. High Level Design (HLD), Low Level Design (LLD), and
Software Design Documents (SDD)
T0+ 8 weeks
5. Completion of Application Development T0+ 15 weeks
6. Testing Strategy, Performance Testing criteria, User
Acceptance Criteria, Unit Test Scripts with Results,
System Integration Test Scenarios and scripts, UAT
Scenarios and scripts
T0 + 16 weeks
7. User Acceptance Test Report T0 + 18 weeks
8. System certification by STQC T0 + 22 weeks
9. Completion of Training & Change Management activities T0 + 26 weeks
10. Go-Live of eDistrict Application T0 + 30 weeks = T1
11. End-to-end project documentation and creation of manuals
T0 + 22 weeks
12. Installation & Commissioning of Hardware at District Level Offices
T0 + 16 weeks
13. Installation & Commissioning of Hardware at SDC T0 + 12 weeks
14. Onsite support covering 3 years of warranty from the date of Go-Live
T2
15. 2 years of AMC for all the H/W, N/W equipment’s, peripherals after completion of 3 years of warranty period
T2 + 2 Years
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
26 | P a g e
5.24 Terms of Payment Schedule
The following schedule would be followed for payment during the Project implementation:
S. No Milestone % of Total Fee Basis of approval
1 Approval of Final SRS 5% Minutes of meeting of the Apex Committee approving the report
2 UAT of the e-District Application by Apex Committee, deployment of necessary hardware at SDC and completion of following key activities:
- Development of connectors for SSDG
- Integration with NSDG
- Integration with AADHAAR
- Integration with Payment Gateway
- Localisation of eDistrict Application
- CSC wise Transaction reports &
calculation of fee for each SCA
- Mobile enablement of eDistrict
Application
5% Minutes of meeting of the Apex Committee approving the e-District application for all services identified in the RFP.
3 Successful District Readiness for all offices, i.e. Completion of all activities/ commissioning of all hardware & networking equipment’s in a district; i.e.
- Hardware
- Network
- Training
- Placement of Technical Manager in the
district
15% Approval of the District Collector
4 STQC Certification 5% Copy of the STQC certification
5 “Go-Live” in at least 25% Districts 10% Go-live in a district would mean 1) Using the e- District application
6 “Go-Live” in at least 50% Districts 5%
7 “Go-Live” in at least 75% Districts 5%
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
27 | P a g e
S. No Milestone % of Total Fee Basis of approval
8 “Go-Live” in 100% Districts 5% for delivery of all services 2) Completion of training 3) Deployment of identified hardware for those Districts 4) Engagement of Technical Support Staff at SDC & District Level
9 Operations and Maintenance Phase 36% To be paid quarterly (3% per quarter) for 36 months
10 Successful Exit Management 9% Minutes of meeting of the Apex Committee
Total 100%
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
28 | P a g e
5.25 Penalty
In the event the bidder is unable to meet defined milestones, a penalty of 0.5% will be charged for
each week delay from payment associated to the respective milestone, maximum limit being 10% of
the respective mile stone amount. If the delay continues beyond 20 weeks, OCAC, may terminate the
Agreement.
5.26 Service Level Agreements
5.26.1 Operation & Maintenance Support
Sl. No. SLA Terms Description
1. System Uptime Time for which user is able to access the
applications, website and other components of
the IT solution during the working hours. The
system can be down due to any of the reasons
including failure of hardware, network, system
software, application etc.
Scheduled downtime for example, backup time,
batch processing time, routine maintenance time
will not be considered while evaluating the
system uptime. However, the selected SI will be
required to schedule such downtime with prior
approval of OCAC. The selected SI will plan
scheduled downtime outside working time. In
exceptional circumstances, OCAC may allow the
SI to plan scheduled downtime in the working
hours.
2. Bugs / Issues in the
Application Software /
Hardware device / Network
Equipment
Critical bugs / issues – Bugs / issues affecting
more than one division or more than one user in
a division,
Non-critical bugs / issues – Bugs / issues
affecting at most one user in a division.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
29 | P a g e
Service
Category
Service
Level Title
/ Objective
Data Capture Measureme
nt Interval
Reportin
g Period
Hours
of
Suppor
t
Target
Servic
e
Level
Minimu
m
Service
Level
Service
Level
Dependenc
y
Increase
d Impact
Severity Weight
System
Uptime and
Performanc
e - SDC
System
uptime and
performanc
e of the
system -
SDC
No. of
recorded
hours on
server logs of
uninterrupte
d usage of the
system by
users during
working
hours
Weekly Weekly 24x7 99.9% 99% Power
Backup
Upgrades
System
Restores
To be
base
lined for
first 6
months
INR 300,000 per month for
every drop in percentage
point of uptime below 99.5 %
[The non-availability for
application service, website
measured on monthly basis
and excluding the scheduled
maintenance shutdown.
Performance of system refers
to the proper and timely
functioning of the system’s
functionalities. The
applications should be
available and performing as
per functionalities]
System
Uptime and
Performanc
e – Field
Offices
System
uptime and
performanc
e of the
system –
Field Offices
No. of
recorded
hours on
manual logs
of
uninterrupte
d usage of
each
hardware &
peripheral by
users during
working
hours
Monthly Monthly 9 x 6 >99% >99% Power
Backup
To be
base
lined for
first 6
months
INR 750 per instance of
violation for a drop in uptime
between <99% and >=98%.
Additional INR 1500 per
instance of violation for every
1% drop in percentage point
of uptime below 98%.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
30 | P a g e
Service
Category
Service
Level Title
/ Objective
Data Capture Measureme
nt Interval
Reportin
g Period
Hours
of
Suppor
t
Target
Servic
e
Level
Minimu
m
Service
Level
Service
Level
Dependenc
y
Increase
d Impact
Severity Weight
Network
Availability
Average
LAN
Network
Availability
of
each of the
designated
office
location and
the nearest
SWAN PoP.
Recording the
no. of hours
of network
outage during
working
hours.
Monthly Monthly 6 x 9 > 99% > 99% To be
base
lined for
first 6
months
INR 50,000 per month for
every drop in percentage
point of uptime below 98%
Helpdesk
Performanc
e
98% of the
calls shall be
answered
within 45
seconds.
Monthly Monthly 6 x 9 > 98% > 98% To be
base
lined for
first 6
months
INR 750 per month for every
drop in percentage point of
uptime below 98%
Helpdesk
Performanc
e
98% of the
incidents
within
helpdesk
resolution
capacity
shall be
resolved in
a cycle time
of 24 hours.
Monthly Monthly 6 x 9 > 98% > 98% To be
base
lined for
first 6
months
INR 750 per month for every
drop in percentage point of
uptime below 98%
Helpdesk
Performanc
e
90% of the
Level 1
Incidents
Monthly Monthly 6 x 9 > 98% > 98% To be
base
lined for
INR 750 per month for every
drop in percentage point of
uptime below 98%
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
31 | P a g e
Service
Category
Service
Level Title
/ Objective
Data Capture Measureme
nt Interval
Reportin
g Period
Hours
of
Suppor
t
Target
Servic
e
Level
Minimu
m
Service
Level
Service
Level
Dependenc
y
Increase
d Impact
Severity Weight
shall be
resolved
within 6
hours from
call received
/ logged
whichever
is earlier
first 6
months
Helpdesk
Performanc
e
90% of the
Level 2
Incidents
shall be
resolved
within 24
hours from
call received
/ logged
whichever
is earlier
Monthly Monthly 6 x 9 > 98% > 98% To be
base
lined for
first 6
months
INR 750 per month for every
drop in percentage point of
uptime below 98%
Helpdesk
Performanc
e
90% of the
Level 3
Incidents
shall be
resolved
within 48
hours from
call received
/ logged
whichever
is earlier
Monthly Monthly 6 x 9 > 98% > 98% To be
base
lined for
first 6
months
INR 750 per month for every
drop in percentage point of
uptime below 98%
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
32 | P a g e
6 Criteria for Evaluation
I. The overall objective of this evaluation process is to select the capable and qualified firm in
the business domain of developing and rolling out a Portal, eDistrict Application, related
hardware and other infrastructure, providing associated capacity building, training and
handholding support as well as associated managed services and who will provide a
comprehensive solution towards Supply, Installation, Integration, Commissioning,
Development, Deployment, Operation & Management of eDistrict Application and hardware
provisioning in Odisha.
II. First the Pre-Qualification Proposal will be evaluated and only those bidders who qualify
the requirements will be eligible for next set of evaluations. Technical Proposal and
Commercial Proposal of Bidders who do not meet the Pre-Qualification criteria will be
returned without opening.
III. The technical score of all the bidders would be calculated as per the criteria mentioned
below. All the bidders who achieve at least 70 marks in the technical evaluation would be
eligible for the next stage, i.e. Financial Bid opening.
IV. Proposals of Companies would be evaluated as per Technical Evaluation Criteria (Section
6.2). Agencies / firms should clearly indicate, giving explicit supporting documentary
evidence, with respect to the above, in absence of which their proposals will be rejected
summarily at the qualification stage itself.
6.1 Pre-Qualification Criteria
Sr. No Qualification Criteria Documents/Information to be
provided in the submitted proposal
1. The responding firm / agency
a. Should have made a payment of Rs. 5000 (Rupees Five Thousands only) for the RFP document
b. Should have submitted a EMD of Rs. 80,00,000 (Rupees Eighty Lacs only)
a) Demand Draft for Rs. 5000
b) Demand Draft for Rs. 80,00,000
2. Legal Entity
Company should be registered under Companies Act, 1956
Registered with the Service Tax Authorities Should have been operating for the last
three years (FY 11-12, FY 10-11 and FY 09-10)
a) Certificate of Incorporation
b) Registration Certificate
3. The Firm / Company should be in the business as System Integrator for at least 3 years as of 31st March 2012
a) Annexure I: Form 2 Details of Responding Firm
b) Memorandum & Articles of Association
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
33 | P a g e
Sr. No Qualification Criteria Documents/Information to be
provided in the submitted proposal
c) Work orders confirming year and Area of activity
4. The responding firm shall not be under a
declaration of ineligibility for corrupt or
fraudulent practices.
Self-Declaration by the designated
official as per the format of the
responding firm or Annexure-I: Form
22
5. The Net Worth of the responding firm must be
positive as per the last audited Balance Sheet.
Chartered Accountant Certificate for
Net worth
6. The responding firm should be ISO 9000:2008
certified.
Copy of Relevant Certificate which is
valid on date of submission.
7. The responding firm should be minimum
CMMi Level 3.
Relevant certificate needs to be
attached which is valid on date of
submission.
Additional Requirement
Sl No Requirement State Category Requirements
Documents/ Information to be provided
1 Average Annual Sales Turnover generated from services related to System Integration (SI) during the last three (3) financial years (FY 11-12, FY 10-11 and FY 09-10) as per the last published balance sheets
Rs. 75 Crores or more
a) Extracts from the audited Balance sheet and Profit & Loss; OR
b) Certificate from the
statutory auditor. 2 Company experience in implementation of
integrated turnkey projects around application development as a System Integrator in India.
(Specifically each project should have components of Hardware, Networking, Helpdesk and Application related training necessarily for this project). Refer to the Important Note below for more details. Number of such Assignments of value (as specified for tiers) which have gone live in the past 5 years (FY 11-12, FY 10-11, FY 09-10 FY 08-09 and FY 07-08)
One 40 Crores Project
OR Two 20 Crores Projects OR Three 16 Crores Project
Completed Annexure I: Form 6: Details of Experience of responding firm/ Project Citation for projects supported with Work order and Proof of Go-live/ Project completion certificates from client
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
34 | P a g e
Sl No Requirement State Category Requirements
Documents/ Information to be provided
Note: Value of the project should be 40 Crores if only one project detail is given. Bidder can also provide two (2) project citations of atleast 20 Crores or Three Projects citations of atleast 16 Crores
3 The responding firm must have a minimum number of IT Staff of technically qualified personnel in the domain of systems integration, as on 31st July, 2012 on its roll.
150 Certificate from HR Department for number of technically qualified professionals employed by the company
6.2 Technical Qualification Criteria
I. Technical proposal of the bidders will be opened and evaluated who meets all the
prequalification criteria.
II. The evaluation committee will evaluate the Technical Proposals on the basis of the technical
evaluation criterion as provided below.
S. No Criteria Max Criteria/ Sub
Criteria Marks
1 Past Experience of the responding firm 30
2 Solution proposed for the e-District Project by the responding
firm
40
3 Work Plan approach and proposed methodology 10
4 Adequacy and Quality of Resources proposed for Deployment 20
Total Points 100
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
35 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
1 Past Experience of the responding firm 30
a.
System Integration
projects
At least THREE
client
references for
implementation
of an integrated
turnkey project
around a)
network
solution and b)
software
development c)
Hardware
commissioning
and d) O&M
phase for
maintaining all
of the above.
Total Work order value
of three project
>INR 30 Crores = 15
points;
>INR 24 crores but less
than INR 30 crores=10
points;
>INR 18 crores but less
than INR 24 crores=5
points;
>INR 12 crores but less
than INR 18 crores
crores=2 points;
>INR 8 crores but less
than INR 12 crores =1
point; else 0
15
Annexure-
I: Form 6,
supported
by
document
ary
evidence
b.
Hardware
Products
Installation
Whether the
Firm has
delivered
hardware
products in at
least Three
projects of
similar size in
the last 3 years.
Value of hardware only
in three work order:
> INR 60 Crores = 5
points;
>INR 50 crores but
less than INR 60
crores=4 points;
>INR 40 crores but
less than INR 50
crores=3 points;
> INR 30 crores but
less than INR 40
crores=2 points;
>INR 15 crores but
5
Annexur
e-I: Form
6,
supporte
d by
documen
tary
evidence
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
36 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
less than INR 30
crores=1 points;
else 0
c. Software Solutions
At least TWO
completed /
ongoing
software
development
projects each
having a
minimum value
of INR 1 crore –
for software
development
component
only). The
project should
have some or all
of the following
components :
– Portal
– Web based
Application
Engine
– Workflow
> 4 Projects – 5
points;
4 Projects - 4 points;
3 Projects - 3 points;
2 Projects - 2 points;
else 0.
5
Annexure-
I: Form 6
supported
by
document
ary
evidence
d.
Maintenance Services and Helpdesk in the State
Providing Maintenance Services / Helpdesk services in the field of IT services with a minimum
In case of any one project done for the following locations : a. covers > 22
districts – 5 points
b. covers > 14
5
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
37 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
order size of INR 2 Crores in the State
districts & less than 22 districts – 3 points
c. covers > 7 & less than 14 districts – 1 points else; 0
Note :
1. For all the above, the Completion Certificate of the projects completed
in the last 3 years (as on <31/12/2012>) need to be provided (issued to
the responding firm by the respective customers)
2. The value of the projects considered in the above criterion would be
based on the Purchase Order or the LOI issued to the responding firm. In
absence of the supporting documents, the projects would not be
considered for evaluation
2 Solution proposed 40
a. Proposed solution
Requirements
addressed as
mentioned in
different parts
of the RFP and
the quality of
the solution
Evaluation Committee
will evaluate whether
all the points/
requirements
mentioned in the RFP
are addressed well and
award points
accordingly, the
important parameters
being:-
– Solution architecture
conceptualized for
this project.
– Security architecture
– Detailed plan for
using SWAN as
connectivity
– Application
15
-
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
38 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
deployment and
testing Strategy
– Quality Control
Procedures
suggested by
responding firm
– Comprehensiveness
of Bill of material of
all the components
(e.g. software,
hardware, etc.) along
with their quantities
b.
Proposed
Approach and
methodology
Evaluation
Committee will
evaluate
whether the
implementation
methodology is
in line with the
requirement.
The important
parameters
being:-
- Plan for
meeting the
SLA norms.
- Redundancy
and failover
options.
- Spare
equipment
In this section, the
responding firm
should:
– Explain the
understanding of the
project requirements
– highlight the
expected support
from the State
– approach to the
services, SLA
management
methodology
– methodology for
carrying out the
activities for
expected output
– Highlight the
associated risks /
problems and plans
for mitigation and
15
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
39 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
availability
plans
explain the technical
approach it would
adopt to address
them
– Explain the
methodologies the
responding firm
proposes to adopt
and highlight the
compatibility of
those methodologies
with the proposed
approach
– Planning and
Building
Infrastructure
(assessment, design,
integration /
migration of existing
Portal infrastructure)
c Training
Proposed
Training and
Change
Management
plan description
to be looked
into
The Evaluation will be
based on:
Proposed Training Schedule
– Plan to develop Training Manuals
– Areas/domains covered
– Number & Quality of personnel to be deployed for training at the site of Implementation of the Project
5
-
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
40 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
d
Formation/Locatio
n of Helpdesk &
other manpower
support
Proposed
methodology of
formation of the
manpower
support team.
Operating and
Maintaining
Infrastructure
The Evaluation will be
based on
– Proposed Staff
details
– Areas/domains
covered
5 -
3 Work Plan Approach & Proposed Methodology 10
a. Project
Management
The overall
approach to be
looked into
The overall project
management approach
adopted by the
responding firm to
implement the project
to meet the timelines.
5 -
b. Detailed Work
Plan
The description
and quality of
the work plan to
be looked into.
Evaluation will be
based on the detailed
Project Plan including
day wise, week wise
activities with Work
Breakdown Structures,
Project estimates,
milestones etc.
5 Form 8
4 Resource Deployment 20
a
Quality of CV of the
resources
proposed for the
project
Quality of the
resources
proposed to
work on the
project
Qualification/relevant
certification of the
People Involved
10
Annexure
-I: Form
10
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
41 | P a g e
Sl
No.
Criteria/Sub
Criteria
Description Point System Max
Criteria
/ Sub
Criteria
Points
Form to
be used
b
Quality of District
level as Technical
e-District managers
Quality of
Technical
Support Staff to
be deployed at
the District.
Education
Qualification/ relevant
certification of the
people involved
10
Annexure
-I: Form
10
Total Points 100
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
42 | P a g e
6.3 Commercial Bid Evaluation
I. The Financial Bids of technically qualified bidders (i.e. above 70 marks) will be opened on
the prescribed date in the presence of bidder representatives.
II. Only fixed price financial bids indicating total price for all the deliverables and services
specified in this bid document will be considered.
III. The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned
separately.
IV. Any conditional bid would be rejected.
V. Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there
is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected.
If there is a discrepancy between words and figures, the amount in words will prevail”.
VI. If there is no price quoted for certain material or service, the bid shall be declared as
disqualified.
VII. In the event that there are 2 or more bidders having the same value in the financial bid, the
bidder securing the highest technical score will be adjudicated as the “Best responsive bid”
for award of the Project.
7 Appointment of System Integrator
7.1 Award Criteria
OCAC will award the Contract to the successful bidder whose financial proposal is the lowest and
would consider it as substantially responsive as per the process outlined above.
7.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s)
OCAC reserves the right to accept or reject any proposal, and to annul the tendering process /
Public procurement process and reject all proposals at any time prior to award of contract, without
thereby incurring any liability to the affected bidder or bidders or any obligation to inform the
affected bidder or bidders of the grounds for OCAC action.
7.3 Notification of Award
I. Prior to the expiration of the validity period, OCAC will notify the successful bidder in
writing or by fax or email, that its proposal has been accepted. In case the tendering process
/ public procurement process has not been completed within the stipulated period, OCAC,
may like to request the bidders to extend the validity period of the bid.
II. The notification of award will constitute the formation of the contract. Upon the successful
bidder's furnishing of Performance Bank Guarantee, OCAC will notify each unsuccessful
bidder and return their EMD.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
43 | P a g e
7.4 Contract Finalization and Award
I. The OCAC shall reserve the right to negotiate with the bidder(s) whose proposal has been
most responsive. On this basis the draft contract agreement would be finalized for award &
signing.
II. OCAC may also like to reduce or increase the quantity of any item in the Scope of Work
defined in the RFP. Accordingly total contract value may change on the basis of the rates
defined in the financial proposal.
7.5 Performance Guarantee
I. OCAC will require the selected bidder to provide a Performance Bank Guarantee, within 15
days from the Notification of award, for a value equivalent to 10% of the total cost of
ownership. The Performance Guarantee should be valid for a period of 6 months. The
Performance Guarantee shall be kept valid till completion of the project and Warranty
period. The Performance Guarantee shall contain a claim period of three months from the
last date of validity. The selected bidder shall be responsible for extending the validity date
and claim period of the Performance Guarantee as and when it is due on account of non-
completion of the project and Warranty period. In case the selected bidder fails to submit
performance guarantee within the time stipulated, OCAC at its discretion may cancel the
order placed on the selected bidder without giving any notice. OCAC shall invoke the
performance guarantee in case the selected Vendor fails to discharge their contractual
obligations during the period or OCAC incurs any loss due to Vendor’s negligence in
carrying out the project implementation as per the agreed terms & conditions.
7.6 Signing of Contract
After OCAC notifies the successful bidder that its proposal has been accepted, OCAC shall
enter into a contract, incorporating all clauses, pre-bid clarifications and the proposal of the
bidder between OCAC and the successful bidder.
7.7 Failure to Agree with the Terms and Conditions of the RFP
Failure of the successful Bidder to agree with the Terms and Conditions of the RFP shall
constitute sufficient grounds for the annulment of the award, in which event OCAC may
award the Contract to the next best value Bidder or call for new Bids.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
44 | P a g e
8 Annexure
Annexure I: TECHNICAL BID TEMPLATES
The bidders are expected to respond to the RFP using the forms given in this section and all
documents supporting Technical Evaluation Criteria. Technical Proposal shall comprise of following
forms:
Form 1: Undertaking on Total Responsibility
Form 2: Particulars of the Bidder
Form 3: Bank Guarantee for Earnest Money Deposit
Form 4: Compliance Sheet for Pre-Qualification Proposal
Form 5: Letter of Proposal
Form 6: Project Citation Format
Form 7: Proposed Solution
Form 8: Proposed Work Plan
Form 9: Team Composition
Form 10: Curriculum Vitae (CV) of Key Personnel
Form 11: Deployment of Personnel
Form 12: Deviations
Form 13: Manufacturers Authorisation Form
Form 14: Declaration on Source Code and Intellectual Property Rights
Form 15: Undertaking on Patent Rights
Form 16: Undertaking on Compliance and Sizing of Infrastructure
Form 17: Undertaking on Service Level Compliance
Form 18: Undertaking on Deliverables
Form 19: Undertaking on Support to Third Party Solution acceptance and certification
Form 20: Declaration of Activities sub-contracted
Form 21: Undertaking on Exit Management and Transition
Form 22: Declaration that the bidder has not been blacklisted
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
45 | P a g e
Form 1: Undertaking on Total Responsibility
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Self certificate regarding Total Responsibility
This is to certify that we undertake total responsibility for the successful and defect free operation
of the proposed Project solution, as per the requirements of the RFP for eDistrict Project.
Thanking you,
Yours faithfully
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
46 | P a g e
Form 2: Particulars of the Bidder
SI No. Information Sought Details to be Furnished
A Name and address of the
bidding Company
B Incorporation status of the firm
(public limited / private
limited, etc.)
C Year of Establishment
D Date of registration
E ROC Reference No.
F Details of company registration
G Details of registration with
appropriate authorities for
service tax
H Name, Address, email, Phone
nos. and Mobile Number of
Contact Person
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
47 | P a g e
Form 3: Bank Guarantee for EMD
To,
<Name> <Designation> <Address> <Phone Nos.> <Fax Nos.> <email id>
Whereas <Name of the bidder> (hereinafter called 'the Bidder') has submitted the bid for
Submission of RFP # <RFP Number> dated <Date> for <Name of the assignment> (hereinafter
called "the Bid") to OCAC
Know all Men by these presents that we < > having our office at <Address> (hereinafter called "the
Bank") are bound unto the OCAC (hereinafter called "the Purchaser") in the sum of Rs. <Amount in
figures> (Rupees <Amount in words> only) for which payment well and truly to be made to the said
Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the
Common Seal of the said Bank this <Date>
The conditions of this obligation are:
1. If the Bidder having its bid withdrawn during the period of bid validity specified by the Bidder
on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period
of validity of bid
(a) Withdraws his participation from the bid during the period of validity of bid document;
or
(b) Fails or refuses to participate in the subsequent Tender process after having been short
listed;
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both
of the two conditions, specifying the occurred condition or conditions.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
48 | P a g e
This guarantee will remain in force up to <insert date> and including <extra time over and above
mandated in the RFP> from the last date of submission and any demand in respect thereof should
reach the Bank not later than the above date.
NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:
I. Our liability under this Bank Guarantee shall not exceed Rs. <Amount in figures> (Rupees
<Amount in words> only)
II. This Bank Guarantee shall be valid upto <insert date>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this Bank Guarantee that we receive a valid written claim or demand for
payment under this Bank Guarantee on or before <insert date>) failing which our liability
under the guarantee will automatically cease.
(Authorized Signatory of the Bank)
Seal:
Date:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
49 | P a g e
Form 4A: Compliance Sheet for Pre-Qualification Proposal
Sr.
No
Qualification
Criteria
Documents/Information
to be provided in the
submitted proposal
Compliance Reference & Page
Number
1. The responding firm /
agency
(a) Should have made
a payment of
Rs.5000(Rupees Five
Thousand only) for
the RFP document
(b) Should have
submitted a EMD of
Rs. 80,00,000
(Rupees Eighty Lacs
only)
a) Demand Draft for
Rs. 5000
b) BG/Demand Draft
for Rs. 80,00,000
Yes/No
2. Legal Entity
Company should
be registered
under Companies
Act, 1956
Registered with
the Service Tax
Authorities
Should have been
operating for the
last three years
(FY 11-12, FY 10-
11 and FY 09-10)
a) Certificate of
Incorporation
b) Registration
Certificate
Yes/No
3. The Firm / Company
should be in the
business as System
Integrator for at least
3 years as of 31st
March 2012
a) Annexure I: Form 2
Details of
Responding Firm
b) Memorandum &
Articles of
Association
c) Work orders
confirming year and
Area of activity
Yes/No
4. The responding firm
shall not be under a
Self-Declaration by the
designated official as per
Yes/No
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
50 | P a g e
Sr.
No
Qualification
Criteria
Documents/Information
to be provided in the
submitted proposal
Compliance Reference & Page
Number
declaration of
ineligibility for
corrupt or fraudulent
practices.
the format of the
responding firm or
Annexure-I: Form 22
5. The Net Worth of the
responding firm must
be positive as per the
last audited Balance
Sheet.
Chartered Accountant
Certificate for Net worth
Yes/No
6. The responding firm
should be ISO
9000:2008 certified.
Copy of Relevant
Certificate which is valid
on date of submission.
Yes/No
7. The responding firm
should be minimum
CMMi Level 3.
Relevant certificate needs
to be attached which is
valid on date of
submission.
Yes/No
8. Average Annual Sales Turnover generated from services related to System Integration (SI) during the last three (3) financial years (FY 11-12, FY 10-11 and FY 09-10) as per the last published balance sheets
Extracts from the audited Balance sheet and Profit & Loss; OR Certificate from the statutory auditor.
Yes/No
9. Company experience in implementation of integrated turnkey projects around application development as a System Integrator in India. (Specifically each project should have components of Hardware, Networking, Helpdesk and Application related training
Completed Annexure I: Form 6: Details of Experience of responding firm/ Project Citation for 3 projects supported with Work order and Proof of Go-live/ Project completion certificates from client
Yes/No
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
51 | P a g e
Sr.
No
Qualification
Criteria
Documents/Information
to be provided in the
submitted proposal
Compliance Reference & Page
Number
necessarily for this project). Refer to the Important Note below for more details. Number of such Assignments of value (as specified for tiers) which have gone live in the past 5 years (FY 11-12, FY 10-11, FY 09-10, FY 08-09 and FY 07-08) Note: Value of the project should be 40 Crores if only one project detail is given. Bidder can also provide two (2) project citations of atleast 20 Crores or Three Projects citations of atleast 16 Crores
10. The responding firm must have a minimum number of IT Staff of technically qualified personnel in the domain of systems integration, as on 31st July, 2012 on its roll.
Certificate from HR Department for number of technically qualified professionals employed by the company
Yes/No
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
52 | P a g e
Form 4B: Compliance Sheet for Technical Proposal
The Technical proposal should comprise of the following basic requirements. The documents
mentioned in this compliance sheet along with this form, needs to be a part of the Technical
proposal
For Technical Evaluation
S.
No.
Specific Requirements Documents Required Compliance Reference &
Page Number
1 Covering Letter for
Technical Proposal
As per Form 5 Yes / No
2 System Functionality:
Meeting the requirements
with respect to the
common functionalities
as described.
A note containing the
Mapping as per information
provided
Yes / No
3 Technology:
Demonstrated robustness
of the technology
deployed across other
installations around the
world, including
– Scalability
– Security
– Ease of
implementation
A note containing details on
a) Solution architecture
b) Security
c) System Performance
d) Supported Platform
Operating System
e) Client Hardware Operating
System
f) Database
g) System Management
h) Web Server Support
i) Application Server Support
j) Single Sign-on
k) Presentation
l) Session Management
m) Integration capabilities
n) Auditing / Reporting
features
o) Disaster recovery & back-
up
And Form 7
Yes / No
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
53 | P a g e
S.
No.
Specific Requirements Documents Required Compliance Reference &
Page Number
4 Industry Specific
Capabilities:
Past experience of the
bidder in executing
similar assignments, size
of those assignments in
the past five years.
[The definition of
“similar” should be such
that it focuses on the
areas which are
“innovative” or where the
technical feasibility is a
challenge in the context
of the project]
Completion Certificates from
the client; OR
Work Order + Self Certificate of
Completion (Certified by the
Statutory Auditor); OR
Work Order + Phase
Completion Certificate (for
ongoing projects) from the
client
Yes / No
5 Training:
Trainings proposed by
the vendor and the
amount of emphasis laid
on Training the
employees schedule
details, locations,
sessions and their
description
A note on training containing
a) Training model
b) Approach
c) Deliverables
Yes / No
7 Profile of proposed
team members:
Relevant assignment
experience / Years of
experience / Number of
Certifications in
Technology specific to
Solution proposed
Form 9,10 and 11 Yes / No
8 Project Methodology,
Support and
Documentation
Form 8 & additional
notes/document for support &
documentation
Yes / No
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
54 | P a g e
S.
No.
Specific Requirements Documents Required Compliance Reference &
Page Number
9 Tools and Assets As per
requirement specified in
Technical evaluation)
Tools and Assets which could
be leveraged for the
assignment [for e.g. Test Case
Builders, Effort Estimators,
PMU Tool, Load testing etc.,
depending on the relevance to
the Scope of work]
A note and demonstration of
the Tool/ Assets
Yes / No
10 Deviations (if any) Form 12 Yes / No
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
55 | P a g e
Form 5: Letter of Proposal
To: <Location, Date>
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Subject: Submission of the Technical bid for <Name of the Systems Implementation assignment>
Dear Sir/Madam,
We, the undersigned, offer to provide Systems Implementation solutions to the OCAC on <Name of
the Systems Implementation engagement> with your Request for Proposal dated <insert date> and
our Proposal. We are hereby submitting our Proposal, which includes this Technical bid and the
Financial Bid sealed in a separate envelope.
We hereby declare that all the information and statements made in this Technical bid are true and
accept that any misinterpretation contained in it may lead to our disqualification.
We undertake, if our Proposal is accepted, to initiate the Implementation services related to the
assignment not later than the date indicated in Fact Sheet.
We agree to abide by all the terms and conditions of the RFP document. We would hold the terms
of our bid valid for 180 days as stipulated in the RFP document.
We hereby declare that we are not insolvent, in receivership, bankrupt or being wound up, our
affairs are not being administered by a court or a judicial officer, our business activities have not
been suspended and we are not the subject of legal proceedings for any of the foregoing.
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Location: _____________________________________Date: ___________________________
_____________________________________________________________________________
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
56 | P a g e
Form 6: Project Citation Format
Relevant IT project experience (provide no more than 5 projects in the last 5 years)
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Service levels being offered/ Quality of service
(QOS)
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the
respondent
Duration of the project (no. of months, start
date, completion date, current status)
Other Relevant Information
Letter from the client to indicate the successful
completion of the projects
Copy of Work Order
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
57 | P a g e
Form 7: Proposed Solution
Technical approach, methodology and work plan are key components of the Technical Proposal.
You are suggested to present Approach and Methodology divided into the following sections:
a) Solution Proposed
b) Understanding of the project (how the solution proposed is relevant to the understanding)
c) Technical Approach and Methodology
Sl.
No
Proposed Solution
(Provide the Product
Name or fill Custom
Built, in case of a new
development)
Version &
Year of
Release
OEM Feature
s &
Functio
nalities
O&M Support
(Warranty/AT
S/: as
required as
per RFP)
Reference in the
Submitted
Proposal (Please
provide page
number/section
number/ volume)
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
58 | P a g e
Form 8: Proposed Work Plan
No Activity1 Calendar Months
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
N
1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception,
interim, and final reports), and other benchmarks such as Purchaser approvals. For phased
assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.
3 All activities should meet the 8/80 criteria i.e should at least take 8 hours and a maximum of 80
hours.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
59 | P a g e
Form 9: Team Composition
Name of Staff with
qualification and
experience
Area of
Expertise
Position
Assigned
Task
Assigned
Time
committed
for the
engagement
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
60 | P a g e
Form 10: Curriculum Vitae (CV) of Key Personnel
General Information
Name of the person
Current Designation / Job Title
Current job responsibilities
Proposed Role in the Project
Proposed Responsibilities in the Project
Academic Qualifications:
Degree
Academic institution graduated from
Year of graduation
Specialization (if any)
Key achievements and other relevant
information (if any)
Professional Certifications (if any)
Total number of years of experience
Number of years with the current company
Summary of the Professional / Domain
Experience
Number of complete life cycle
implementations carried out
The names of customers (Please provide the
relevant names)
Past assignment details (For each assignment
provide details regarding name of
organizations worked for, designation,
responsibilities, tenure)
Prior Professional Experience covering:
Organizations worked for in the past
o Organization name
o Duration and dates of entry and
exit
o Designation Location(s)
o Key responsibilities
Prior project experience
o Project name
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
61 | P a g e
o Client
o Key project features in brief
o Location of the project
o Designation
o Role
o Responsibilities and activities
o Duration of the project
Please provide only relevant projects.
Proficient in languages (Against each language
listed indicate if speak/read/write)
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
62 | P a g e
Form 11: Deployment of Personnel
No Name of Staff Staff input in Months (in the form of a bar chart)2
Total
staff
man-
months
proposed
1 2 3 4 5 6 7 8 9 10 11 12 n Total
1
2
3
N
Total
1. Professional Staff the input should be indicated individually; for Support Staff it should
be indicated by category
2 Months are counted from the start of the assignment.
Full time input Part time input
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
63 | P a g e
Form 12: Deviations
This section should contain any assumption on areas which have not been provided in the
RFP OR any changes to the existing provisions of the RFP
A - On the Terms of Reference
[Suggest and justify here any modifications or improvement to the Scope of Work you are proposing to
improve performance in carrying out the assignment (such as deleting some activity you consider
unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions
should be concise and to the point, and incorporated in your Proposal.]
B – Any other areas
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
64 | P a g e
Form 13: Manufacturers Authorization Form
(This form has to be provided by the OEMs of the products proposed)
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
OEM Authorization Letter
Dear Sir:
Ref: Your RFP Ref: [*] dated [*]
We who are established and reputable manufacturers / producers of ________________________ having
factories / development facilities at (address of factory / facility) do hereby authorize M/s
___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you
against the above Bid Invitation.
We hereby extend our full guarantee and warranty for the Solution, Products and services offered
by the above firm against this Bid Invitation.
We hereby declare that we are not insolvent, in receivership, bankrupt or being wound up, our
affairs are not being administered by a court or a judicial officer, our business activities have not
been suspended and we are not the subject of legal proceedings for any of the foregoing.
We also undertake to provide any or all of the following materials, notifications, and information
pertaining to the Products manufactured or distributed by the Supplier:
a. Such Products as the Bank may opt to purchase from the Supplier, provided, that this option
shall not relieve the Supplier of any warranty obligations under the Contract; and
b. in the event of termination of production of such Products:
i. advance notification to the Bank of the pending termination, in sufficient time to
permit the Bank to procure needed requirements; and
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
65 | P a g e
ii. Following such termination, furnishing at no cost to the Bank, the blueprints, design
documents, operations manuals, standards, source codes and specifications of the
Products, if requested.
We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support
and maintenance obligations required by the contract.
Yours faithfully,
Name:
Name of Producers:
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed
by a person competent and having the power of attorney to bind the manufacturer. The Bidder in
its Bid should include it.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
66 | P a g e
Form 14: Declaration on Source Code and Intellectual Property Rights
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Self-certificate regarding the source code and Intellectual property rights under this
Project
I, authorized representative of _________________________, hereby solemnly affirm to the IPR and Source
Code rights as defined in Part III of this RFP document.
In the event of any deviation from the factual information/ declaration, OCAC reserves the right to
terminate the Contract without any compensation to the System Integrator.
Thanking you,
Yours faithfully
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
67 | P a g e
Form 15: Undertaking on Patent Rights
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Undertaking on Patent Rights
1. I/We as System Integrator (SI) do hereby undertake that none of the
deliverables being provided by us is infringing on any patent or intellectual and industrial
property rights as per the applicable laws of relevant jurisdictions having requisite
competence.
2. I/We also confirm that there shall be no infringement of any patent or intellectual and
industrial property rights as per the applicable laws of relevant jurisdictions having requisite
competence, in respect of the equipments, systems or any part thereof to be supplied by us. We
shall indemnify OCAC against all cost/claims/legal claims/liabilities arising from third party
claim in this regard at any time on account of the infringement or unauthorized use of
patent or intellectual and industrial property rights of any such parties, whether such claims
arise in respect of manufacture or use. Without prejudice to the aforesaid indemnity, the
SI shall be responsible for the completion of the supplies including spares and uninterrupted
use of the equipment and/or system or any part thereof to OCAC and persons authorized by
OCAC, irrespective of the fact of claims of infringement of any or all the rights mentioned above.
3. If it is found that it does infringe on patent rights, I/We absolve OCAC of any legal
action.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
68 | P a g e
Form 16: Undertaking on Compliance and Sizing of Infrastructure
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Undertaking on Compliance and Sizing of Infrastructure
1. I/We as System Integrator do hereby undertake that we have proposed and sized the
hardware and all software (including perennial and enterprise wide licenses, unless
stated otherwise) based on information provided by OCAC in its RFP document and
in accordance with the service level requirements and minimum specifications
provided and assure OCAC that the sizing is for all the functionality envisaged in the
RFP document.
2. Any augmentation of the proposed solution or sizing of any of the proposed solutions
(including software and hardware) in order to meet the minimum RFP
requirements and/or the requisite service level requirements given by OCAC will
be carried out at no additional cost to OCAC during the entire period of Contract.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
69 | P a g e
Form 17: Undertaking on Service Level Compliance
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Undertaking on Service Level Compliance
1. I/We as System Integrator do hereby undertake that we shall monitor, maintain, and
comply with the service levels stated in the RFP to provide quality service to
OCAC.
2. However, if the proposed resources and infrastructure are found to be insufficient in
meeting the RFP and/or the service level requirements given by OCAC, then we will
augment the same without any additional cost to OCAC.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
70 | P a g e
Form 18: Undertaking on Deliverables
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Undertaking on Deliverables
1. I/We as System Integrator do hereby undertake that processes, deliverables/artifacts
submitted to OCAC will adhere to the quality and standards specified in this RFP.
2. We also recognize and undertake that the deliverables/artifacts shall be
presented and explained to OCAC and other key stakeholders (identified by OCAC), and also
take the responsibility to provide clarifications as requested by OCAC.
3. We agree to abide by the procedures laid down for acceptance and review of deliverables
/ artifacts by the Department as stated in this RFP or as communicated to us from time-to-time.
4. We also understand that the acceptance, approval and sign-off of the deliverables by
OCAC will be done on the advice of Department and any other agency appointed by the
Department for the same. We understand that while all efforts shall be made to accept and
convey the acceptance of each deliverable in accordance with the Project schedule, no
deliverable will be considered accepted until a specific written communication to that effect
is made by OCAC.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
71 | P a g e
Form 19: Undertaking on Support to Third Party Solution acceptance and certification
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Undertaking on Support to Third Party Solution Acceptance and Certification
1. I/We understand that the System (including the application and the associated IT
systems) may be assessed and certified by a 3rd party agency (to be identified by
OCAC) before the system is commissioned.
2. I/We understand that while the certification expenses will be borne by OCAC,
the responsibility to ensure successful acceptance and certification lies with the System
Integrator.
3. I/We hereby undertake that we shall do all that is required of the System
Integrator to ensure that system will meet all the conditions required for successful
acceptance and certification.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
72 | P a g e
Form 20: Declaration of activities sub-contracted
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Declaration on Sub-contracting
I/ We hereby declare the following list of activities which we would be sub-contracted.
S. No. Activity
1
2
3
4
I/ We would be responsible for ensuring that the sub-contracted work meets the requirements of
the Department.
Thanking you,
Yours faithfully
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
73 | P a g e
Form 21: Undertaking on Exit Management and Transition
No. Date:
To:
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Dear Sir,
Sub: Undertaking on Exit Management and Transition
I/We hereby undertake that at the time of completion of o u r engagement with the Department, either at the End of Contract or termination of Contract before planned Contract Period for any reason, we shall successfully carry out the exit management and transition of this Project to the OCAC or to an agency identified by OCAC to the satisfaction of the Department. I/We further undertake to complete the following as part of the Exit management and transition:
a. We undertake to complete the updation of all Project documents and other artefacts and handover the same to OCAC before transition.
b. We undertake to design standard operating procedures to manage system (including application and IT systems), document the same and train OCAC personnel on the same.
c. If Department decides to take over the operations and maintenance of the Project on its own or identifies or selects any other agency for providing operations & maintenance services on this Project, then we shall provide necessary handholding and transition support, which shall include but not be limited to, conducting detailed walkthrough and demonstrations for the IT Infrastructure, handing over all relevant documentation, addressing the queries/clarifications of the new agency with respect to the working / performance levels of the infrastructure, conducting Training sessions etc.
I/We also understand that the Exit management and transition will be considered complete on the basis of
approval from OCAC.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organisation)
Name :
Designation :
Date :
Time :
Seal :
Business Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
74 | P a g e
Form 22: Declaration that the bidder has not been blacklisted
(To be submitted on the Letterhead of the responding agency)
{Place}
{Date}
To,
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Ref: RFP Notification no <xxxx> dated <dd/mm/yy>
Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of
System Integrator for Statewide Roll-out of e-District MMP.
Dear Sir,
We confirm that our company, ____________, is not blacklisted in any manner whatsoever by any of
the State/UT and/or central government in India on any ground including but not limited to
indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
Place:
Date:
Bidder’s Company Seal:
Authorized Signatory’s Signature:
Authorized Signatory’s Name and Designation:
Note: The Bidder shall necessarily provide a copy of ‘Power of Attorney’ authorizing the signatory
for signing the Bid on behalf of the Bidder in its Pre-Qualification Bid.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
75 | P a g e
ANNEXURE II: FINANCIAL PROPOSAL TEMPLATE
Form 1: Covering Letter
To:
<Location, Date>
General Manager, Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Subject: Submission of the Financial bid for <Provide Name of the Implementation Assignment>
Dear Sir/Madam,
We, the undersigned, offer to provide the Implementation services for <Title of
Implementation Services> in accordance with your Request for Proposal dated <Date> and our
Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of
<Amount in words and figures>. This amount is inclusive of the local taxes.
1. PRICE AND VALIDITY
All the prices mentioned in our Tender are in accordance with the terms as specified in the
RFP documents. All the prices and other terms and conditions of this Bid are valid for a
period of 180 calendar days from the date of opening of the Bid.
We hereby confirm that our prices include all taxes. However, all the taxes are quoted
separately under relevant sections.
We understand that the actual payment would be made as per the existing indirect tax rates
during the time of payment.
2. UNIT RATES
We have indicated in the relevant forms enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of
work under the contract.
3. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the Tender
documents except for the variations and deviations, all of which have been detailed out
exhaustively in the following statement, irrespective of whatever has been stated to the contrary
anywhere else in our bid.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
76 | P a g e
Further we agree that additional conditions, if any, found in the Tender documents, other than
those stated in deviation schedule, shall not be given effect to.
4. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your Instruction to
Bidders included in Tender documents.
5. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidders.
In case you require any other further information/documentary proof in this regard before
evaluation of our Tender, we agree to furnish the same in time to your satisfaction.
6. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the RFP. These
prices are indicated Commercial Bid attached with our Tender as part of the Tender.
7. PERFORMANCE BANK GUARANTEE
We hereby declare that in case the contract is awarded .to us, we shall submit the Performance
Bank Guarantee as specified in the <Form 3> of this RFP document.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e., [Date].
We understand you are not bound to accept any Proposal you receive.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the
information contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender
you receive.
Thanking you,
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
77 | P a g e
Form 2: Financial Proposal
Summary of Total Project Cost- Component Wise
Sl No. Project Expenditure Heads Reference to other tables Cost
Software Development Cost
1. Application Software
Development Form 2.1. INR 0.00
Integration Cost
2 Integration Components Form 2.2 INR 0.00
Hardware & Networking Cost
3. Hardware Form 2.3+Form 2.4+ Form 2.5 + Form 2.6 +
Form 2.7+ Form 2.8 INR 0.00
System Software
4. System Software Cost Form 2.9 INR 0.00
Connectivity
5. Broadband Connectivity Form 2.10 INR0.00
Training Cost
6. Stakeholder Training Cost Form 2.11 INR 0.00
Application Support Cost
7. Application Support Cost for
3 years after Go-Live Form 2.12 INR 0.00
Technical Support Staff
8. Technical Support Staff Form 2.13
Other Project Related Costs
9. Other Costs Form 2.14 INR 0.00
Total e-District Solution Cost INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
78 | P a g e
Form 2.1: Software Development Commercial Format
Module
Requirement
Analysis SRS SDD Development Testing Deployment &
Implementation
Oth
er
Co
st
To
tal
Mo
du
le C
ost
R2
Spec
ify
oth
er
reso
urc
e ty
pes
R3
Spec
ify
oth
er
reso
urc
e ty
pes
R3 R4 R 9
Spec
ify
oth
er
reso
urc
e ty
pes
R3 R 10
Spec
ify
oth
er
reso
urc
e ty
pes
R 12 R5
Spec
ify
oth
er
reso
urc
e ty
pes
R6
Spec
ify
oth
er
reso
urc
e ty
pes
Module-1
En
ter
man
m
on
ths
for
reso
urc
e ty
pe
En
ter
man
m
on
ths
for
re
sou
rce
typ
e
Module-2
***
Total Cost
Unit cost per resource should be mentioned in the below table.
Resource Type Role Unit
Rate
Resource Type Role Unit
Rate
R1 Project Manager
R7 Help Desk Resource
R2 System/Business Analyst
R8 Maintenance & Support Engineer
R3 Sr. Software Engineer
R9 Solution Architect
R4 Database Expert
R10 Developer
R5 Software Testing Expert
R11 Data Migration Specialist
R6 Implementation Engineer
R12 System Integration Tester
In order to meet the project requirements, it may be necessary to carry out modification /customization to the proposed solution. The above quoted amount shall be used if State Designated Agency wants to carry out any modification/customization activities later. The rates will be applicable for the entire duration of the contract period.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
79 | P a g e
Form 2.2: Integration Cost Commercial Format
A B C D
Software Item Cost/Unit Tax (If any) No. of Units Cost per Software item (A+B)xC
Development of Connectors for
SSDG
INR 0.00 INR 0.00
Mobile enablement of eDistrict
Application
INR 0.00 INR 0.00
Integration with NSDG INR 0.00 INR 0.00
Payment Gateway Integration INR 0.00 INR 0.00
E-Authentication with
AADHAR
INR 0.00 INR 0.00
Localisation of Application INR 0.00 INR 0.00
Total Cost for Integration INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
80 | P a g e
Form 2.3: Commercial Format for Equipment’s at SDC, Bhubaneswar
Sl
No. Item
Description
Unit Price
(P)
Tax
(t)
Total
amount/unit
T=(P+t)
Total Qty
(Q)
Total
amount
T*Q
Remarks
1 Server For Helpdesk and SLA INR 0.00 INR 0.00 INR 0.00 2 Nos. INR 0.00
2 Server for Antivirus INR 0.00 INR 0.00 INR 0.00 1 Nos. INR 0.00
3 Software for Helpdesk, SLA &
Asset Management INR 0.00 INR 0.00 INR 0.00 1 Nos. INR 0.00
4 Antivirus Software solution INR 0.00 INR 0.00 INR 0.00 1 Nos. INR 0.00
5 42 U Server Rack INR 0.00 INR 0.00 INR 0.00 1 Nos. INR 0.00
6 Any other (Please Specify)
Total Cost for equipment’s at SDC INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
81 | P a g e
Form 2.4: Commercial Format for Equipment’s at District Collectorate
Sl
No.
Item Description Unit Price
(P)
Tax (t) Total
amount/unit
T=(P+t)
Total Qty
(Q)
Total
amount
T*Q
Remarks
1 Laptop INR 0.00 INR 0.00 INR 0.00 56 Nos. INR 0.00
2 Desktop INR 0.00 INR 0.00 INR 0.00 224 Nos. INR 0.00
3 24 Port LAN switch INR 0.00 INR 0.00 INR 0.00 56 Nos. INR 0.00
4 LaserJet Printer INR 0.00 INR 0.00 INR 0.00 140 Nos. INR 0.00
5 Laser Jet Printer, Scanner,
Copier all in one Device
INR 0.00 INR 0.00 INR 0.00 28 Nos. INR 0.00
6 Scanner INR 0.00 INR 0.00 INR 0.00 56 Nos. INR 0.00
7 Bio-Metric Device INR 0.00 INR 0.00 INR 0.00 280 Nos. INR 0.00
8 Antivirus INR 0.00 INR 0.00 INR 0.00 280 Nos. INR 0.00
9 1 KVA offline UPS INR 0.00 INR 0.00 INR 0.00 224 Nos. INR 0.00
10 9 U Networking Rack INR 0.00 INR 0.00 INR 0.00 56 Nos. INR 0.00
11 UTP cable CAT-6 (Box of 305
Mtrs)
INR 0.00 INR 0.00 INR 0.00 56 Nos. INR 0.00
12 Jack Panel 24 Port CAT 6 INR 0.00 INR 0.00 INR 0.00 56 Nos. INR 0.00
13 Information Outlet CAT6 INR 0.00 INR 0.00 INR 0.00 420 Nos. INR 0.00
14 Surface Mount Box Single INR 0.00 INR 0.00 INR 0.00 420 Nos. INR 0.00
15 Mounting Cord 7 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 420 Nos. INR 0.00
16 Mounting Cord 3 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 420 Nos. INR 0.00
17 6 Core Multimode Fiber with
necessary terminator
INR 0.00 INR 0.00 INR 0.00 14000 Mtr INR 0.00
18 Any other (Please Specify)
Total Cost for equipment’s at District Collectorate INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
82 | P a g e
Form 2.5: Commercial Format of Equipment’s at Sub-Collector office
Sl
No.
Item Description Unit Price
(P)
Tax
(t)
Total amount/
Unit T=(P+t)
Total Qty
(Q)
Total
amount
T*Q
Remarks
1 Laptop INR 0.00 INR 0.00 INR 0.00 51 Nos. INR 0.00
2. Desktop INR 0.00 INR 0.00 INR 0.00 102 Nos. INR 0.00
3 24 Port LAN switch INR 0.00 INR 0.00 INR 0.00 51 Nos. INR 0.00
4 LaserJet Printer INR 0.00 INR 0.00 INR 0.00 102 Nos. INR 0.00
5 1 KVA offline UPS INR 0.00 INR 0.00 INR 0.00 102 Nos. INR 0.00
6 Bio-Metric Device INR 0.00 INR 0.00 INR 0.00 153 Nos. INR 0.00
7 Antivirus INR 0.00 INR 0.00 INR 0.00 153 Nos. INR 0.00
8 Scanner INR 0.00 INR 0.00 INR 0.00 102 Nos. INR 0.00
9 9 U Networking Rack INR 0.00 INR 0.00 INR 0.00 51 Nos. INR 0.00
10 UTP cable CAT-6 (Box of 305 Mtrs) INR 0.00 INR 0.00 INR 0.00 51 Nos. INR 0.00
11 Jack Panel 24 Port CAT 6 INR 0.00 INR 0.00 INR 0.00 51 Nos. INR 0.00
12 Information Outlet CAT6 INR 0.00 INR 0.00 INR 0.00 255 Nos. INR 0.00
13 Surface Mount Box Single INR 0.00 INR 0.00 INR 0.00 255 Nos. INR 0.00
14 Mounting Cord 7 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 255 Nos. INR 0.00
15 Mounting Cord 3 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 255 Nos. INR 0.00
16 Any other (Please Specify)
Total Cost for equipment’s at Sub Collectorate INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
83 | P a g e
Form 2.6: Commercial Format of Equipment’s at Tahsil offices of Odisha
Sl
No.
Item Description Unit Price
(P)
Tax
(t)
Total amount/
Unit T=(P+t)
Total Qty
(Q)
Total
amount
T*Q
Remarks
1 Laptop INR 0.00 INR 0.00 INR 0.00 536 Nos. INR 0.00
2 Desktop INR 0.00 INR 0.00 INR 0.00 536 Nos. INR 0.00
3 24 Port LAN switch INR 0.00 INR 0.00 INR 0.00 268 Nos. INR 0.00
4 LaserJet Printer INR 0.00 INR 0.00 INR 0.00 536 Nos. INR 0.00
5 Scanner INR 0.00 INR 0.00 INR 0.00 536 Nos. INR 0.00
6 Bio-Metric Devices INR 0.00 INR 0.00 INR 0.00 1072 Nos. INR 0.00
7 Antivirus INR 0.00 INR 0.00 INR 0.00 1072 Nos. INR 0.00
8 1 KVA offline UPS INR 0.00 INR 0.00 INR 0.00 536 Nos. INR 0.00
9 UTP cable CAT-6 (Box of 305 Mtrs) INR 0.00 INR 0.00 INR 0.00 268 Nos. INR 0.00
10 Information Outlet CAT6 INR 0.00 INR 0.00 INR 0.00 1340 Nos. INR 0.00
11 Surface Mount Box Single INR 0.00 INR 0.00 INR 0.00 1340 Nos. INR 0.00
12 Mounting Cord 7 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 1340 Nos. INR 0.00
13 Mounting Cord 3 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 1340 Nos. INR 0.00
14 Jack Panel 24 Port CAT 6 INR 0.00 INR 0.00 INR 0.00 268 Nos. INR 0.00
15 9 U Networking Rack INR 0.00 INR 0.00 INR 0.00 268 Nos. INR 0.00
16 Any other (Please Specify)
Total Cost for equipment’s at Tahsils INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
84 | P a g e
Form 2.7: Commercial format of Equipment’s at Block offices of Odisha
Sl
No.
Item Description Unit Price
(P)
Tax
(t)
Total amount/
Unit T=(P+t)
Total Qty
(Q)
Total
amount
T*Q
Remarks
1. Laptop INR 0.00 INR 0.00 INR 0.00 266 Nos. INR 0.00
2 Desktop INR 0.00 INR 0.00 INR 0.00 532 Nos. INR 0.00
3. LaserJet Printer INR 0.00 INR 0.00 INR 0.00 266 Nos. INR 0.00
4 Bio-Metric Devices INR 0.00 INR 0.00 INR 0.00 798 Nos. INR 0.00
5 Antivirus INR 0.00 INR 0.00 INR 0.00 798 Nos. INR 0.00
6. 1 KVA offline UPS INR 0.00 INR 0.00 INR 0.00 532 Nos. INR 0.00
7. UTP cable CAT-6 (Box of 305 Mtrs) INR 0.00 INR 0.00 INR 0.00 266 Nos. INR 0.00
8. Information Outlet CAT6 INR 0.00 INR 0.00 INR 0.00 1330 Nos. INR 0.00
9. Surface Mount Box Single INR 0.00 INR 0.00 INR 0.00 1330 Nos. INR 0.00
10. Mounting Cord 7 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 1330 Nos. INR 0.00
11. Mounting Cord 3 Ft. CAT 6 INR 0.00 INR 0.00 INR 0.00 1330 Nos. INR 0.00
12. Any other (Please Specify)
Total Cost for equipment’s at Block Offices INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
85 | P a g e
Form 2.8: System Software Commercial Format
A B C D
Item Description Cost/Unit Tax (If any) No. of Units Cost per Middleware
item (A+B)xC
INR 0.00 INR 0.00
INR 0.00 INR 0.00
INR 0.00 INR 0.00
INR 0.00 INR 0.00
Total Cost of System Software INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
86 | P a g e
Form 2.9: Broadband Connectivity Commercial Format
Office Category Number of Offices Broadband Bandwidth Cost/Office Total Cost/Month
Tahsil Offices 268 2 Mbps INR 0.00 INR 0.00
RI Offices 1790 512 Kbps INR 0.00 INR0.00
Total Cost for Broadband Connectivity
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
87 | P a g e
Form 2.10: Training/Workshop Commercial Format
A B C D
Training/Workshop Item Cost/Trainee Service Tax (If any) No. of Person Total Training Cost (A+B)xC
Training of Government Official 11200 INR 0.00
Training of CSC Operators 650 INR 0.00
Total Cost for Training/Workshop INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
88 | P a g e
Form 2.11: Application Support & Maintenance Cost
Sl No. Item Unit Price (P) Tax (t) Total Amount T=(P+t) Remarks
AMC for a Period of 3 years at 12 equal installments from date of Go-Live of all services
1. INR 0.00 INR 0.00 INR 0.00
2. INR 0.00 INR 0.00 INR 0.00
3. INR 0.00 INR 0.00 INR 0.00
4. INR 0.00 INR 0.00 INR 0.00
5. INR 0.00 INR 0.00 INR 0.00
6. INR 0.00 INR 0.00 INR 0.00
7. INR 0.00 INR 0.00 INR 0.00
8. INR 0.00 INR 0.00 INR 0.00
9. INR 0.00 INR 0.00 INR 0.00
10. INR 0.00 INR 0.00 INR 0.00
11. INR 0.00 INR 0.00 INR 0.00
12. INR 0.00 INR 0.00 INR 0.00
Total Cost for Application Support & Maintenance
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
89 | P a g e
Form 2.12: Commercial Formant for Technical Support Staff at SDC & District Level
Sl No. Item Unit Price (P) Tax (t) Total Amount T=(P+t) Total Qty (Q) Total amount
T*Q
1. Technical Support Staff INR 0.00 INR 0.00 INR 0.00 28 INR 0.00
2. Database Administrator
at SDC
INR 0.00 INR 0.00 INR 0.00 2 INR 0.00
3. System Administrator at
SDC
INR 0.00 INR 0.00 INR 0.00 2 INR 0.00
4. Resource Person for
Centralized Helpdesk
INR 0.00 INR 0.00 INR 0.00 2 INR 0.00
Total Cost for Technical Support Staff & Help Desk Resources
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
90 | P a g e
Form 2.13: Other Cost Commercial Format
A B D
Other Items Cost/Item Tax (If any) Total Cost (A+B)xC
Other Item INR0.00 INR 0.00
Total Cost for other Item INR 0.00
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
91 | P a g e
ANNEXURE III: TEMPLATE FOR PBG & CCN
Form 1: Performance Bank Guarantee
PERFORMANCE SECURITY:
<Name> <Designation> <Address> <Phone Nos.> <Fax Nos.>
<email id>
Whereas, <name of the supplier and address> (hereinafter called “the bidder”) has undertaken, in
pursuance of contract no. <Insert Contract No.> dated. <Date> to provide Implementation services
for <name of the assignment> to OCAC (hereinafter called “the beneficiary”)
And whereas it has been stipulated by in the said contract that the bidder shall furnish you with a
bank guarantee by a recognized bank for the sum specified therein as security for compliance with
its obligations in accordance with the contract;
And whereas we, <Name of Bank> a banking company incorporated and having its head
/registered office at <Address of Registered Office> and having one of its office at <Address of Local
Office> have agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and we
undertake to pay you, upon your first written demand declaring the supplier to be in default under
the contract and without cavil or argument, any sum or sums within the limits of Rs. <Insert
Value> (Rupees <Insert Value in Words> only) as aforesaid, without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the bidder before presenting
us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to
be performed there under or of any of the contract documents which may be made between you
and the Bidder shall in any way release us from any liability under this guarantee and we hereby
waive notice of any such change, addition or modification.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
92 | P a g e
This Guarantee shall be valid until <Insert Date>)
Notwithstanding anything contained herein:
I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees <Insert
Value in Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this bank guarantee that we receive a valid written claim or demand for
payment under this bank guarantee on or before <Insert Expiry Date>) failing which our
liability under the guarantee will automatically cease.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
93 | P a g e
Form 2: Change Control Notice (CCN) Format
Change Control Note CCN Number:
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments
as A1, A2, and A3 etc.)
Authorized by : Date:
Name:
Signature:
Received by the IP
Date:
Name:
Signature:
Change Control Note
CCN Number:
Part B : Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, charging structure, payment profile, documentation, training, service
levels and component working arrangements and any other contractual issue.
Brief Description of Solution:
Impact:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
94 | P a g e
Deliverables:
Timetable:
Charges for Implementation:
(including a schedule of payments)
Other Relevant Information:
(including value-added and acceptance criteria)
Authorized by the
Implementation Partner
Date:
Name:
Signature:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
95 | P a g e
ANNEXURE IV: Definition of Go-Live
Go-Live of e-District Project in a District as fulfilment of all the following four conditions
1) Go-Live of all services as mentioned in the RFP would imply there would be at least following
number of transactions per month for a period of 3 consecutive months for all services based on
the Population of the District as following:
a) Districts with population < 5 Lakhs atleast 10 transactions per month for each service
b) Districts with population > 5 Lakhs but < 10 lakhs atleast 20 transactions per month for
each service.
c) Districts with population > 10 Lakhs atleast 30 transactions per month for each service.
2) Among the services listed, at least 10 services should attain high volume of transactions for
three consecutive months in that district. High volume of transactions are defined as:
a) Districts with population < 5 Lakhs - High Volume services would be those defined as at
least 50 transactions per month per service for the entire district
b) Districts with population < 10 Lakhs but > 5 Lakhs High Volume services would be those
defined as at least 100 transactions per month per service for the entire district
c) Districts with population > 10 Lakhs High Volume services would be those defined as at
least 150 transactions per month per service for the entire district
3) At least three of the “High Volume Services” as defined above in S No. (2) Should be amenable to
delivery across the counter.
4) The aggregate transactions for all services (including High Volume services) made live, reach
the following levels for at least three consecutive months in that district
a) Districts with population < 5 Lakhs – at least 750 transactions per month for the entire
district
b) Districts with population < 10 Lakhs but > 5 Lakhs - at least 1500 transactions per
month for the entire district
c) Districts with population > 10 Lakhs - at least 2500 transactions per month for the
entire district
Note: Transaction would be defined a complete service being delivered to the Citizen which may
include submission of an application by the citizen, back end processing and service delivery. Across
the Counter service delivery will also count as a transaction.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume I
96 | P a g e
ANNEXURE V: Resources Eligibility Criteria
Resource Type Minimum Educational
Qualification
Minimum Years
of Experience
Desired
Certification
Project Manager BE/MCA/B.Tech 8+ PMP/Prince2
Database Administrator BE/MCA/ B.Tech 5+
System Administrator BE/MCA/ B.Tech 5+
Technical Support Staff BE / B. Tech / MCA or must
be a Graduate (In
IT/Computer Stream) with
minimum 50% marks in
whole academic career. (10th,
10+2 & Graduation). Having 2
Years of Experience.
5+
Help Desk Support Any Graduation with IT
Knowledge and Good
Communication Skill in Odia
& English
4+
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
REQUEST FOR PROPOSAL FOR
SELECTION OF SYSTEM INTEGRATOR FOR STATE WIDE ROLLOUT
OF e-DISTRICT MMP
VOLUME II
RFP No: OCAC-TJ-11/2012/ENQ/13015 Dated: 24.06.2013
General Manager,
Odisha Computer Application Centre (OCAC), (Technical Directorate under IT Department, Govt. of Odisha), OCAC Building, Plot No. N-
1/7D, Acharya Vihar Square, RRL Post Office, Bhubaneswar – 751 013, Odisha
Website: http://www.ocac.in/
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
2 | P a g e
Table of Content
1 IMPLEMENTATION FRAMEWORK .................................................................................................... 6
2 SCOPE OF THE PROJECT .................................................................................................................... 9
2.1 INTRODUCTION ...................................................................................................................................... 9 2.2 SOLUTION & TECHNOLOGY ARCHITECTURE .............................................................................................. 9 2.2.1 Overview ..................................................................................................................................... 9 2.2.2 eDistrict Application Structure ................................................................................................. 10
2.3 SCOPE OF SERVICES – PROJECT IMPLEMENTATION PHASE ........................................................................ 11 2.3.1 Solution Design ......................................................................................................................... 12
2.3.1.1 System Study and Design ...................................................................................................................... 12 2.3.1.2 Preparation of Software Requirements Specifications (SRS) ................................................................. 13 2.3.1.3 Preparation of e-District Project Plan .................................................................................................... 14 2.3.1.4 Preparation of e-District Application Design Documents ...................................................................... 14 2.3.1.5 Sign off Deliverables ............................................................................................................................. 14
2.3.2 Software Development/Customization .................................................................................... 15 2.3.2.1 E-District Application ............................................................................................................................. 15 2.3.2.2 List of Services (e-District Functional Modules) ................................................................................... 15 2.3.2.3 Single-Sign On ...................................................................................................................................... 20 2.3.2.4 Support for PKI based Authentication and Authorization .................................................................... 20 2.3.2.5 Interoperability Standards .................................................................................................................... 20 2.3.3.6 Scalability ............................................................................................................................................. 20 2.3.2.7 Security ................................................................................................................................................ 21 2.3.2.8 Application Architecture ...................................................................................................................... 21 2.3.2.9 Proposed Application Architecture ...................................................................................................... 22 2.3.2.10 High Level Design (HLD) .................................................................................................................... 22 2.3.2.11 Detailed (Low Level) Design (LLD) ..................................................................................................... 22 2.3.2.12 Test Plan ............................................................................................................................................ 23 2.3.2.13 Requirement on Adherence to Standards ........................................................................................ 23 2.3.2.14 Compliance with Industry Standards ................................................................................................ 23 2.3.2.15 Specification ..................................................................................................................................... 23 2.3.2.16 Sign-off Deliverables ......................................................................................................................... 24
2.3.3 Obtain STQC Certification for eDistrict Application ................................................................ 24 2.3.3.1 Sign-off Deliverables ............................................................................................................................. 25
2.3.4 Alignment with Integrated Framework ................................................................................... 25 2.3.5 SSDG .......................................................................................................................................... 25 2.3.6 Payment and SMS Gateway ...................................................................................................... 26 2.3.7 UAT and Go-Live Report ........................................................................................................... 27
2.3.7.1 Sign-off Deliverables ............................................................................................................................. 27 2.3.8 Network Connectivity ............................................................................................................... 27
2.3.8.1 Sign-off Deliverables ............................................................................................................................. 27 2.3.9 Supply / Procurement of IT Infrastructure at SDC .................................................................. 28 2.3.10 Hardware Commissioning at Field Offices ............................................................................... 28
2.3.10.1 Design, Supply, Installation, Commissioning, O & M of IT Infrastructure ......................................... 28 2.3.10.2 Installation and Commissioning of IT Infrastructure ......................................................................... 29
2.3.11 Licenses ..................................................................................................................................... 29 2.3.12 Capacity Building / Training.................................................................................................... 29
2.3.12.1 Sign off Deliverables ................................................................................................................................. 30 2.3.13 Manpower requirements .......................................................................................................... 31 2.3.14 Business Continuity Planning ................................................................................................... 32 2.3.15 Others ........................................................................................................................................ 33
2.3.15.1 Information Security Management ........................................................................................................... 33 2.3.16 Project Management ................................................................................................................ 37
2.3.16.1 Project Planning and Management .......................................................................................................... 37 2.3.16.2 Project Planning and Management .......................................................................................................... 38
2.4 SCOPE OF SERVICES - OPERATION AND MAINTENANCE PHASE .................................................................. 39 2.4.1 OVERVIEW OF POST IMPLEMENTATION SERVICES ................................................................................ 39 2.4.2 WARRANTY SUPPORT ....................................................................................................................... 40 2.4.3 ANNUAL TECHNICAL SUPPORT .......................................................................................................... 41
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
3 | P a g e
2.4.4 HELP DESK AND TROUBLE TICKET MANAGEMENT SYSTEM .................................................................... 42 2.4.5 GENERAL REQUIREMENTS ................................................................................................................. 43 2.4.6 EXIT MANAGEMENT ......................................................................................................................... 44
2.4.6.1 Purpose ................................................................................................................................................ 44 2.4.6.2 Transfer of Assets .................................................................................................................................. 44 2.4.6.3 Cooperation and Provision of Information ........................................................................................... 45 2.4.6.4 Confidential Information, Security and Data ......................................................................................... 45 2.4.6.5 Employees ............................................................................................................................................. 46 2.4.6.6 Transfer of Certain Agreements ............................................................................................................ 46 2.4.6.7 Rights of Access to Premises ................................................................................................................. 46 2.4.6.8 General Obligations of the SI................................................................................................................. 47 2.4.6.9 Exit Management Plan .......................................................................................................................... 47
3 DETAILED IMPLEMENTATION AND ROLL-OUT PLAN ................................................................... 49
4 ANNEXURES: ..................................................................................................................................... 50
4.1 OFFICE WISE REQUIREMENTS ............................................................................................................... 50 4.2 TEMPLATE FOR CAPTURING NETWORK CONNECTIVITY REQUIREMENT ...................................................... 52 4.3 FRS FOR THE PROPOSED APPLICATION .................................................................................................. 54
4.3.1 Information Dissemination Component .................................................................................. 55 4.3.2 Forms Availability Component ................................................................................................. 57 4.3.3 Application Receipt Component ............................................................................................... 59 4.3.4 Payment Component ................................................................................................................ 60 4.3.5 Application Processing Component ......................................................................................... 62 4.3.6 Verification Component ............................................................................................................ 63 4.3.7 Approval/Rejection Component (Intermediary Approver and Final Approver) .................... 64 4.3.8 Delivery Component ................................................................................................................. 66 4.3.9 Status Component ..................................................................................................................... 68 4.3.10 Monitoring Component (MIS) ....................................................................................................... 70 4.3.11 Log in Component .......................................................................................................................... 72 4.3.12 Service Specific Functionalities ..................................................................................................... 73
4.4 BILL OF MATERIAL SUMMARY ............................................................................................................... 76 4.4.1 Requirement at Field Level Offices ........................................................................................... 76 4.4.2 Requirement at SDC ................................................................................................................. 77
4.5 TECHNICAL SPECIFICATIONS ................................................................................................................. 78 4.5.1 Server for Web, Database, Application .................................................................................... 78 4.5.2 Specification for servers for Helpdesk, SLA and Antivirus ....................................................... 79
4.5.2.1 Specification of Blade chasis ................................................................................................................ 79 4.5.2.2 Specification of Servers ........................................................................................................................ 80
4.5.2 Desktop ..................................................................................................................................... 81 4.5.3 Laptops ..................................................................................................................................... 82 4.5.4 Scanner ..................................................................................................................................... 83 4.5.5 Laser Jet Printer, Scanner, Copier all in one Device ................................................................. 84 4.5.6 Laser Printers ........................................................................................................................... 86 4.5.7 UPS – 1 KVA offline UPS ........................................................................................................... 87 4.5.8 9 U Rack .................................................................................................................................... 89 4.5.9 Biometric Device ....................................................................................................................... 90 4.5.10 24 Port Managed LAN Switch ....................................................................................................... 91 4.5.11 Specification of SLA and Helpdesk Software ................................................................................. 93 4.5.12 Specification of Antivirus software ............................................................................................... 96
4.6 NON-FUNCTIONAL REQUIREMENTS ..................................................................................................... 100 4.7 CSC ROLLOUT STATUS ........................................................................................................................ 106
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
4 | P a g e
GLOSSARY OF TERMS
The definitions of various terms that have been used in this RFP are as follows:
“Request for Proposal (RFP)” means all three Volumes and its annexures and any other documents provided along with this RFP or issued during the course of the selection of bidder, seeking a set of solution(s), services(s), materials and/or any combination of them.
“Contract / Agreement / Contract Agreement / Master Service Agreement” means the Agreement to be signed between the successful bidder and OCAC, including all attachments, appendices, all documents incorporated by reference thereto together with any subsequent modifications, the RFP, the bid offer, the acceptance and all related correspondences, clarifications, presentations.
“Bidder” means any firm offering the solution(s), service(s) and /or materials as required in the RFP. The word Bidder when used in the pre-award period shall be synonymous with parties bidding against this RFP, and when used after award of the Contract shall mean the successful party with whom the agreement is signed for rendering of services for implementation of this project.
“Proposal / Bid” means the Pre-Qualification, Technical and Commercial bids submitted for this project against this RFP.
“Acceptance” means the Government’s written certification that following installation, the system(s) (or specific part thereof) has been tested and verified as complete and/or fully operational, in accordance with the acceptance test defined in the Acceptance Test Documents.
“Acceptance Test Documents” means a mutually agreed document which defines procedures for testing the functioning of the e-District system, against requirements laid down in the agreement. It should define tests to be carried out, test equipments and expected test results.
“Authorized Representative” shall mean any person/agency authorized by either of the parties.
“Contract” is used synonymously with agreement.
“Documentary evidence” means any matter expressed or described upon any substance by means of letters, figures or marks intended to be used for the recording of that matter and produced before a court.
“GoI” shall mean Government of India
“Gov./GoO/Government/Govt. of Odisha” shall mean Government of Odisha.
“Law” shall mean any Act ,notification, bye law ,rules and regulations, directive, ordinance, order or instruction having the force of law enacted or issued by the Government of India or State Government or regulatory authority or political sub-division of government agency.
“LOI” means issuing of Letter of Intent which shall constitute the intention of the Tenderer to place the purchase order with the successful bidder.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
5 | P a g e
“OCAC” stands for the Odisha Computer Application Centre, a Society registered under the
Societies Registration Act 1962, having its registered office at OCAC Building, Plot No. N-1/7-D, Acharya Vihar Square, RRL Post, Bhubaneswar, PIN. 751 013 (Technical Directorate of I.T. Department, Govt. of Odisha. The term includes its successors and assigns thereof. OCAC acts as the State Designated Agency for the project.
“OEM” means Original Equipment Manufacturer company, that is incorporated in India or abroad, who has management control over the manufacturing/production process, Quality Assurance, Procurement of Raw materials/manufacturing process inputs marketing and warranty services of the resultant products, of at least one manufacturing facility /factory where the manufacturing of equipment, related accessories, as required for the e- District, Odisha etc. is carried out.
“Party” shall mean Govt. or Bidder individually and “Parties” shall mean Govt. and Bidder collectively.
“PBC” means Pre-Bid Conference
“Rates/Prices” means prices of supply of equipment and services quoted by the Bidder in the Commercial Bid submitted by him and/or mentioned in the Contract
“RFP” means the detailed notification seeking a set of solution(s) ,service(s), materials and/or any combination of them
“Services” means the work to be performed by the Bidder pursuant to this Contract, as detailed in the Scope of Work
“Site” shall mean the location(s) for which the Contract has been issued and where the service shall be provided as per Agreement
“Tenderer” shall mean the authority issuing this Request For Proposal (RFP) and the authority under whom the e-District, Odisha is to be implemented, operated, managed etc. and this authority shall be the Odisha Computer Application Centre, acting on behalf of Govt. of Odisha as the implementing agency for the ‘e-District, Odisha project.
“Termination notice” means the written notice of termination of the Agreement issued by one party to the other in terms hereof.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
6 | P a g e
1 Implementation Framework
I. e-District project shall be implemented in a way where the districts will play a major
role. e-District shall be implemented in alignment with the NeGP principle of
“centralized planning and decentralized implementation”. State IT Department/ Nodal
Agency shall play a key role in planning and implementation of the program in
collaboration with the district.
II. The role of the DeitY, GoI focuses primarily in planning of national level roll out, issuing
guidelines, funding support to the states, monitor and support the state in
implementation of the project. States shall drive the implementation at the state/district
level. The diagram illustrating the key stakeholders and their role in implementation and
for managing the eDistrict MMP is shown below:
III. An Integrated Service Delivery Framework has been designed by DeitY in July 2012,
and communicated to all the States. It can be accessed at (URL:
http://deity.gov.in/content/e-district-guidelines). This framework envisages a
centralized architecture for each major e-Governance application at the State level. The
application software will be hosted in the State Data Centre. Integration across States
shall be enabled, through mandatory adherence to technical specifications and e-
Governance standards, besides use of the SSDG. Compliance to latest Unicode standard
(current version is 6.0) for local language content/data encoding is also mandatory. The
Integrated Framework shall be treated as part of this RFP and shall be followed with
appropriate modifications.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
7 | P a g e
IV. Two key aspects of the Scheme are Business Process Re-engineering (BPR) and
creation of databases based on e-Governance standards for the purposes of ensuring
interoperability. BPR is intended to enable process simplification and significant value
addition to citizens.
V. The solution architecture of the e-District project envisages a centralised application
and database and will leverage the core e-infrastructure of State Wide Area Network,
State Data Centre and State Service Delivery Gateway.
VI. Further e-District service will be integrated with a mobile service delivery gateway and
Aadhaar numbers of the Unique Identification Authority of India. Localisation of the
application will be carried out as per the requirement of the state in terms of local
language and other needs. According to this, System Integrator (SI) who shall be
responsible to implement the project in the state as per the DeitY, GoI guidelines.
Integration of existing applications being used in the state shall not be possible unless
the legacy data in the local language is compliant to Unicode version 6.0 or above. In
some cases, this legacy data therefore will need to be converted to Unicode 6.0 (or latest
version).
VII. The e-District MMP envisages centralised architecture at the state level with common
application software for each of the identified services for all the districts of the state.
The application software will be hosted in the SDC.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
8 | P a g e
VIII. Integration across states shall be enabled, through mandatory adherence to technical
specifications and eGovernance and localization standards. The detailed guidelines in
this regard have been issued by Department of Electronics and Information Technology
(DeitY) Government of India.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
9 | P a g e
2 Scope of the Project
2.1 Introduction
I. The e-District MMP is to be implemented in 28 districts of the Odisha. The
implementation of the project will be completed in ONE year commencing from the
date of award to the SI and will be followed by 3 years of Operation and Maintenance
(O&M) phase
II. The implementation in the state of Odisha is proposed to be carried out in twenty eight
districts simultaneously. The following will be the activities to be carried out by the
selected Bidder:
a. Project Planning and Management
b. System Study and Preparation of SRS Document
c. Business Process Reengineering for the selected applications/ services
d. Development of eDistrict Application
e. Network Connectivity
f. Hardware Procurement & Commissioning
g. STQC Certification and C-DAC/TDIL Certification (for localization)
h. UAT & Go live
i. Capacity Building
j. Operation & Maintenance (O&M) support
III. List of districts and CSC roll out status is enclosed at section 4.7-
2.2 Solution & Technology Architecture
2.2.1 Overview
I. A centralized architecture (servers and processing at single and central location) has
been proposed for the e-District project. All requests from internal and external users
will be sent to this system, located in a central place for processing. All users will access
the application through local or remote terminals using a browser.
II. The overall technology solution shall be based upon most relevant and suitable
architecture standards including standards for Service Oriented Architecture (SOA), XML
services & necessary protocols for internet applications, Data Centre standards,
Localization (Unicode, Inscript, etc.) standards, W3C (WCAG for accessibility, etc.)
standards & GIGW guidelines, etc
III. The design should include integration with existing IT infrastructure created under SDC,
SWAN, CSC, State Portal, SSDG and any other MMP for the implementation of eDistrict
Project. eDistrict Application developed should be integrated with existing State Portals
and Gateways.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
10 | P a g e
IV. As in the State of Odisha, State Portal / SSDG is under development, the eDistrict
architecture should be compatible with it and should get integrated when the SSDG is
operational.
2.2.2 eDistrict Application Structure
At present the eDistrict application will host the data of all services in its own database. Once
independent applications are rolled out for any service which is part of eDistrict application
then the data of that service should be migrated to that new application’s database.
However, eventually, the eDistrict application should also integrate with SSDG and provide
access to citizens for eDistrict services through State Portal. All the existing state applications
which have their own independent database and workflow and are identical to e-District should
be made available on State Portal through the SSDG. The envisaged architecture is depicted in
following diagram.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
11 | P a g e
2.3 Scope of Services – Project Implementation Phase
The Government of Odisha had chosen two districts for the pilot implementation of the e-
District project. The Pilot implementation has been successfully completed in the following pilot
districts.
a. Ganjam
b. Mayurbhanj
The existing eDistrict Application developed for the pilot shall be used for State Wide Rollout for
faster replication. Application Software developed for the pilot implementation has been tested
by STQC. The bidder needs to upgrade/enhance the existing application while accommodating
the new services. It will be the responsibility of the bidder to get the STQC certification for the
entire application prior to Go-Live for the application.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
12 | P a g e
2.3.1 Solution Design
2.3.1.1 System Study and Design
I. The SI shall carry out a detailed systems study to prepare/refine the Functional
Requirements Specifications and formulate the System and Software Requirements
Specifications documents incorporating the functional specifications and standards
provided by the DeitY, GoI and the State nodal Agency requirements.
II. The SI should prepare a detailed document on the implementation of e-District
Application with respect to configuration, customization, extension and integration.
The SI shall also prepare a change/reference document based on changes or deviations
from the base version of the e-District Application with appropriate references to all
the artifacts /documents provided by DeitY, GoI / State Nodal Agency.
III. As part of the System Study, the SI shall be responsible for Preparation of a
comprehensive System Study document by studying the legislation, business processes
and organization design of the state Odisha
IV. The selected Bidder shall perform the detailed assessment of the functional
requirements (Including localization framework) and MIS requirements and prepare a
new FRS report, as part of the System Study document incorporating list of additional
features that shall result in further improvement in the overall application
performance for consideration of the OCAC.
V. Further as the existing application will be customized/configured to meet the needs of
the state, the SI will provide a comparative report as part of System Study document, on
the extent of functionality currently available in the pilot application and the final FRS.
A. Requirements Traceability Matrix: The SI shall ensure that developed e-
District application is fully compliant with the requirements and specifications
provided in the RFP such as functional, non-functional and technical
requirements. For ensuring this, the SI shall prepare a Requirements
Traceability Matrix on the basis of Functional Requirements Specifications
(FRS), Non Functional Requirements Specification, and Technical Requirements
provided by State (updated, expanded and fine-tuned by the SI). Refer to section
4.6 for more details on the non-functional requirements.
B. Project Documentation: The SI shall create and maintain all project
documents that shall be passed on to OCAC as deliverables as per the agreed
project timelines. The documents created by the SI will be reviewed and
approved by the State Nodal Agency on advice of SPMU. Project documents
include but are not limited to the following:
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
13 | P a g e
i. Detailed Project Plan
a. Detailed System Study Report
b. List of services, Service Definitions, Service Levels
c. Updated/vetted FRS
d. SRS document
e. HLD documents
ii. E-District Application architecture documents.
iii. ER diagrams and other data modelling documents.
iv. Logical and physical database design.
v. Data dictionary and data definitions.
vi. Application component design including component deployment views,
control flows, etc.
a. LLD documents
vii. Application flows and logic.
viii. GUI design (screen design, navigation, etc.).
a. All Test Plans
ix. Requirements Traceability Matrix
x. Change Management and Capacity Building Plans.
xi. SLA and Performance Monitoring Plan.
xii. Design of real time tools for monitoring e-Transaction volumes and for
generating real time MIS
xiii. Training and Knowledge Transfer Plans.
xiv. Issue Logs.
The SI shall share a list of deliverables that they shall submit based on the methodology they
propose. The SI shall prepare the formats/templates for each of the deliverables upfront based
upon industry standards and the same will be approved by OCAC prior to its use for
deliverables.
All project documents are to be kept up-to-date during the course of the project. The SI shall
maintain a log of the internal review of all the deliverables submitted. Soft copy of logs shall be
submitted to State Nodal Officer on regular basis.
2.3.1.2 Preparation of Software Requirements Specifications (SRS)
As part of the preparation of SRS the selected SI shall be responsible for preparing and
submitting detailed requirement specification documents as per IEEE or equivalent standards
which meets all the Business, Functional and Technical (including localization) requirements of
the departments concerned. Concerned Departments feedback should be taken into account
before finalizing the SRS. The SI shall prepare the SRS documents and have it reviewed and
approved by the State Designated Agency or its nominated agency. State Designated Agency
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
14 | P a g e
will sign off on the SRS documents on the advice of SPMU. The SI is required to update the FRS
/ SRS as and when any enhancements / modifications are made to the e-District application till
the duration of the Contract.
2.3.1.3 Preparation of e-District Project Plan
The SI shall prepare a comprehensive e-District implementation and deployment plan in
consultation with OCAC. This document shall also comprise of
I. Trainings to be provided to the departmental officials at different stages of the project,
procurement
II. Deployment and commissioning of required hardware and software
III. Provisioning of network connectivity etc
Further, SI will also prepare detailed work plan and estimate the timelines and resources
required for configuration, customization, extension, integration, and commissioning of the e-
District software as per the DeitY GoI / State requirements. All the plans and frameworks
prepared by SI during the duration of the contract shall be required to seek approval from
OCAC.
2.3.1.4 Preparation of e-District Application Design Documents
Detailed Design documents shall include:
I. Technical Architecture Document (Application, Network, and Security)
II. The available IT infrastructure available at state shall be a part of the document.
III. Gap infrastructure
IV. High Level and Low Level Design.
V. Database architecture, including defining data structure, data dictionary as per
requirements of data storage in English and the local language with compliance to
standards defined by DeitY, GoI/ Government of Odisha.
2.3.1.5 Sign off Deliverables
I. Detailed Project Plan
II. Detailed System Study Report
III. List of Services, Service Definitions, Service Levels
IV. Updated/vetted FRS
V. SRS document
VI. HLD documents
VII. E-District Application architecture documents.
VIII. ER diagrams and other data modelling documents.
IX. Logical and physical database design.
X. Data dictionary and data definitions.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
15 | P a g e
XI. Application component design including component deployment views, control flows,
etc.
A. LLD documents (including but not limited to)
i. Application flows and logic.
ii. GUI design (screen design, navigation, etc.).
B. All Test Plans
i. Requirements Traceability Matrix
ii. Change Management and Capacity Building Plans.
iii. Design of realtime tools for monitoring e-Transaction volumes and for
generating realtime MIS
iv. SLA and Performance Monitoring Plan.
v. Training and Knowledge Transfer Plans.
vi. Issue Logs.
2.3.2 Software Development/Customization
2.3.2.1 E-District Application
The existing eDistrict Application developed for the pilot shall be used for State Wide Rollout for
faster replication. Application Software developed for the pilot implementation has been tested
by STQC. The bidder needs to upgrade/enhance the existing application while accommodating
the new services. It will be the responsibility of the bidder to get the STQC certification for the
entire application prior to Go-Live for the application. The bidder would be provided with
required documents related to the existing application, if the bidder needs some more
information related to existing application then they need to inform the department during
pre-bid queries.“
2.3.2.2 List of Services (e-District Functional Modules)
e-District MMP aims at electronic delivery of all public services at district / sub district level,
progressively. Initially 10 categories (5 mandatory + 5 state specific) of identified high volume
citizen centric public services at district and sub-district level will be taken up for
implementation. While doing so, the four pillars of e-infrastructure i.e. SWANs, SDCs, SSDGs and
CSCs will be leveraged and no new infrastructure would be created. Later on, new services
could be added depending on the requirements and the felt needs. Following table depicts the list
of services that are proposed to be implemented during State Wide Rollout of eDistrict.
The SI needs to use the existing e-District Application, FRS and SRS that may be updated as per
the State’s requirement for state wide roll out of eDistrict.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
16 | P a g e
LIST OF SERVICES FOR STATEWIDE ROLLOUT of eDistrict MMP
Sl. # Service Categories
Sub – Services
1 Certificates
1. Issuance of Birth Certificate (Above 1 Year Case)
2. Issuance of Death Certificate ( Above 1 Year Case)
3. Issuance of Disability Certificate
2 Social Security
4. Sanction of Assistance under NFBS
5. Sanction of Indira Gandhi National Old Age Pension Scheme
6. Sanction of Indira Gandhi National Disability Pension Scheme
7. Sanction of Indira Gandhi National Widow Pension Scheme
8. Sanction of Funds under MBPY
3 Revenue Court & Cases
9. Registration of Societies
10. Certified Copies of RoR
11. Conversion of Land Under OLR-8 (A)
12. Certified copies of other Documents
4 Public Distribution System(PDS)
13. Mutation of Ration Cards (Addition/Deletion of Names)
14. Issue of Fresh/Duplicate ration card
15. Change of FPS/Dealer
5 RTI/Grievances 16. Online Grievance Registration to Collector
6 Health 17. Application for Registered Medical Practitioner Certificate
7 ST & SC Development
18. Application for Study Loan for ST/SC students
19. Scholarship for ST/SC students
8 School & Mass Education Department
20. Issue of Conduct certificate
21. Application for scholarship for students under S&ME Dept.
9 Higher Education Department
22. Application for Scholarship services for students under Higher Education Dept
10 Employment 23. Application for registration to Employment Exchange.
P.S: List of services mentioned here are indicative. There might be addition/deletion of services at a later
stage subject to the decision taken by the Government.
The application for e-District is the most critical component for e-District project. Following
things need to be taken into consideration while developing the application.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
17 | P a g e
I. The design and development of the eDistrict Application as per the FRS and SRS
finalized by all stakeholders (SDA, State DIT, SPMU, etc).
II. eDistrict Application should ensure availability of all services, in accordance with the
BPR. System Integrator should focus on the following things while
developing/customizing the application for State Wide Rollout of eDistrict.
a) As State portal is not operational, front end should be designed with migration
strategy to State portal after operationalization of State portal.
b) Back end for the printing, status update and centralized MIS application.
c) Providing automatic acknowledgement with automated date and time
stamping.
d) Enabling tracking of the status of the application from any authorized office
through a unique application ID
III. Development of Role based, workflow driven Web based Content Management System
(CMS) for contribution of any type of Content to the eDistrict Application including the
metadata as specified in SRS.
IV. The user should be given a choice to interact with the system in local language in
addition to English. The application should provision for uniform user experience
across the multi lingual functionality covering following aspects:
a) Front end web portal in local language
b) E-forms (Labels & Data entry in local languages). Data entry should be provided
preferably using the Enhanced Inscript standard (based on Unicode version 6.0
or later) keyboard layout with option for floating keyboard.
c) Storage of entered data in local language using UNICODE (version 6.0 or later)
encoding standard.
d) Retrieval & display in local language across all user interfaces, forms and
reports with all browsers compliant with Unicode version 6.0 and above.
e) Facility for bilingual printing (English and the local language)
f) Sakal Bharti font (compliant to UNICODE version 6.0) to be used for local
language data and content. Latest version of the font is available on www.ildc.in
V. Application should have a generic workflow engine. This generic workflow engine will
allow easy creation of workflow for new services with minimum technical
programming support and thus enable the State government to create new services as
and when required by the various Departments without creating a change request. At
the minimum, the workflow engine should have the following features:
a) Feature to use the master data for the auto-populating the forms and
dropdowns specifically with reference to :
i. Name of District, Tehsils, Blocks & Villages
ii. Designation of officials involved in the processing of the application
b) Creation of application form, by “drag & drop” feature using meta data standards
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
18 | P a g e
c) Defining the workflow for the approval of the form, by providing various
options like :
i. First in First out
ii. Defining a citizen charter/delivery of service in a time bound manner
d) Creation of the “output” of the service, i.e. Certificate, Order etc.
e) Automatic reports
i. of compliance to citizen charter on delivery of services
ii. delay reports
f) The application should have a module for management of digital signature
including issuance, renewal and suspension of digital signatures based on the
administrative decisions taken by the State. In case of any change (transfer,
promotion, leave, suspension, termination, superannuation etc.) of the officials
under e-District Project, a copy of order should be marked to the State Level
digital signature management team for assigning and revoking of the access
rights.
VI. Integration of Digital Signatures with e-District Application: The eDistrict portal
should be made accessible to government official users / registered users over internet
and to CSC users through secure user id and password. The biometric/digital
signatures need to be integrated for enabling authenticity of the approving authority.
VII. Training on use of Digital Signatures: As the eDistrict project would entail significant
amount of field verification and relevant updating of records, digital signatures have to
be used by various levels of officials. These officials may also keep on changing due to
transfers/ superannuation, etc. Hence, SI would be required to impart training on the
use of Digital Signature to the concerned officials.
VIII. Transaction Report & accounting module: The e-District services are being provided
through the CSCs in the State. The payments to the CSCs are being made to the CSC
Operatos on the number of transactions made by the CSCs. The CSCs are aligned to
various organizations (SCAs). For e-District project to succeed it is important to ensure
that there is a streamlined method to calculate the fee payable to the CSC operator.
Therefore, a separate module for calculation of such fee and payments should be
developed.
IX. e-Transaction & SLA Monitoring Tools :
The SLA Performance of Server Hardware, Application, Database and Network devices
will be monitored by the existing EMS tool of the Odisha State Data Center. However
bidder has to propose additional licenses of EMS tool of the Odisha State Data Center for
helpdesk call management and SLA management of desktops, printers etc
X. It is also further envisaged that the e-District application to be deployed in all States and
UTs should have roadmap to integrate with key initiatives of DeitY namely Portal
Services, Citizen Contact Centre, Mobile Platform/ Gateway Services / National Service
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
19 | P a g e
Delivery Gateway (NSDG) / State Service Delivery Gateway (SSDG), National Service
Directory, Payment Gateway, Language Switch, Open Data, E-authentication including
Aadhaar, Geographical Information System/ Global Positioning System, E-Gov
Application Store, Document Repository, Certifying Authority etc. The details for
integration with other initiatives are given below. Hence the architecture of eDistrict
Application should be open standard and designed in such a way that there will not be
any problem during the integration. Contact details for integration with other initiatives
are given below.
Name of the initiative
Purpose for integration Contact Agency
Agency Person details
Deity Nodal Person Details
SSDG Integration with existing application
CDAC Mr. Zia Saquib, Executive Director, CDAC, Mumbai. Telephone:+91-22-26201606
Ms. Kavita Bhatia, Additional Director, DeitY. Telephone: +91-11-24364729
Payment Gateway
e-payment NDML Mr. Sameer Gupte, Vice-President, NDML. Telephone: +91-9820039921
Ms. Kavita Bhatia, Additional Director, DeitY. Telephone: +91-11-24364729
MSDG Services over mobile phone
CDAC Mr. Zia Saquib, Executive Director, CDAC, Mumbai. Telephone:+91-22-26201606
Ms. Kavita Bhatia, Additional Director, DeitY. Telephone: +91-11-24364729
e-Authentication
Validation of beneficiary- using biometric
CDAC Mr. Zia Saquib, Executive Director, CDAC, Mumbai. Telephone:+91-22-26201606
Ms. Kavita Bhatia, Additional Director, DeitY. Telephone: +91-11-24364729
AADHAR Applicant authentication UIDAI Mr. Tejpal Singh, ADG, UIDAI, New Delhi. Telephone: +91-11-23462611
Mr. Gaurav Dwivedi, Director, DeitY. Telephone:+91-11-24301218
Localisation Localisation of the application as per the requirement of the State in terms of local language and other needs.
CDAC Mr. Mahesh Kulkarni, Associate Director, CDAC, Pune. Telephone: +91-20-25883261/25503402
Ms. Swaran Lata, Director, DeitY. Telephone: +91-11-24301272
XI. Complete mobile enablement of the e-District applications and services including all
appropriate channels such as SMS / USSD / IVRS and development of corresponding
mobile applications to the eDistrict applications and services leveraging the Mobile
Service Delivery Gateway (MSDG) and the Mobile App Store developed by DeitY
XII. Operation and Maintenance of eDistrict Application including the suggested changes
as indicated by the states for 3 years from the date of Go-Live
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
20 | P a g e
XIII. Implement / add any additional forms of State Departments as and when the depart-
ments are ready for delivering.
XIV. The Intellectual Property Rights of all the software code, data, algorithms, documenta-
tion, manuals, etc. generated as a part of implementation of this project shall solely
vest with OCAC.
XV. Detailed User and Operational Manual to be provided to each department, whose ser-
vices will be hosted on eDistrict Application.
XVI. The application should have a web interface and should publish online transaction
volume data for each service for each district & CSC.
2.3.2.3 Single-Sign On
The application should enable single-sign-on so that any user once authenticated and
authorized by system is not required to be re-authorized for completing any of the services in
the same session. For employees of the department concerned, the browser based application
accessed on the intranet, through single-sign-on mechanism, will provide access to all the
services of the departments concerned (based on their roles and responsibilities), Help module,
basic and advanced reporting etc. Similarly, for external users (citizens, etc), based on their
profile and registration, the system should enable single-sign on facility to apply for various
services, make payments, submit queries /complaints and check status of their applications.
2.3.2.4 Support for PKI based Authentication and Authorization
The solution should support PKI based Authentication and Authorization, in accordance with
IT Act 2000, using the Digital Certificates issued by the Certifying Authorities (CA) such as
MTNL or NIC. In particular, 3 factor authentication (login id & password, biometric and digital
signature) shall be implemented by the selected Bidder for officials/employees involved in
processing citizen services.
2.3.2.5 Interoperability Standards
Keeping in view the evolving needs of interoperability, especially the possibility that the
solution shall become the focal point of delivery of services, and may also involve cross-
functionality with the e-Government projects of other departments / businesses in future, the
solution should be built on Open Standards. The SI shall ensure that the application developed
should easily integrate with the existing applications of other eGovernance initiatives of the
state. Every care shall be taken to ensure that the code does not build a dependency on any
proprietary software, particularly, through the use of proprietary ‘stored procedures’ belonging
to a specific database product.
2.3.3.6 Scalability
One of the fundamental requirements of the proposed application is its scalability. The
architecture should be proven to be scalable (cater to increasing load of internal and external
users and their transactions) and capable of delivering high performance for at-least four years
from the date of deployment. In this context, it is required that the application and deployment
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
21 | P a g e
architecture should provide for Scale-Up and Scale out on the Application and Web Servers,
Database Servers and all other solution components.
2.3.2.7 Security
The systems implemented for project should be highly secure, considering that it is intended to
handle sensitive data relating to the citizens of the state. The overarching security
considerations are described below.
I. The security services used to protect the solution shall include: Identification,
Authentication, Access Control, Administration and Audit and support for industry
standard protocols.
II. The solution shall support advanced user authentication mechanisms including digital
certificates and biometric authentication.
III. Security design should provide for a well-designed identity management system,
security of physical and digital assets, data and network security, backup and recovery
and disaster recovery system.
IV. The solution should provide for maintaining an audit trail of all the transactions and
should also ensure the non-repudiation of audit trail without impacting the overall
performance of the system.
V. The overarching requirement is the need to comply with ISO 27001 standards of
security.
VI. The application design and development should comply with OWASP top 10 principles
2.3.2.8 Application Architecture
I. It has been proposed that the applications designed and developed for the departments
concerned must follow some best practice and industry standards. In order to achieve
the high level of stability and robustness of the application, the system development life
cycle must be carried out using the industry standard best practices and adopting the
security constraints for access and control rights. The various modules / application
should have a common Exception Manager to handle any kind of exception arising due
to internal/ external factors.
II. Similarly the modules of the application are to be supported by the Session and
Transaction Manager for the completeness of the request and response of the client
request. The system should have a module exclusively to record the activities/ create
the log of activities happening within the system / application to avoid any kind of
irregularities within the system by any User / Application.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
22 | P a g e
2.3.2.9 Proposed Application Architecture
A 3-tier architecture (also referred to as multi-tier or N-tier architecture) has been proposed
for the Application Solution. The entire processing should take place in n-tier architecture:
I. Front-end software (client tier): - Existing application is running as a separate portal.
Services which are available under e-District and SSDG, the e-District application
should integrate with the e-form developed under SSDG for that service and use the
standard connectors provided for this purpose by the SSDG project to connect with
the e-District application for end to end integration.
For services under e-District project which are not taken up under SSDG project, the e-form to be developed under e-District project and should use the standard connectors provided for this purpose by the SSDG project to connect with the e-District applica-tion for end to end integration. As SSDG is not operational the Bidder will take necessary action at his end to integrate the application with NSDG.
II. Application and Web Layer – Application server would be used as middle tier for var-
ious web based applications. It would take care of the necessary workflow and Web
server would be required for the interfacing with the end user. Both the web and appli-
cation server would be seamlessly integrated to provide high availability and perfor-
mance. These servers would be installed and operated in clustered configuration to en-
sure high availability and reliability.
III. Database Layer - The application will be hosted on database which will contain all the
data of the application. Since this data will be centralized and is very critical, the server
would be installed and operated in clustered configuration to ensure high availability
and reliability. The data would be physically stored on an External Fiber Channel (FC)
based Storage (SAN).
2.3.2.10 High Level Design (HLD)
SI shall complete the High Level Designing and all HLD documents of all the functionalities,
integration with existing application and external application. The SI shall prepare the HLD
and have it reviewed and approved by the OCAC. State Nodal Office will sign off on the HLD
documents based on the advice of SPMU.
2.3.2.11 Detailed (Low Level) Design (LLD)
The LLD shall interpret the approved HLD to help application development and shall include
detailed service descriptions and specifications, application logic (including “pseudo code”) and
UI design (screen design and navigation). The preparation of test cases will also be completed
during this stage. The SI shall have the design documents reviewed and approved by the state
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
23 | P a g e
Nodal Agency. State Nodal Agency will sign off on the LLD documents based on the advice of
SPMU.
2.3.2.12 Test Plan
The SI shall prepare all necessary Test Plans (including test cases), i.e., plans for Acceptance
Testing. Test cases for Initial and Final User Acceptance Testing shall be developed in
collaboration with domain experts identified at the state nodal agency. Initial and Final User
Acceptance Testing shall involve Test Case development, Unit Testing, Integration and System
Testing, Functional testing of Application, Performance testing of the Application including
measurement of all Service Levels as mentioned in this RFP and finally SI shall also carryout
Load/ Stress testing. The SI will submit the test plans and test result reports to the state nodal
agency for comprehensive verification and approval.
2.3.2.13 Requirement on Adherence to Standards
eDistrict application must be designed following open standards, and in line with overall system
requirements set out in this RFP, in order to provide for good inter-operability with multiple
platforms and avoid any technology or technology provider lock-in.
2.3.2.14 Compliance with Industry Standards
In addition to above, the proposed solution has to be based on and compliant with industry
standards (their latest versions as on date) wherever applicable. This will apply to all the
aspects of solution including but not limited to design, development, security, installation, and
testing. There are many standards that are summarized below. However the list below is just
for reference and is not to be treated as exhaustive.
I. Portal development W3C specifications
II. Information access/transfer protocols SOAP, HTTP/HTTPS
III. e-District DeitY, GoI guidelines.
IV. Photograph JPEG (minimum resolution of 640 x 480 pixels)
V. Scanned documents TIFF (Resolution of 600 X 600 dpi)
VI. Biometric framework BioAPI 2.0 (ISO/IEC 19784-1:2005)
VII. Latest HTML standards
2.3.2.15 Specification
I. Finger print scanning IAFIS specifications
II. Digital signature RSA standards
III. Document encryption PKCS specifications
IV. Information Security to be ISO 27001 compliant
V. Operational integrity & security management to be ISO 17799 compliant
VI. IT Infrastructure management ITIL / EITM specifications
VII. Service Management ISO 20000 specifications
VIII. Project Documentation IEEE/ISO specifications for documentation
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
24 | P a g e
IX. The SI shall adhere to all the standards published by the Department of
Electronics and Information Technology, Government of India.
2.3.2.16 Sign-off Deliverables
I. System Requirement Specification (SRS)
II. Functional Requirement Specification (FRS) (if, updated)
III. High Level and Low Level Design
IV. Functional and non-functional testing
V. Fully functional eDistrict Application
VI. User and Operational Manual for e-District Application
2.3.3 Obtain STQC Certification for eDistrict Application
The SI will be responsible for engaging STQC to conduct the assessment / review for the
system before “Go Live”. The SPMU shall have the right to audit and inspect all the procedures
and systems relating to the provisioning of the services. If there is any change /addition in the
application’s functionality then the SI will have to obtain the STQC Certification for the changes
/ additions. SI shall ensure the following points are duly addressed for successful completion of
STQC Certification.Successful completion of Application Audit. Application audit will include;
A. Functionality audit that will map the functionality delivered to the FRS agreed upon
during development phase.
B. Identify the nature and type of transactions being processed by the application sys-
tems.
C. Determine systematic measures implemented to control and secure access to the ap-
plication programs and data including password controls, user authentications, roles
and responsibilities, audit trails and reporting, configuration and interface controls,
etc.
D. Review of database structure including:
1. Classification of data in terms of sensitivity & levels of access 2. Security measures over database installation, password policies and user
roles and privileges
3. Access control on database objects – tables, views, triggers, synonyms, etc.
4. Database restoration and recoverability
5. Audit trails configuration and monitoring process
6. Network connections to database
E. Review of Network and Website will include:
1. Penetration and vulnerability testing
2. Security exposures to internal and external stakeholders
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
25 | P a g e
F. Definition and Implementation of Security Policies and Controls will include:
1. Define and implement backup process, including schedule, storage, archival
and decommissioning of media
2. Define physical access controls review (over DC and other critical area)
3. Define IT Change Management process, Incident Management process –
covering identification, response, escalation mechanisms
4. Define and implement Anti-virus (malware) controls – patching, virus defi-
nition file update
SI is also required to comply with any other Technical/Functional requirements required to
receive Final Certification of STQC.
2.3.3.1 Sign-off Deliverables
I. Sign off from SDA
II. STQC Certification
2.3.4 Alignment with Integrated Framework
The e-District application should integrate with SSDG and provide access to citizens for e-
District services through State Portal. It is envisaged that over a period of time all the existing
state applications which have their own independent database and workflow and are identical
to e-District should be made available on State Portal through the SSDG. The application may be
States’ own applications or adopted applications. The key functionalities required are as
follows.
• The SAP and SP Connectors will need to connect the e-district Business Layer. This
would help in routing requests and responses to back-end departments within a
stipulated time period.
• Design and implement an accounting module to keep track of all the transactions service
category wise, department wise and break down of transactions VLE, DeGS wise.
• MIS of number of transactions including name of service and category of service on time
and geographical scale should be published on e-District portal.
• Use e-authentication (including Aadhaar for citizens), e-payment, Digital signature and
Mobile gateway.
• As and when required, migrate the data available in eDistrict database to newly created
respective department database.
2.3.5 SSDG
I. The Integrated Service Delivery Framework envisages centralized architecture for each
MMP at the State level. The application software will be hosted in the State Data Centre.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
26 | P a g e
Integration across States shall be enabled, through mandatory adherence to technical
specifications and e Governance standards.
II. The solution architecture of the e-District project envisages a centralised application
and database and will leverage the core e-infrastructure of State Wide Area Network,
State Data Centre and State Service Delivery Gateway.
III. The e-District MMP envisages centralised architecture at the state level with common
application software for each of the identified services for all the districts of the state.
The application software will be hosted in the SDC.
IV. Integration across states shall be enabled, through mandatory adherence to technical
specifications and e Governance standards.
2.3.6 Payment and SMS Gateway
I. Provisioning of a payment gateway, SMS gateway and any other components required
to meet the functional and Quality-of-Service requirements of the RFP is also within the
scope of work of the SI.
II. Payment Gateway should allow net banking and debit card payments through atleast 20
banks in the country (including all leading banks), besides payments through credit
cards (VISA, Mastercard).
III. Any one-time charges such as those for tie-ups, development of interfaces, registration,
commissioning etc of the gateway and any fixed recurring charges such as monthly
rentals, etc will have to be borne by the SI for the Contract period and may be budgeted
for in the Total Contract Value of this Project
IV. Any applicable transaction charges for making electronic payments or using SMS based
services shall however be payable by the citizen and SDA respectively and need not be
accounted for in the Total Contract value of this Project. Any transaction charges should
be payable in Indian Rupees only.
V. The contracts that the SI does with the Payment Gateway provider and SMS gateway
provider should be structured in a manner to allow the transaction charges to be paid
directly by the citizen / SDA. However if the contract with payment gateway / SMS
gateway provider require any transactional charges to be paid by the SI, the same will
be reimbursed to the SI by the SDA every month on an actual basis. The systems
deployed by the SI should be able to provide logs of the transactions done and charges
paid. The SDA will however reserve the right to negotiate and examine the rate
contracts of the SI with the gateway providers.
VI. Payment gateway should enable receipt of all payments such as Tax, interest, penalty,
arrear and fee etc and crediting the same to the SDA/ Department account. The
payment gateway should also allow credit of any refund amount to Kiosk/CSC’s
account. It should be possible to make electronic payments through a 3G / GPRS
enabled mobile phone as well.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
27 | P a g e
2.3.7 UAT and Go-Live Report
SI will assist in successful completion of User Acceptance Testing (UAT) and audit of the system
on the completion of the roll out of eDistrict pilot for each phase and will submit a Go-Live
Report for each phase.
2.3.7.1 Sign-off Deliverables
I. Go-Live report for state and district level
II. UAT Report signed off from actual/end users
2.3.8 Network Connectivity
For Odisha, the selected Bidder will undertake the following:
I. With implementation of State Wide Area Network (OSWAN) across all the States with 2
Mbps vertical connectivity up to block level is present. All the DC offices and Block
offices are co-located to the respective SWAN PoP. The selected Bidder shall ensure last
mile connectivity from the nearest SWAN PoP to the concerned users of DC Office &
Block Office via UTP cable only.
II. For all the Tahsil offices to access the application 2 MBPS Broadband connectivity
needs to be procured and commissioned by the bidder.
III. For all the RI offices to access the application 512 KBPS Broadband connectivity needs
to be procured and commissioned by the bidder.
IV. Additionally the selected bidder will need to establish LAN connectivity to all offices as
listed in section 4.1 including IP addressing scheme, physical cabling, router/switch
configuration, V-LAN configuration, and fail over mechanism. The selected Bidder
should coordinate with the local department offices while designing and installing the
LAN.
V. All networking equipment required to provide the LAN / WAN connectivity to meet the
requirements of the Project is also to be provided by the selected Bidder as part of this
RFP
2.3.8.1 Sign-off Deliverables
Network Connectivity report signed off by concerned District Nodal officers stating Depart-
mental offices have been connected and SWAN, wherever applicable, has been leveraged to
provide connectivity.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
28 | P a g e
2.3.9 Supply / Procurement of IT Infrastructure at SDC
State Government of Odisha will provide the Data Center premises for hosting the IT
Infrastructure. Load Balancer, SAN Storage, San Switch and Firewall available at the SDC shall
be leveraged by the Bidder. Bidders are required to carefully assess the requirements of this
RFP and size the infrastructure accordingly. Bidders are free to propose any higher / additional
infrastructure that may be required as per their proposed solution to meet the project
requirements, its scope of work and SLAs as listed in this RFP.
I. Bids / proposals which do not meet the minimum IT infrastructure specifications given
in this RFP will be summarily rejected. The minimum technical specifications for the IT
Infrastructure are provided in Section 4.5: Bill of Material (Infrastructure at SDC) in
Volume 2 of the RFP. The Bidder will be responsible for sizing the hardware to support
the scalability and performance requirements of the e-District application. The Bidder
shall ensure that the servers are sized adequately and redundancy is built into the
architecture required to meet the service levels mentioned in the RFP.
II. None of the IT Infrastructure proposed is declared “End-of-Sale” by the respective OEM
in next 2 years as on date of submission of Bid.
III. The IT Infrastructure proposed should be purchased within last 2 months from the date
of deployment and documentary proof for warranty and proof of purchase should be
produced at the time of deployment of infrastructure.
IV. The IT Infrastructure proposed should be compatible with infrastructure at SDC, SSDG,
SWAN, State Portal, etc.
V. The Bidder should provide requisite licenses for all the system software required for
servers including, but not limited to industry standard operating system, enterprise
class database software, application server software, web server software, OS
hardening, and all other required software with sufficient number of licenses.
VI. The Bidder will be responsible for providing all the details of the Bill of Material (BoM)
and specifications of the IT Infrastructure proposed, licenses of the system software, all
other equipment proposed as part of its Technical Proposal. The financial quote
submitted by the Bidder should include costs for these.
2.3.10 Hardware Commissioning at Field Offices
2.3.10.1 Design, Supply, Installation, Commissioning, O & M of IT
Infrastructure
This shall consist of
I. Procurement/Supply of IT Infrastructure at Department Offices.
II. Installation and Commissioning of IT Infrastructure
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
29 | P a g e
2.3.10.2 Installation and Commissioning of IT Infrastructure
The selected Bidder is responsible for installation and configuration of the entire infrastructure
set-up, including but not limited to the following:
I. All IT Infrastructure including operating systems and any other system software
required for making the infrastructure operational and tuned for satisfactory
performance.
II. The IT Infrastructure will be installed and configured in accordance with the IT Policies
of the state Odisha.
The selected Bidder will ensure that the reports for monitoring of SLAs such as system uptime,
performance, etc. are generated automatically from the system.
2.3.11 Licenses
I. The system software licenses mentioned in the Bill of Materials shall be genuine,
perpetual, full use and should provide upgrades, patches, fixes, security patches and
updates directly from the OEM. All the licenses and support (updates, patches, bug
fixes, etc.) should be in the name of OCAC.
II. If the is continuing with existing platform, then only the incremental licenses/support
has to be provided for the Statewide Rollout Application from the existing application.
However, if the Bidder is proposing for a change of platform, then they shall provide
with a full use database license. All the licenses and support (updates, patches, bug
fixes, etc.) should be in the name of OCAC. SI shall provide a comprehensive warranty
that covers all components after the issuance of the final acceptance by OCAC. The
warranty should cover all materials, licenses, services, and support for both hardware
and software. SI shall administer warranties with serial number and warranty period.
SI shall transfer all the warranties to the OCAC at no additional charge at the time of
termination of the project. All warranty documentation (no expiry) will be delivered to
Department.
2.3.12 Capacity Building / Training
Bidder must impart training to the personnel identified by the State Government on the follow-ing aspects.
I. Impart training on functional use of eDistrict Application
II. Usage of Digital Signature
III. Use of Biometric Devices
The Training has to be conducted at DHQ & SDHQ as per the requirement and as agreed upon
with the district administration. The SI would be required to prepare a detailed training plan
covering at least 2 rounds of training to the target audience, dates for training, duration and
training content. Following format need to be taken into consideration while calculating the cost
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
30 | P a g e
of training and preparing the training plan. If required the training would be required to be
provided again to ensure that personnel are ready to use the application whenever it is rolled
out.
TRAINING OF GOVERNMENT OFFICIALS
Name of the Module Duration No of times Partici-pant/Batch
Officers Staff
Impart training on
Functional use of
eDistrict Application
4 days (5 hrs/day)
6 days (5 hrs/day)
2 rounds 20
Usage of Digital Signature
1 day (1 hr) 1 day (2 hrs)
2 rounds 20
Use of Biometric Devices
1 days (1 hr) 1 day (2 hrs)
2 rounds 20
TRAINING OF CSC OPERATORS
Name of the Module Duration Participant/Batch
Impart training on Functional
use of eDistrict Application
1 day (8 hrs) to be given in 2 sessions
(To be decided later)
It is mandatory for the all employees identified for a particular batch/module to attend training.
If because of some constraints he/she is not able to attend the same, the implementation
agency should accommodate such employee in subsequent batches. SI needs to provide user
manuals (must be printed in A4 size paper and spiral binding) to each participants. Bidder also
needs to prepare Power Point Presentations and Videos to promote self- learning and assist
training participants in undergoing the training. The Video and Power Point Presentation need
to be handed over to each participant in a CD. It is expected that in each District around 400
officials need to be trained by SI. Actual number of users to be trained in each district will be
intimated to the SI at a later stage. SI also needs to impart training to 650 CSC operators across
the state. Number of CSC operators to be trained in each district will be intimated to the SI at a
later stage. Trained CSC operators in each district in turn shall impart training to rest of the
CSC operators in the district. In case of any change in number of participants the unit rate
quoted by the bidder for imparting training will be taken into consideration and the bidder
should agree to provide the training at the same cost.
2.3.12.1 Sign off Deliverables
I. Training Plan
II. Completion of training and change management activities
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
31 | P a g e
2.3.13 Manpower requirements
The SI would be required to position resources to provide technical support at each of the
districts during the roll out period. This would be essential to ensure sufficient handholding is
provided to personnel in the district level offices to manage the system after the end of SI’s
Contract Period. SI is required to provide the details of the manpower for 28 districts as per the
format given below.
S.N
o.
Name
of
Resou
rce
District for which
proposed
Qualificati
on
(Highest)
No. of
Years of
Experien
ce
No. of
Years
with
respondi
ng firm
Certificati
on
Choic
e 1
Choic
e 2
Choic
e 3
1
2
3
I. The Technical support resources would be required to work closely with the eDistrict
Manager, DeGS Coordinator and SPMU in ensuring adherence to the project timelines.
II. The SI should ensure that the roster schedule of all deployed manpower for each day at
the required locations has been communicated in advance to SDA/ DeGS. No change to
the deployed staff shall be done by the SI without written approval from the SDA/DeGS
III. Adherence to all laws pertaining to personnel, labour laws, etc for any manpower
deployed by the SI on this Project shall be the responsibility of the SI
IV. The SI would issue Identity cards to each of the staff members deployed at the districts.
V. The SI will maintain adequate leave reserve for the staff, so that the work in the
respective districts remains unaffected in all cases.
VI. The State, together with the SPMU would need to devise criteria for selection of
technical support resources who will be best positioned to handle the complexities
associated with rolling out the application in the specific state, for instance, being
conversant with the local language
VII. The resource will reporting to the Collector/Nodal Officer e-District or any other
authority as will be defined by the District Authority/ SDA
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
32 | P a g e
Brief job description of the technical support staff is given below.
a) Coordination in supply, installation and Inspection of Hardware at the District, Tahsils,
Sub-divisions, Blocks, Revenue Inspector Office and any other location pertaining to the
project.
b) Preventive Maintenance of District IT Infrastructure supplied under e-District
c) Complaints handling - Hardware & Software Issues
d) Complaints handling through telephone or through travel to respective location & re-
solve issues.
e) Maintenance of HW & SW records and calling.
f) Monitoring LAN Connectivity
g) Providing handholding support to the users of eDistrict Application
2.3.14 Business Continuity Planning
The selected Bidder is expected to develop a Business Continuity Plan (BCP) and Disaster
Recovery Plan (DRP) for the operations carried out by the selected Bidder. An indicative list of
activities to be performed by the selected Bidder is mentioned below:
I. Designing and implementing adequate data backup, business continuity and restoration
procedures for the e-District application data (including but not limited to the database,
attachments and all other data elements created in and generated by the system and
users)
II. Ensuring that there is no single point of failure and adequate level of redundancy is built
in to meet the uptime and other requirements of this RFP. While building redundancies,
it should be ensured that failure of a single component of communication link does not
result in failure of primary as well as secondary connectivity. Hence primary and
secondary connectivity should be taken from 2 separate communication link providers
and both links should not have any single point of failure. Preferably, all the redundancy
will be in auto fail over mode so that if primary component fails, secondary component
automatically takes over.
III. Ensuring data backup till the last transaction occurring in the system to ensure
enhanced service levels and following RPO and RTO objectives:
A. Peak hours: Zero RPO and Zero RTO
B. Non-Peak Hours: Zero RPO and RTO <= 60 minutes
IV. Any storage space / media required to maintain backups and other requirements of the
RFP should be provisioned for by the selected Bidder in his Bid.
V. Designing and implementing data synchronization procedures for the DR Site. Periodic
testing may be done to ensure that all replication and data synchronization procedures
are in place all the time. Replication between Data Centre and DR Site as well as change-
over during disaster should be automatic and real-time for minimal impact on user
experience.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
33 | P a g e
2.3.15 Others
2.3.15.1 Information Security Management
Security of Application and the data contained therein is paramount for the success of this
Project. Hence, the selected Bidder should take adequate security measures to ensure
confidentiality, integrity and availability of the information.
Security Requirements
Overall Solution
1. The proposed solution should include design and implementation of a
comprehensive IS security policy in line with ISO 27001 standards to comply
with the security requirements mentioned in this section. All the necessary
procedures / infrastructure / technology required to ensure compliance with
IS security policy should be established by the selected Bidder. The IS Policy
shall include all aspects such as physical and environmental security, human
resources security, backup and recovery, access control, incident
management, business continuity management etc.
2. The designed IS policy should not conflict with the security policy of the State
Data Centre where the infrastructure would be hosted. Interested Bidder need
to discuss with the SDC Composite Team to ensure the same.
3. The proposed solution should ensure proper logical access security of all the
information Assets
4. The proposed solution should be able to classify information assets according
to criticality of the information asset.
5. The proposed solution should provide security including identification,
authentication, authorization, access control, administration and audit and
support for industry standard protocols
6. The proposed solution should have a security architecture which adheres to
the security standards and guidelines such as
ISO 27001
Information security standards framework and guidelines standards
under e-Governance standards (http://egovstandards.gov.in)
Information security guidelines as published by Data Security Council
of India (DSCI)
Guidelines for Web Server Security, Security IIS 6.00 Web-Server,
Auditing and Logging as recommended by CERT-In (www.cert-in.org.in)
System shall comply with IT (Amendment) Act 2008.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
34 | P a g e
Security Requirements
7. The proposed solution should support the below Integration security
standards:
Authentication
Authorization
Encryption
Secure Conversation
Non-repudiation
XML Firewalls
Security standards support
WS-Security 1.0
WS-Trust 1.2
WS-Secure Conversations 1.2
WS-Basic Security Profile
8. The proposed solution should a multi-layered detailed security system
covering the overall solution needs having the following features:
i. Layers of firewall
ii. Network IPS
iii. Enterprise-wide Antivirus solution
iv. Information and incident management solution for complete
OCAC landscape
v. Two factor authentication for all administrators i.e. system
administrators, network administrators, database administrators.
vi. Audit Log Analysis
Selected Bidder must ensure that the security solution provided must
integrate with the overall system architecture proposed
9. The proposed solution should be monitored by periodic information security
audits / assessments performed by or on behalf of the OCAC. The scope of
these audits / assessments may include, but are not limited to, a review of:
access and authorization procedures, physical security controls, backup and
recovery procedures, and program change controls.
To the extent that the OCAC deems it necessary to carry out a program of
inspection and audit / assessment to safeguard against threats and hazards
to the confidentiality, integrity, and availability of data, the Selected Bidder
shall provide the OCAC’s representatives access to its facilities, installations,
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
35 | P a g e
Security Requirements
technical resources, operations, documentation, records, databases and
personnel. The Selected Bidder must provide OCAC access to various
monitoring and performance measurement systems (both manual and
automated). OCAC has the right to get the monitoring and performance
measurement systems (both manual and automated) audited / assessed
without prior approval / notice to the Selected Bidder
10. The proposed solution should facilitate system audit for all the information
assets to establish detective controls. The selected Bidder is required to
facilitate this by producing and maintaining system audit logs for entire
duration of the project.
11. The proposed solution should ensure that data, especially those to pertaining
to registration process, transaction process as well as the data that is stored
at various points is appropriately secured as per minimum standard 128 Bit
AES/3DES encryption.
12. The proposed solution should provide database security mechanism at core
level of the database, so that the options and additions to the database
confirm the security policy of the OCAC without changing the application
code.
13. The proposed solution should support native optional database level
encryption on the table columns, table spaces or backups.
14. The database of the proposed solution should provide option for secured data
storage for historic data changes for compliance and tracking the changes.
15. The proposed solution should be able to ensure the integrity of the system
from accidental or malicious damage to data
16. The proposed solution should be able to check the authenticity of the data
entering the system
17. The proposed solution should be able to generate a report on all
“Authorization Failure” messages per user ID
18. The proposed solution should be able to monitor the IP address of the system
from where a request is received.
19. The proposed solution should be able to differentiate between the systems of
the OCAC network and other external systems
20. Retention periods, archival policies and read-only restrictions must be strictly
enforceable on all logs maintained in the system
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
36 | P a g e
Security Requirements
21. The proposed solution should provide ability to monitor, proactively identify
and shutdown the following types of incidents through different modes of
communication (email, SMS, phone call, dashboard etc):
a) Pharming
b) Trojan
c) Domains (old/new) similar to “OCAC of Commercial Taxes,
Government of Tamil Nadu etc.”
22. The proposed solution should be able to monitor security and intrusions into
the system and take necessary preventive and corrective actions.
23. The proposed solution should have the option to be configured to generate
audit-trails in and detailed auditing reports
24. The proposed solution must provide ACL objects and a security model that
can be configured for enforcement of user rights
25. The proposed solution should be designed to provide for a well-designed
security of physical and digital assets, data and network security, backup and
recovery and disaster recovery system.
26. The proposed solution should have tamper proof data storage to prevent
unauthorised data tampering
27. The proposed solution should have a Business Continuity Plan and a Disaster
Recovery Plan prepared and implemented by the selected Bidder before
commencement of the operations. Robust backup procedures to be
established for the same.
Password Requirement
1. The proposed solution should allow OCAC to define password policies. The
minimum password policies to be defined are:
a) Minimum/ Maximum password length
b) Alpha numeric combination of password
c) Compulsory use of special characters
d) Minimum password age
e) Password expiry period
f) Repeat passwords etc.
2. The proposed solution should be able to automatically check the passwords
with the password policy, which can be customized by the OCAC
3. The proposed solution should enforce changing of the default password set
by the system (at the time of creation of user ID) when the user first logs on
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
37 | P a g e
Security Requirements
to the system. The proposed solution should enforce all password policies as
defined at the time of first change and thereafter.
4. The proposed solution should store User ID's and passwords in an encrypted
format. Passwords must be encrypted using MD5 hash algorithm or
equivalent (selected Bidder must provide details)
5. The proposed solution should be capable of encrypting the password / other
sensitive data during data transmission
6. The proposed solution should ensure that the user web access shall be
through SSL (https) only for all level of communication for providing higher
level of security.
2.3.16 Project Management
2.3.16.1 Project Planning and Management
e-District Mission Mode Project is a geographically spread initiative involving multiple
stakeholders. Successful implementation and national roll out of the project ultimately depends
on all its stakeholders, the role of SI is very critical. Hence SI is required to design and
implement a comprehensive and effective project planning and management methodology
together with efficient and reliable tools.
Project planning exercise shall essentially commence with the start of the project, however,
project management exercise shall commence at the start of the project and shall continue till
the O&M Phase of the project...
To have an effective project management system in place, it is necessary for the SI to use a
Project Management Information System (PMIS) at State Headquarters of his respective State
to monitor the Project Progress. The SI shall address at the minimum the following using PMIS:
I. Create an organized set of activities for the project.
II. Coordinate and collaborate with various stakeholders including the Departments
concerned.
III. Nodal Agency, State IT Department, NIC, SPMU, NPMU, DeitY, GoI.
IV. Establish and measure resource assignments and responsibilities.
V. Construct a project plan schedule including milestones.
VI. Measure project deadlines, budget figures, and performance objectives.
VII. Communicate the project plan to stakeholders with meaningful reports.
VIII. Provide facility for detecting problems and inconsistencies in the plan
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
38 | P a g e
During the project implementation the SI shall report to the State Nodal Officer/SPMU, on
following items:
I. Results accomplished during the period;
II. Cumulative deviations to date from schedule of progress on milestones as specified in
this RFP read with the agreed and finalized Project Plan;
III. Corrective actions to be taken to return to planned schedule of progress;
IV. Proposed revision to planned schedule provided such revision is necessitated by
reasons beyond the control of the SI;
V. Other issues and outstanding problems, and actions proposed to be taken;
VI. Interventions which the SI expects to be made by the State Nodal Officer and / or
actions to be taken by the State Nodal Officer before the next reporting period. Progress
reports would be prepared by SI on a fortnightly basis. These reports may be required
to be shared with either the SDA or the SPMU, as the case may be.
VII. Project quality Assurance
VIII. Change Control mechanism
IX. Project Management activities
X. Issue Management to help identify and track the issues that need attention and
resolution from the State.
XI. Scope Management to manage the scope and changes through a formal management
and approval process.
XII. Risk Management to identify and manage the risks that can hinder the project
progress.
SI will closely work with SPMU and send the reports to the SPMU as well. SPMU will assist
Nodal Officer in acceptance of the report/ document and suggest the action plan to the Nodal
Officer. The Project plan prepared by the SI at the initial stage of the project shall be reviewed
by the SDA/Apex Committee on the advice of the State eGovernance Mission Team and SPMU.
The SI shall update and maintain the Project Plan throughout the duration of the engagement.
All changes are to be reviewed and approved by the OCAC.
2.3.16.2 Project Planning and Management
I. PMIS data update & functioning
II. Periodic Reports on on-going basis
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
39 | P a g e
2.4 Scope of Services - Operation and Maintenance Phase
The selected Bidder is responsible for the day to day maintenance of the system for the entire
period of Contract. For the IT Infrastructure procured as part of this RFP, the selected Bidder
will be responsible for smooth Operations and Maintenance Services for the period covering
onsite support for 3 year of warranty and followed by 2 years of AMC from the date of Go-Live
covering the following:
I. Onsite Warranty support
II. Onsite Periodic and AMC support including repair and replacement
III. Annual Technical Support (ATS) for all the licensed software
IV. Providing Help desk support with Escalation matrix for registration of
complaints related to the IT Infrastructure procured through this RFP at the
State Data Center.
2.4.1 Overview of Post Implementation Services
An indicative list of activities and nature of support to be provided is mentioned below:
I. System Administration and Trouble Shooting
A. Overall monitoring and management of all IT and Non-IT infrastructure deployed by
the selected Bidder for the Project, Departmental locations, networking equipments &
connectivity, system software, application, database, and all other services associated
with these facilities to ensure service levels, performance and availability requirements
as prescribed in the RFP are met.
B. Repair or replace infrastructure deployed for this Project, either directly or through a
third party warranty provider depending on the case
C. Replace component due to technical, functional, manufacturing or any other problem
with a component of the same make and configuration. In case the component of same
make and configuration is not available, the replacement shall conform to open
standards and shall be of a higher configuration and shall be approved by the
Department
D. Perform system administration tasks such as managing the user access, creating and
managing users, taking backups etc.
E. Performance tuning of the system to ensure adherence to SLAs and performance
requirements as indicated in the RFP.
II. Network Administration and Trouble Shooting
Coordinate with the network service providers to maintain smooth network operations
and ensure uptime and performance requirements of the IT infrastructure as indicated
in the RFP are met. The selected Bidder will be totally responsible for all networking
equipments installed by him.
III. Database Administration and Trouble Shooting
Undertake end-to-end management of database on an on-going basis to facilitate
smooth functioning and optimum utilization including regular database backup and
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
40 | P a g e
periodical testing of backup data, conducting configuration review to tune database,
maintaining the necessary documentation and managing schemes to database schema,
disk space, user roles, and storage.
IV. Overall
A. Undertake preventive maintenance (any maintenance activity that is required before
the occurrence of an incident with an attempt to prevent any incidents) and carry out
the necessary repairs and replacement of parts wherever needed to keep the
performance levels of the hardware and equipment in tune with the requirements of
the SLA. Such preventive maintenance shall not be attended during working hours of
the State Departments, unless inevitable and approved by the OCAC.
B. Undertake reactive maintenance (any corrective action, maintenance activity that is
required post the occurrence of an incident) that is intended to troubleshoot the system
with sufficient teams
C. Escalate and co-ordinate with its OEMs for problem resolution wherever required
D. The selected Bidder will be required to comply with various policies relating to
monitoring and management of infrastructure such as IS Policy, backup and archival
policy, system software update policy etc. of the State Odisha.
2.4.2 Warranty Support
As part of the warranty services SI shall provide:
I. SI shall provide a comprehensive 3 year of warranty and followed by 2 years of AMC
from the date of Go-Live.
II. SI shall provide the comprehensive manufacturer's warranty and support in respect of
proper design, quality and workmanship of all hardware, equipment, accessories etc.
covered by the RFP.
III. SI must warrant all hardware, equipment, accessories, spare parts, software etc.
procured and implemented as per this RFP against any manufacturing defects during
the warranty period.
IV. SI shall provide the performance warranty in respect of performance of the installed
hardware and software to meet the performance requirements and service levels in the
RFP.
V. SI is responsible for sizing and procuring the necessary hardware and software
licenses as per the performance requirements provided in the RFP. During the
warranty period SI shall replace or augment or procure higher-level new equipment or
additional licenses at no additional cost to the OCAC in case the procured hardware or
software is not adequate to meet the service levels.
VI. Mean Time Between Failures (MTBF): If during contract period, any equipment has a
hardware failure on four or more occasions in a period of less than three months, it
shall be replaced by equivalent or higher-level new equipment by the SI at no cost to
OCAC
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
41 | P a g e
VII. However, if the new equipment supplied is priced lower than the price at which the
original support services for all system software, DBMS (Database Management
System), EMS (Enterprise Management System), other products deployed as part of this
project will require proper arrangements of SI with OEM.
VIII. During the warranty period SI shall maintain the systems and repair / replace at the
installed site, at no charge to OCAC, all defective components that are brought to the SI's
notice.
IX. Warranty should not become void, if OCAC buys, any other supplemental hardware
from a third party and installs it within these machines under intimation to the SI.
However, the warranty will not apply to such supplemental hardware items installed.
X. The SI shall carry out Preventive Maintenance (PM), including cleaning of interior and
exterior, of all hardware and testing for virus, if any, and should maintain proper
records at each site for such PM. Failure to carry out such PM will be a breach of
warranty and the warranty period will be extended by the period of delay in PM.
XI. SI shall monitor warranties to check adherence to preventive and repair maintenance
terms and conditions.
XII. The SI shall ensure that the warranty complies with the agreed Technical Standards,
Security Requirements, Operating Procedures, and Recovery Procedures.
XIII. Any component that is reported to be down on a given date should be either fully
repaired or replaced by temporary substitute (of equivalent configuration) within the
time frame indicated in the Service Level Agreement (SLA).
XIV. The SI shall develop and maintain an inventory database to include the registered
hardware warranties.
2.4.3 Annual Technical Support
As part of the ATS services SI shall provide the following:
I. SI shall maintain data regarding entitlement for software upgrades, enhancements,
refreshes, replacements and maintenance.
II. If the Operating System or additional copies of Operating System are required to be
installed / reinstalled / de-installed, the same should be done as part of ATS.
III. SI should carry out any requisite adjustments / changes in the configuration for
implementing different versions of Application Software.
IV. Updates / Upgrades / New releases / New versions / Patches / Bug fixes: The SI shall
provide from time to time the Updates / Upgrades / New releases / New versions /
Patches / Bug fixes of the software, operating systems, etc. as required. The SI should
provide free Updates / Upgrades / New releases / New versions / Patches / Bug fixes of
the software and tools to SDA as and when released by OEM.
V. Software License Management. The SI shall provide software license management and
control. SI shall maintain data regarding entitlement for software upgrades,
enhancements, refreshes, replacements, and maintenance.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
42 | P a g e
VI. SI shall have complete manufacturer’s technical support for all the licensed software
problems and/or questions, technical guidance, defect and non-defect related issues. SI
shall provide a single-point-of-contact for software support and provide licensed
software support including but not limited to problem tracking, problem source
identification, problem impact (severity) determination, bypass and recovery support,
problem resolution, and management reporting.
2.4.4 Help Desk and Trouble ticket management system
I. The selected Bidder as part of provisioning support for Department users at each
location and the SDC will setup centralized helpdesk and coordinate with the respective
OEMs of the IT Infrastructure deployed at SDC and the Department offices. For the State
Odisha the selected Bidder will undertake the following:
A. Provide Help Desk services to track and route requests for service and to assist
department users in answering questions and resolving problems related to the IT
Infrastructure installed at Data Centre and at all the Department Offices .
B. Become the central collection point for contact and control of the problem, change,
and service management processes (This includes both incident management and
service request management)
C. Shall provide a first level of support for application and technical support at e-
District implementation locations across the State where the software, hardware, and
other infrastructure will be rolled out.
D. Provide the following integrated customer support by establishing 9 hrs X 6 days
Help Desk facility for reporting issues/ problems with the software, hardware and
other infrastructure.
II. This shall be an online system deployed centrally and shall be used by the selected
Bidder extensively for management of network support activity and handling calls from
citizen, departmental staff, any other stakeholders. Service desk is an application that
facilitates the end-to-end service support. The proposed system should include
required hardware and software.
All relevant infrastructure and supporting system software required for the deployment and
operation of the help desk is to be provided by the selected Bidder as per the requirements
mentioned in the RFP. The system deployed by the SI shall be complied with ITIL and ISO
20000 service specifications.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
43 | P a g e
2.4.5 General Requirements
I. Licensing Requirements
A. All system software, licenses, etc. have to be procured in the name of OCAC
B. The licenses should be perpetual and enterprise wide for the core application and
other software unless otherwise stated. The software licenses shall not be restricted
based on location and the OCAC should have the flexibility to use the software licenses
for other requirements, if required
II. Asset Management
The selected Bidder will perform the following asset management functions with
respect to the infrastructure deployed at various locations:
A. Take periodic stock of, review physical inventory and maintain stock registers of
hardware at all locations covered under this Project. The selected Bidder would
maintain stock registers as per format agreed with the OCAC.
B. Maintain documentation of the hardware assets, maintain asset Information for all
Project locations, on parameters to be mutually agreed between the OCAC and the
selected Bidder, which shall include details like -
i. Product type, model number, version number
ii. Manufacturer
iii. Office location
iv. Maintenance status, etc.
C. Update or correct the asset information following any new installations, movement,
addition, or change performed by the selected Bidder.
D. Produce periodic reports and machine readable files in agreed upon format pertaining
to some or all of the asset information.
E. Restrict movement of server/equipment/items in or out of SDC or any other location
under the Project without prior permission from the OCAC.
III. Warranty and Support
A. The selected Bidder shall warrant that the IT Infrastructure supplied to the OCAC for
this Project shall have no defects arising from design or workmanship or any act or
omission of the selected Bidder. The warranty shall remain valid for the Contract period
on all the items supplied as per the Contract.
B. The selected Bidder shall replace any parts/ components of the IT infrastructure
supplied for the Project if the components are defective and during the entire warranty
period the selected Bidder shall apply latest upgrades for all the hardware components
after appropriate testing. The OCAC will not pay any additional costs separately for
warranty and the overall IT infrastructure cost quoted by the selected Bidder shall
include the same.
C. Since the Project aims to reuse the common infrastructure created under SDC, SWAN,
CSC, SSDG Projects, the selected Bidder will also be required to coordinate with SDC,
SWAN, SSDG, CSC teams to ensure that uptime and performance requirements of the
RFP are met. However, the selected Bidder shall be held solely responsible for
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
44 | P a g e
performance and service levels of any infrastructure deployed by the selected Bidder as
part of this Contract.
IV. Knowledge Transfer
A. At the end of the Contract period, the selected Bidder will be required to provide
necessary handholding and transition support to designated staff or any other agency
that is selected for maintaining the system post the Contract with the selected Bidder.
The handholding support will include but not be limited to, conducting detailed
walkthrough and demonstrations for the IT Infrastructure, handing over all relevant
documentation, addressing the queries/clarifications of the new agency with respect to
the working / performance levels of the infrastructure, conducting training sessions etc.
B. Knowledge Transfer is an integral part of the scope of work of the selected Bidder. This
will have to be done even in case the Contract with the Bidder ends or is terminated
before the planned timelines.
Any other activity, over and above these, as may be deemed necessary by the selected Bidder to
meet the service levels and requirements specified in this Contract are also required to be
performed by the selected Bidder at no additional cost.
2.4.6 Exit Management
2.4.6.1 Purpose
I. This sets out the provisions, which will apply on expiry or termination of the MSA, the
Project Implementation, Operation and Management SLA.
II. In the case of termination of the Project Implementation and/or Operation and
Management, the Parties shall agree at that time whether, and if so during what period,
the provisions of this Schedule shall apply.
III. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.
2.4.6.2 Transfer of Assets
I. OCAC shall be entitled to serve notice in writing on the SI at any time during the exit
management period as detailed hereinabove requiring the SI and/or its sub-contractors
to provide the OCAC with a complete and up to date list of the Assets within 30 days of
such notice. OCAC shall then be entitled to serve notice in writing on the SI at any time
prior to the date that is 30 days prior to the end of the exit management period
requiring the SI to sell the Assets, if any, to be transferred to OCAC or its nominated
agencies at book value as determined as of the date of such notice in accordance with
the provisions of relevant laws.
II. In case of contract being terminated by OCAC, OCAC reserves the right to ask SI to
continue running the project operations for a period of 6 months after termination
orders are issued.
III. Upon service of a notice under this Article the following provisions shall apply:
A. in the event, if the Assets to be transferred are mortgaged to any financial institutions
by the SI, the SI shall ensure that all such liens and liabilities have been cleared beyond
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
45 | P a g e
doubt, prior to such transfer. All documents regarding the discharge of such lien and
liabilities shall be furnished to the OCAC.
B. All risk in and title to the Assets to be transferred / to be purchased by the OCAC
pursuant to this Article shall be transferred to OCAC, on the last day of the exit
management period.
C. OCAC shall pay to the SI on the last day of the exit management period such sum
representing the Net Block (procurement price less depreciation as per provisions of
Companies Act) of the Assets to be transferred as stated in the Terms of Payment
Schedule.
D. Payment to the outgoing SI shall be made to the tune of last set of completed services /
deliverables, subject to SLA requirements.
E. The outgoing SI will pass on to OCAC and/or to the Replacement SI, the subsisting
rights in any leased properties/ licensed products on terms not less favorable to OCAC/
Replacement SI, than that enjoyed by the outgoing SI.
2.4.6.3 Cooperation and Provision of Information
During the exit management period:
I. The SI will allow the OCAC or its nominated agency access to information reasonably
required to define the then current mode of operation associated with the provision of
the services to enable the OCAC to assess the existing services being delivered;
II. promptly on reasonable request by the OCAC, the SI shall provide access to and copies
of all information held or controlled by them which they have prepared or maintained
in accordance with this agreement relating to any material aspect of the services
(whether provided by the SI or sub-contractors appointed by the SI). The OCAC shall be
entitled to copy of all such information. Such information shall include details pertaining
to the services rendered and other performance data. The SI shall permit the OCAC or
its nominated agencies to have reasonable access to its employees and facilities as
reasonably required to understand the methods of delivery of the services employed by
the SI and to assist appropriate knowledge transfer.
2.4.6.4 Confidential Information, Security and Data
I. The SI will promptly on the commencement of the exit management period supply to
the OCAC or its nominated agency the following:
A. information relating to the current services rendered and customer and
performance data relating to the performance of sub-contractors in relation to the
services;
B. documentation relating to Computerization Project’s Intellectual Property Rights;
C. documentation relating to sub-contractors;
D. all current and updated data as is reasonably required for purposes of OCAC or its
nominated agencies transitioning the services to its Replacement SI in a readily
available format nominated by the OCAC, its nominated agency;
E. all other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable OCAC or its
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
46 | P a g e
nominated agencies, or its Replacement SI to carry out due diligence in order to
transition the provision of the Services to OCAC or its nominated agencies, or its
Replacement SI(as the case may be).
II. Before the expiry of the exit management period, the SI shall deliver to the OCAC or its
nominated agency all new or up-dated materials from the categories set out in
Schedule above and shall not retain any copies thereof, except that the SI shall be
permitted to retain one copy of such materials for archival purposes only.
III. Before the expiry of the exit management period, unless otherwise provided under the
MSA, the OCAC or its nominated agency shall deliver to the SI all forms of SI confidential
information, which is in the possession or control of Chairperson, PIU or its users.
2.4.6.5 Employees
I. Promptly on reasonable request at any time during the exit management period, the SI
shall, subject to applicable laws, restraints and regulations (including in particular those
relating to privacy) provide to the OCAC or its nominated agency a list of all employees
(with job titles) of the SI dedicated to providing the services at the commencement of
the exit management period.
II. Where any national, regional law or regulation relating to the mandatory or automatic
transfer of the contracts of employment from the SI to the OCAC or its nominated
agency, or a Replacement SI ("Transfer Regulation") applies to any or all of the
employees of the SI, then the Parties shall comply with their respective obligations
under such Transfer Regulations.
III. To the extent that any Transfer Regulation does not apply to any employee of the SI,
department, or its Replacement SI may make an offer of employment or contract for
services to such employee of the SI and the SI shall not enforce or impose any
contractual provision that would prevent any such employee from being hired by the
OCAC or any Replacement SI.
2.4.6.6 Transfer of Certain Agreements
On request by OCAC or its nominated agency the SI shall effect such assignments, transfers,
licences and sub-licences as the OCAC may require in favor of the Chairperson, PIU, or its
Replacement SI in relation to any equipment lease, maintenance or service provision
agreement between SI and third party lessors, vendors, and which are related to the services
and reasonably necessary for the carrying out of replacement services by the OCAC or its
nominated agency or its Replacement SI.
2.4.6.7 Rights of Access to Premises
I. At any time during the exit management period, where Assets are located at the SI’s
premises, the SI will be obliged to give reasonable rights of access to (or, in the case of
Assets located on a third party's premises, procure reasonable rights of access to) the
OCAC or its nominated agency and/or any Replacement SI in order to make an
inventory of the Assets.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
47 | P a g e
II. The SI shall also give the OCAC or its nominated agency or its nominated agencies, or
any Replacement SI right of reasonable access to the Implementation Partner's
premises and shall procure the OCAC or its nominated agency or its nominated
agencies and any Replacement SI rights of access to relevant third party premises
during the exit management period and for such period of time following termination
or expiry of the MSA as is reasonably necessary to migrate the services to the OCAC or
its nominated agency, or a Replacement SI.
2.4.6.8 General Obligations of the SI
I. The SI shall provide all such information as may reasonably be necessary to effect as
seamless a handover as practicable in the circumstances to the OCAC or its nominated
agency or its Replacement SI and which the SI has in its possession or control at any
time during the exit management period.
II. For the purposes of this Schedule, anything in the possession or control of any SI,
associated entity, or sub-contractor is deemed to be in the possession or control of the
SI.
III. The SI shall commit adequate resources to comply with its obligations under this Exit
Management Schedule.
2.4.6.9 Exit Management Plan
I. The SI shall provide the OCAC or its nominated agency with a recommended exit
management plan ("Exit Management Plan") which shall deal with at least the following
aspects of exit management in relation to the MSA as a whole and in relation to the
Project Implementation, and the Operation and Management SLA.
A. A detailed program of the transfer process that could be used in conjunction with a
Replacement SI including details of the means to be used to ensure continuing provision
of the services throughout the transfer process or until the cessation of the services
and of the management structure to be used during the transfer;
B. plans for the communication with such of the SI's sub-contractors, staff, suppliers,
customers and any related third party as are necessary to avoid any material
detrimental impact on the OCAC’s operations as a result of undertaking the transfer;
C. (if applicable) proposed arrangements for the segregation of the SI's networks from the
networks employed by OCAC and identification of specific security tasks necessary at
termination;
D. Plans for provision of contingent support to OCAC, and Replacement SI for a reasonable
period after transfer.
II. The SI shall re-draft the Exit Management Plan annually thereafter to ensure that it is
kept relevant and up to date.
III. Each Exit Management Plan shall be presented by the SI to and approved by the OCAC
or its nominated agencies.
IV. The terms of payment as stated in the Terms of Payment Schedule include the costs of
the SI complying with its obligations under this Schedule.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
48 | P a g e
V. In the event of termination or expiry of MSA, and Project Implementation, each Party
shall comply with the Exit Management Plan.
VI. During the exit management period, the SI shall use its best efforts to deliver the
services.
VII. Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Schedule.
VIII. This Exit Management plan shall be furnished in writing to the OCAC or its nominated
agencies within 90 days from the Effective Date of Agreement.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
49 | P a g e
3 Detailed Implementation and Roll-out Plan
I. SI shall prepare a detailed roll-out plan for each of the districts in the phase and get the
same approved by the OCAC. SI is also responsible for conducting workshops for the
key officers (State Mission Team, District Mission Team, and District Core Team, NIC,
SPMU, NPMU, OCAC, State DIT) of the Districts / State for presenting the District-Wise
roll-out plan and get the approval of the same.
II. Before getting the final approval of the State Nodal Officer, the SI shall also provide the
necessary assistance for the key stakeholder of the Districts / State during the design
and implementation of e-District project in the State Odisha. A detailed rollout checklist
should be maintained for migrating application to production as well as for location
readiness.
III. One of the important factors that would determine the success of the e-District
implementation in the Odisha is the continuous availability of domain experts like
Project Manager, Database Administrator, Change Management Expert, Technical
Assistance, to the implementation team which would be selected with the approval of
Odisha. SI shall put together a team of domain experts with a minimum of 10 years of
experience in the State Departments who will work on this project on a full time basis
during the entire duration of the project.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 50 | P a g e
4 Annexures:
4.1 Office Wise Requirements
DISTRICT NO. OF SUBDIVISION NO. OF TAHSILS NO. OF BLOCKS NO. OF RI OFFICES
e-District Service being delivered from this District
Network
Availability?
(Yes/ No)
Additional H/W Required? (Yes/ No)
Sundargarh 3 18 17 102 Yes Yes Yes
Jharsuguda 1 5 5 10 Yes Yes Yes
Deogarh 1 3 3 20 Yes Yes Yes
Sambalpur 3 9 9 56 Yes Yes Yes
Keonjhar 3 13 13 80 Yes Yes Yes
Angul 4 8 8 55 Yes Yes Yes
Bhadrak 1 7 7 76 Yes Yes Yes
Jajpur 1 10 10 80 Yes Yes Yes
Dhenkanal 3 8 8 50 Yes Yes Yes
Balasore 2 12 12 85 Yes Yes Yes
Nuapada 1 5 5 21 Yes Yes Yes
Bolangir 3 14 14 34 Yes Yes Yes
Sonepur 2 6 6 31 Yes Yes Yes
Boudh 1 3 3 22 Yes Yes Yes
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 51 | P a g e
Kandhamal 2 12 12 74 Yes Yes Yes
Cuttack 3 15 14 127 Yes Yes Yes
Khurda 2 10 10 67 Yes Yes Yes
Puri 1 11 11 128 Yes Yes Yes
Kendrapara 1 9 9 92 Yes Yes Yes
Jagatsinghpur 1 8 8 76 Yes Yes Yes
Bargarh 2 12 12 84 Yes Yes Yes
Kalahandi 2 13 13 48 Yes Yes Yes
Nabarangpur 1 10 10 66 Yes Yes Yes
Rayagada 2 11 11 81 Yes Yes Yes
Gajapati 1 7 7 44 Yes Yes Yes
Koraput 2 14 14 95 Yes Yes Yes
Malkangiri 1 7 7 44 Yes Yes Yes
Nayagarh 1 8 8 42 Yes Yes Yes
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 52 | P a g e
4.2 Template for Capturing Network Connectivity Requirement
DISTRICT
NO. OF SUBDIVISION
NO. OF TAHSILS
NO. OF BLOCKS
NO. OF RI OFFICES
Swan
Available(Yes/NO)
SWAN Available
Type of
connectivity
Existing service
provider
Service level /
baseline
Sundargarh 3 17 17 102 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Jharsuguda 1 5 5 10 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Deogarh 1 3 3 20 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Sambalpur 3 9 9 56 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Keonjhar 3 13 13 80 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Angul 4 8 8 55 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Bhadrak 1 7 7 75 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Jajpur 1 9 10 80 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Dhenkanal 3 8 8 50 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Balasore 2 12 12 85 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Nuapada 1 5 5 21 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Bolangir 3 14 14 34 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Subarnapur 2 6 6 31 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Boudh 1 3 3 22 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 53 | P a g e
Kandhamal 2 12 12 74 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Cuttack 3 15 14 127 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Khurda 2 10 10 67 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Puri 1 11 11 107 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Avialable
Kendrapara 1 9 9 92 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Jagatsinghpur 1 8 8 76 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Bargarh 2 12 12 84 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Kalahandi 2 13 13 48 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Nabarangpur 1 10 10 66 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Rayagada 2 11 11 81 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Gajapati 1 7 7 43 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Koraput 2 14 14 99 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Malkangiri 1 7 7 44 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
Nayagarh 1 8 8 50 Yes All Block Offices & Sub-divison offices
Broadband Ms Spancho Available
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 54 | P a g e
4.3 FRS for the Proposed Application
The computerization under the e-District project envisages meeting of the requirements through the e-District Application consisting of
Certificates, Pensions, Revenue Court Cases, PDS services, Grievance Redressal services etc. The following depicts the brief scope and the
indicative functional requirement specifications of the applications envisaged for development of solution under e-District. This however
does not mean that the functionalities have been captured entirely. The final scope will be documented in detail with the selected bidder.
SPMU will prepare the AS-IS, TO-BE & FRS documents and the same will be handed over to the selected Bidder after approval to carry out
necessary task at his end.
Functional Specification for Common Functionalities:
The common functionality shall address the automation of typical processes that shall be common for all the services irrespective of the
service categories. Broadly, these can be seen as the general service components which remain same for services. These general service
components along with the detailed Functional Requirement Specifications are given below.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 55 | P a g e
4.3.1 Information Dissemination Component
This component deals with the Content creation, content updation and approval for the proper dissemination of information for availing
the various services
S. No. Functional Requirement Specifications - Information Dissemination
1. The system should allow the authorized user(s) to update information obtained from the departments
2.
The system should provide detailed information on the following to the user:
Scheme Name:
Eligibility Criteria:
Nodes of obtaining service:
Application Fees:
Grievance filing procedure:
Authorities to contact:
Forms and documents required:
Other locations for obtaining detailed information
3. The system should be able to add new or delete existing information components besides the above without any delay and
without jeopardizing any other existing feature
4. The system should be accessible to citizens, department officials, other government officials, e district centre operators,
SCA
5.
The authorized user(s) should be able to update the document over the e district application but this information would
not be viewable to the end user until the department head puts his digital signature, verifying its authenticity and
correctness
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 56 | P a g e
S. No. Functional Requirement Specifications - Information Dissemination
6. The system should not allow any unauthorized user to upload information besides authorized user(s)
7. The system should have different presentation layer for each set of users i.e. Information seekers, updaters, approvers etc.
8. The system should notify the HoD once the information is updated over the e application
9. The system should allow the HoD to either approve or reject the information update
10. The system should update information over the e-district application only after digital signatures of the HoD has been put
up on the information update
11. The system should ask for digital signature of the HoD in case of rejection also
12. The system should ask for changes from the HoD desired in case of rejection by the HoD
13. The system should notify the authorized user(s) both in case of acceptance or rejection of the information update
14. The system should allow only the authorized user(s) to make changes in the updated information hosted over the e
district application
15. The system should request authorized user(s) to put his digital signature after each updation
16. The system should have a counter at the bottom of the page to record the number of people hitting the website, this
would prove beneficial in capturing the usefulness of information
17. The system should auto generate grievances in case of HoD or authorized user(s) are not performing against their set
SLAs
18. The system should capture time stamp and IP address of the user accessing the system
19. The system should have bar-coding technology for printing and authorizing necessary documents.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 57 | P a g e
4.3.2 Forms Availability Component
This component deals with the availability of latest electronic forms that will be made available in the e-District portal.
S.No Functional Requirement Specifications – Form Availability
1. The system should store all the service request form at predefined location for the selected services
2. The system should be able to retrieve service request form from the predefined location
3. The system should allow for service request form to be easily downloadable both through HTML and word format
4.
The size of the forms created for delivering the services through application shall be kept to the minimum so as to suit
bandwidth typical to dial-up Internet connections. The form filling should be easy, user friendly and shall avoid common form
filling errors (such as, ensuring all mandatory fields are entered, selecting options by checking boxes where applicable, number
entry etc.)
5. The Application shall provide Easy-to-use step-by-step guidance to fill the Forms in the form of form-wizards
6.
The system should provide for printable version of the service request form. The forms must be supported for use by the
stakeholders on all widely used web` browsers like Chrome, IE, Mozilla etc. preserving the functionality, look and feel of the
form. When printed, the eForms must preserve the appearance as on the screen”
7. The system should give an error message in case it is not able to retrieve the application from the given location
8. The system should have a provision for uploading new version of the forms as and when it is required to change the version
9. The system should maintain the version control for the service request form
10. The system should have a security feature embedded for changing the version of the form and should allow only predefined
process owners to change the form version
11. The system should maintain log for all version change with the details of the process owner making version change
12. The system should not allow to change the content of the form and should be in read only version
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 58 | P a g e
S.No Functional Requirement Specifications – Form Availability
13.
The system should be able to make available service request form should be through
Online / website
CSC
EDistrct Center/Facilitation Center
14. The system should allow for easy searching of the service request form
15. The system should allow for easy and user friendly layout for locating the service request form
16. The system should be able to export forms in multiple formats so as to ensure compatibility of forms
17. The system should have a life counter feature to keep track of number of forms being downloaded from the application
18. The system should support multi-lingual interface (minimum Hindi and English) as per localization and language technology
standards for National e-Governance plan defined in the e-District guidelines
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 59 | P a g e
4.3.3 Application Receipt Component
This component deals with the receipt of the application by the CSC/e-District centre operator and forwarding of the same to the
concerned office, depending upon the nature of the service.
S.No Functional Requirement Specifications – Application Request
1. The System should enforce secure login as per the Login process, where the CSC or e-District center operator will have to
authenticate his Username, Password to access the Application home page.
2. The System, on successful login, should display the Main page or the Home page of the Applications Services Request with links
to various services as per the Service Request Form mentioned above.
3. The System should be able to retrieve and load the online Application Form for the service as selected by the Applicant /
Operator.
4. The System should assign a Unique Application Number to every form.
5. The System should allow the Operator / Applicant to take a printout of the form before submitting it.
6. The System should allow editing of the details in the online Application form even after a printout has been taken.
7. The System should allow the Operator / Applicant to attach any scanned documents, photograph, or any other supplementary
attachments as required with the Application Form
8. The System should imprint the Unique Application Number and the ID details of the operator on the Application Form.
9. The System should allow the operator to submit the Application Form online
10. The System must display a message for Successful or Unsuccessful submissions and it should log all such events.
11. The System must refresh the page and Load a new Application form in case the previous submission attempt was unsuccessful.
12. The System should save the Application Form and all attached documents into a Database.
13. The System should be able to immediately electronically forward the Application Form and the attachments and notify to the
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 60 | P a g e
S.No Functional Requirement Specifications – Application Request
Process Owner, as identified in respective processes.
14. The System should be able to generate a Receipt for the Applicant, and allow it to be printed.
15. The system should support multilingual interface (minimum Hindi and English) as per Localization and Language Technology
Standards for National e-Governance Plan defined in e-district guidelines.
4.3.4 Payment Component
This component deals with the receipt of payment by the CSC/e-District kiosk operator for a particular service. The service charges and the
revenue sharing model (between the participating departments, Implementation Agency of the CSCs & the CSC operators) for each of the
services will be decided at a later stage. Each of the stakeholders should get their share as per the revenue sharing model with respect to
each service.
S.No Functional Requirement Specifications – Payment
1. The system should provide for and allow financial transaction functions
2. The system should check for all details of the service request form before initiating the payment
3. The system should enable the payment option only when all the fields of service request forms are filled
4. The system should return back and highlight the field which have inconsistencies / error for user to rectify the error
5. The system should retain all the information of the service request form besides those having inconsistencies
6. The system should return back after successful checking of the fields with the prompt of confirmation to open the payment page
7. The system should open a new page for recording payment details against the service request
8. The system should allow payment to be registered on the service application request against the following –
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 61 | P a g e
S.No Functional Requirement Specifications – Payment
Payment against the service Payment against the dues / payments as defined under service charter of the specific service
9. The system should record and maintain all details of payment against a unique service application number
10. The system should be able to maintain all the payment records in a database and retrieve the same as and when required.
11. The system should be able to open a page with declaration on successful payment output
12. The system should able to record specific payment details on the service request form after successful payment has been made
13. The system should be such that it should allow for part payment function
14.
The system should be able to retrieve information of first part payment during the final delivery of service output for final payment as per the overall payment specified for service request
Unique application number for requested service CSC details and unique number for CSC
15. The system should be able follow the payment cycle as mentioned above for the final payment also
16. The system should be able to maintain all records of part payments as well as consolidated payment amount against the service request
17. The system should support multi-lingual interface (minimum Hindi, Oriya and English) as per localization and language
technology standards for National e-Governance plan defined in the e-District guidelines
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 62 | P a g e
4.3.5 Application Processing Component
This component deals with the processing of the application by the concerned authorities.- This component deals with the preparation of
the Case file, noting and forwarding of the same to the Approver.
S.No. Functional Requirements Specifications – Application Processing
1. The System should notify the forwarder once the request has been forwarded from the CSC/e-District centre
2. The system should provide inbox, forward, noting, view attachment facilities etc. to the forwarders
3. The system should allow defined users(identified as forwarders) to login to the system for approving the service request through
a valid user ID & password and bio-metric authentication
4. The system should show a login failure screen in case the user name and password are not matched by the application
5. The system should show a login failure screen in case the biometric authentication is not correct
6. The system should highlight the pending service requests for the users on entering the application after the log-in
7. The system should allow the forwarder to view the scanned supporting documents one by one, as uploaded by the Kiosk operator
8. The system should allow ‘zoom- in’ and Zoom-out’ facilities of the scanned documents for better viewing of the same
9. The system should allow the forwarder to reject the application incase the application does not contain the required supporting
documents
10. The system should request forwarder to give comments in case of non-acceptance or forwarding
11. The system should be able to generate an auto-file number before the forwarder forwards the application to the approving
authority
12.
The System should be able to generate an auto generated note sheet before the forwarder forwards the application to the
approving authority. Auto generated note sheet should not be editable and must record the full log of the said application users
from start to end with time stamp and IP records.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 63 | P a g e
S.No. Functional Requirements Specifications – Application Processing
13. The system should allow the forwarder to add to the note sheet before the submission of the application form to the approving
authority
14. The system should ask for re-confirmation of the forwarder before actually submitting the request
15. The system should allow the forwarder to forward the applications individually and all at one go
16. The system should open a page informing the forwarder of successful completion of approval/rejection
4.3.6 Verification Component
This component deals with the allocation of the field verification officers by the approving authority, if the required details are not found in
the database or if the approving authority has doubts on the genuineness of the service requests.
S.No. Functional Requirements Specifications – Verification
1. The System should be able to allow the Process Owner/proper authority to enter query parameters to search any Database
connected with the System.
2. The System should be able to query the specified Database with the specified parameters and return the result of the same to the
Process Owner.
3. The System should be able to retrieve various information from the individual databases and aggregate it before displaying it.
4. The System should allow the Process Owner to electronically, using his digital signature, forward / delegate the Application to a
Field Officer or any other Officer registered with the System.
5. The System should be able decode the digital signed data and display the details of the signatory.
6. The System should allow the Field Officer to modify the Database as per the Access rights
7. The System should allow the Field Officer to electronically forward the Application back to the Process Owner after the details in
the Database have been updated.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 64 | P a g e
S.No. Functional Requirements Specifications – Verification
8. The System should notify the Process Owner after the Field Officer has marked the Application back to him.
9. The System should allow the Process Owner to either Approve or Reject the application as per the Approval or Rejection
component, using his digital signature.
10. The System should ensure that a Reason for Rejection is entered by the Process Owner if he selects to reject an application before
accepting the Rejection.
11. The System should log all the electronic movements of the application with date and time details along with the sender’s and
receiver’s information.
12. The system should support multilingual interface (minimum Hindi, Oriya and English) as per Localization and Language
Technology Standards for National e-Governance Plan defined in e-district guidelines.
4.3.7 Approval/Rejection Component (Intermediary Approver and Final Approver)
This component deals with the approval/rejection by the concerned authority.
S.No. Functional Requirements Specifications – Approval
1. The system should allow defined users to login to the system for approving the service request through a valid user ID and
password and bio-metric authentication
2. The system should show a login failure screen in case the user name and password are not verified by the application
3. The system should intimate the users through predefined channels for pending approval on a daily basis
4. The pending approvals should highlighted for the users on entering the application
5. The pending approvals should be intimated to the users through SMS on pre-defined intervals until the same is addressed and
closed by the respective process owner
6. The system should have a provision to mark the approval of service request
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 65 | P a g e
S.No. Functional Requirements Specifications – Approval
7. The system should allow the user to digitally sign the documents one by one
8. The system should also allow the user the digitally sign all the selected approved service request at one go
9. The system should open a page for all approved service request with a prompt of digital signature in form a button to initiate
the process of digital signing
10. The system should reconfirm from the user for initiating the digital signing before actually initiating the process
11. Upon digitally signing the document, digitally signed document should be saved in the given repository for future references and
a hard copy of the same document will be provided to the applicant
12.
System should print the unique encrypted key/code on the hard copy of the digitally signed document such that the same
printed unique encrypted key/code can be used to check the authenticity of the document. The unique encrypted key/code will
be information of the authority who digitally signed the document in the encoded form
13. System should provide a link to the page where the user can enter the unique encrypted key/code printed on the hard copy of
the document to check for the authenticity of the document
14. On clicking the link, system should display the fields as described in the section Document retrieval form such that the user can
retrieve the required information
15. System should retrieve and display the digitally signed document on the user screen once the user enters the unique encrypted
key/code printed on the document
16. System should not allow the user to make any alteration in the digitally signed document or access the database on entering the
unique encrypted key/code
17. System should display an appropriate message in case of retrieval failure or any other communication failure or in case the
document could not be found due to any reason
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 66 | P a g e
S.No. Functional Requirements Specifications – Approval
18. The system should allow the user to terminate the approval process at any point of time during approval
19. The system should keep and maintain the data in a data repository (database) for all the approval made
20. The system should be able to keep the records of all transaction performed and link it to the unique code of digital signature
21. The system should open a page informing the user of successful completion of approval
22. The system should open a page at any point of process in case the process termination with the request to restart the process
23. The system should not allow the user to initiate the process of digital signature in case of no selection of pending service request
for approval
24. The system should not allow the user to modify the approval once it has been digitally signed
25. The system should not allow the user to delete any service request pending for approval at his end
26. The system should support multi-lingual interface (minimum Hindi, Oriya and English) as per localization and language
technology standards for National e-Governance plan defined in the e-District guidelines
4.3.8 Delivery Component
This component deals with the issuance of the final output from the CSC/e-District centre to the applicant, on producing the application
receipt issued to the citizen at the time of submission of application.
S.No. Functional Requirements Specifications – Delivery
1. The system should be able to provide delivery against all service request made
2. The system should be able to link delivery against specific service request through unique service application request number
3. The system should allow delivery only when the service request has been either approved / rejected
4. The system should allow only validated predefined users to log into the e-district application for retrieving the delivery against
the service request
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 67 | P a g e
S.No. Functional Requirements Specifications – Delivery
5. The system should ask for unique service request number / unique application number to retrieve specific service delivery
6. The system should provide for the printable version of the service output
7. The system should be able to print the unique kiosk number, unique application number on the every service output generated
through it
8. The system should be able to print the url of the site from where the content of the service delivery could be verified
9. The system should have adequate security features built in the architecture of the system to ensure that it cannot be
manipulated
10. The system should open new page specifying error in case of incorrect digital verification
11. The system should be able to maintain the database of the all the service delivery output in a logical manner to ease the retrieval
of the same as and when required
12. The system should have a life counter to keep log of all delivery made with specific association of unique service application
number and unique CSC number
13. The system should support multi-lingual interface (minimum Hindi, Oriya and English) as per localization and language
technology standards for National e-Governance plan defined in the e-District guidelines
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 68 | P a g e
4.3.9 Status Component
This component deals with the status tracking component with which the status can be tracked by the user and the citizens for the
requested service.
S.No Functional Requirement Specifications – Status Component
1. The system should have integrated auto status tracking features embedded in the overall architecture of the system
2. The system should keep track of all the service requests from the citizens along with the respective unique application reference
id generated at the time of the application receipt
3. The system should be available in public and administrative view
4. The system should be able to keep track of the status of all the service requests with the help of the respective unique application
reference id (application id) and map the current status with the pre-defined service level against each process
5. The system should be able to detect any change in the status of a given unique application reference id
6. In case there is a change in the status of a unique application reference id , the system should update the status information in
the database
7. The system should have provisions for intimating the applicant about the current status of his/her application through SMS
and/or Email especially if there is a change in the status with respect to the final delivery of the service
8.
The system should not provide details about the internal SLAs to the applicant and only provide update about the status with
respect to the final delivery. This feature should also allow the system to update the applicant if there is any change in the service
level of the final delivery
9. System should display the link for e-district portal from where the applicant can retrieve the status information by entering the
unique application reference id
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 69 | P a g e
S.No Functional Requirement Specifications – Status Component
10. The system should also allow the applicant to retrieve update about his/her service request through the web portal by entering
the reference id in the link provided on the portal
11. System should display the number from where the applicant can retrieve the status information by sending SMS along-with the
unique application reference id
12. The system should also allow the applicant to retrieve update about his/her service request by sending a SMS containing the
unique application reference id to the e-District application
13.
The system should display an appropriate message if the system is unable to retrieve the details due to any reason like
connectivity issues, maintenance issues, etc and also provide contact details of the system administrator and alternate link (if
available)
14. The System should have Side Menu on each page so as to reflect the contents of the containing directory, making it easier to
navigate the site and locate the link for retrieving update against a given reference id
15. The system should be adequate security features built in the architecture of the system to ensure that it cannot be hacked or
manipulated
16. The system should not allow the users to edit the details of the application upon retrieving the status update against a given
reference id
17. The System should allow the end user to print the status update information if the applicant is retrieving the status through the
portal or email
18. The System should have provision for Calendar System, which displays the dates and time of schedule events on a page formatted
as a standard monthly calendar
19. The system should have additional capability to integrate and extend portals to support a vast array of mobile devices in addition
to PCs (WAP enabled)
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 70 | P a g e
S.No Functional Requirement Specifications – Status Component
20. The system should have provisions such that the System Administrator can add/remove/modify the hierarchy of the
Government officials with adequate authentication mechanism
21. If there is any modification in the hierarchy of the relevant authority against a given service (in the system), system should
automatically map the escalation levels with the new hierarchy of Government officials
22. The system should support multi-lingual interface (minimum Hindi, Oriya and English) as per localization and language
technology standards for National e-Governance plan defined in the e-District guidelines
4.3.10 Monitoring Component (MIS)
This component deals with the generation of various reports at various levels who are involved in the delivery of services under the e-
District project.
S. No. Functional Requirement Specifications – Monitoring Component
1. The Process Owner should be able to use the e-District Application to query the Departmental Databases using the name or
other details of the applicant.
2. Should allow the e-District Application to retrieve various information from the individual databases and aggregate it
3. The application should support the monitoring in both the occurrence, when an event or time driven activity is triggered.
4. Should be able to retrieve all information about the status of the application form of the citizen.
5. Should be able to automatically generate the following reports to the concerned authorities at regular time interval:-
6. Should be able to generate Service Report on a regular time interval, this report should include the no of application received, no
of application processed, no of application rejected and the no of application under process.
7. Should able to generate SLA Report on regular time interval, this report should give information related to centre wise details of
no of SLA met and centre wise details of no of SLA breached.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 71 | P a g e
S. No. Functional Requirement Specifications – Monitoring Component
8. Should be able to generate Performance Report on regular time interval, this report should give information related to centre
wise details of no of application processed against the no of application received.
9. Should be able to generate Payment Report on regular time interval, this report should give information related to centre wise
transaction, money collected and money deposited along with date and time.
10. Should be able to generate Inventory Report on regular time interval, this report should give information related to pre-printed
stationary used and issued to each centre.
11. Should be able to generate Attendance Report on regular time interval, this report should give information related to centre wise
attendance.
12. Should provide a search option to the authorized stakeholder so that he can search the information which should be sorted
according to Date, Department/Section, Service, District, Block, Sub Division, Tehasil, RI Circle etc
13. Should allow the stakeholder to review the progress report and give his comments online.
14. Should provide the facility to print and e-mail the report.
15. Should provide a printer – friendly version automatically for all pages.
16. The system should support multi-lingual interface (minimum Hindi, Oriya and English) as per localization and language
technology standards for National e-Governance plan defined in the e-District guidelines
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 72 | P a g e
4.3.11 Log in Component
S. No. Functional Requirement Specifications – Log In Component
1.
Should allow only the authentic users (Kiosk Operators, Department Officials) to login to the system through the use of:
User id and Password combination (for kiosk operators and verification officers)
Both (for Forwarders and issuing Authorities)
2. Should display the login page as the first page when the user enters the e district application.
User id & Password Combination
1. The user login and password both should be a combination of following: Alphabets (at least 1) , Special Character, Numeric
2. The user name and password should have a minimum of 8 characters each
3. Should not create duplicate user ids or passwords
4. Should not allow the user to have the same password for more than 30 days
5. Should generate alerts for password expiry from two days of actual expiry
6. Should not allow same user id and password
7. Should not allow blank spaces while setting user id or password
8. Should notify the user in case the Caps Lock is on
9. Should notify the use if Num Lock is on
10. Should generate user id based on the criteria of - Zone, district, Circle an SCA name, kiosk number
11. Should not allow a user who forgets the password to access the password retrieval mechanism
12. Should allow only the machines whose mach id is registered with the application enter the e district application
13. Should prompt the user to change the password in case of first login at the client side i.e. after imaging
14. Should give a welcome message once the user is able to successfully login to the e district application.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 73 | P a g e
S. No. Functional Requirement Specifications – Log In Component
15. Should give an error message once the user provides wrong login information and ask the user to re log in.
16. Should block the user to enter into the e-district application if he puts in wrong login info continuously thrice.
17. Should support multilingual interface (minimum Hindi, Oriya and English) as per Localization and Language Technology
Standards for National e-Governance Plan defined in e-district guidelines
4.3.12 Service Specific Functionalities
The e-District portal is envisaged to be a single point information access for all the users under the e-District project through which the
citizens can avail the specific services and get the required information of those services that are proposed to be delivered under e-District
project. This portal will provide comprehensive information about the services of District Administration, its functions and also host links to
certain specific categories of services which can be availed through the Common Service Centres (CSCs)/e-District Centres. Service Specific
functionalities comprise of functions that are specific to service categories/services and deals with the day-to-day functioning of the same.
Indicative Functional Requirement Specifications for one of the Certificate is mentioned below. SPMU shall prepare the As-Is, To-Be
Process, FRS document for the services and the same shall be handed over to the selected bidder after approval to carry out necessary task
at his end.
S. No. General Functional Requirement Specifications
1 The system should be able to display Service related page through multiple routes, Service links, Information links, District links
2 The system should be able to identify the user logging into the system using the login component.
3 The system should be able to provide information to the citizens about the relevant services both in public as well as private
domain as per the ‘Information component’
Web access to information content in public domain
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 74 | P a g e
S. No. General Functional Requirement Specifications
e-District application access to information content
4 The system should make available the latest copy of the Application Form online (24x7) as per the Form Availability component.
5 The system should be able to retrieve the service request form for a particular service
6 The system should allow the operator to fill in the online application on behalf of citizen availing the service as per the
‘application receipt’ component
7 The system should be able to generate a unique registration number during registering an applicant with the application.
8 The system should be able to identify the applicant uniquely based on this registration number for all future references.
9 The system should be able to record the payment made by the applicant against the service as per the Payment Component
10 The system should display a message regarding successful or unsuccessful completion of any transaction.
11 The system should refresh the page in case of failure in submission of service request
12 The system should be able to issue an acknowledgement receipt once the applicant is registered with the system
13 The system should be able to notify the concerned officer about the new application and this date and time must be logged
through e-District application
14 The system should allow concerned officials to view the service request only on authenticated login as per login process
15 The system should show service request to concerned Approving authority as pending for approval till it is marked for further
action
by default the system should be able to auto escalate within the service level as per the escalation matrix defined
16 The system should be able to auto generate MIS reports for the following officials as per the requirement–
District Collector, Sub Collectors/Tehasilders/BDOs, Other concerned authorities
17 The system should be able to support the status tracking as per the status tracking component
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 75 | P a g e
S. No. General Functional Requirement Specifications
18 The system should be able to support the monitoring and reporting as per the monitoring and reporting component
19 The system should be able to detect changes in status and send status updates to the citizen as per the Status Tracking
component.
20 The system should be able escalate the application as per the Auto Escalation matrix, defined, by notifying the next level of
authority and sending him a copy of the application.
21 The system should be able to maintain all records for the login sessions with date and time
22 The system should be able to provide date and time stamping for all transactions done with digital signature
23 The system should have a facility for forwarding of the application, with remarks and digital sign of the sender, to any person in
District administration registered with the System.
24 The system should support multilingual interface (minimum Oriya, Bengali, Hindi, English) from the first day of its operation, as
per Localization and Language Technology Standards for National e-Governance Plan defined in e-district guidelines.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 76 | P a g e
4.4 Bill of Material Summary
4.4.1 Requirement at Field Level Offices
Item Name Dist. Magistrate
Office
Sub
Collector
Office
Tahsildar
Office
BDO
Office
Total
Nos.
Laptop 56 51 536 266 2699
Desktop 224 102 536 532 1394
UPS 224 102 536 532 1394
Printer 140 102 536 266 1044
All in one 28 0 0 0 28
Scanner 56 102 536 266 2750
Biometric Device 280 153 1072 798 4093
Antivirus 280 153 1072 798 4093
24 Port Managed LAN
Switch
56 51 268 0 375
9 U Networking Rack 56 51 268 0 375
UTP cable CAT-6 (Box
of 305 Mtrs)
56 51 268 266 641
Jack Panel 24 Port
CAT 6
56 51 268 0 375
Information Outlet
CAT6
420 255 1340 1330 3345
Surface Mount Box
Single
420 255 1340 1330 3345
Mounting Cord 7 Ft.
CAT 6
420 255 1340 1330 3345
Mounting Cord 3 Ft.
CAT 6
420 255 1340 1330 3345
6 Core Multimode
Fiber with necessary
terminator
14000 Mtr 0 0 0 14000
Mtr
P.S.: Number of equipment’s/peripherals displayed in the above table may vary during the actual implementation in the field. In case of variance the actual requirements needs to be presented in front of the SDA. After approval, the unit price quoted by the selected vendor will be taken into consideration for payment. Also, as per requirements, the distribution of materials across the offices may also vary during the actual course of implementation.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 77 | P a g e
4.4.2 Requirement at SDC
Sl No. Item Total Qty (Q)
1 Server For Helpdesk and SLA 2 Nos.
2 Server for Antivirus 1 Nos.
3 Software for Helpdesk, SLA & Asset Management 1 Nos.
4 Antivirus Software solution 1 Nos.
5 42 U Server Rack 1 Nos.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 78 | P a g e
4.5 Technical Specifications
4.5.1 Server for Web, Database, Application
Following numbers of servers were procured during pilot implementation of eDistrict Project.
Sl.No Description of Item Quantity Make/Model
1 Web Servers 1 IBM 8204 Model E8A
2 Application Servers 1 IBM 8204 Model E8A
3 Database Servers 2 IBM 8204 Model E8A
The specifications of the existing server are as follows. The bidder has to use the existing server.
If the Bidder feels that any hardware up-gradation is required in the existing servers, then they
have to propose the same and provide commercial proposal for the same in the format given in
Vol-I: Annexure 2.3.
Specification of each Server
Specified Components of Server Qty.
RIO-2 (Remote I/O-2) Cable, 3.5M 1
146GB 15K RPM SAS Disk Drive 2
4096MB (2x2048MB) RDIMMs, 667 MHz, 1Gb DRAM 4
2-core 4.2 GHz POWER6 Processor Card 2
4MM 80/160GB TAPE, SAS, (CADENZA-4 SAS) 1
Dual-Port 1Gb Integrated Virtual Ethernet Daughter Card 1
IBM 2-Port 10/100/1000 Base-TX Ethernet PCI-X Adapter 1
4 Gb Dual-Port Fibre Channel PCI-X 2.0 DDR Adapter 1
SATA Slimline DVD-RAM Drive 1
2-Port 10/100/1000 Base-TX Ethernet PCI Express Adapter 2
4 Gigabit PCI Express Dual Port Fibre Channel Adapter 1
Power Cable -- Drawer to IBM PDU, 14-foot, 250V/10A 1
Power Cord (9-foot), Drawer to IBM PDU, 250V/10A 1
IBM/OEM Rack-Mount Drawer Rail Kit 1
IBM Rack-mount Drawer Bezel and Hardware 1
Power Supply, 1700 Watt AC, Hot-swap, Base and Redundant 2
PowerVM Express 4
DASD/Media Backplane for 3.5 DASD/SATA DVD/Tape 1
Three Years Onsite Comprehensive Warranty 1
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 79 | P a g e
4.5.2 Specification for servers for Helpdesk, SLA and Antivirus
4.5.2.1 Specification of Blade chasis
Feature Specifications
Make Must be specified
Model Must be specified. Tower Model Required. Must be specified. All the relevant product brochures and manuals must be submitted.
Form Factor
Up-to 10 U Form factor per chassis with all redundancy features (Hard
Drives, Power, and Cable Management). The requisite number of
Enclosures to be configured to populate the Servers and
Storage/Expansion Units
Blade Bays Blade Chassis to accommodate minimum of 8 hot pluggable blade
servers with SAS HDDs.
Chassis Feature Dual network connectivity for each blade server for redun-
dancy should be provided.
Backplane should be completely passive device. If it is active,
dual backplane should be provided for redundancy
Should have the capability for installing industry standard
flavors of Windows, Linux, Unix, Solaris for x86 Operating
Environments
Single console for all blades in the enclosure or KVM Module
DVD ROM can be internal or external, which can be shared
by all the blades allowing remote installation of S/W and OS
Minimum 2 external USB connections functionality
Ethernet Switch
Modules
Two hot-plug, redundant 1Gbps Ethernet module which enable
connectivity to Ethernet via switch. Switch should be
Internal/external. The number of Ethernet ports should be
sufficient to connect fully populated chassis being offered to
network.
SAN Connectivity Two hot-plugs, redundant 4 Gbps Fiber Channel for connectivity to
the external Fiber channel Switch and ultimately to the storage
device.
Redundancy Mechanical Devices such as Hard Disks, Fans and Power Units should be
completely Hot Swappable and Redundant to ensure High Availability
Blade Management Systems Management and deployment tools to aid in Blade Server
configuration and OS deployment,
Remote management capabilities through internet browser
Blade enclosure should have provision to connect to display con-
sole / central console for local management like trouble shooting,
configuration, system status / health display
Power Hot Swap redundant power supplies to be provided
Power supplies should have N+N. All Power Supplies modules
should be populated in the chassis
KVM To be enabled Virtually over IP for Remote Access
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 80 | P a g e
4.5.2.2 Specification of Servers
Features Specifications Required
Make Must be specified
Model Must be specified. Tower Model Required. Must be specified. All the relevant product brochures and manuals must be submitted.
Part No Must be specified for all the required components
CPU Two numbers X86 based Processor. Processor Core Per CPU should
be Minimum Six. The Frequency should be minimum 2.0 GHz.
Processor should be latest series/generation for the server model
being quoted
Chipset Suitable Processor OEM motherboard/chipset
Form factor Half/Full Height Blade with I/O connectivity to backplane
Memory 32 GB ECC DDR3-SDRAM DIMMs
Memory Expandability Minimum 128 GB
Controllers Integrated SAS Raid Controller with RAID 0, 1
Bays Dual 2.5” SAS Hard Disk bays
Hard Disk Drives Two 146 GB 2.5” SAS Hard Disk Drive hot swappable system disk
with mirroring using integrated RAID 0,1 on internal disks
Ethernet Adapter Dual Port 1000BASE-T Gigabit Ethernet Adapter
SAN Connectivity The Blade should have redundant 4/8 Gbps Fiber Channel HBA (For
Application and Mail Messaging)
I/O Expansions I/O expansion slot for up gradation of Ethernet Adapter
Power Supply From the Blade Chassis
System Management
and Diagnostics
LED lights indicating failing component and on-board diagnostics
(via on-board system management processor)
Software Server Management software with the device drivers
OS Compatibility Microsoft Windows Server latest version Standard Edition (32 bit
and 64 bit)
Microsoft Windows Server latest version Enterprise Edition (32 bit
and 64 bit)
Red Hat Enterprise Linux latest version (32 bit and 64 bit)
Red Hat Enterprise Linux latest version (32 bit and 64 bit)
SUSE LINUX Enterprise Server latest version (32 bit and 64 bit)
SUSE LINUX Enterprise Server latest version (32 bit and 64 bit)
Warranty 3 year comprehensive warranty
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 81 | P a g e
4.5.2 Desktop
Features Specifications Specifications Offered
Compliance Deviations if any
Make Must be specified Model Tower Model Required. Must
be specified. All the relevant product brochures and manu-als must be submitted.
Part No. Must be specified for all the required components
Processor Intel Core i-3 Processor or equivalent AMD Processor, Minimum 3 GHz, 3-MB L3 cache.
Motherboard Intel Q57 or better OEM Chipset or OEM mother board
Bus Architecture
Integrated Graphics, Integrated (on board) High Definition Audio controller with internal speaker, 2 PCI slots
Bays 2x Internal 3.5” bays, 2xExternal 5.25” bays & 2xExternal 3.5” bays
Memory 4 GB DDR3 SDRAM
Hard Drive 320 GB SATA HDD
Removable drive
52 X Sata CD ROM drive
Network Integrated 10/100 Mbps Ethernet Adapter (RJ-45), PXE support
Key board USB 104 keys keyboard (Same make as PC) with bi-lingual keys (English and local language of the State) compliant to Enhanced Inscript Keyboard based on Unicode version 6.0 or later.
Mouse 2 button optical wheel mouse
Monitor 17” TFT Color Monitor
Interface 1 serial, 5 USB (Minimum 2 in front), 1 PS/2 Keyboard, 1 PS/2 Mouse, VGA, audio ports for Microphone & headphones in front.
OS Certification
Microsoft Windows
OS Windows 7 business Edition or higher edition preloaded
Certification For OEM:ISO 9001 and 14001. For quoted Model: FCC, UL, Energy Star 5.0, DMI
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 82 | P a g e
4.5.3 Laptops
Features Specifications Specifications Offered
Compliance Deviations if any
Make Must be specified Model Must be specified. All the rele-
vant product brochures and manuals must be submitted.
Part No. Must be specified for all the required components
Processor Intel Core i-3 Processor or equivalent AMD processor, Minimum 3 GHz, 3-MB L3 cache
Motherboard Compatible motherboard to support the processor and memory. Motherboard from the original OEM.
Memory 4 GB DDR3 SDRAM
Hard Drive 320 GB SATA
Removable drive
Integrated DVD R/W
LAN Network Integrated 10/100 Mbps Ethernet Adapter (RJ-45), PXE support
Wireless Support
Integrated 802.11 b+g 54 MBPS Wireless LAN adapter
Key board Spill-resistant keyboard (minimum 86 keys) with bi-lingual keys (English and local language of the State) compliant to Enhanced Inscript Keyboard based on Unicode version 6.0 or later.
Graphics Intel Graphics Media Accelerator X3100, with up to 384 MB shared system memory
Display 14.1" WXGA Active TFT (1280X800) & with Integrated WEB CAMERA (1.3 MP)
Interface 3 USB 2.0, 1XLine in , 1X MIC ,1XRJ11 Modem, 1XRJ45 LAN, 1X External VGA , 1X DC In
Power Universal DC Adapter
Battery 6 Cell Li Ion Battery
OS Certification
Microsoft Windows
OS Windows 7 Business Edition or higher edition preloaded
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 83 | P a g e
4.5.4 Scanner
Features Specifications
Specifications Offered
Compliance Deviations if any
Make Must be specified Model Must be specified. All the
relevant product bro-chures and manuals must be submitted.
scanner type Flatbed input modes front panel scan, copy
buttons,
speed preview speed: 10 seconds Scan speed: Photo to files: 29 secs; Text to document: 26 secs
Résolution 4800 dpi optical resolution, 4800 x 9600 dpi hardware resolution,
Imaging Technology
CCD
bit depth 48-bit scaling 10 to 2000% max document size
220 x 300 mm
interface and operating system requirements
USB – compatible with USB 2.0 Windows 7 Home and Professional Edition
power Universal AC adaptor: 100 to 240 VAC (+/- 10%), 50/60 Hz (+/- 3Hz) input (according to configuration), 12 VDC, 1.25 Amp output, Energy Star™ compliant
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 84 | P a g e
4.5.5 Laser Jet Printer, Scanner, Copier all in one Device
Features Specifications
Specifications Offered
Compliance Deviations if any
Make Must be specified Model Must be specified. All the rele-
vant product brochures and manuals must be submitted.
Print speed Up to 27 ppm letter Resolution Printing: upto 1200 x
1200 dpi Copying: up to 600 x 600
dpi Scanning: up to 1200 x
1200 dpi
Printing Features
Manual duplex and book-let printing
N-up printing, Collation, Watermarks, Economic mode for toner
savings
Copying Features
1 to 99 multiple copies reduce/enlarge from 25
to 400% 2-up or 4-up allowing 2
or 4 pages to be copied onto 1 page
Contrast (light-er/darker),
resolution copy quality (draft, text, mixed)
Scanning Features
Flatbed scanner up to let-ter, A4 size;
supported file types: JPEG, TIFF, PDF, GIF, and BMP
Should be able to scan Legal Documents
Control panel
2-line LCD text display, Asian character support, 16-character display, menu and navigation
buttons, copy control buttons, cancel button
Memory 32 MB RAM Paper Handling Tray
10-sheet priority input tray,
250-sheet multipurpose input tray,
125-sheet output bin, manual two-sided print-
ing
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 85 | P a g e
Features Specifications
Specifications Offered
Compliance Deviations if any
Paper Size 76 x 127 mm (3 x 5 inch-es) to 216 x 356 mm (8.5 x 14 inches);
letter, legal, index cards, postcards; A4, A5
Interfaces Hi-Speed USB 2.0 port, Ethernet port
operating systems support Required
Windows 7 Home and Professional Edition ; Windows Vista, Linux
Power 220 to 240 volts (±10%), 50/60 Hz (±2 Hz) Input Power port with required English power chord
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 86 | P a g e
4.5.6 Laser Printers
Features Specifications
Specifications Offered
Compliance Deviations if any
Make Must be specified Model Must be specified. All the rele-
vant product brochures and manuals must be submitted.
Print speed Up to 14 ppm A4 &letter Resolution Up to 600 x 600 dpi Printing Features
Manual duplex print-ing
N-up printing, Economic mode for
toner savings
Memory 2 MB RAM Paper Handling Tray
150-sheet adjustable main input tray,
100-sheet output bin, manual two-sided
printing
Paper Size A4, A5, A6, B5, letter, legal, postcards, envelopes
Interfaces Hi-Speed USB 2.0 port, operating systems support Required
Windows 7 Home and Professional Edition ; Windows Vista, Linux
Power 220 to 240 volts (±10%), 50/60 Hz (±2 Hz) Input Power port with required English power chord
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 87 | P a g e
4.5.7 UPS – 1 KVA offline UPS
Parameter Specifications Specifications Offered
Compliance Deviations if any
Make Must be specified
Model Must be specified. All the relevant product brochures and manu-als must be submitted.
Type Line-interactive
Capacity 1 KVA
Input Voltage Range 90 – 280 V AC
Input Frequency 50 Hz +/-10%
Output Voltage 220 V +/- 10% (under line mode)
220 V +/- 5% (under battery mode)
Output Frequency 50 Hz +/- 1% (under battery mode)
Noise < 40 db at 1 m
Protection Overload, Short Circuit, Low Battery
AVR Built in Automatic Voltage Regulator (AVR)
Indicators LED indicators for AC Mains, DC, Load on Mains/Battery
Battery Type & back-up time
Batteries shall be of Sealed Maintenance Free (SMF) type The system must be capable of providing requisite battery back-up time of 60 minutes using SMF Batteries as per VAH rating below : (Minimum VAH for 60 minutes back-up = 1008 VAH) Total number of batteries offered should be clearly mentioned. Voltage of each battery offered should be clearly mentioned. Ampere-Hour rating of each battery offered should be clearly mentioned. Total Volt-Ampere-Hour rating of the Battery Bank Offered
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 88 | P a g e
Parameter Specifications Specifications Offered
Compliance Deviations if any
should be clearly mentioned.
Recharge Time to 90% capacity
3 to 4 hours
Ambient Conditions Temperature: 0 to 45 deg Celsius Humidity: upto 95%
Certifications ISO 9001
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 89 | P a g e
4.5.8 9 U Rack
Feature Specification Specifications Offered
Compliance Deviations if any
Make Must be specified
Model All the relevant product
brochures and manuals
must be submitted.
Dimensions 600(w)x 530(d)x 9U(h)
Weight Capacity 132 lbs (60 kg)
Side doors Complete knockdown
format for easy
installation & later
maintenance;
with lock & key
Ventilation Standard with one side
exhaust fan
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 90 | P a g e
4.5.9 Biometric Device
Feature Specification Specifications Offered
Compliance Deviations if any
Make Must be specified
Model All the relevant product
brochures and manuals
must be submitted.
Identification
Time (s)
<=2 Sec
Enrollment Upto ten finger prints per
user
Fingerprint
placement
Any Angle (360°)
FAR <0.0001%
FRP <1%
Transaction
storage
100,000(TA 102),
120,000(TA 103)
User Capacity 1,500 templates approx
Ethernet 10/100 Base T(UDP)
Serial
Communication
(bps)
9600/38400/115200(Rs
232/Rs 485)
Operating
Temperature
(0°C)
0-45
Operating
Humidity (%)
20 -80
Display
Language
English
Operating
Voltage
5 VDC
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 91 | P a g e
4.5.10 24 Port Managed LAN Switch
Features Specifications Specifications Offered
Compliance Deviations if any
Make Must be specified
Model All the relevant product
brochures and manuals
must be submitted.
Architecture The switch should have
24 x 10/100/1000BaseT
ports plus 2 x 1000BaseX
ports
Should support 1000
Base-SX, LX Mini-GBICs
Should have a minimum
of 14 Gbps switching
capacity
Should have switching
throughput of 20 million
pps
MAC Address table size of
8,000 entries
All the switch ports
Should offer non-
blocking, wire speed
performance
Resiliency and high availability
Should support IEEE
802.3ad Link
Aggregation Control
Protocol (LACP)
Should support IEEE
802.1s, IEEE 802.1d STP
& IEEE 802.1w RSTP
Layer 2 switching
Should support IEEE
802.1Q VLANs, up to 256
port-based VLANs
Should support GVRP or
equivalent
Security Should support MAC and
IP-based ACLs and Time-
based ACLs
Should support IEEE
802.1X user
authentication
Should support Web-
based authentication &
MAC-based
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 92 | P a g e
Features Specifications Specifications Offered
Compliance Deviations if any
authentication
Should support
management access
securely encrypted
through SSL and SNMPv3
Convergence and QoS
Should support IEEE
802.1AB Link Layer
Discovery Protocol
(LLDP)
Should support LLDP-
MED
Should support IEEE
802.1p Traffic
prioritization
Should support IP
multicast (data-driven
IGMP) to automatically
prevent flooding of IP
multicast traffic
Should support rate
limiting
Manageability Should support
SNMPv1/v2c/v3
Should support Web
Interface for switch
configuration
Should support Port
mirroring
For each hardware, Bidder should provide the following information in a table
i. Reference of the server/storage information in the Submitted Proposal (Please provide page
number/section number/ volume)
ii. Services proposed to be hosted on the Server
iii. Quantity
iv. Year of Introduction
v. Operating System along with version (if applicable)
vi. Processor and Number of Cores Offered (if applicable)
vii. Architecture (RISC/EPIC/CISC) (if applicable)
viii. RAM/HDD/LAN Ports/ HBA (as relevant)
ix. Additional Information as required to indicate the compliance to the requirements in the RFP
(ex, Capacity, Disk Space) (if applicable)
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 93 | P a g e
Important Note for bidders:
i. It is mandatory to furnish complete technical specifications of the hardware & peripherals being
offered, strictly as per the format, provided here. Correct technical information of the product
being offered must be filled in.
ii. Filling the technical specifications/ information in the format using terms such as ‘OK’,
Accepted’, ‘Noted’, ‘As given in Brochure/ Manual’, ‘Complied’ is not acceptable. The offers not
adhering to these guidelines are liable to be rejected.
iii. All relevant product information such as user manuals, technical specifications sheet etc. should
be submitted along with the offer. Failure to submit this information along with the offer could
result in disqualification of the bid.
iv. In case any technical variance is offered, the same must be specified under the "Deviation, if
any" column.
v. For each item, the bidders should propose only one product.
vi. These specifications should be considered as the minimum to be fulfilled.
4.5.11 Specification of SLA and Helpdesk Software
Service Desk Functional Specifications
The proposed solution shall provide a web based service support system to automate inci-
dent, problem, change, knowledge management, interactive support, self-service and ad-
vanced root cause analysis
The proposed solution shall support request management, problem management, configu-
ration management and change order management.
The proposed solution shall provide end-users the flexibility of logging, viewing, updating
and closing service requests and incidents using a web-based interface.
The proposed solution shall provide administrators (service desk analysts) the ability to use
a fully-functional web-interface and should provide power-user tips for frequently used
functions.
The proposed helpdesk solution must have the ability to track work history of calls to facili-
tate troubleshooting.
The proposed solution shall provide the facility to register incidents via e-mail.
The proposed solution shall provide classification to differentiate the incident via multiple
levels/tiers of categorization, priority levels, severity levels and impact levels.
The proposed solution shall provide a web-based knowledge base that assists in finding,
organizing, and publishing knowledge articles that aid in self-service & faster turn-around
time.
The proposed solution shall allow analysts to create knowledge articles based on resolved
incidents/problems and shall also allow end-users to submit knowledge for consideration
(after appropriate approvals).
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 94 | P a g e
The proposed solution shall allow expert analysts to build knowledge trees that guide the
user through a series of questions and potential answers until they reach a resolution. This
functionality shall be achieved without the need for specialized scripting or programming
skills and should only involve an analyst working with a subject expert to create a tree de-
sign.
The proposed solution shall provide status of registered calls to end-users over email and
through web.
The proposed solution shall provide a fully functional CMDB (Configuration Management
Database) as an integral part of the service desk and should be accessible from the same in-
terface.
The proposed solution shall allow the IT team & Change Advisory Board to visualize CI re-
lationships with a specified number of relationships on single window.
The proposed solution shall support version control for defined Configuration Items.
The proposed solution shall provide multiple CI families, classes and relationships out-of-
box to reduce implementation time.
The proposed solution shall provide agent-less remote administration tools (chat, soft-
ware/hardware inventory, file transfer, registry and file-system editing, screenshot capture,
remote control and reboot/reconnect) to the analyst for faster resolution of desktop related
incidents.
The proposed solution shall automatically log all the remote desktop sharing activities into
the service desk request/incident.
The proposed solution shall provide a distributed and scalable architecture that caters to
growth in number of analysts, end-users and call volumes.
The proposed solution shall provide bi-directional integration with the proposed infra-
structure management solution (eg. An event/alarm in the infrastructure management so-
lution shall automatically create an incident in the service desk and the incident number
shall be displayed against the alarm in the event console. If the alarm is cleared, the incident
shall be closed automatically)
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 95 | P a g e
Integrated End-to-End Service level Management Solution
The proposed solution must provide Dashboard-based SLA performance management.
The proposed solution must provide an Integrated Dashboard integrated with the SLA
Management module shall be available within the SLM tool
The system must provide the capability to calculate the current and contractual level near
real-time. The system must also enable features around collaborative communication, e.g.
like notes (private and shared), comments, history of actions, etc
The SLM Dashboard should provide user based reports and dashboard elements and ena-
bles the configuration of individual threshold levels.
The proposed solution must enable creating and managing end-to-end business driven
SLAs for managing and ministering an efficient IT service delivery.
The proposed solution must be User-friendly. Business users with little technical knowledge
shall be able to manage SLAs & metrics (Service Level Obligations and Service Level Indica-
tors) using a user-friendly graphical user interface
The proposed solution must provide an SLA repository / End-to-End SLA Management.
Solution must be able to provide a common repository for all agreements across organiza-
tion, whether they are customer facing SLAs, internal SLAs/OLAs, or vendor underpinning
contracts.
The proposed solution must Support SLA Lifecycle Management including support for Ver-
sion Control, SLA Status, SLA Effectively and Audit Trail. The proposed Solution shall man-
age the SLA state in the life cycle (e.g. draft, current, etc.) and be able to support Effectively
dates (i SLA start date and end dates) as well as periodical revisions to the SLA (new tar-
gets, new metrics etc.).
The proposed system shall track all changes made and allow users to go back to a previous
version of a SLA.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 96 | P a g e
4.5.12 Specification of Antivirus software
Anti-Virus software to protect LAN Servers
The software should be with following functionality:
Shall provide domain based central management – organize and manage computers in logical
domains
Shall support pattern file rollback – shall be able to return to past pattern file if problem with
new file
Shall be able to scan through minimum of 19 types of compression formats and shall be able to
scan through 20 levels of compression
Able to perform different scan Actions based on the virus type (Trojan/ Worm, Joke, Hoax, Vi-
rus, other)
The solution should support true file type or true file type group scanning and blocking
Shall be able to remotely uninstall the antivirus software
Shall support the following platforms: Windows NT/2000 (x86), Netware, Linux (real- time
scan), EMC Celerra & NetApp Filer
The solution shall be able to block specified ports and Network shares on all the servers to stop
the proliferation of Network viruses which use ports to spread after entering the Network
Shall be certified by the following vendors & products:
o Microsoft Windows 2000 Server, Advanced Server & Datacenter Server
o Citrix Metaframe Server
o IBM xSeries Server
o HP/Compaq Datacenter Server
System does not require restarting of the Virus Scanning service after a Pattern update
Shall be able to scan Object Linking and Embedding (OLE) File
Anti-Virus software to protect Desktops on the network
The software should be with following functionality:
Must have a Personal Firewall to protect the clients from common network based hacker at-
tacks and Intrusion detection features
Must have enhanced Spyware/Adware detection capabilities in real-time
Must have exclusion list to exclude Spyware/Adware from scanning
Virus Outbreak Monitor and Firewall Outbreak Monitor to notify the Antivirus serv-
er/Administrator when the client detects excessive network traffic or log counts from
IDS/personal firewall exceed certain thresholds respectively
Should have flexible port blocking capabilities in the Personal Firewall component which can
permit or deny traffic from a specified port or range of ports
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 97 | P a g e
The Client firewall should use stateful inspection to scan network traffic for profile and security
level; filters connections by IP address, port number and protocol
Should support Network Virus Scanning to detect and drop infected packets from the network
layer
Must integrate with Checkpoint VPN 1 Secure Client to ensure that all Remote clients connect-
ing via a VPN comply with the company’s antivirus policy
Outbreak Prevention option to block specific shared folders, ports, and to deny write access to
specified files and folders on selected clients from the central console during a virus outbreak
Should be able to specify CPU usage during file scans
Should have a feature to consolidate virus logs resulting from recurring infections made by the
same network virus and send them to the Antivirus server
Should provide Comprehensive Support for Network Admission Control
Should be able to deploy the Admission Control Agent along with the antivirus client deploy-
ment
Should come in-built with a Policy server which will have the ability to configure settings to
perform actions on at-risk clients to bring them into compliance with the organization’s antivi-
rus policies
Should be able to deploy the Client software using the following mechanisms:
o Support MSI in Client Packager tool
o Notify Clients to install via E-Mail
o Client Packager tool for client local install
o Web Install via Active X control
o NT Remote Install
o Via Login Script
Through disk imaging
Support MS Systems Management Server (SMS) There should be only a one-time deployment of the client Antivirus components (Antivirus,
Firewall, Spyware and Damage Cleanup) rather than deploying it separately
The update component should download all components required including the pattern file,
scan engine, program files, damage cleanup template/engine, Spyware pattern, firewall engine
and network worm engine instead of downloading every component separately
The Server component should have the flexibility to update itself from multiple update sources
Clients should get virus updates, Spyware/Adware pattern updates, network worm updates and
personal firewall updates from a single server Antivirus server
Clients should automatically look at another update source to get updates if the primary antivi-
rus server is not available
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 98 | P a g e
Solution must allow specified clients to act as Update Agents (sources for updated components)
so other clients can receive updates from these clients to ensure effective use of corporate
bandwidth
Should provide with Web-based centralized management through which all the clients can be
centrally managed / configured for antivirus and firewall policies
Secure remote access via Web browser (SSL-enabled)
Should have an integrated feature to back up the client’s database
Customizable client alert message for virus detection and Personal Firewall
Should generate Virus activity log, update log, Personal firewall/intrusion detection log, network
virus logs, Client connection status log and Server system event log and should be able to send
notification to the infection source
A quarantine manager to set the capacity of the quarantine folder and the maximum size of the
quarantined files
Should have a feature to scan and detect for vulnerable systems in the network and remotely
deploy the client software to them automatically
Able to automatically uninstall existing antivirus software at the desktop
Should have an option to reserve specified amount of space on the client only for updates
Solution should be capable of protecting itself from virus attacks
Protect the following Operating Systems:
o Windows Server 2008
o Windows 7/8 Desktop
o RHEL Linux Enterprise server
o ORACL Linux Enterprise server
o SUSE Linux Enterprise server
HTTP Gateway level Antivirus and URL Filtering solution
The solution should be a single product solution to provide HTTP & FTP Gateway level Antivi-
rus. The product should be software based solution
The solution should support Microsoft Windows & Linux platforms
The solution should be a fully integrated solution designed to block Web-based threats, includ-
ing Viruses, Trojans, Worms, Phishing attacks and Spywares / Adwares
The solution should be capable of preventing installed Spyware from sending confidential data
via HTTP
The solution should be capable of working in the following configurations; (1) As a standalone
proxy, (2) Integrated with upstream proxy servers, (3) Integrated with ICAP-compliant cach-
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 99 | P a g e
ing servers, Network Appliance, or BlueCoat, (4) It should be capable of working as a transpar-
ent proxy utilising WCCP or a Load balancer, (5) Reverse proxy
The solution should support True File type Scanning
The solution should be capable of automatically blocking Infected URLs
The solution should be capable to taking action on password-protected or encrypted files
The solution should Encrypt the Quarantined files
The solution should have the following options for handling large files: Scan first, Deferred Scan
and Scan behind
The solution should be able to selectively bypass certain MIME content types
The solution should be capable of automatically sending a customized email message on detect-
ing malicious code in a file, which a user requested
The solution should be able to define Scan limits for compressed files based on the following cri-
teria: Number of files inside the compressed file, Decompressed file size, Decompression per-
centage and decompression layers
The solution should have Inbuilt logging and reporting capabilities (Reports by User/Group,
Consolidated user reports, Blocking events report, traffic report etc.)
The solution should log performance statistics, including CPU usage, Memory usage, and num-
ber of transactions processed
The solution should support for Remote Installation
The solution should support SNMP based System and Event Notifications
The solution should have the capability to control access to the IWSS server based on IP ad-
dresses
The solution should be able to Rollback the pattern file update if required
It should allow setting of URL policies by category, group, or user and control access by time of
day, day of week, and bandwidth quotas to improve network performance, reduce legal liability,
and increase productivity
It should support Microsoft Active Directory, Linux OpenLDAP Directory and Sun Java System
Directory Server via LDAP, enabling IT administrator to easily set policies and assign rules for
single PCs or groups
Support for Customizable URL access/deny Rule Sets and additional customizable allow/deny
categories & Sites
URL, Internet resource access restriction capability based on Network, IP Address, Users,
Groups etc.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 100 | P a g e
4.6 Non-Functional Requirements
The non-functional requirements relating to performance, availability, deployment,
implementation, operations and others are listed in the subsequent subsection. Based
on the assessment of the requirements listed below, SI shall prepare System
Requirement Specifications (SRS) and obtain a formal sign-off before proceeding with
the design and implementation of the solution.
Technical Solution Architecture Requirements
1. The e-District solution needs to be architected using robust and proven software and
hardware technologies like Service-Oriented Architecture (SOA) and open industry standards.
2. The solution architecture should be built on sound architectural principles enabling fault-
tolerance, high-performance, and scalability both on the software and hardware levels.
Software Architecture Requirements
1. Software architecture must support web services standards including XML, SOAP, UDDI and
WSDL
2. Software architecture must support appropriate load balancing for scalability and
performance
3. Software architecture must support flexibility in adding functionalities or applications.
4. Software architecture components should utilize the high availability, clustering, and load
balancing features available in the proposed hardware architecture to increase system
performance and scalability features.
5. Software architecture must support trace logging, error notification, issue resolution and
exception handling.
Hardware Architecture Requirements
1. Hardware architecture at SDC must provide redundancy and high availability capabilities at the
hardware level; this includes servers, etc. However, the hardware infrastructure for the DRC
can be as per the SDC specifications.
2. All servers and systems must be configured with no single point of failure.
3. Hardware architecture should be capable of consolidating several applications / workloads in a
number of servers as required.
4. Servers must be placed within proper security infrastructure for the Solution.
5. Hardware architecture must support existing Storage Area Network (SAN) & backup solution
(at SDC)
6. The technical solution architecture for e-District should be sound and complete with high
performance, redundancy, and scalability.
Development, Testing, Staging, and Production Requirements
1. Appropriate development, test, and staging hardware environments should be provided and
explained how they are related to production environment. This must be supported by
explanations on how the development, test, and staging environment support the
implementation activities of e-District Solution.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 101 | P a g e
2. Development and test environment should include configuration management capabilities and
tools for system configuration, versioning scheme, documentation, change control processes
and procedures to manage deployment of solution deployment.
3. The test, development, and staging environment should include required workstations,
desktops, and tools appropriate to support development, testing, and staging, and deployment
tasks.
4. The development, test, and staging hardware environments must include similar operating
systems, software components, products, and tools to those of production environment.
5. The development, test, and staging environments should be independent logically and
physically from the production environment and of each other.
6. The development environment should be used for development and should be configured to
allow access for developers’ workstations.
7. The staging environment should be used for functional and user acceptance testing, stress
testing, and performance benchmarking.
8. The test environment should be used as a testing environment of e-District Solution and its
software components and products. The test environment should be a scaled-down
configuration of the production environment.
Security Requirements
1. A secure solution should be provided at the hardware infrastructure level, software level, and
access level.
2. Authentication, Authorization & Access Control
3 factors (User ID & Password, Biometric, and Digital Signature) security mechanisms should
be implemented to enable secure login and authorized access to portal information and
services.
3. Encryption Confidentiality of sensitive information and data of users and portal information should be
ensured.
4. Appropriate mechanisms, protocols, and algorithms necessary to protect sensitive and
confirmation data and information both during communication and storage should be
implemented.
Monitoring and Management Requirements
1. The e-District Solution should provide monitoring and management of the entire Solution
including all software components and application.
2. The monitoring and management should monitor health of software and hardware
infrastructure running the e-District Solution covering operating system, database, software
components, applications, servers, and other related software and hardware components. It
should provide proactive monitoring, alerting and reporting.
Performance and Scalability Requirements
1. The design of the e-District Solution should be scalable to handle increasing number of users.
2. e-District Solution should provide measurable and acceptable performance requirements for
users, for different connectivity bandwidths.
3. The e-District solution should provide optimal and high performance Portal Solution satisfying
response time for slow Internet connections and different browsers.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 102 | P a g e
Implementation Requirements 1 The SI will be required to deploy manpower and other project resources as per the terms &
conditions of the Contract
2 The SI will be required to work closely with the SDA and perform detailed functional
requirements and analysis of e-District Solution to confirm and document functional / system
requirement specifications for the portal and its applications to fulfill its objectives.
3 The SI will be expected to carry the complete implementation and deployment of the e-District
within the timelines specified in the RFP.
4 The SI is expected to develop, test, stage, and deploy all functional modules of the e- District
software and any hardware components of technical & functional requirements
Project Management 1 Selected bidder is required to provide an implementation plan illustrating all functional analysis,
development, testing, staging, and deployment activities
2 Selected bidder is required to specify and describe the different phases and activities of the
project. It is very important for the SDA that the Selected bidder provide a quality
implementation plan covering all aspects of the project. The plan shall clearly specify the start
and end dates (relative to contract signing) of each of the project phases specifying key
milestones allowing visibility of project progress.
3 Selected bidder is required to use standard project management tools such as precedence
diagrams, critical path charts, etc. to create and manage implementation plan and schedule. The
table below shows the minimum stages and deliverables:
Stage Activities Deliverables
Functional & Re-quirements Analysis
Define Functional Requirements
Requirements management Prototyping Documentation Data Migration Preparation
Software Requirements and Specifications Document
Detailed Scope of Work Work Breakdown Structure Detailed Project Schedule Data Migration Plan
Design Detailed Software Solution Architecture design
Detailed Hardware Solution Architecture Design
Data Schema design User Interface Design Integration & Interfaces
Design Prototyping design Validation Documentation
Design Specifications Docu-ments of Software solutions
Design Specifications Docu-ments of Hardware solutions
User Interface Design Specifications
Integration Design Specifica-tions
Data design and migration
Development Software installation, configuration, and customization
Hardware installation and configuration
Development Unit Testing Documentation
Development Plan Updated Design Document Installed software and hard-
ware Functional modules & Portal
Solution Problem reporting
Testing System Testing Integration Testing Stress Testing Load Testing User Acceptance Test
Results
Complete Test Cases Test Plan User Acceptance Criteria Problem reporting Problem resolution testing Data Migration Testing
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 103 | P a g e
Completed Test Cases Data Migration tests Documentation
Deployment Training courses and sessions
Operations Planning User Manual Operations Manuals
Knowledge Transfer and training plan
Operations Plan Operations Policies and
Procedures
4 Selected bidder is required to describe in detail project management processes, methodologies
and procedures.
5 Describe what SDA resources will be necessary for the project to succeed.
6 Describe how SDA management will receive up-to-date reports on project status.
7 Describe the change management procedures to handle such things as “out-of-scope” requests
or changing business needs of SDA while the project is underway.
8 Describe what procedures will be used to keep the project on track, and what escalation
procedures will be employed to address any problems with project progress.
9 Describe what quality assurance processes, procedures, formal reviews, etc. will be in place.
10 Describe the proposed conflict resolution / escalation process between the Bidder and SDA to
handle project or contractual disputes.
11 Selected bidder is required to describe the proposed project structure identifying all project
individuals including project manager, business analysts, software developers, QA engineers,
hardware / network engineers, administrators, Change Management experts, and others.
12 Selected bidder shall provide a comprehensive warranty that covers all components after the
issuance of the final acceptance of e-District. The warranty should cover all materials, licenses,
services, and support for both hardware and software. Selected bidder shall administer
warranties with serial number and warranty period. Upon final acceptance of the SDA, all OEM
warranties will be transferred to the SDA at no additional charge. All warranty documentation
(whether expired or not) will be delivered to SDA at the issuance of the final acceptance
certificate
13 Selected bidder is required to provide Premium Level warranty and support through the
vendor for all hardware and software used for e-District. Selected bidder’ warranty must cover
all equipment and work activities contained in the contract against all design, manufacturing,
and environment faults until the issuance of the final acceptance. 14 Selected bidder is required to commit to the following warranty terms:
All products / components / parts shall be covered under OEM warranty up to the
Implementation Phase and AMC support shall commence after successful implemen-
tation.
The warranty shall include the repair or replacement of the products / components /
parts during the warranty period by the bidder. The replacement products / compo-
nents shall meet the related specifications without further repair or modification.
Selected bidder shall be liable for all costs including, but not limited to, the costs of
material, labour, travel, transport and living expenses associated with the collection
and return of the units covered by the warranty.
The date of manufacture or assembly of any equipment, parts or consumables, shall
not be more than six months before delivery.
Selected bidder shall state the location of his repair Centre(s) for all items not being
repaired onsite.
SDA has the right to require a replacement if the repair is deemed to be impractical.
Selected bidder ensures that replacement components shall be available for any
failed component during the warranty period.
Selected bidder shall guarantee the availability of spare parts and technical assis-
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 104 | P a g e
tance for all components (or appropriate alternatives) to ensure the equipment
would run for at least five (5) years, without major changes, at the completion of final
acceptance. Six months advance notice is required on any discontinued part(s) with a
suggestion for alternatives.
Selected bidder need to define the process & methodology in their proposal, for
achieving the response time of engineers to respond to an incident and also for re-
solving such incidents as per the SLA.
Selected bidder is required to provide additional training if the satisfaction levels/
learning does not reach 80% in evaluation/feedback from trainees, and expected to
provide additional training, if required.
The e-District application & infrastructure being provisioned by the bidder shall be
insured. The Goods supplied under the Contract shall be fully insured against loss or
damage incidental to manufacture or acquisition, transportation, storage and deliv-
ery for the entire project term.
Selected bidder is required to explain their warranty, maintenance procedures, and support
to meet the terms and requirements outlined above.
Operations Requirements 1 The selected bidder is expected to provide the following in support of e-District operations:
Selected bidder shall provide procedure documentation for all operations procedures, and SLA’s (based on ITIL best practices) for all the hardware and applications provided including backup procedures, system update procedures, security procedures, failure recovery proce-dures, upgrade procedures, remote access procedures, user manual, SOP’s etc. All such procedures and documents must be submitted for review and approval by the SDA prior to adoption. Such documentation shall be updated by the during the project term by the bidder as and when required along with the necessary approval. Selected bidder will be required to provide SDA with weekly statistics reports on the various services provided to users a mechanism as well as track and log all related statistical reports on the various delivery channels and access patterns. Selected bidder will be required to provide SDA with weekly portal performance reports showing health of system operations. Selected bidder will be required to provide SDA with Helpdesk for recording all the day to day problems and other technical incidents occur during the O&M phase. This shall also record the resolution of such incidents & problems. Selected bidder will be required to commit to Service Level Agreements (SLAs) that show,
among other metrics, appropriate escalation procedures and guarantee corrective actions
within a pre-determined time. Selected bidder is required to respond to required levels of
accuracy, quality, completeness, timeliness, responsiveness, cost-effectiveness, productivity
and user satisfaction that are equal to or higher than the SLA system requirements.
Quality Assurance & Acceptance Requirements 1 Selected bidder is required to develop and implement quality assurance processes and proce-
dures to ensure that the e-District development and operations are performed to meet the quality standards that are relevant to each area in all project phases.
2 Selected bidder is required to use various tools and techniques that can make tests run easily and the results are automatically measured. In this way, testing tools provide a more cost-effective and efficient solution than their manual counterparts. Plus, they minimize the risk of human error during testing
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 105 | P a g e
3 In order to ensure that such a QA mechanism is effective and acceptance of e-District, the fol-lowing tests are required for acceptance: Unit Testing: Basic validation of developed components by developers. Functional / Internal Integration Testing: Validation of developed components against functional requirements and design specifications. System Testing: Validation of both functional and technical requirements for the integrated Solution. This could include external integration if required or it can be separated into testing phases. UAT: User Acceptance Testing (UAT) validation of the Portal Solution and assurance that it meets both functional and technical requirements Stress and Performance Testing: Load test-ing enabling understanding of performance and behaviour of Portal Solution under large number of users and high-load conditions.
4 Selected bidder is required to describe their QA and testing approaches and procedures as well as testing tools for conducting various tests in support of the acceptance of the Portal Solution. Selected bidder is expected to follow minimum CMMi level 3 processes.
5 Furthermore, Selected bidder to describe their documentation standards e.g. Documentation description, documentation identification, content, nomenclature etc. as well. Sample docu-ments to be enclosed as part of the technical proposal.
Quality Assurance & Acceptance Requirements 1 Selected bidder is required to develop and implement quality assurance processes and proce-
dures to ensure that the e-District development and operations are performed to meet the quality standards that are relevant to each area in all project phases.
2 Selected bidder is required to use various tools and techniques that can make tests run easily and the results are automatically measured. In this way, testing tools provide a more cost-effective and efficient solution than their manual counterparts. Plus, they minimize the risk of human error during testing.
3 In order to ensure that such a QA mechanism is effective and acceptance of e-District, the following tests are required for acceptance:
Unit Testing: Basic validation of developed components by developers. Functional / Internal Integration Testing: Validation of developed components
against functional requirements and design specifications. System Testing: Validation of both functional and technical requirements for the in-
tegrated Solution. This could include external integration if required or it can be sep-arated into testing phases.
UAT: User Acceptance Testing (UAT) validation of the Portal Solution and assurance that it meets both functional and technical requirements
Stress and Performance Testing: Load testing enabling understanding of performance and behaviour of Portal Solution under large number of users and high-load condi-tions.
4 Selected bidder is required to describe their QA and testing approaches and procedures as well as testing tools for conducting various tests in support of the acceptance of the Portal Solution. Selected bidder is expected to follow minimum CMMi level 3 processes.
5 Furthermore, Selected bidder to describe their documentation standards e.g. Documenta-tion description, documentation identification, content, nomenclature etc. as well. Sample documents to be enclosed as part of the technical proposal.
RFP for Selection of System Integrator for Rollout of e-district MMP – Volume II
State-wide rollout of the eDistrict MMP 106 | P a g e
4.7 CSC Rollout Status
S L No
SCA Name of Dis-tricts
Total CSCs to be set up
Roll Out as on 31st Dec 2012
CSCs Connected
BSNL (1)
VSAT (2)
Data Card BSNL (3)
Oth-ers (4)
1 Zoom Developers Balasore 492 324 150 64 0 4 82
2 Zoom Developers Bhadrak 219 222 77 35 0 2 40
3 Zoom Developers Jajpur 296 143 56 36 0 1 19
4 Zoom Developers Kendrapara 257 202 87 35 0 6 46
5 SREI Sahaj Cuttack 325 236 183 89 92 2
6 SREI Sahaj Jagatsinghpur 215 126 108 84 21 3
7 SREI Sahaj Khurda 258 143 129 97 31 1
8 SREI Sahaj Nayagarh 282 140 122 91 24 7
9 SREI Sahaj Puri 286 158 115 68 45 2
10 Zoom Developers Angul 318 135 85 33 0 3 49
11 Zoom Developers Deogarh 146 35 22 10 0 0 12
12 Zoom Developers Dhenkanal 202 137 75 32 0 8 35
13 Zoom Developers Keonjhar 354 210 125 24 0 14 87
14 Zoom Developers Sundergarh 294 193 110 38 0 10 62
15 SREI Sahaj Bargarh 201 184 142 83 50 9
16 SREI Sahaj Bolangir 299 153 121 78 36 7
17 SREI Sahaj Boudh 198 60 51 21 28 2
18 SREI Sahaj Jharsuguda 58 75 62 22 36 4
19 SREI Sahaj Sambalpur 220 134 111 64 43 4
20 SREI Sahaj Sonepur 160 80 70 32 36 2
21 BASIX Gajapati 270 170 163 11 0 0 152
22 BASIX Kandhmal 424 146 110 28 0 0 82
23 BASIX Rayagada 445 190 181 10 0 0 171
24 SREI Sahaj Kalahandi 373 235 212 15 194 3
25 SREI Sahaj Koraput 338 263 236 24 208 4
26 SREI Sahaj Malkangiri 174 114 101 4 93 4
27 SREI Sahaj Nabarangpur 150 163 143 2 140 1
28 SREI Sahaj Nuapara 111 100 87 1 86
TOTAL 8558 5337 3919 1246 1163 117 1393
top related