Request for Qualification (RFQ) For Automation and Online Working of IGRS-UP Offices Inspector General of Registration cum Commissioner Stamps Government of Uttar Pradesh Vishwas Commercial Complex, Vishwas Khand III, Gomti Nagar, Lucknow-226010 Tel: 0522-2308697 Website: http://registryoffice.up.nic.in/ & http://idd.up.nic.in/
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Request for Qualification (RFQ) For
Automation and Online Working of IGRS-UP Offices
Inspector General of Registration cum Commissioner Stamps
Government of Uttar Pradesh Vishwas Commercial Complex, Vishwas Khand III, Gomti Nagar,
2.1 INTRODUCTION ........................................................................................... 12 2.1.1 BACKGROUND ............................................................................................. 12 2.2 PROJECT OBJECTIVES ................................................................................... 12 2.3 TRANSACTIONS AND VOLUME INFORMATION ....................................................... 14 2.4 PROJECT SCOPE .......................................................................................... 15 2.4.1 DESIGN, DEVELOPMENT , IMPLEMENTATION AND M AINTENANCE OF WEB BASED APP LICATION
FOR IGRS ................................................................................................. 15 2.4.2 SITE PREPARATION ...................................................................................... 18 2.4.3 SUPPLY AND INSTALLATI ON OF HARDWARE AT ALL IGRS-UP OFFICES ....................... 22 2.4.4 OPERATION AND MAINTENANCE ...................................................................... 25 2.5 PEOPLE MANAGEMENT .................................................................................. 27 2.6 ROLES, RESPONSIBILITY & ACCOUNTABILITY ...................................................... 30 2.7 PROGRAM GOVERNANCE ................................................................................ 34 2.7.1 CORE TEAM (STEERING COMMITTEE) ................................................................ 34 2.7.2 FIELD LEVEL TEAM/ PROGRAM MANAGEMENT UNIT (PMU) .................................... 34 2.7.3 PPP VENDOR PROGRAM MANAGEMENT TEAM (PMT) ............................................ 35
3.1 TECHNICAL ARCHITECTURE ............................................................................ 42 3.2 APPLICATION SOLUTION ARCHITECTURE ............................................................ 43 3.3 NETWORK ARCHITECTURE .............................................................................. 52 3.4 ENTERPRISE MANAGEMENT SYSTEM (EMS) ........................................................ 54 3.5 DATA CENTER & DISASTER RECOVERY SITE ....................................................... 54 3.6 POWER BACKUP SOLUTION............................................................................. 55 3.7 SYSTEM MANAGEMENT , ADMINISTRATION , AND SECURITY REQUIREMENTS ................. 55 3.8 STORAGE AND DATABASE ADMINISTRATION ........................................................ 57 3.9 NETWORK MONITORING AND ADMINISTRATION ................................................... 58 3.10 MAILING & MESSAGING ADMINISTRATION .......................................................... 58 3.11 SECURITY ADMINISTRATION ........................................................................... 59 3.12 BACKUP AND RESTORE .................................................................................. 61 3.13 SERVER MANAGEMENT .................................................................................. 61 3.14 TECHNICAL MANAGEMENT AND TROUBLESHOOTING .............................................. 62 3.15 USER AND USAGE ADMINI STRATION .................................................................. 62 3.16 ICT MANPOWER REQUIREMENTS ..................................................................... 63 3.17 STANDARDS TO BE FOLLO WED ......................................................................... 63 3.18 SERVICE LEVEL ........................................................................................... 64 3.18.1 IMPLEMENTATION LEVEL ................................................................................ 64 3.18.2 OPERATIONAL LEVEL .................................................................................... 65
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 5
4. GENERAL INFORMATION , TERMS & CONDITIONS (BIDDERS) ................................ 66
4.1 SCOPE OF PROPOSAL .................................................................................... 66 4.2 ONE PROPOSAL PER BIDDER ........................................................................... 66 4.3 COST OF PROPOSAL ..................................................................................... 66 4.4 SITE VISIT ................................................................................................. 66 4.5 CLARIFICATION TO RFQ DOCUMENT ................................................................. 67 4.6 AMENDMENT TO RFQ DOCUMENT .................................................................... 67 4.7 PREPARATION OF PROPOSAL ........................................................................... 67 4.7.1 CONTRACT TIME PERIOD ............................................................................... 67 4.7.2 LANGUAGE OF PROPOSAL ............................................................................... 68 4.7.3 TECHNICAL PROPOSAL .................................................................................. 68 4.7.3.1 PREQUALIFICATION SECTION .......................................................................... 68 4.7.3.2 TECHNICAL EVALUATION SECTION ................................................................... 68 4.7.4 FINANCIAL PROPOSAL (APPLICABLE AFTER CLE ARING RFQ STAGE) ............................ 69 4.7.5 CURRENCIES OF PROPOSAL AND PAYMENT .......................................................... 70 4.7.6 PROPOSAL VALIDITY & SECURITY .................................................................... 70 4.7.7 EARNEST MONEY DEPOSIT – EMD ................................................................... 71 4.7.8 PRE-BID CONFERENCE .................................................................................. 71 4.7.9 USE & RELEASE OF BIDDER SUBMISSIONS.......................................................... 72 4.7.10 LIMITS ON PROMOTION ................................................................................. 72 4.8 SUBMISSION OF PROPOSALS & QUALIFICATIONS .................................................. 73 4.8.1 FORMAT AND SIGNING OF TECHNICAL BID .......................................................... 73 4.8.2 SEALING AND MARKING OF BIDS ...................................................................... 73 4.8.2.1 MAILING ADDRESS FOR BIDS .......................................................................... 74 4.8.2.2 RESPONSIBILITY OF THE BIDDER ..................................................................... 74 4.7.1 DEADLINE FOR SUBMISSION OF PROPOSALS........................................................ 74 4.7.2 LATE PROPOSAL .......................................................................................... 75 4.7.3 MODIFICATION AND WITHDRAWAL OF BID ......................................................... 75 4.7.4 CONFLICT OF INTEREST ................................................................................. 75 4.9 PROPOSAL OPENING AND EVALUATION .............................................................. 75 4.9.1 EVALUATION COMMITTEE............................................................................... 75 4.9.1.1 PROPOSAL OPENING ..................................................................................... 76 4.9.2 PROCESS TO BE CONFIDENTIAL ....................................................................... 76 4.9.2.1 CLARIFICATION OF PROPOSAL & CONTACTING THE IGRS-UP.................................. 76 4.9.2.2 INITIAL EXAMINATION OF PROPOSAL ................................................................ 76 4.9.2.3 CORRECTION OF ERRORS ............................................................................... 76 4.9.3 EVALUATION METHODOLOG Y........................................................................... 77 4.9.3.1 PREQUALIFICATION ...................................................................................... 77 4.9.3.2 PRELIMINARY EVALUATION ............................................................................. 78 4.9.3.3 TECHNICAL EVALUATION ............................................................................... 79 4.9.3.4 COMMERCIAL EVALUATION ............................................................................. 84 4.9.4 DISQUALIFICATION ...................................................................................... 84 4.10 AWARD OF CONTRACT .................................................................................. 85
5. GENERAL INFORMATION , TERMS & CONDITIONS (SUCCESSFUL BIDDERS) ................... 86
5.1 PERFORMANCE BANK GUARANTEE .................................................................... 86 5.2 USE OF CONTRACT DOCUMENTS AND INFORMATION ............................................. 87 5.3 LIQUIDATED DAMAGES .................................................................................. 87 5.4 TERMINATION OF CONTRACT .......................................................................... 87
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 6
5.5 FORCE MAJEURE .......................................................................................... 88 5.6 CONFIDENTIALITY ........................................................................................ 89 5.7 CONTRACT AMENDMENT ................................................................................ 89 5.8 RESOLUTION OF DISPUTE S ............................................................................. 89 5.9 INSURANCE REQUIREMENT ............................................................................. 89 5.10 NOTICES ................................................................................................... 89 5.11 SOFTWARE LICENSES .................................................................................... 90 5.12 INTELLECTUAL PROPERTY RIGHTS OF THE PROJECT .............................................. 90 5.13 PAYMENT TERMS ......................................................................................... 90 5.14 PRE-DELIVERY INSPECTION OF GOODS .............................................................. 91 5.15 OBLIGATIONS OF THE SE LECTED BIDDER(S)........................................................ 92 5.16 ACCEPTANCE TEST ....................................................................................... 92 5.17 DOCUMENTATION OF ACCEPTANCE TESTS .......................................................... 93 5.18 THIRD PARTY CLAIMS ................................................................................... 94 5.19 PENALTY ................................................................................................... 94 5.20 OWNERSHIP OF EQUIPMENTS .......................................................................... 94 5.21 PREVENTION OF CORRUPT OR FRAUDULENT PRACTICES ......................................... 95 5.22 INTERPRETATION OF CLAUSES......................................................................... 95 5.23 EXIT MANAGEMENT PLAN ............................................................................... 96 5.24 IMPLEMENTATION SCHEDULE .......................................................................... 97
ANNEXURE 1. MODULE SPECIFICATION S .............................................................................. 98 ANNEXURE 2. TRANSACTION VOLUME ESTIMATES ................................................................ 108 ANNEXURE 3. DETAILS OF THE PROJECT SITES .................................................................... 119 ANNEXURE 4. INDICATIVE TRAINING DETAILS OF IGRS OFFICIALS ........................................... 141 ANNEXURE 5. MINIMUM BILL OF MATERIAL AND INDICATI VE SPECIFICATIONS ............................. 142 ANNEXURE 6. BILL OF MATERIAL FOR INDICATIVE BANDWIDTH ............................................... 149 ANNEXURE 7. BILL OF MATERIAL FOR MINIMUM INFRASTRUCTURE REQUIR EMENTS PERTAINING TO THE
VARIOUS OFFICES OF IGRS,UP ..................................................................... 150 ANNEXURE 8. ALL THE FUNCTIONALITI ES IDENTIFIED IN THE APPLICATION SYSTEM ...................... 158 ANNEXURE 9. SERVICE LEVEL AGREEMENT ......................................................................... 215 ANNEXURE 10. BID CLARIFICATION FORMAT ........................................................................ 234 ANNEXURE 11. TECHNICAL BID COVERING LETTER ................................................................ 235 ANNEXURE 12. FORM FOR PERFORMANCE BANK GUARANTEE (PBG) ........................................... 237 ANNEXURE 13. FORMAT FOR PROVIDING PROJECT TEAM MEMBER DETAILS .................................. 241 ANNEXURE 14. RESPONSE TO PREQUALIFICATION SECTION ...................................................... 243 ANNEXURE 15. FORMAT FOR PROVIDING EMPLOYEE DETAILS (UNDER PRE QUALIFICATION SECTION) .. 246 ANNEXURE 16. COMPLIANCE SHEET FOR TECHNICAL EVALUATION SECTION .................................. 247
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 7
List of Tables Table 1: Key Dates ................................................................................................................................... 2 Table 2: Critical Information with respect to the RFQ ............................................................................. 10 Table 3: Manpower Requirements (Qualifications & Skills) .................................................................... 28 Table 4: Roles & Responsibility of PPP vendor and IGRS-UP ................................................................... 30 Table 5: Indicative Project Management Team (PMT) Eligibility Criteria ................................................. 36 Table 6: Indicative Software Requirements ............................................................................................ 51 Table 7: ICT Manpower Requirements ................................................................................................... 63 Table 8: Recommended Standards......................................................................................................... 63 Table 9: Penalty Conditions for implementation level ............................................................................ 64 Table 10: Fixed charges corresponding to the Services........................................................................... 70 Table 11: Technical Evaluation Criteria .................................................................................................. 79 Table 12: Implementation Schedule....................................................................................................... 97 List of Figures Figure 1: Indicative Project Management Team Structure ...................................................................... 35 Figure 2: Proposed Technology Infrastructure for IGRS-UP .................................................................... 40 Figure 3: Typical Portal Architecture ...................................................................................................... 43 Figure 4: IGRS-UP Solution Architecture................................................................................................. 44 Figure 5: Proposed LAN Architecture at Office Level .............................................................................. 52 Figure 6: WAN Architecture for IGRS-UP ................................................................................................ 53
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 8
Abbreviations
Term Explanation
AMC Annual Maintenance Cost
API Application Programming Interface
CV Curriculum Vitae
DD Demand Draft
DOSR Department of Stamps & Registration
DRO District Registrar Office
EMD Earnest Money Deposit
EOI Expression of Interest
GBPS Gigabits per second
GoUP Government of Uttar Pradesh
H/W Hardware
IGRS Inspector General of Registration cum Commissioner Stamps
INR Indian National Rupees
ISO International Organization for Standards
ITSM IT Service Management
KBPS Kilo bits per second
LAN Local Area Network
MBPS Mega bits per second
MRP Maximum Retail Price
OPEX Operational Expenditure
PBG Performance Bank Guarantee
PPP Public Private Partnership
RFP Request For Proposal
RFQ Request for Qualification
S/W Software
SLA Service Level Agreement
SRO Sub-Registrar Office
WAN Wide Area Network
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 9
1. OVERVIEW
1.1 Invitation for Bids
Government of Uttar Pradesh (GoUP) invites sealed bids from interested and bidders to provide
services (software development, installation of hardware, development of infrastructure, deployment of
manpower and management) on Build-Own-Operate-Transfer (BOOT) basis to run the computerized
registration activities at all offices of the Inspector General of Stamps cum Commissioner Stamps, U.P
(hereinafter refer to as IGRS-UP) across Uttar Pradesh for the duration of five years after the “Go-live”
stage.
The project envisages automation of 355 Sub-Registrar offices, 71 District Registrar Offices, 04
Additional IG offices, 23 DIG offices, 89 AIG offices, head office and camp office across the state of Uttar
Pradesh. Before bidding, bidders are advised to visit these locations so as to have a clear understanding
of the functioning/ requirements of the project.
The RFQ document may be purchased by any interested and eligible bidder on submission of a written
application along with the RFQ document fee of Rs.5000/- (non-refundable) only in cash or demand
draft in favour of the “Inspector General of Stamps cum Commissioner Stamps Uttar Pradesh” payable
at Lucknow at the office of the tendering authority during office hours on any working day.
The complete RFQ document has also been published on the departmental website
http://registryoffice.up.nic.in/ and on http:/idd.up.nic.in/ for the purpose of downloading. The
downloaded RFQ document shall also be considered valid for participation in the bid process but such
proposals should be submitted along with the required RFQ document fee as mentioned above.
Sealed proposals prepared in accordance with the procedures enumerated in this Request for
Qualification (RFQ) should be submitted to the Inspector General of Registration cum Commissioner
Stamps, Lucknow not later than 21.06.2010 at 14:00.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 10
1.2 Critical Information
The table below depicts the critical information pertaining to the RFP:
Table 2: Critical Information with respect to the RFQ S.No. Information Details
1. Name of the Assignment “Automation and Online Working of IGRS Offices in Uttar Pradesh”
2. About the Assignment
To provide services (software development, installation of hardware, development of infrastructure, deployment of manpower and management) on Build-Own-Operate-Transfer (BOOT) basis to run the computerized registration activities at all the IGRS-UP Offices across Uttar Pradesh for the duration of five years after the “Go-live” stage
3. Name of the Owner Inspector General of Registration cum Commissioner Stamps (IGRS), Uttar Pradesh (GoUP)
4. Cost of RFQ Document
Rs.5000; If the bidder has downloaded the RFQ from the website then he must submit a Bank Demand Draft of Rs. 5000 in favor of “Inspector General of Registration cum Commissioner Stamps, Uttar Pradesh” payable at Lucknow along with the Proposal.
5. Date of Publishing of Notice Inviting
Tenders (NIT) 24.05.2010 and 31.05.2010
6. Last date for submission of written queries for clarification and deviations on RFQ
1.06.2010
7. Pre Bid Meeting (RFQ) 03.06.2010
8. Release of response to clarifications (RFQ)
07.06.2010
9. Date and Time for Submission of Bids (RFQ)
21.06.2010
10. Bid Security / Earnest Money Deposit (EMD)
A sum of Rs. 5,00,00,000 (Rupees Five Crores only) should be deposited as Earnest Money in the form of Bank Demand Draft in favor of “Inspector General of Registration cum Commissioner Stamps, Uttar Pradesh” payable at Lucknow along with the Technical Proposal.
11. Validity period of Bid Security / Earnest Money Deposit (EMD)
One Hundred Eighty days (180 days)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 11
S.No. Information Details
12. Proposal Validity period For a period of “SIX MONTHS” from the date for submission of the proposals
13. Place, Date and Time of opening of Technical Proposals
21.06.2010
14. Contact Person for queries Mr. Deepak Sinha, Technical Advisor, Department of Stamp & Registration, UP
15. Addressee and Address at which Bid is to be submitted
Inspector General of Registration cum Commissioner Stamps Uttar Pradesh, Vishwas Commercial Complex, Vishwas Khand III, Gomti Nagar, Lucknow-226010, Tel: 0522-2308697 Fax: 0522- 2308696
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 12
2. PROJECT REQUIREMENTS
2.1 Introduction
2.1.1 Background
The Government of Uttar Pradesh (GoUP) envisions a citizen centric, transparent, efficient and self-
sustaining Registration system in the state. The Government of Uttar Pradesh plans to realize this vision
through the effective and optimal use of information technology, change management techniques,
training, citizen education, process reengineering and project management.
The Program for “Automation & Online working of IGRS offices in Uttar Pradesh” has been conceived
and developed to achieve the following:
• Develop a citizen centric, simple, speedy, user friendly & reliable registration process .
• Build consistency in the process.
• Provide transparency and objectivity in the valuation of the properties.
• Automate all the back office functions pertaining to the registration services provided to the
citizens.
2.2 Project Objectives
The key objectives of the project as envisaged by Department of Stamps & Registration, Government of
Uttar Pradesh are detailed below:
1. Improving the turnaround time
Computerization of Registration processes in the districts is intended to reduce the cycle time for
different transactions under the IGRS, Uttar Pradesh and enhancing the transparency of procedures
to lead to fewer situations for exploitation. The system should be able to incorporate checks and
balances to improve turn-around time and report instances of procedures that go into time overrun.
2. Better Citizen Services
Implementation of this initiative in the offices of the Inspector General of Registration cum
Commissioner Stamps (IGRS-UP) will improve the quality of service to the citizens remarkably. This
improvement of quality will be in terms of easy availability of information, reduced cycle time for
application processing, greater transparency, accountability of the officials and better citizen
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 13
friendly office environment. The implementation of the project should result in visible improvement
in the quality and level of G2C services provided to the citizens in the state.
3. Effective monitoring by meaningful and timely MIS reports
This project will enable generation of timely MIS reports through the software. This will in turn help
the department officials in better monitoring, increasing accountability and identifying revenue
trends in a continuous way.
4. Ease of administration and reduction in manual work
Computerization of Registration processes will facilitate easy maintenance and real time updation of
registration records in all 71 districts. This will facilitate easy retrieval of records and reduction in
manual efforts of the registration staff in the day to day working .
5. Ensuring self-sustainability of the project
The project envisages implementation of robust revenue model during the roll out of the project to
ensure self-sustainability of the project. It is envisaged that the revenues generated from the
transactions of the offices through computerized systems will be able to cover the expenses for the
smooth operation and maintenance of the installed system and also generate additional revenues
for making it a viable venture for the BOOT operator.
6. Greater Transparency
Computerization will help in providing greater transparency to the citizens in getting their
requirements serviced on time. The issue of certificates and transfer of registry requests will be
serviced from the computer centers at the Sub Registrar Offices, which will ensure faster and
transparent processing of request and immediate delivery of services. Single window service at SROs
will ensure that citizens will have one contact point for service delivery reducing their efforts of
going to multiples places around the offices and eliminating the need to pay extra money to get
their requests serviced.
National Informatics Centre, Uttar Pradesh (NIC) has developed PRERNA which is presently working in
106 SROs and is in process of implementation at 43 SRO’s.
For successful execution of the project objectives, DoSR and IGRS-UP have decided to automate all sites
with new software which will be prepared by PPP Vendor. The civil work and infrastructure
development in all offices under IGRS-UP is also part of this project.
The following modules have been identified for providing the automated services to the citizens :
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 14
• Website Portal
• Document Search
• Intimation of Transaction
• Certified Copies of Registered Documents/Non Encumbrance Certification Issuance
• Service Providers
• WILL deposit at DRO
• Miscellaneous Documents Recording: Logging of Caveats/Charges/Judgments/Protests/Stay
Orders
• Revision of Circle Rates
• Property Valuation and Duty Calculation
• E-stamping
• Registration of Deeds
• Marriage Registration
• Slot Booking
• Payments
• Spot Inspection
• User Registration
• User Account Management
• Transaction History
• Public Officer Tool
• Reports
• Revenue Management
• Email Alerts
• Administration
• Token Management System
The summary of these indicative modules is enclosed in Annexure-1.
2.3 Transactions and Volume Information
The Inspector General of Registration cum Commissioner Stamps, Government of Uttar Pradesh
registered over 17079711 documents last calendar year. Annexure-2 elucidates the SRO-wise
1 Note: For calculating per document registration charges, the bidder needs to refer to the column “No. of Registered
Deeds without bank files” of Annexure 2.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 15
transaction volumes and also provides the categorization of SROs into A/ B/ C type based on transaction
volumes.
2.4 Project Scope
The Government of Uttar Pradesh has decided to automate the working of all offices under the IGRS,
Uttar Pradesh. This project thus aims at automation and online working of 355 Sub-Registrar offices, 71
District Registrar Offices, 04 Additional IG offices, 23 DIG offices, 89 AIG offices, one head office and one
camp office.
The project aims to automate the current workflow in the Registration offices with the usage of
application software. It is envisaged to eliminate the existing manual processes in the entire state to
provide enhanced citizen services. Also, the GoUP envisions the self-sustainability of the project, by
involving a PPP vendor.
Entire project can be divided in four major components;
• Design, development, implementation and maintenance of web based application for IGRS-
UP.
• Site preparation and renovation or construction/expansion (if land is available) for all IGRS-UP
offices.
• Supply and installation of Hardware at all IGRS-UP Offices including preparation of Data
Centre and Disaster Recovery Sites.
• Operation and maintenance of complete system for duration of 5 years after the “Go-Live”
stage.
2.4.1 Design, development, implementation and maintenance of web based application for IGRS
1. Project Requirements Study
The PPP Vendor shall study and understand the requirements of the project for designing the workable
technology solution. Based on the requirements study, vendor shall submit a project plan for application
development which should be agreed upon with Competent Authority through a formal sign off.
Deliverable
• Detailed Project Plan: The over arching implementation schedule is provided in section 5.24;
this schedule contains the timelines for the major deliverables (shown in bold script in the
following sections). The PPP vendor is expected to create a detailed project plan adhering to
the guidelines of the implementation schedule; the detailed project plan should contain, but
should not be limited to, timelines for all deliverables mentioned in the following sections.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 16
2. Solution Design
The PPP vendor shall design the solution, which includes portal solution framework, application
software solution, security architecture, network architecture, data flow requirements, data storage
requirements, encryption at various levels of the solution etc. The solution design should be based on
system standards to enable the interoperability and integration of so lution with external solutions. The
vendor will submit the solution design document to IGRS-UP and should obtain the sign off on the
design document before commencing the development of the solution. The system should support
Hindi and English. The system should be UNICODE compliant.
Deliverables
Some of the important deliverables are:
• Detailed System Requirement Specifications including:
o Functional Requirements Specifications
o System Requirements Specifications (SRS), Network Design Document (NDD) and
System Design Documents (SDD).
o Infrastructure Requirements and Deployment Architecture Specifications.
o Establish Security Plan in conformity with ISMS Certification (ISO 27001).
3. Solution Development
Development of the solution based on the system specifications frozen during systems requirements
study and design phase.
Deliverables
Some of the important deliverables are:
• Software Prototype.
• Application Software developed including Source Code, library files, DLL’s, Setup programs
etc.
4. Application Software Testing
The vendor shall identify various testing requirements of the solution and shall design test cases for the
identified testing requirements including Unit Testing, System Testing, and Regression testing etc. The
vendor shall obtain the sign-off from IGRS-UP on solution testing approach and plan.
The vendor shall perform the testing of the solution based on the approved test plan, document the
results and shall fix the bugs found during the testing.
Deliverables
Some of the important deliverables are:
• Testing, Modification and User Acceptance of Software including:
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 17
o Application Software Testing Approach and Test Cases document.
o Documentation on the results of the Application Software testing.
o Error free Solution Software including Source Code, library files, DLL’s, Setup programs
etc.
5. Solution Implementation
The vendor shall be responsible for implementation of the solution, which includes implementation of
application software in all the project sites as mentioned in Annexure-3.
Deliverables
Some of the important deliverables are:
• Completion of Solution Implementation in Data Center and IGRS-UP Offices.
• Enabling the User Acceptance Testing and IGRS-UP sponsored third party Application Audit.
• Conducting the Pilot Test: The Pilot Test will be conducted at the Data Centre, 1 DRO and at
least 5 SROs and will include network testing, testing the security features of the solution, and
all other facets of the entire solution in its entirety. The Pilot Test will include two weeks
trouble free operation at the Data Centre, 1 DRO and at least 5 SROs.
• Sign off from IGRS-UP on successful completion of Pilot Test.
• Once Pilot Test is signed off by IGRS-UP, PPP Vendor should implement the automated system
at all IGRS-UP offices.
• After successful implementation of software at all locations system will be monitored for one
month trouble free operation at all the locations.
• This will culminate in the “Go Live” being notified by IGRS-UP.
6. Comprehensive Training
The vendor is required to train/retrain if required the designated technical and end-user staff to enable
them to effectively operate the system. The vendor shall also be responsible for re-training their own
staff whenever changes are made in the software. The PPP vendor shall be responsible for providing all
necessary infrastructures for training.
Deliverables
Some of the important deliverables are:
• Training of about 1700 officers/employees in IGRS-UP. Details for training are defined in
Annexure-4. Separate training modules for officials of IGRS-UP would be followed by a
written examination, and the failure of an officer/employee to pass the examination will
entail re-training for him/her.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 18
• Detailed training plan (including the training calendar), syllabus and manual for training and
examination plan for the departmental users to be approved by IGRS-UP before-hand.
• Issue supporting documentation such as training material, user manuals, maintenance
manuals, etc on 1:1 basis.
7. Documentation
Preparation of documents will include technical and user manuals, operational manual, maintenance
manuals, etc. Vendor shall obtain the sign-off from IGRS-UP for all the documents submitted for the
solution.
Deliverables
Some of the important deliverables are:
• Solution documentation including:
a. Technical and User Manuals (5 copies or as desired by IGRS-UP) for operation of the
application software.
b. Maintenance manuals for application software administration and maintenance.
2.4.2 Site Preparation
PPP Vendor shall be responsible for complete setting up of all the offices under the jurisdiction of IGRS-
UP including site preparation and installation of every piece of requisite infrastructure. The premises for
these offices will be provided by the IGRS-UP at respective locations. The list of all the offices is
mentioned in Annexure-3. The PPP Vendor shall renovate or expand/construct (if land is available) the
premises used for providing the services to the citizens.
All the new/ expanded/renovated premises should be designed in the most citizen -friendly manner,
with all the facilities that will be required to create a totally comfortable environment for the
citizens/staffs.
All offices should have an identical look and feel as it provides a distinct identity to the system and
reduces the learning curve for the citizens. For ensuring the same look and feel, PPP Vendor will have to
submit a Master Design Philosophy (defining activity zones along with all elements and preparing
tentative layouts with interiors / furniture design for A+/ A/ B/ C category offices) which after approval
from department will have to be followed in all site execution.
All offices under the IGRS-UP can be categorized into 4 groups namely ‘A+’, ‘A’, ‘B’ and ‘C’, [A+ type
category includes: all offices of IG (2), Additional IGs (4), DIGs (23), AIGs (89), while the A/ B/ C type
offices include all SROs categorized on the basis of transaction volumes (as detailed in Annexure 2). In
particular, A type category includes: offices of 71 Sub Registrars, B type category includes: offices of 109
Sub Registrars, C type category includes: offices of 175 Sub Registrars] depending upon the number of
transactions for providing efficient services to the citizens. The infrastructure facilities required for the 4
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 19
groups have been shown in Annexure-7, these numbers are purely indicative, serving as the bare
minimum and the bidders are invited to suggest improvements.
The PPP Vendor is required to conduct a Site-Recce for all existing offices and design the layout of each
site in accordance with the dimensions of the premises. A final approval from department shall be taken
on the design of the lay-outs before executing the site execution work.
Each non-customer facing offices (A+ type) which includes all DIGs, AIGs, Additional IG and IG offices will
have following activity zones:-
a. Reception cum Citizen Waiting Lounge which will have various facilities like
i. Information / Help Desk Counter – for information dissipation, form selling &
other services
ii. Waiting Chairs for citizens
iii. Suggestion Box
iv. Various Information Panels for sharing information regarding registrar services,
required supporting documents and respective fees
v. Water Cooler
vi. Public Utilities (Washroom – common for Staff and Citizen with separate
entries)
b. Staff Area
i. Cabin for IG/Additional IG/AIGs/DIGs with attached washroom (also accessible
from multi-purpose room)
ii. Multi-purpose Meeting cum Conference Room / Visiting Officer Cabin / Retiring
Room
iii. Staff cafeteria / Leisure Room with tea / coffee vending machine and water
cooler
iv. Table & chairs along with computers & printers for Support Staff Area
v. Record Room for keeping records / documents
vi. Server room for server/ router/ network components
vii. Separate room for UPS, Electrical Panel, AHU & other Building Management
Systems including fire alarm, public address and security systems.
Note - Apart from this, all offices will have separate space provision for installation of DG set.
Also, IG/Addl. IG office which are also included in A+ type offices will have extra
components of site preparation work regarding Meeting / Conference Room or any
other work as per site requirement. This will also be a part of PPP vendor scope for Site
Preparation Work.
• Each SRO will have three separate well -identifiable activity zones in which the number of
counters / facilities will depend upon the type of office (A / B / C) –
a. Reception cum Citizen Waiting Lounge which will have various facilities like
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 20
i. Information / Help Desk Counter – For information dissipation, form selling &
other services
ii. Token Issuance Machine for issuing tokens to citizens & Token Display
iii. Waiting Chairs for citizens to wait for their turn
iv. Form Filling Platform for filling-up of forms
v. Suggestion Box
vi. Various Information Panels for sharing information regarding registrar services,
required supporting documents and respective fees
vii. Water Cooler
viii. Public Utilities (Washroom – common for Staff and Citizen with separate
entries)
b. Service Area
i. E-Stamping Counters -
ii. Cash Counter – for cash payment by the citizens
iii. Registration Counters – Registrar related service delivery
iv. Scanning Counter
c. SRO Staff Area
i. Sub Registrar Cabin with attached Washroom (also accessible from multi-
purpose room).
ii. Multi-purpose Meeting cum Conference Room / IGRS Visiting Officer Cabin /
Sub Registrar Retiring Room.
iii. SRO Staff cafeteria / Leisure Room with Tea / Coffee Vending Machine and
Water Cooler.
iv. SRO Record Room for keeping records / documents.
v. Room for router/ network components etc.
vi. Separate Room for UPS, Electrical Panel, AHU & other Building Management
Systems including fire alarm, public address and security systems.
Note - Apart from this, all SRO’s will have separate space provision for installation of DG set.
• Each SRO will have a particular number counters for delivering Registration services. The
minimum no. of such counters required for the SROs are provided at Annexure-7. These
numbers are required to cater to the current transaction volumes only and PPP vendor will be
required to set up additional counters as needed to meet desired service levels and specified
SLA terms. But in this case also PPP Vendor will have to consult department before adding
additional counters.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 21
• The number of transactions for last one year has been mentioned in Annexure-22. Though the
volumes are estimated to grow per year, but the Department does not guarantee any particular
volume and bidders will be required to make their own assessment on the basis of past data and
other socio-economic indicators.
• Each SRO should have the following amenities as a minimum at no extra cost
a. Powder-coated chairs for citizens to wait for their turn;
b. Adequate air-conditioning equipment, with adequate ventilation in case of failure of
electrical power supply;
c. Generator and UPS backup (for all devices including servers, PC’s, and lights and fans
but excluding air conditioners);
d. Adequate power points with proper electrical earthing at all locations;
e. Modular furniture for counters and cabins with provision for keeping desktops and
other peripherals;
f. Staff chairs in counters and cabins along with waiting chairs for citizens;
g. Conveniently located writing tables for filling up of forms;
h. Proper arrangement of drinking (filtered) water with water cooler at no extra cost;
i. Well-maintained toilet facilities for staff / citizens (gents and ladies);
j. Drop box for collection of citizen feedback, with adequate no. of pre-printed feedback
form stationery;
k. Aesthetically designed signages and displays, conforming to relevant international
standards;
l. SRO to be designed keeping in mind the needs of elderly and physically challenged;
The Category (A+/A / B /C type) wise details of facilities required are mentioned in Annexure-
7.
• Also, IGRS-UP reserves the right to ask PPP Vendor to add counter windows and front desk
resources in those Sub-Registrar Offices that show high rise in volume of business. The
requirement for additional counter windows and resources will solely be assessed by
department/ IGRS-UP and no additional payments will be made in this regard i.e. for
additional counter windows and resources.
• The Sub Registrar offices/ may be shifted to other locations in future, and the PPP Vendor will
be responsible for the entire shifting arrangements without any additional cost to the
2 Note: For calculating per document registration charges, the bidder needs to refer to the column “No. of Registered
Deeds without bank files” of Annexure 2. For all other purposes, the bidder needs to refer to the column “No. of
Registered Deeds w ith bank files”. The Annexure also provides the categorisation of SROs into A / B/ C type and also
provides SRO-wise transaction volumes.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 22
department. It will include transportation expense, establishment and installation expenses
of IT infrastructure and other relevant expenses.
The infrastructure requirements pertaining to the four (4) types of offices are attached in Annexure-7
2.4.3 Supply and installation of Hardware at all IGRS-UP Offices
1. Creating Centralized Data Centre
PPP Vendor has the major responsibility of creating world-class Data Center and Disaster Recovery Site.
This includes supply, installation and maintenance of required hardware equipments, Network
Operating Systems, Database Application packages and required Power Backup. Indicative details and
specifications are defined in Annexure-5.
2. Solution Design
The Vendor shall perform the following tasks:
• Designing of Data Center Site and Disaster Recovery Site.
• Designing of LAN, WAN and VPN connectivity as per requirement with proper documentation.
• Providing Bandwidth Connectivity (Indicative bandwidth requirements are defined in
Annexure-6)
Note:
• The design scope is restricted to suggesting modifications only. The framework is already the part of RFQ.
• The bidder may quote for items that for him are essential to complete the solution. Must requi red
components over and above the given BoM (like extra servers / licenses for EMS etc) would be
considered for technical evaluation at the Bid stage.
3. Solution Implementation
Some of the major responsibilities of the PPP vendor during solution implementati on are:
• PPP Vendor has to setup and maintain complete hardware equipments and related application
software. This includes servers, air conditioning system, networking equipments, server OS and
database licenses, UPS, generator system etc.
• The hardware, networking & ancillary equipments to be used by the PPP Vendor shall include
various software required for the complete office automation functions which shall be new
(supported with documentary proof) and capable of delivering high performance during the project.
A team of technical experts to ensure compliance of this requirement shall inspect the hardware.
• All the licenses and system software should be procured in the name of Inspector General
Registration cum Commissioner Stamps, Uttar Pradesh only.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 23
• The solution should incorporate reliable network architecture, communication technology and
equipment. Suitable redundancy shall be provided in the communication network and topology.
• Printers & necessary stationery – hard copies of MIS reports have to be generated at each center for
submission of the same to the concerned offices. The PPP Vendor shall provide laser printer and
necessary stationary required for this purpose. All printers should support Hindi.
• Hardware, networking and ancillary equipments shou ld be scalable enough to cater the future
requirements of the system.
a) Testing and Acceptance
The PPP Vendor must build an overall plan for testing and acceptance of system, in which specific
methods and steps should be clearly indicated and approved by IGRS-UP. The acceptance test plan will
be defined by the PPP Vendor, agreed and approved by IGRS-UP and include all the necessary steps to
ensure complete functionality, operation and performance of the system. Some of the essential
requirement during testing and acceptance are:
• All levels of testing will be conducted at the installation sites.
• Testing must demonstrate that the new systems satisfy the operational and technical
performance criteria.
• Conducting the User Acceptance Test and application audit by t hird party. In case of more
than one iteration, PPP vendor will have to pay the third party audit fee for any additional
audits.
• It is PPP Vendor’s responsibility during the tests to evaluate and recommend any further
changes to the infrastructure. Any recommendations for change will be discussed with IGRS.
• Testing Methodology/Techniques:
o The PPP Vendor must outline the methodology that will be used for testing.
o The PPP Vendor must define the various levels or types of testing that will be
performed.
o The PPP Vendor must provide necessary checklist/documentation that will be required
for testing.
o The PPP Vendor must describe how the testing methodologies will conform to
requirements.
o The PPP Vendor must demonstrate to IGRS-UP that all functions in the new system
installed have been tested.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 24
i) Operational Acceptance Tests
IGRS-UP (with the assistance of the PPP vendor) may perform User Acceptance of H/W & WAN and
overall Load Testing on the system and its subsystems following installation to determine whether the
System and the Subsystems meet all the requirements mandated for Operational Acceptance.
ii) Testing Methodology/Techniques
Successful completion of the contract will be gauged through a series of formal acceptance tests
performed on all aspects of the system
• Security
• Testing Components and Component Integration
• Testing System Interfaces
• Testing for 24x7 availability
• Measuring response time, throughput and availability etc.
iii) User Information Testing
• The user documents, if applicable, will be reviewed for clar ity, ease of use, details of all
required system facilities, and details of all system error messages together with sufficient
information to allow the replications of errors etc.
• The acceptance tests shall demonstrate that the PPP Vendor has met each and every
requirement specified within the contract and has delivered an effective operational system.
iv) Acceptance Milestones
The acceptance test process shall involve:
• PPP Vendor and IGRS-UP sign-off the acceptance test result sheet for each site.
• PPP vendor and IGRS-UP sign-off the final acceptance after the installation of system.
v) Location of Acceptance Tests
All acceptance tests shall be performed at office/s of IGRS-UP.
vi) Acceptance Test Responsibilities
IGRS-UP or any representative assigned by IGRS-UP will be responsible for tests and also will be
responsible for recommendations of the final rating of all acceptance test results to IGRS-UP.
At the end of acceptance test, IGRS-UP will provide either:
• A formal letter of acceptance if the Bidder has met contractual obligations, or
• A statement of which obligations have not been met and must be met before acceptance can
be granted.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 25
vii) Fault Correction
The PPP Vendor will be responsible for correcting all faults found during the acceptance process at no
extra cost to IGRS-UP.
viii) Complete System Acceptance
At the end of the system acceptance period, IGRS-UP will acknowledge complete system acceptance in
writing to the PPP Vendor upon completion of the following:
• All required activities as defined in the RFQ document including all changes agreed by IGRS-UP
and delivered by the PPP Vendor and accepted by IGRS-UP.
• All required system functionality as defined in the RFQ document including all changes agreed
by IGRS-UP and delivered by the PPP Vendor and accepted by IGRS-UP.
• All required documentation as defined in this RFQ document including all changes agreed by
IGRS-UP and delivered by the PPP Vendor and accepted by IGRS-UP. All required training as
defined in this bid document including all changes agreed by IGRS-UP and delivered by the
Vendor and accepted by IGRS-UP.
• All identified shortcomings/defects in the systems have been addressed to IGRS-UP’s
complete satisfaction.
The PPP Vendor must agree to above criteria for complete system acceptance and further agree that it
will provide without additional charge to IGRS-UP and in a timely manner, all additional services and
products (hardware and software, if applicable) not identified and accounted within the proposal as
may be necessary to correct all problems which are preventing acceptance.
In order to accept the system, IGRS-UP must be satisfied that all of the work has been completed and
delivered to IGRS-UP’s complete satisfaction and that all aspects of the system perform acceptably. The
functional/logical acceptance of the system will only be certified when the proposed system is installed
and configured at the sites according to the design and all the detailed procedures of operating them
have been carried out by the PPP Vendor in the presence of IGRS-UP staff.
2.4.4 Operation and Maintenance
The PPP Vendor shall provide operational support and maintenance services for a period of 5 years from
the ‘Go-Live’ date for overall system stabilization, solution maintenance, system administration, security
administration, database administration, network administration and end-user problem resolution. The
operational support shall ensure that the solution is functioning as intended and attending to all the
problems associated in operation of the deployed system.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 26
The scope of hardware maintenance and support services will cover supply, installation, on-site
diagnosis of hardware faults in response to problem reports. Resolution of hardware problems detected
during routine operational support activities will be taken care of. PPP Vendor should timely install
updates and upgrades of all the software used in IGRS-UP project.
1. Service Requirements
Support in response to problem reports will usually require support staff to visit the installation site with
necessary diagnostic tools and determine the fault, after understanding the problem. The support staff
will diagnose the faulty modules/ sub-assemblies, etc. If the problem is of intermittent nature, the
Support staff will try to simulate the problem in all possible operating situations.
2. Network Administration
Network Administration & Management consists of the following activities but not limited to:
• Administering User IDs.
• Network analysis and performance optimizing.
• Continuous monitoring and management of network during the working hours of SROs on
each working day and restoration of breakdown within prescribed time limits.
• Ensuring network security and database security at all times.
3. System Support
PPP System support consists of the following but not limited to the following:
• Taking system back-ups (daily backups).
• Installation and reload support for system software like OS, RDBMS, Anti-virus etc.
• Installation and reload support for application software.
• Rectification of system software problems due to crashing or malfunctioning of the OS,
RDBMS or front end within the time limits prescribed.
• Installation of upgrades, patches of system software namely, OS, RDBMS, Anti Virus and Front
Ends without any extra cost.
• Guarding the systems against virus infections using the latest anti -virus tools.
• One set of all backups should be handed over to the administration for administrative
custody. The administration will detail the responsibility and frequency for the same prior to
‘Go-Live’.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 27
4. Supply of Consumables
Making available all the consumables and any other goods or articles required from time to time for
functional operations of the project, which include but are not limited to the following:
• Cartridges for laser printers
• Pre-printed computer stationery required for various applications and certif icates
• Plain paper, files folders and other stationery articles
• DVDs and other storage consumables
• Fire extinguishers are to be provided at every center by the PPP Vendor
• UPS batteries
• Diesel for Generators etc.
The stationery used for all statutory certi ficates shall be security paper, to prevent duplication. If any
doubt arises, whether any item or article can be categorized as required for functional operations or
not, or with regard to the quantities used, the decision of the IGRS-UP shall be final. The PPP Vendor
shall maintain an inventory adequate for one month’s operation at each SRO.
5. Maintenance of Physical Security
Physical access to technical suites and other areas of the centre should be controlled and monitored on
an ongoing basis to maintain and control access to restricted areas.
Access to the server area should be strictly regulated, and limited to only those personnel who are
necessary for its operation.
2.5 People Management
In order to efficiently operate and maintain the SRO, an appropriate Center Organization Structure is to
be followed. The structure shall address minimum requirement of manpower at the Center . PPP Vendor
is expected to undertake a detailed manpower assessment and recommend structure. The people
management would need to be so planned by PPP Vendor as to comply with the service level
requirements. The various categories of people, their skill levels and certification s, required to perform
the tasks allocated to them, the number of people in each category and each location must be
maintained in such a way that:
• The PPP vendor will be bound to supply support manpower for work specified above.
• The PPP vendor needs to assign a Project Manager for the overall management of the operation
and related tasks.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 28
• The defined levels of response time to attend to a job proactively/reactively are complied with.
• The defined levels of repair and restoration time are complied with.
• In the event of an assigned person not being available due to sickness, or having left the PPP
Vendor's organization, or unable to perform as expected, equally competent personnel are
assigned as replacements immediately.
• Contact details of all such personnel are made available to enable the service compliance and
any changes in such details are communicated well in ad vance.
• All salaries and statutory benefits to the support manpower brought in by the vendor will have
to be borne by the PPP vendor and IGRS-UP shall make no payments.
• The PPP vendor should ensure that the behavior of manpower is decent.
• The PPP vendor should submit the affidavit from each of its personnel stating that he/she would
not ask for employment in Government on the basis of working in the offices of IGRS-UP.
• Technical support manpower to be stationed at district office and should be readily avail able as
and when support is required.
• The PPP Vendor has to ensure that training will be given to the support manpower and shall
bear the costs thereof.
• The PPP Vendor should ensure that all staffs are well trained in using the software.
• The manpower brought in by the vendor will not indulge in any such conduct or behavior which
may result in loss of revenue/data/record.
• The support staff of the vendor at different IGRS-UP offices will work under immediate control
of the officer in charge of that office. Any report by the concerned officer in charge relating to
the conduct, work or behavior of any support staff shall be final vis a vis the PPP Vendor.
• The PPP Vendor should ensure the minimum qualification standards expected from the staffs to
be deputed, the same are mentioned below:
Table 3: Manpower Requirements (Qualifications & Skills) SN Manpower Number
of Resources
Qualification & Skills
Required Experience
(Yrs)
Indicative Profile Requirements
1. Database Administrator (Data Center)
2 B Tech./ MCA with Certification in Database Administration
10-12 Creation of database architecture and information model; Data modeling and data Architecture expertise.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 29
SN Manpower Number of
Resources
Qualification & Skills
Required Experience
(Yrs)
Indicative Profile Requirements
2. System Administrator (Data Center)
2 B Tech./ MCA with Certification in Information Security Management
8-10 Performing system audit, backups, updates & configurations, managing user accounts, system security, performance tuning and Quality assurance.
3. Network Administrator (Data Center)
2 B Tech./ MCA with Certification in Network Administration
8-10 Designing hardware/ network and systems software Architecture, Network designing, System Integration, Network administration & performance tuning
4. Technical Support Staff (Data Center)
3 B Tech./ MCA 5-8 Specialist in application to data and application to application integration, application structure and tools and technologies Expertise in handling system software.
5. Technical Support Staff (One per District)
71 B Tech./ MCA 3-5 Resolving technical issues related to software application, system software , Hardware & Networking.
6. Operators SRO Type A (Total SRO=71)
213 Class 12th exams/ Graduation passed Typing Speed (Hindi minimum 40 words per min
2-3 Data Entry in Hindi & English, Printing, Scanning and other basic computer operations related to Land Registration processes.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 30
SN Manpower Number of
Resources
Qualification & Skills
Required Experience
(Yrs)
Indicative Profile Requirements
& English minimum 40 words per min)
Prior experience of working as Operator will be added advantage. Should have operating knowledge of computer and Expertise in using Printer, Scanner and Photograph software and hardware
7. Operators SRO Type B (Total SRO=109)
327 Same as above. Same as above.
Same as above.
8. Operators SRO Type C (Total SRO=175)
175 Same as above. Same as above.
Same as above.
Note: One security personal has to be provided for all IGRS-UP offices. PPP Vendor has to ensure the
background verification of all the security personnel provided in IGRS-UP Offices. IGRS-UP may ask for
the report of Background verification at any point of time during and after the project period.
2.6 Roles, Responsibility & Accountability
Keeping in view the scope of the program, the roles, responsibility and accountability of each party (PPP
Vendor & IGRS-UP) is defined hereunder for each stage of the Build, Operate and Transfer model.
Table 4: Roles & Responsibility of PPP vendor and IGRS-UP Stage ->
Party Build Operate Transfer
PPP
Ven
dor
1. Procurement & installation of hardware, network, system software, computers, anti-virus, printers, online UPS system etc.
1. Responsible for executing the processes as detailed in the DPR.
1. Transfer of possession of all data, assets & infrastructure brought in by the PPP vendor in the offices of IGRS, Data Center, and Disaster Recovery Center in operational condition. These include but are not limited to the
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 31
Stage -> Party
Build Operate Transfer
following: • Hardware • Application software • Internal Network • Office equipment • Transfer of all
software licenses to the department
• Data generated during the contract period
2. Development of web based software for IGRS according to the defined processes.
2. Helpdesk services: • Helping citizens with
answers to their queries. • Initial checking of the
documents for completeness and proper sequencing
• Data entry and issuance of token number
• Issuance of market valuation slip etc.
2. It excludes the following :
• People • Operational Liability • Contingent liability • Any pending
litigation & proceedings.
3. Implementation of e-stamping solution
3. Providing assistance to the citizens in e-stamp activities.
3. Providing necessary training to the IGRS officials for smooth operation of the system.
4. Providing infrastructure facilities like air-conditioning system, Generator system, seating arrangement for citizens, tables, chairs, almirah etc. at all locations.
4. Maintenance of Hardware & Software, Network, Physical Infrastructure, the hard copy of the registers, other documentary proofs if any, or any such document.
4. Transfer of IPR at the time of transfer of assets.
5. Undertake the cabling works for Data Centre, UPS & Generator etc.
5. Data Entry pertaining to the appropriate modules.
6. Setting up of Data Centre and Disaster Recovery centre with infrastructure facility as per the requirements. Setting up network connectivity at all locations as per the requirements.
6. Periodic backup of the data and data transfer to the Data Centre and Disaster Recovery Centre related to all the services under the scope of work.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 32
Stage -> Party
Build Operate Transfer
7. Ensure successful implementation of various security related features for smooth execution of the various process.
7. Scanning and printing activities as required in the processes.
8. Ensure timely agreement with other agencies like banks as and when required.
8. Photograph and thumb impression processing.
9. Providing general facility, environment support system, and fire safety and security measures at all IGRS offices as per the requirements.
9. Supply of consumables i.e. paper, printed stationery, cartridge, DG set consumables, Housekeeping etc.
10. Renovation/Expansion (If
land is available) of the various offices coming under the jurisdiction of Inspector General of Registration cum Commissioner Stamps for providing various services to the citizen as defined in Section 2.4.2.
10. Keep the software i.e. anti-virus, firewall and other IT security up to date.
11. Responsible for integration
of digitized data by coordinating with selected vendor for digitization of the old record and migration / transfer of old digital records generated through PRERNA.
11. Hands on training and assistance to department officials pertaining to the automated system.
12. Responsible for making the
system compatible in coordination with other related departments like treasury, revenue department etc.
12. Ensuring that the periodic as well as customized reports are generated and submitted as per the requirement of offices under Inspector General of Registration cum Commissioner Stamps and other statutory bodies.
13. Management and quality control of all services and infrastructure.
14. Deployment of manpower for smooth operations of
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 33
Stage -> Party
Build Operate Transfer
the system.
15. Provide support in creating the interfaces with various other Government initiatives like CSCs, SSDG, UID etc.
IGRS
, Utt
ar P
rade
sh
1. Creation of project Steering Committee for project monitoring and evaluation. Creation of Society for release of payment on monthly basis.
1. Deployment of additional staff, if required, to meet the requirements of the project, subject to the sanction by GoUP.
1. Deployment of additional staff if required for smooth handover of the project.
2. Coordination with various departments and ensuring that all the concerned departments take active part in the project.
2. Issuance of various Government Orders/ policy amendments as per the requirements of the project.
2. Creation of District level Committee for verification of all relevant documents for transfer of ownership, possession and physical inspection of all assets related to the good and working condition of the automated system.
3. Ensuing completion of handing over formalities.
3. Making the relevant data available to the PPP vendor.
3. Levying penalties on the PPP Vendor whenever SLA metrics are not met.
4. Providing office Space to the PPP vendor with necessary electrical, water & telephone connection whose charges will be borne by the Department.
4. Assisting the PPP vendor in obtaining various government approval or providing necessary support for the smooth operation of the project
5. Issuance of various Government Orders/ policy amendments as per the requirements of the project.
5. Discouraging/Scaling down manual operations.
6. Assign concerned officials for supporting the PPP vendor in conducting User Acceptance Testing at the implementation site; Appoint third party auditors for application testing (IGRS would be responsible for all payments to third party auditors).
6. Assign concerned officials for training on the Automated System.
7. Assign concerned officials for training on the Automated System.
7. Collection of money in the form of cash, challan, credit/debit card from the citizens at the Service Centers, accounting for
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 34
Stage -> Party
Build Operate Transfer
the same in accordance with the laid down procedure. Responsible for any loss on account of mis-appropriation or short collection by any other members of staff. Responsible for cash reconciliation’s and deposit.
8. Coordinate with NIC and other concerned agencies for data migration and successful transition from PRERNA to new system.
9. Assisting the PPP vendor in obtaining various approvals or providing necessary support for setting up of the infrastructure required for the project.
10. Resolution of disputes that may arise between the department and the PPP vendor.
2.7 Program Governance
The successful implementation of the Project in various offices under IGRS-UP would require close supervision and monitoring for timely completion. Therefore, an appropriate governance structure shall be put in place by IGRS-UP to ensure the long-term success of the project.
2.7.1 Core Team (Steering Committee)
Besides PPPMC for monitoring of the project as per the guidelines of Industrial Development
Department, Government of Uttar Pradesh (available at http://idd.up.nic.in), a core team/ steering
committee is envisaged to act as a driver for policy implementation and project direction purpose; it would be responsible for providing guidance and requisite resources to the project. This core team will be headed by the Principal Secretary (DoSR) who is also the project owner of this initiative.
2.7.2 Field Level Team/ Program Management Unit (PMU)
The field level team/ PMU would be led by a senior Government officials appointed by Steering Committee/IGRS-UP and empowered to take decisions in line with the guidelines and sanctions provided by the Steering Committee. The PMU shall comprise experts who would be helping IGRS -UP monitor the project’s implementation and assess the quality of deliverables and adherence to service
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 35
levels as per objectives and requirements laid down in the RFQ. The PPP Vendor shall report to the PMU on an ongoing basis.
2.7.3 PPP Vendor Program Management Team (PMT)
The PPP vendor would be required to have a full time PMT in place for the entire duration of the project. The team should be manned with the right mix of personnel with project management and technical skills. The team would be required to support work in tandem with the PMU set up by IGRS -UP, in program governance activities. The program management team of PPP vendor shal l be responsible for interacting with the program management unit of IGRS -UP with regard to submission of deliverables, getting sign-off on deliverables and other operational issues.
The indicative requirements for the PMT of PPP Vendor are as follows:
• Project Manager – 1
• Software Lead – 1
• Hardware & Networking Lead – 1
• Site Preparation & Civil Works Lead – 1
• Change Management & Human Resources Lead – 1
• Operations Lead – 1
• Software Coordinators – 2
• Hardware & Networking Coordinators – 2
• Site Preparation & Civil Works Coordinators – 2
• Change Management & Human Resources Coordinator – 1
• Operations Coordinators – 2
Figure 1: Indicative Project Management Team Structure
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 36
Table 5: Indicative Project Management Team (PMT) Eligibility Criteria S.No Role No. Minimum Eligibility Compliance
Master’s degree in Business Administration and PMP, PRINCE 2 etc. certifications.
- 15+ years experience in project based environment with 8+ years’ project lead experience.
- At least 1 completed project satisfying the following conditions (the conditions may be satisfied in different projects also):
o Value: > 75 crores o Based on PPP model o Involving Revenue
Department/ Registration Department/ citizen service delivery
2 Software Lead 1 - BE/B Tech/MCA degree - Desirable: Master’s degree in
computer science, business administration or related field and PMP, PRINCE 2 etc. certifications.
- 8+ years’ software engineering and/or product development experience, including two year project lead experience.
- At least 1 completed project satisfying the following conditions (the conditions may be satisfied in different projects also):
o Value: > 10 crores o e-Service delivery with
multi-layer portal architecture including online submission of forms (with attachments), PKI enablement and integration of multiple electronic payment transactions through payment gateway
o Security architecture design & implementation/ integration under IT Act 2000 or similar guidelines and certified for or
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 37
S.No Role No. Minimum Eligibility Compliance (Yes/ No)
Deviation (if any)
compliant to ISO 27001 standards.
3 Hardware & Networking Lead
1 - BE/B Tech/MCA degree - Desirable: Master’s degree in
computer science, business administration or related field and PMP, PRINCE 2 etc. certifications.
- 8+ years’ hardware and networking installation and maintenance/ service experience, including two year project lead experience.
- At least 1 completed project satisfying the following conditions (the conditions may be satisfied in different projects also):
o Value: > 50 crores o Hardware and network
installation at more than 100 locations.
4 Site Preparation & Civil Works Lead
1 - BE/B Tech degree in Civil Engineering
- Desirable: Master’s degree in Civil Engineering, business administration or related field.
- 12+ years’ civil infrastructure development experience, including five years project lead experience.
- At least 1 completed project satisfying the following conditions (the conditions may be satisfied in different projects also):
o Value: > 50 crores o Site preparation and
infrastructure set-up at more than 100 locations.
5 Change Management , Training & Human Resources Lead
1 - Master’s degree in Human Resources or related field.
- 8+ years experience in human resource management with 3+ years’ project lead experience.
- At least 1 completed project satisfying the following conditions (the conditions may be satisfied in different projects also):
o Value: > 2 crores o conducting Change
Management, Training and
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 38
S.No Role No. Minimum Eligibility Compliance (Yes/ No)
Deviation (if any)
Communication for more than 100 employees
6 Operations Lead 1 - BE/B Tech/MCA degree - Desirable: Master’s degree in
business administration. - 12+ years experience in Operation &
Maintenance based project environment with 4+ years’ project lead experience.
- At least 1 completed project satisfying the following conditions:
o Value: > 20 crores o Providing managed services
covering full lifecycle compliant with ITIL/ ITSM or equivalent and certified for or compliant with ISO 20000 standards
7 Software Coordinators
2 - BE/B Tech/MCA degree - Desirable: Master’s degree in
computer science, business administration or related field.
- 5+ years’ software engineering and/or product development experience.
8 Hardware & Networking Coordinators
2 - BE/B Tech/MCA degree - Desirable: Master’s degree in
computer science, business administration or related field.
- 5+ years’ hardware and networking installation and maintenance/ service experience.
9 Site Preparation & Civil Works Coordinators
2 - BE/B Tech degree in Civil Engineering
- Desirable: Master’s degree in Civil Engineering, business administration or related field.
- 8+ years’ civil infrastructure development experience.
10 Change Management, Training & Human Resources Coordinator
2 - Master’s degree in Human Resources or related field.
- 5+ years experience in human resource management.
11 Operations Coordinators
2 - BE/B Tech/MCA degree - Desirable: Master’s degree in
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 39
S.No Role No. Minimum Eligibility Compliance (Yes/ No)
Deviation (if any)
business administration. - 5+ years experience in Operation &
Maintenance based project environment.
The above structure and eligibility is the minimum expected and the bidder is required to provide detailed PMT structure (improved, if possible and) with clearly defined roles and responsibilities. The bidder would also be evaluated on the above as well as the quality of resources proposed. The detailed CVs (as per the format in Annexure 13) of the personnel proposed should accompany the technical proposal.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 40
3. PROPOSED SOLUTION
Centralized and Networked architecture is envisaged for IGRS-UP, in which data processing is carried out
at a single location. This location should have set of servers to support the processing needs of the
Department. This central location should have a disaster recovery site and will be connected to the
various departmental units through different network components. The client reques ts are sent to the
systems, located in a central place, for processing. The users access the application through local or
remote terminals. This architecture is characterized by large data computing environment. A specialized
cell will manage the centralized computing environment. The following figure depicts the overall
infrastructure for IGRS-UP:
Figure 2: Proposed Technology Infrastructure for IGRS-UP
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 41
Advantages of centralized system
The advantages of the centralized system have been described below:
1. Distribution of Application Source: There would not be any distribution of applications to multiple
sites/locations; the distribution can only be to the disaster recovery site. In this manner the degree
of configuration control is higher.
2. Support for High End Database Systems: The database hits (transaction rate) is much higher in case
of application for automation and online working of IGRS-UP offices and the available database
systems (e.g. Oracle, DB2 etc.) are capable of supporting such accesses. High-end servers will need
to be installed at the central location to support the transaction needs of the application.
3. Network Support: The underlying network infrastructure is designed with reliability, high
availability and scalability. The network traffic in this case will be high; therefore by having a
centralized system will be easy to provide network monitoring and troubleshooting support.
4. Performance: The performance of any application largely depends upon the application design, the
database systems configuration/management, network and hardware. The proposed centralized
system for automation and online working of IGRS-UP offices in UP, will perform optimally as all
the above-mentioned factors are taken care of in the centralized system.
5. Administration/System Support: The proposed centralised systems for automation and online
working of IGRS offices in UP, would be much easier to manage and control. The database
administrators, system administrators etc. would be able to manage th e systems from a single
location for the whole enterprise. A single help desk located centrally can manage and support the
whole organisation.
6. Security & Reliability: Access to all the users would be provided from one server in the centralised
system. Any changes to authorisation level of a user can be easily maintained and hence the
centralised system would be more secure and reliable.
7. Fault tolerance: Fault tolerance is the ability of a system to respond to an unexpected hardware
and software failure. Fault Tolerance Management would be easier in the centralised system as
the backup server can be used at the time of a breakdown.
8. Real Time Data: The database updates will occur at the central location and since it will be the only
repository (besides the disaster recovery site) all the data will reflect the current state of the
system. It will enable data sharing between applications across locations through universal
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 42
application access and will ensure centralized control of data. It will also minimize data
redundancy.
9. Ease of implementation: The implementation and deployment of the applications will be very fast,
as the applications need to be installed only on one server (at the most two in case of a disaster
recovery site). Only one data centre will need to be built (two in case of the disaster recover site).
Lesser number of trained staff would be needed to manage the systems.
10. Cost of Ownership: The total cost of ownership will depend upon the central servers’ configuration,
software to be deployed on the systems, networking, database, operating system, personnel to
support the system etc. The total cost of ownership of the central architecture would be lower as
compared to the distributed systems.
3.1 Technical Architecture
The proposed portal architecture with major components for automation and online working of IGRS-UP
offices in UP is depicted in the following diagram. The application system to be deployed in IGRS-UP
offices may or may not have same modular demarcation; but it should certainly cater to all the
functionalities identified in Annexure-8.
The application software components should be simple to use. The total set of software components
must be uniform in their User interface, being consistent in their use and meaning of keystrokes and
sequences and in their visual presentations to the user. The user interface should be graphical (i.e. GUI)
in nature. The indicative list of operational functionality of the application has been described below;
• The application must be multi-user
• Help facility through use of function keys
• Prompt facility in searching for the correct code for coded parameters
• Ability to discard all data when the transaction is incomplete (should not save)
• Ability to carry forward data from a previous screen
• An audit trail for all transactions
• Procedures for data exchange with interfaced applications
• The software must be bilingual (Hindi & English)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 43
Figure 3: Typical Portal Architecture
The details of the above mentioned components are provided in the subsequent sections of this
document.
3.2 Application Solution Architecture
The proposed Application Solution Architecture for the project at IGRS-UP is shown below. The solution
architecture comprises of mainly three parts as described below:
i) Presentation Layer: The Presentation layer of the IGRS-UP portal would provide the
internet/intranet browser that would initiate request to the IGRS-UP web server and will display the
results of requests. This would contain web browser for external as well as IGRS-UP internal users.
External user use internet to send request to access IGRS-UP services and IGRS-UP internal users
would connect via WAN.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 44
Figure 4: IGRS-UP Solution Architecture
ii) Application & Business Logic Layer: Application and business logic will be the part of an application
program that would perform the required data processing of the business. It would refer to the
routines that perform the data entry, update, query and report processing, and more specifically to
the processing that takes place behind the scenes rather than the presentation logic required to
display the data on the screen (GUI processing). Business logic would model real life business
objects, prescribe how business objects interact with one another and would enforce th e routes and
the methods by which business objects will be accessed and updated.
Following are the parts of Application and Business Logic layer:
a. Enterprise Portal Module: Enterprise Portal will provide a secure unified access point in the form
of a web-based user interface, and will be designed to aggregate and personalize information
through application-specific portlets.
b. Gateway Service: The role of the Gateway would be to provide a focal point for processing
outgoing and incoming requests for web application services to and from external entities. For
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 45
outgoing requests, the gateway would be responsible for receiving requests from the
application, forwarding them to third party systems and receiving and disposing of the
response. For incoming requests, the gateway would be responsible for receiving requests from
external systems, invoking the necessary adaptors to perform the business logic, and finally for
composing a response and sending it back to the requesting system. The gateway would also
provide access to the registry of services to determine the processing rules. Provision has been
made in the proposed solution to meet the future requirements of Gateway Services .
c. DNS Services: DNS server shall provide the following services:
• Support integration with other network services like DHCP, directory, etc.
• Should support DNS zone storage in directory
• Should support conditional DNS forwarders e.g. forwarding based on a DNS domain
name in the query.
• Should allow clients to dynamically update resource records secure and non-secure.
• Should support incremental zone transfer between servers.
• Should provide security features like access control list.
• Should support new resource record (RR) types like service location (SRV), etc .
• Should support round robin on all resource record (RR) types.
d. DHCP Services: DHCP would be assisting the system administrators for dynamic IP allocation to
devices/ users. Furthermore, the key users, who would be connecting using remote access,
would be requiring a valid IP address after successful authentication. DHCP would be very
beneficial to such users.
e. Directory Services: These services will be used to register, authenticate and manage users and
their security privileges. These services will authenticate the IGRS-UP users and find out user
specific privileges. LDAP, Lightweight Directory Access Protocol, is an Internet protocol that
IGRS-UP portal users use to look up information from a server. User password validation will be
done from LDAP. Authentication should be conducted using the standards based LDAP meta-
directory server. The user directory capable of providing a unified view of all user profiles.
Directory services shall be able to define centralized authentication & authorization mechanisms
for all network users. It should be able to associate policies such as security, management etc.
on all workstations and servers from a central console. The various applications shall have LDAP
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 46
v3 compliant directory services that are the focal point of interoperability, security &
manageability in a network. In the proposed architecture there would be servers kept at Data
Centre equipped with active clustering support.
f. Web Application Services: The Web Application Services would be a container to manage the
presentation and application logic. It will provide transactional integrity, scalability and
availability services. In addition it manages the session, the requests and responses to and from
its clients and resources.
g. Content Management Services: The web server would deliver via the Http, both static web
pages stored on the content manager and dynamically built web pages generated by the IGRS -
UP portal server. This would be a content management repository where different web pages,
news, events, rules, regulations, schemes details, grant details, etc. safely reside with metadata
contents.
h. Document Management System (DMS): The DMS will provide integration of document capture
with the document/image management repository to the IGRS-UP application. DMS will be
required for the old documents which will be stored in scanned format. DMS will be helpful in
managing, searching and retrieving such scanned documents .
i. Payment Gateway: The portal should provide the online payment services (for payment of
property tax, license fee etc.) through integration with the payment gateways. The portal
solution shall support card payments using all the popular debit and credit cards (Visa, Master
card etc.) and direct debit. For online payments, Secure Socket Layer (SSL) shall be used for
supporting & securing the transactions taking place through the payment gateway.
j. Digital Certificate Services: The system should automatically enable/disable the Digital Signature
Certificates (DSCs) of employees depending on the current status of each employee namely,
fresh appointment / transfer / suspension / leave/ training / retirement etc. The system should
accordingly enable DSC only for an ‘active’ employee.
k. Indexing & Search Services: This tool would be used for indexing and searching all the
repositories of knowledge maintained across the portal infrastructure.
l. Anti Virus and Anti Spam Services: Anti Virus and Anti Spam would be required to keep the other
servers and application secure from the attack of virus, Trojans and spam. This will also act as a
centralized system for updating the virus definitions on the systems across IGRS -UP offices.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 47
m. Mailing & Messaging Services: This would be used for sending the alerts as mail message to the
registered users of the IGRS-UP Portal and will be used for messaging and calendaring services.
The Mail Server should provide a highly scalable, reliable, and available platform for delivering
secure communication services. It would be required to cluster this Server to ensure high
availability and reliability. This server will also act as Instant Messaging Server.
It should provide with extensive security features ensuring the privacy of users and the integrity
of communication through user authentication, session encryption, and content filtering to help
prevent spam and viruses, and mechanisms to monitor and enable regulatory compliance. It
should support standard SMTP, IMAP and POP3 services. The messaging system should provide
a secure messaging and collaboration – email solution with standard features like calendaring,
contacts and tasks, archiving, directory and LDAP address book, web based access to emails and
support for data storage. Other features to be supported include – per-user filtering policies,
user management, instant messaging, mailing list manager and synchronizati on with MS
Outlook / Lotus Notes/equivalent.
Mailbox Management Services should provide the facility to manage the mail store on the SAN.
The actual mailboxes would reside on the SAN. Since the availability of this mailbox
management service is critical, this server should be clustered for high availability. Any
downtime of this server would affect all the users, and the communication would come to a
stall.
n. Workflow: Mailing & Messaging Infrastructure would provide workflow functionality and email
services to IGRS-UP employees.
o. Help Desk Services: IGRS-UP requires a helpdesk and call management service that will
automate processes to consolidate, log, track, manage and escalate incidents and problems. The
Service should act as a single point of contact help desk tool for all users/employees of IGRS-UP
who will record an incident. It should help IGRS-UP to accelerate detection and problem
resolution, maintain accurate configuration details, and minimize the risk caused by any
changes. It should be based on best practices, such as ITIL, for effective IT Service Management
at IGRS-UP. Helpdesk and Server Farm infrastructure monitoring team shall carry out the
following:
• Log user calls related to server farm infrastructure and assignment of a call ID number
• Assign severity level to each call
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 48
• Track each call to resolution
• Escalate the calls, to the appropriate levels, if necessary as per escalation matrix, which can
be defined at the time of award of contract
• Escalate the call related to usage of application software to respective application owners
• Provide feedback to callers.
• Analyze the call statistics
• Creation of knowledge base on frequently asked questions to aid users.
• Continuous monitoring of the physical as well as the IT infrastructure at the server farm to
ensure availability as per agreed SLAs.
Monitoring shall be done with the help of NMS and EMS monitoring tools and system
logs/counters and therefore the reports and alerts can be auto-generated.
p. MIS Reporting: The following type of reports, but not limited to, are required to be generated
from this sub module. The reports should be generated in standard formats like pdf, xls, doc,
etc.
• Miscellaneous Receipt Register
• Cash Register
• Daily MIS Report
• Impounded Deed Report
• Monthly MIS Report
• Detailed Monthly MIS Report
• Yearly MIS Report
• SRO Report
• Receipt Book
• Index 1 Report
• Index 2 Report
• Index 3 Report
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 49
• Index 4 Report
• Any other report as asked by the department from time to time.
q. Optical Water Mark Engine: The proposed solution should be able to secure the printouts that
will be printed remotely by IGRS-UP officers and incorporate sufficient control for the actual
print out and no. of prints. The proposed solution must be easy to be integrated and
customizable with the IGRS application.
Invisible Optical Watermark Requirement
• The proposed solution must restrict people from easily forging or making unauthorized
reproduction of the documents by scanning, photocopying etc. Any attempt to counterfeit
the optically watermarked registered documents will cause visual marks on the duplicate
copies which can be easily differentiated from the original.
• The proposed solution must have the flexibility for IGRS-UP designated images/ text to be
embedded as optical watermark into every document printed.
• The proposed solution must be capable of embedding hidden information into the optical
watermark. The hidden information can be any information assigned by IGRS-UP-, such as
the word “COPY” or “VOID” or “DUPLICATE”.
• The watermark must contain a visible watermark which will deteriorate after duplicating
and an invisible watermark which will appear after duplicating.
• The highest resolution for (color and black/white) which the optically watermarked
documents can be printed should be indicated in the proposal so that they cannot be
replicated using photocopiers, scanners, fax machines or any such devices that are
commonly available in the market.
Print Control
• IGRS-UP must be able to control the number of copies of approved documents that can be
printed by the customers. The number of copies that can be printed can be changed at any
time as desired by IGRS-UP and number may differ for each type of documents.
• The proposed solution must allow IGRS-UP to authorize selected staff to be able to reset the
number of copies to be printed, regardless of whether the documents have or have not
been printed by the officials.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 50
• The print control shall interface with popular browsers (such as Internet Explorer 5 and
above), in the form of plug-in.
Compatibility
• The proposed solution must be fully compatible with all popular browsers such as Internet
Explorer 5 or above.
• The proposed solution must be able to fully integrate with the environment of IGRS -UP and
in particular, with the IGRS-UP software developed.
• The proposed solution must allow for printing on most of common laser printers (Postscript)
utilizing normal paper with 1200 DPI resolution and duplexing.
• The proposed solution shall support and work with the IGRS-UP network/ system
architecture. The vendor shall customize the optical watermark application to ensure the
proper interface and results with IGRS-UP network/ systems.
iii) Database Layer: This layer would consist of database servers. This layer is important because the
information would be stored and retrieved from it only. This layer would keep data neutral and
independent from application servers or business logic. Giving data its own layer would also
improve scalability and performance. The various types of database in this layer may be Application
Database, Mail Database, User Database and MIS Database.
Other requirements
a. HIPS on Application and Database Servers: Host-based Intrusion Prevention System (HIPS) is
recommended on application and database server. HIPS can stop well -known attacks, new,
unknown attacks and encrypted-tunnel based attacks that target the application/ database
servers.
The use of HIPS in IGRS-UP will provide the following:
• HIPS will monitor system activity and notify administrators when it suspects suspicious
activity.
• HIPS will block suspicious executables or processes from running by default .
• Allows system administrators to determine which traffic and applications to permit and
which to block.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 51
• Protects files, registry and computer settings of Operating System and perform application
integrity check.
• Reduces the risk of downtime caused by malware, spyware and other malicious content and
helps to keep your critical application up and running.
• Helps to log all relevant events to help with compliance, reporting and investigations .
b. Dual factor Authentication: Two-factor authentication is based on something that a user has (a
physical device) and something that a user knows (a PIN number or password). A common
application of two-factor authentication is withdrawing money from an ATM. The user is
required to enter their card in the ATM (something they have) and then type their PIN
(something they know). By using something a user knows with something a user has, the same
level of authentication can be brought to the IGRS-UP online Application. The dual factor
authentication is required for IGRS-UP system for:
• Reducing the window of opportunity for attacks like phishing .
• Mitigating the risk of active attacks.
• Eliminating passive attacks.
c. Zero Data Loss Requirement: As e-Stamps are proposed for IGRS-UP solution, it is envisaged that
all the registries will be in softcopy in the system. Therefore IGRS-UP will require “zero data
loss” feature in proposed system.
Software Requirements
The typical application software and system software requirements are listed in following table:
2 USB Digital Signature For authenticity of the document 3 Optical Water Mark Engine For control purposes 4 EMS (including client licenses) Enterprise Management Software for Management of solution,
server, network and Helpdesk. 5 Backup Software For backup of the servers and data 6 EForms To provide end-to-end solution for a secure, efficient, and
effective way for electronic form submission and handling 7 Database Database for the application (Oracle/DB2/MS SQL/etc)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 52
8 Directory Software LDAP v3 compliance directory software for authentication and authorization of users.
9 Application & Portal Server Would be required for application hosting and developing single window.
10 Mailing & Messaging Email solution would be required for communication and alerts for the various stakeholders.
11 OS-Servers UNIX/LINUX/Windows Operating system for servers at data centers
Hardware Requirements The proper functioning of proposed system is required for at least next five years from the date of
commissioning of complete system i.e. from the “Go-Live” date. The typical hardware requirements at
IGRS-UP Data Center and at various offices of IGRS-UP have been mentioned in Annexure-5.
3.3 Network Architecture
LAN Architecture
The proposed LAN architecture at office level is depicted in following diagram. Structured cabling is
required for creation of LAN. CAT6 cable should be used for cabling and proper laying of cables along
with conduits should be done. Optical fiber should be used wherever it is necessary. There should not
be any exposure to environment for both CAT6 cables as well as optical fiber cables. The network rack
for switches should be mounted properly on the wall. The router and switch should be kept at same
place probably in the same rack.
Figure 5: Proposed LAN Architecture at Office Level
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 53
WAN Architecture
To achieve the objective of data redundancy and standardized backup procedures, it is essential
that data transfer takes place between the Sub Registrar offices and the Data Centre. Automatic
generation of MIS at the district and state Level will require all SROs to be connected to district and
state level offices. There is a requirement for data transfer between the SROs and the district to
ensure continuous (periodic) information flow, data redundancy & data backup. Data transfer
mechanisms need to be formulated between all SROs & the Data Centre.
All IGRS-UP offices will be connected to the centralized datacenter through WAN. All the offices will
have redundant WAN links for application access in case of failure of the primary link. WAN
connection at each location would terminate at router or firewall with serial port for WAN
termination. In this centralized architecture framework, all major application s or services will be
deployed at centralized datacenter. The following figure depicts the WAN architecture for IGRS-UP:
Figure 6: WAN Architecture for IGRS-UP
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 54
The State Wide Area Network is yet to come in place in Uttar Pradesh and there is no WAN connectivity
between the various offices of IGRS-UP and State HQ.
3.4 Enterprise Management System (EMS)
EMS need to be deployed at the servers kept at IGRS-UP Data Centre to perform the following functions:
• Measure the performance,
• Manage and monitor the servers (e.g. Database, Application, Backup, NMS, Anti -virus and Mail
Server),
• Manage non-functional requirements of IGRS-UP applications,
• Periodic reviews of domain level rights and privileges.
• Maintenance of an updated knowledge base of all the published security vulnerabilities and virus
threats for related software, including, but not limited to, operating systems, application servers,
web servers, databases, security solutions, messaging solutions, etc.
• Ensuring that patches/workarounds for identified vulnerabilities are patched/blocked immediately
• Responding to security breaches or other security incidents and coordinate with respective OEM in
case a new threat is observed to ensure that workaround/patch is made available for the same.
• Undertake maintenance and management of security devices, including, but not limited to
maintaining firewall services to restrict network protocols and traffic, detecting intrusions or
unauthorized access to networks, systems, services, applications or data and protecting email
gateways, firewalls, servers and desktops from viruses.
• Implementation and periodic updating of the security policy.
• Operating system hardening through appropriate configuration and patch updates.
The vendor shall also provide the following anti-virus administration services:
• Monitor the anti-virus tool installed on daily basis and ensure that the latest patches are updated in
all the systems.
• Monitor the security console and clean the virus from the systems, which are affected and if
necessary, isolate those systems to avoid further spreading of viruses.
• Alert users on new virus breakouts based on the info received from the IGRS-UP, IT team.
• Install, configure and test latest security patches.
• Troubleshoot and rectify all virus related problems reported and also escalate if not rectified by the
anti virus tool.
• Monitor the client security tools and adhere to the security policies of IGRS-UP.
• Monitor the efficiency and effectiveness of the anti-virus tool.
• Register and update the anti-virus tool on the server and the clients periodically.
• Provide feedback on any new viruses detected and alarm the protection systems.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 61
3.12 Backup and restore
The backup and restore functions shall comprise of the following activities:
• Backup of operating system, database and application as per stipulat ed policies at the server farm
• Monitor and enhance the performance of scheduled backups, schedule regular testing of backups
and ensure adherence to related retention policies.
• Ensure prompt execution of on-demand backups of volumes, files and database applications
whenever required by user departments or in case of upgrades and configuration changes to the
system.
• Real-time monitoring, log maintenance and reporting of backup status on a regular basis. Prompt
problem resolution in case of failures in the backup processes.
• Media management including, but not limited to, tagging, cross-referencing, storing, logging,
testing, and vaulting in fire proof cabinets.
• Physical security of the media stored in cabinets.
• Ongoing support for file and volume restoration requests at the server farm.
3.13 Server Management
The PPP Vendor shall perform all system administration tasks like server management and operating
system administration, user management, device management etc. The PPP Vendor shall ensure high
availability of system resources to the users and to maximize the uptime of the system by diagnosing,
detecting and rectifying the faults in time. The server administration for any platform shall comprise of
the following activities:
• Starting/shutdown servers or services at server farm.
• Monitoring performance of server resources (CPU usage, memory, disks).
• Monitoring access logs and application logs.
• Purging of files and logs.
• Taking data backup and restoration.
• Applying service packs, fixes, updates and security patches.
• Providing helpdesk related administrative support.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 62
• The minimum qualification of the person will be diploma graduate with 2 years relevant experience.
Server Management operations shall comprise of the following:
• Monitoring of software licenses for procurement or up-gradation.
• Providing and maintaining user access controls – creation, modification or deletion of
access/authentication and administrative rights on servers as per defined access policy.
• Maintaining data access security.
• Deployment, monitoring and update of anti-virus software on servers.
• Coordinating with anti-virus service providers for support for virus attacks and resolution.
3.14 Technical Management and Troubleshooting
A detailed plan for technical management and troubleshooting should be given by PPP vendor for:
• Recovery and auto-roll back of data: There should also be re-scheduling capabilities for automatic
retries and restart logic (e.g. batch processing).
• Audit trails and logs maintenance capabilities.
• The backup frequency and recovery plan. The application system should also support the replication
of the centralized system to the disaster recovery site, as and when the site comes up. A
combination of full (on tape media) and incremental (day-time) backups should be employed to
ensure disaster tolerance. The PPP Vendor MUST provide the backup and recovery plan.
• BCP (Business Continuity Plan)/DRP (Disaster Recovery plan) based on industry standards.
3.15 User and usage administration
The access controls should be clearly stated, for on-line PC’s running applications connected to the
centralized server, which ensures that:
• Only authorized personnel are allowed to access the system; access being restricted via the use of
user names/identifications and associated password.
• Access to each application is restricted to specified authorized users.
• The user in the application system is logged off automatically if the user is idle for more than a
specified and variable period, to prevent access to the system, applications etc. by unauthorized
third parties when a terminal is left unattended.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 63
3.16 ICT Manpower Requirements
The following table gives the overview of the ICT manpower requirements:
Table 7: ICT Manpower Requirements
Manpower NOs. Database Administrator (Data Center) 2 System Administrator (Data Center) 2 Network Administrator (Data Center) 2 Technical Support Staff (Data Center) 3 Technical Support Staff (One per District) 71 Operators SRO Type A (Total SRO=71) including security guard 284 Operators SRO Type B (Total SRO=109) including security guard 436 Operators SRO Type C (Total SRO=175) including security guard 350
3.17 Standards to be followed
The proposed IGRS-UP system needs to be designed based on the following standards, to the extent
feasible and in line with overall system requirement, in order to provide good interoperability with
multiple platforms and avoid any technology or technology provider lock-in for the e-Governance
project. The proposed solution should comply with the industry standards (their latest versions as on
date) wherever applicable. This would apply to all the aspects of solution including, but not limited to
design, development, security, implementation, and testing. Recommended standards have been
summarized below.
Table 8: Recommended Standards
Application Standard
Workflow Design WFMC Standard
Portal Development W3C specification
Information Access/Transfer Protocols SOAP, HTTP/HTTPS
Interoperability Web Services, Open Standard
Photograph JPEG(minimum resolution 640 X 480 Pixels)
Scanned Documents TIFF (Resolution of 600 X 600 dpi)
Finger Print Scanning IAFIS specification
Digital Signature RSA standards
Document Encryption PKCS specification
Information Security ISO 27001 certified system
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 64
Application Standard
Operational Integrity & Security Management ISO 27002 certified system
Operation ISO 9001 certified
IT Infrastructure Management ITIL/ EITM specification
Service Management ISO 20000 specifications or latest
Project Documentation IEEE/ISO specifications for documentation
3.18 Service Level
3.18.1 Implementation Level
If the PPP Vendor is not able to achieve the Go-live stage, as mentioned in the Implementation Schedule
in Section 5.24, there will be a penalty to be imposed on the PPP vendor as mentioned in the table
below:
Table 9: Penalty Conditions for implementation level S.No. Delay in achieving “Go-Live” Stage Penalty
1. If the delay is <= 3 months 1/4(Number of sites not running/Total
number of sites) of the total payment will
be deducted on monthly basis for the first 3
months after Go-Live.
2. If the delay is > 3 months and <= 6 months 1/3(Number of sites not running/Total
number of sites)of the total payment will be
deducted on monthly basis for the 4 th,5th &
6th months after Go-Live
3. If the delay is > 6 months and <= 9 months 1/2(Number of sites not running/Total
number of sites) of the total payment will
be deducted on monthly basis for the first
7th,8th & 9th months after Go-Live
4. If the delay is > 9 months and <= 1 year 3/4(Number of sites not running/Total
number of sites) of the total payment will
be deducted on monthly basis for the
10th,11th & 12th months after Go-Live.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 65
S.No. Delay in achieving “Go-Live” Stage Penalty
5. If the delay is > 1 year (Number of site not running/Total number
of sites) of the total payment will be
deducted on monthly basis for each
month’s delay.
Note: - Formula for calculating penalty: (No. of site not running/Total number of sites) x Total payment
of sites running x 1/4 or 1/3 or 1/2 or 1 as the case maybe.
3.18.2 Operational Level
The PPP Vendor should plan for alternate mechanisms for provision of service, in the eventuality of any
failures in the manpower availability, network, hardware, software, etc.
A total of 100 Points will be awarded in a month to the PPP Vendor. 100 Points correspond to the total
invoiced amount by the PPP Vendor for the month. However in case of SLA breach as defined in the
table in Annexure 9, penalty will be levied and payment will be deducted accordingly.
The Service Level Agreement (SLA) to be signed between “IGRS-UP” and “PPP Vendor” is attached in
Annexure-9. The SLA clauses as per SLA Matrix table in Annexure 9 would be applicable only if the
reasons for breach are ascribable to the PPP Vendor. The SLA clauses would not applicable in case of:
• Force Majeure
• Unforeseen/emergency conditions where the entire application has been stopped (with the
approval of IGRS-UP).
The Program Management Unit (PMU) shall be monitoring the application on daily basis with respect to
the SLA matrix. The PMU of IGRS-UP will compute the points for penalizing the vendor for breaching the
SLA by taking the average of the corresponding month on the basis of system generated reports.
The administration will carry out periodic citizen satisfaction survey and service audit and would be free
to modify and/ or define new service levels as it deems fit.
In case equipment is found to be unserviceable and a replacement is to be procured or in case
replacement of faulty equipment is commercially more attractive than repair, then PPP Vendor will
arrange trade-in of the faulty equipment at best prices.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 66
4. GENERAL INFORMATION, TERMS & CONDITIONS (BIDDERS)
4.1 Scope of Proposal
IGRS-UP intends to receive the proposals for the work described in this RFQ as part of Automation
and Online Working of IGRS-UP offices on PPP (Build-Own-Operate-Transfer (BOOT)) model.
The successful bidder will be expected to develop software and install, operate and maintain the
equipments required for successful running of the Registration process at all IGRS-UP Offices across
the state of Uttar Pradesh as stated in this document .
Detailed scope of work is described in section 2.4 of this document.
Throughout the RFQ, the terms proposal and bid, applicant, bidder /consortium, selected/
successful bidder and PPP Vendor and their derivatives are synonymous. Day means calendar day.
4.2 One Proposal per Bidder
Each bidder shall submit only one proposal. The member who submits or participates in more than
one proposal will be disqualified.
4.3 Cost of Proposal
The bidder shall bear all costs associated with the preparation and submission of its proposal, and
the IGRS-UP will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the proposal process.
4.4 Site Visit
The bidder is advised to visit and examine the project sites on its own and revalidate all the
information required for preparing the proposal. The cost of such visits to the sites shall be at the
bidder's own expense.
On prior written request, the bidder and any of its personnel or agents will be granted permission
by the IGRS-UP to enter upon its facilities at various locations in Uttar Pradesh for the purpose of
such visit, but only upon the express condition that the bidder, its personnel, and agents, will
indemnify the IGRS-UP from and against all liability in respect thereof, and will be responsible for
death or personal injury, loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of such inspection, undertaken by the bidder.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 67
4.5 Clarification to RFQ Document
A prospective bidder requiring any clarifications to the RFQ document may notify the IGRS-UP in
writing at the address indicated in the RFQ in the prescribed format proposed in Annexure-10.
IGRS-UP would prepare and send responses to all the queries raised by the bidders in a
consolidated manner and has the right not to respond to some or any of the qu eries at its sole
discretion.
4.6 Amendment to RFQ Document
At any time till 3 days before the deadline for submission of bids, the IGRS-UP may, for any reason,
whether at own initiative or in response to a clarification requested by a prospective bidder, modify
the bidding document by amendment.
All prospective bidders registered for the bidding process shall be notified of the amendment in
writing by e-mail and / or post, and all such amendments shall be binding on them. The bidders are
also requested to visit the said departmental website http://registryoffice.up.nic.in/ and on the
http://idd.up.nic.in/ on regular basis for checking necessary updates.
If required in order to allow prospective bidders reasonable time in which to take the amendment
into account in preparing their bids, the IGRS-UP reserves the rights to extend the deadline for the
submission of bids.
4.7 Preparation of Proposal
4.7.1 Contract Time Period
As a part of contract the PPP Vendor will be given 32 weeks (or mutually agreed period between
IGRS-UP and successful bidder) lead time to set up the entire infrastructure and other
requirements necessary for running the computerised Registration Process es. Term of the contract
is for five calendar (5) years which will start after the “Go-Live”.
Any delay in setting up of infrastructure with in defined time period (or mutually agreed period
between IGRS-UP and successful bidder) will lead to penalty for which PPP Vendor will be
responsible, the penalty conditions are elaborated in the section 3.18.1 and para 8 of Annexure-9.
Details shall be formulated at the time of signing of contract between IGRS-UP, and successful
bidder.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 68
4.7.2 Language of Proposal
The proposal, and all correspondence and documents related to the Proposal exchanged by the
bidder and IGRS-UP shall be written in the English language. Supporting documents and printed
literature furnished by the Bidder may be in another language provided they are accompanied by
an accurate translation of the relevant passages in English language. In case of any discrepancy
between the material provided in two languages, the material provided in English language will
prevail.
4.7.3 Technical Proposal
Technical Proposal comprises of two main sections:
i. Prequalification section
ii. Technical Evaluation section
4.7.3.1 Prequalification Section
Prequalification Compliance Sheet would be prepared and submitted by the bidder with reference
to Annexure 14.
Note: Document prepared should be properly indexed with page numbers.
Each Bidder shall submit with its Proposal in the following attachments:
• Attachment A1 (Letter of Authorization): A letter of authorization/ board resolution,
authorizing the signatory to sign/ execute the proposal as a binding document. The letter of
authorization shall be supported by a written power-of-attorney accompanying the Bid.
• Attachment B1 (Documentary proofs and supporting): All necessary document proofs such as
work orders, completion certificates, balance sheets, case studies, employee details etc. as
indicated in Annexure 13 and Annexure 14
4.7.3.2 Technical Evaluation Section
The Technical Evaluation section submitted by the Bidder shall comprise of the following
documents:
• Compliance Sheet (according to Annexure 16) would be prepared by the bidder indicating the
subsection and annexure where the relevant information is provided.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 69
• The Bidder shall provide a detailed approach and methodology; Proposed Solution; a detailed
breakdown of work-plan based on the scope of work provided in RFQ; Resource deployment
approach/plan; the work/activities which are required for successful execution of the project.
This should cover all aspects of the project such as: hardware, software, networking,
manpower and services like data entry, scanning etc. as given in RFQ document.
• Any other information that is to be submitted during the course of proposal process should be
submitted in the Annexure.
Note: Document prepared should be properly indexed with page numbers. Document should be
duly completed, signed & stamped by the bidder
Each Bidder shall submit with its Proposal, the following attachments:
• Attachment A2 (Compliance to Specification of BoM): The Bidder shall provide a compliance
of the Bill of Material as specified in Annexure 4, Annexure 5, Annexure 6 and Annexure 7.
Bidder shall also provide the compliance to the functionalities identified in the Application
system as per Annexure 8.
• Attachment B2 (Manpower Specifications): The Bidder shall provide the detailed resumes of
Manpower (as specified Annexure 15) according to the format provided in Annexure 13.
4.7.4 Financial Proposal (applicable after clearing RFQ stage)
The Bidder(s) who qualify the RFQ stage would refer to this sub-section for submitting their
financial bids.
The Financial Proposal documents shall be for the whole Scope of Work as described in RFQ and
the work/activities required for successful execution of the project , based on the PPP Vendor's
assumptions, the project implementation phase and O&M costs.
The price quoted per transaction for Registration of Deeds3 will be treated as the Bid Price.
The bidder shall also be getting the following fixed charges as mentioned in the table below for
providing the following services to the citizens through the automated system;
3 Note: For calculating per document registration charges, the bidder needs to refer to the column “No. of
Registered Deeds without bank files” of Annexure 2.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 70
Table 10: Fixed charges corresponding to the Services S.NO. Name of the Services Fixed Charges
(In Rs.)
1 Market Valuation 20
2 Miscellaneous Documents/ Applications Recording (Logging of
Caveats/Charges etc.)
50
3 Issuance of Certified Copies 50
4 Issuance of Non-Encumbrance Certificate(EC) 50
5 Marriage Registration 200
6 WILL 150
7 Inspection & Search 20
8 Slot booking 200
The price would be inclusive of all taxes, duties, charges and levies as applicable. The prices, once
offered, must remain firm and must not be subject to escalation for any reason whatsoever within
the period of validity of the bid.
A bid submitted with an adjustable price quotation will be rejected as non-responsive.
The payments quoted shall remain firm during the entire period of this project. All prices shall be
for delivery of goods and services at Client’s premises to the satisfaction of Client or Client’s
representatives. The aggregated price should be quoted in words also.
The Financial Bids should strictly conform to the formats to enable evaluation of bids (please refer
evaluation methodology in section 4.9.3). It may be noted that the bids having any hidden costs or
conditional costs will be liable for rejection.
4.7.5 Currencies of Proposal and Payment
The currency of the proposal offer and payment shall be in Indian National Rupees (INR).
4.7.6 Proposal Validity & Security
The Bids shall be valid minimum for a period of “SIX MONTHS” from the date of submission of the
bids. On completion of the validity period (6 months), unless the bidder withdraws his bid in
writing, it will be deemed to be valid until such time that the bidder formally (in writing) withdraws
his bid.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 71
In exceptional circumstances, at its discretion, IGRS-UP may solicit the Bidder’s consent to an
extension of the period of validity. The request and the responses thereto shall be made in writing
(or by fax or email).
4.7.7 Earnest Money Deposit – EMD
The bidder shall furnish, as part of the proposal, a bid security of INR 5,00,00,000 (Rupees Five
Crores only) which shall be valid for a period of 180 days. The bid security is required to protect the
IGRS-UP against the risk of bidder’s conduct, which would warrant the security’s forfeiture.
The bid security shall be denominated in Indian Rupees, and shal l be in the form of a demand draft
drawn on a nationalized bank in favour of “Inspector General of Registration cum Commissioner
Stamps, Uttar Pradesh” payable at Lucknow.
Unsuccessful bidder’s bid security will be discharged/ returned as promptly as possible but not later
than 30 days after the award of the contract to the successful bidder. The successful bidder’s bid
security will be discharged upon the successful bidder signing the Contract. No interest will be
payable by the IGRS-UP on the amount of the bid security.
The bid security may be forfeited if:
• Bidder withdraws his bid during the period of bid validity specified by the bidder on the bid
form.
• During the bid process, if a bidder indulges in any such deliberate act as would jeopardise or
unnecessarily delay the process of bid evaluation and finalisation. The decision of the IGRS-UP
regarding forfeiture of the bid security shall be final & shall not be called upon question under
any circumstances.
Violates any condition of this RFQ document or indulges in any such activity as would jeopardize
the interest of the client. The decision of the client regarding forfeiture of the bid security shall be
final & shall not be called upon question under any circumstances.
4.7.8 Pre-Bid Conference
The bidders designated representatives are invited to attend the Pre-Bid Conference at their own
cost, which will take place at the venue, time and date stipulated in the section 1.2 of this RFQ.
The purpose of the meetings will be to clarify issues and to answer questions on any matter that
may be raised at that stage.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 72
The bidder is requested, to submit any questions in writing to reach the IGRS-UP three days before
the Pre-Bid Conference. It may not be practicable at the Pre-Bid Conference to answer questions
received late, but questions and responses will be transmitted in accordance with the following
sub-clause:
• Minutes of the meetings, including the text of the questions raised and the responses given,
together with any responses prepared after the meeting, will be transmitted to all recipients of
the RFQ. Any modification to the RFQ documents which may become necessary as a result of
the Pre-Bid Conference shall be made by the IGRS-UP exclusively through the issue of an
addendum and not through the minutes of the pre-bid meeting.
Only those prospective bidders, who register themselves before 11.00 AM on 02.06.2010, shall
be permitted to take part in the deliberations during IGRS-UP Pre Bid Meeting. Only perspective
bidders will be allowed to be a part of Pre-Bid Conference. IGRS-UP reserves the right to allow or
disallow any bidder in the Pre-Bid Conference without stating a reason.
Based on the feedback/ suggestion from the qualified bidders and IGRS-UP, modified RFP (including
list of sections where corrections have been made) will be hosted on the website i.e. at the
departmental website http://registryoffice.up.nic.in/ and on the http://idd.up.nic.in/. Therefore,
Bidders are requested to visit the said website on regular basis for checking necessary updates.
These changes can be incorporated till about 3 days before the date of bid opening.
Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.
4.7.9 Use & Release of Bidder Submissions
IGRS-UP is not liable for any cost incurred by the bidder in the preparation and production of any
proposal, the preparation or execution of any benchmark demonstrations, simulation or laboratory
service or for any work performed prior to the execution of a formal contract. All materials
submitted become the property of IGRS-UP and may be returned at its sole discretion. The content
of each bidder’s proposal will be held in strict confidence during the evaluation process, and details
of any proposal will not be discussed outside the evaluation process.
4.7.10 Limits on Promotion
The Bidder agrees to make no reference to IGRS-UP or this procurement or resulting contract in
any literature, promotional material, brochures, sales presentation or the like without the express
prior written consent of IGRS-UP.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 73
4.8 Submission of Proposals & Qualifications
4.8.1 Format and signing of Technical bid
The Bidder shall prepare one original set of the documents comprising the Proposal as described in
RFQ, bound with the section containing the Form of Proposal and Appendix to Proposal, and clearly
marked "ORIGINAL". In addition, the bidder shall submit hard and soft copies of the Proposal, in the
number specified in Section 4.8.2 and clearly marked "COPIES". In the event of discrepancy
between them, the original shall prevail.
Further, in the event of discrepancy between the hard copy and the soft copy, the hard copy shall
prevail. The original and all hard copies of the proposal shall be typed (in the case of hard copies,
photo-copies are also acceptable) and shall be signed & stamped by a person or persons duly
authorised to sign on behalf of the Bidder. All pages of the proposal, where entries or amendments
have been made, shall be initialled by the person or persons signing the proposal.
The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the Bidder, in which case, such corrections shall be initialled by the person or
persons signing the Bid in original. All signatures in Proposal document shall be dated.
4.8.2 Sealing and Marking of bids
1. The Bidder shall prepare one original and two hard copies of (i) Prequalification section and (ii)
Technical Evaluation section. Along with the hardcopies the bidder will have to provide the soft
copies of both sections in CD.
2. The original and copies of Prequalification section shall be placed in separate sealed envelopes
along with a soft copy in CD along with a covering letter as per Annexure-11., super-scribed
with words "Prequalification Section – Original Copy" "DO NOT OPEN BEFORE 21.06.2010”
and " Prequalification Section – Copy of Bid" "DO NOT OPEN BEFORE 21.06.2010” as
appropriate.
3. The original and copies of Technical Evaluation section shall be placed in separate sealed
envelopes along with a soft copy in CD along with a covering letter as per Annexure-11, super-
scribed with words "Technical Evaluation section – Original Copy" “Do not open if
prequalification is not cleared” "DO NOT OPEN BEFORE 21.06.2010” and " Technical
Evaluation section – Copy of Bid" “Do not open if prequalification is not cleared” "DO NOT
OPEN BEFORE 21.06.2010” as appropriate.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 74
4. Demand Draft (in case the tender is downloaded from the website) and EMD shall be placed in
one envelope and should be super-scribed with words "Demand Draft and EMD for
Automation and Online working of IGRS Offices in Uttar Pradesh” "DO NOT OPEN BEFORE
21.06.2010”
5. All the above three envelops should be placed and sealed in an outer envelope which is super -
scribed with the words Technical Bid for “Automation and Online Working of IGRS Offices in
Uttar Pradesh”.
4.8.2.1 Mailing Address for Bids
The inner and outer envelopes shall
• Be addressed to the IGRS-UP at the following address
Inspector General of Registration cum Commissioner Stamps Uttar Pradesh,
Vishwas Commercial Complex, Vishwas Khand III,
Gomti Nagar, Lucknow-226010
Fax: 0522- 2308696
• Also indicate the name and address of the Bidder to enable the bid to be returned unopened in
case it is declared "late".
• Venue for Bid Submission and Bid Opening is:
Inspector General of Registration cum Commissioner Stamps Uttar Pradesh,
Vishwas Commercial Complex, Vishwas Khand III,
Gomti Nagar, Lucknow-226010
Fax: 0522- 2308696
4.8.2.2 Responsibility of the Bidder
If the outer envelope is not sealed and marked as required by the Section 4. 8.2, the IGRS-UP will
assume no responsibility for the bid’s misplacement or premature opening.
4.7.1 Deadline for Submission of Proposals
Proposals must be received by the IGRS-UP at the address specified in the RFQ no later than the
time and date stipulated in section 1.2 of this RFQ.
The IGRS-UP may, in exceptional circumstances and at its discretion, extend the deadline for
submission of proposals by issuing an addendum, in writing or by facsimile in accordance with the
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 75
RFQ requirements. In this case all rights and obligations of the IGRS-UP and the bidders previously
subject to the original deadline will thereafter be subject to the deadline as extended.
4.7.2 Late Proposal
Any proposal received by the IGRS-UP after the deadline for submission of proposals prescribed in
RFQ will be summarily rejected and returned unopened to the bidder.
4.7.3 Modification and Withdrawal of Bid
The bidder may modify or withdraw its bid after the bid's submission, provided that written notice
of the modification or withdrawal is received by IGRS-UP prior to the deadline prescribed for
submission of Bids.
A withdrawal notice may also be sent by fax or email but should be followed by a duly signed
confirmation copy not later than the deadline for submission of Bids.
No bid may be modified subsequent to the deadline for submission of bids. No bid may be
withdrawn in the interval between the deadline for submission of bids and the expiration of the
period of bid validity specified by the bidder.
4.7.4 Conflict of Interest
The bidder shall furnish an affirmative statement as to the existence of, absence of, or potential for
conflict of interest on the part of the bidder or any prospective subcontractor due to prior, current,
or proposed contracts, engagements, or affiliations with IGRS-UP. Additionally, such disclosure
shall address any and all potential elements (time frame for service delivery, resource, financial or
other) that would adversely impact the ability of the bidder to complete the requirements as given
in the RFQ.
4.9 Proposal Opening and Evaluation
4.9.1 Evaluation Committee
The Evaluation Committee constituted by the IGRS-UP shall evaluate the technical proposal. The
Committee may choose to conduct negotiation, seek clarification or discussion with any or all the
bidders. The decision of the Evaluation Committee in the evaluation of Technical proposal shall be
final. No correspondence will be entertained outside the process of negotiation/ discussion with
the Committee.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 76
4.9.1.1 Proposal Opening
The Evaluation Committee will open the proposals, in the presence of bidders' designated
representatives who choose to attend, at the time, date, and location stipulated in the RF Q. The
bidders' representatives who are present shall sign a register evidencing their attendance.
The bidders' names, and any such other details as the Evaluation Committee may consider
appropriate, will be announced by the IGRS-UP at the opening.
The Evaluation Committee shall prepare Minutes of the Proposal Opening, including the
information disclosed to those present for its records.
4.9.2 Process to be Confidential
Information relating to the examination, clarification, evaluation and comparison of proposals,
shall not be disclosed to bidders or any other persons not officially concerned with such process
until the names of shortlisted bidders has been announced.
4.9.2.1 Clarification of Proposal & Contacting the IGRS-UP
To assist in the examination, evaluation, and comparison of proposals, the IGRS-UP may, at its
discretion, ask any bidder for clarification of its proposal. The request for clarification and the
response shall be in writing or by facsimile, but no change or substance of the proposal shall be
sought, offered, or permitted except as required to confirm the correction of arithmetic errors
discovered by the IGRS-UP in the evaluation of the proposals.
4.9.2.2 Initial Examination of Proposal
Prior to the detailed evaluation of proposals, the IGRS-UP and/or its nominees will determine
whether each Proposal (a) has been properly signed; (b) is in conformity with the
checklist/compliance sheet in the outer envelope; In case it has not been properly signed and/or
there is a discrepancy between the items on the checklist/compliance sheet and the actual
documents/material submitted, IGRS-UP reserves the right to declare the bid invalid.
4.9.2.3 Correction of Errors
Bidders are advised to exercise greatest care in entering the figures/data. No excuse will be
entertained after the proposals have been opened. All corrections, if any, should be initiated by the
person signing the tender form before submission, failing which the figures/data for such items
may not be considered.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 77
4.9.3 Evaluation methodology
4.9.3.1 Prequalification
The IGRS-UP will carry out a Pre Qualification evaluation of the proposals in order to determine
whether the bidder is capable of meeting the basic criteria’s required for successfully implementing
the project. Any bidder not meeting the Pre Qualification criteria would not be considered for
Technical Evaluation.
Pre Qualification Criteria for selection of the agencies would be based on the following criteria: a) The Lead member must have executed at least one PPP based projects within last three years.
b) The Lead member must have worked on 3 projects of Revenue Department / Registration
Department / Citizen Service Delivery projects.
c) The Lead member must have worked / be working with minimum 3 State Governments /
Central Government Departments.
d) The Lead member must be a company registered under the Indian Companies Act 1956.
e) The Lead member should have annual turnover of min. Rs 75 Crores for each of the last three
financial years (from similar IT and IT related infrastructure activities) i.e. for year 2006 -07,
2007-08 and 2008-09. In case of Consortium, each of the partners should have annual turno ver
of min. Rs 50 Crores for each of the last three financial years (from similar activities) i.e. for
year 2006-07, 2007-08 and 2008-09.
f) The Lead member should have been making profit for the last two years (not applicable in case
of Public Sector Undertakings) i.e. 2007-08 and 2008-09.
g) The Lead member should have at least 200 IT technical and 20 Managerial employees on its
own rolls.
h) The Lead member or each of the consortium partners as the case may be should have ISO
9001:2000 certification or any other equivalent certification.
i) The Lead member should have local presence in State of Uttar Pradesh (before signing of
Agreement in the event of being awarded the Contract) or the Lead member should give the
undertaking that he will open his office in Uttar Pradesh within a period of 1 month.
j) The Lead member should have experience in implementing similar projects (Software
Development, Data Centre setup, Installation, maintenance and IT related infrastructure
activities) and should have implemented during the last five years:
i) One project value of Rs. 75 Crores or,
ii) Two projects value Rs. 40 Crores or,
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 78
iii) Three projects value Rs. 15 Crores
k) The Lead member or the consortium partner should have experience in site preparation and
infrastructure set-up at more than 100 locations across various cities.
l) The Lead member/ the consortium partner should not be blacklisted with any state
government or the central government
m) The Lead member should have minimum Net worth of 50 Crores of year 2008 -2009.
Other guidelines for Consortium (Mandatory):
a. The Lead member cannot be a partner in more than one consortium. Each consortium can’t
have more than five members.
b. In case of a consortium, applicant consortia shall have a valid Memoran dum of Understanding
(MoU)/ agreement (duly registered) among all the members signed by the Chief Executives/
Authorized Signatories of the companies dated prior to the submission of the bid for a period
of minimum 6 year after the selection. The MoU/ agreement shall clearly specify the stake of
each member and outline the roles and responsibilities of each member. The MoU/agreement
shall be exclusively for this project and all the members of the consortium shall be responsible
in case of failure/ non-performance by any member.
c. All members of consortium should be registered under company’s act 1956. Partnership and
Proprietor firm are not allowed.
d. Each member of the Consortium shall have company registration certificate, registration under
certificate and Permanent Account Number (PAN) issued by income Tax department. (Copy of
each registration should be provided).
e. Attested copy of the company’s annual reports of 2006-07, 2007-08, 2008-09 has to be
attached along with the bid. Lead member should submit an undertaking that lead member (or
any member of the consortium) is acting as a company/consortium and product quoted are not
Black Listed by any Government department/agency in India.
4.9.3.2 Preliminary Evaluation
Technical proposals will be opened only for those bidders who would meet the prequalification
criteria as per the section 4.9.3.1.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 79
The Technical evaluation sections will be reviewed for deviations, acceptance of terms and
conditions, adherence to scope of work, formats required, purchase of bid document etc. In case of
non compliance on any of the above, bids will be considered as technically non -responsive.
4.9.3.3 Technical Evaluation
The IGRS-UP will carry out a detailed evaluation of the proposals previously determined to be valid
in order to determine whether the bidder has proven record of executing assignments of similar
nature. In order to reach such a determination, the IGRS-UP will examine and compare the
Technical Evaluation sections and may subsequently call the bidders to make presentation and
address the queries.
On the basis of the submitted case studies, bidder profile (to be substantiated with documentary
evidence like work orders, completion certificates, testimonials, undertaking etc.) and the
presentation of solution approach, project plan and manpower, the capability of the bidder will be
judged. The Technical Evaluation section and the presentation should broadly be addressing the
following:
Table 11: Technical Evaluation Criteria S.No Evaluation Criteria Marks
TOTAL TECHNICAL MARKS 100
1. Relevant Past Experience 30
a. Relevance to the Project (Automation & Online Working of IGRS offices in UP) – Only Lead member
Work order and Completion certificate
10
• One PPP based relevant project successfully running for more than 6 months (1).
• More than one PPP based relevant project successfully running for more than 6 months (2).
-do-
• Worked on 3 projects of Revenue Department / Registration Department / citizen service delivery projects (1)
• Worked on more than 3 projects of Revenue Department / Registration Department / citizen service delivery projects (2)
-do-
• The Lead member must have executed project providing e-Services to citizens, with average transaction volumes of over 20,000 per month (2).
-do-
• The Lead member must have executed e-Service delivery project with a multi-layer architecture
-do-
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 80
S.No Evaluation Criteria Marks
comprising portal solutions for providing eServices to users including online submission of forms (with the attachments), PKI enablement etc. (1)
• The Lead member must have executed project involving security architecture design & implementation/ integration under IT Act 2000 or similar guidelines and certified for or compliant to ISO 27001 standards (1).
-do-
• The Lead member must have executed project involving integration of multiple electronic payment transactions through payment gateway (1).
-do-
• The Lead member must have executed project for providing managed services covering full lifecycle compliant with ITIL/ ITSM or equivalent and certified for or compliant with ISO 20000 standards(1).
-do-
b. Geographical size of the relevant projects 4
The Lead member or the consortium partner should have experience in site preparation and infrastructure set-up at multiple sites:
• More than 100 and less than 150 locations (2). • More than 150 but less than 250 locations (3). • More than 250 locations (4).
Case study / studies AND Work Order copies of ongoing projects / completion certificates for completed projects, from clients for all the assignments mentioned AND
Undertaking of having executed projects according to mentioned locations
c. Experience in conducting Change Management, Training and Communication –Lead member
• Number of officials/employees 100 (1). • Number of officials/employees more than 200 (2). • Number of officials/employees more than 500 (3).
Credentials / Case study AND Work order / Completion
8
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 81
S.No Evaluation Criteria Marks
certificate
d. Experience in conducting Change Management, Training and Communication –Lead member
• Strategy used (5)
-do-
e. Experience in successfully executing automation project of similar size and scale (project completion certificate to be attached) –Lead member
• Three projects successfully completed with Center/State Government Department/ PSUs/Government Institutions (4).
• More than three projects successfully completed with Center/State Government Department/ PSUs/Government Institutions (8).
-do- 8
2. Solution Proposed 40
a. Understanding of project requirements considering (but not limited to):
Approach and Methodology
5
• Data Centre Requirements. • Portal design & architecture. • SLA Management. • Standards as required in RFQ. • Overall solution.
-do-
b. Technologies proposed considering (but not limited to):
4
• Development/Application Platform. • Enterprise Management Solution. • Data Storage and Archival Management - for
achieving Zero Data Loss. • Others.
-do-
c. Solution Design & Approach considering (but not limited to):
10
• Architecture & approach for addressing scalability, performance, availability and manageability.
• Application architecture & Integration Approach. • Payment Gateway integration & other aspects of
interfacing with banks and other departments. • Data centre & DR architecture. • Adequate provision for load-balancing, clustering
and fail-over at all required places in order to achieve required availability & reliability.
• Adequate initial sizing and provision for scalability to cater to peak load as well as for future growth
-do-
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 82
S.No Evaluation Criteria Marks
on the servers and networks. • Data digitization, migration & quality assessment
plan & methodology. • FMS: continuous improvement of service delivery,
proactive mechanism to prevent errors, grievances and complaints.
• Whether provisions have been made for desktop, server and networking to start early on the obsolescence curve (must quote latest models; must commit to supply latest models as on supply-date).
• Whether the servers have remote-manageability and whether they can easily & seamlessly integrate with the chosen EMS.
d. Network and Security Architecture, considering (but not limited to):
5
• Proposed Network & Security Architecture. • To what extent and with what mechanisms/
systems, the security requirements have been dealt with.
• Whether technical security requirements have been addressed adequately
o Perimeter Security (e.g., Firewalls, IPS) o Host Security (Platform Hardening) o Host IPS, Antivirus etc
• Dual Factor Authentication and PKI Infrastructure. • Whether the proposal includes formulation of
security policy & standard operating procedures.
-do-
e. Project Plan with deliverable considering (but not limited to):
g. Approach for project coordination and operations management post rollout at the state level considering (but not limited to):
7
• Team Deployment. • Communication.
Approach and
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 83
S.No Evaluation Criteria Marks
• Replacement and Transfer of learning. • Application upgrades & training to team. • Helpdesk management. • Status tracking. • MIS reports.
Methodology
3. Manpower Proposed 30
a. Proposed team for delivering different services required in RFQ and approach for project coordination across the team based at various locations in the state in pre/ post rollout scenarios
• Team structure & size. • Deployment plan of proposed team (onsite &
offsite). • Approach for project coordination.
Detailed Resource deployment plan AND Approach
8
b. Level of skills & relevance of experience of the individuals proposed for the project
16
• Experience of the software design & development team.
• Experience of the network design & installation team.
• Experience of the hardware installation & commissioning team.
• Experience of project management team (PMT).
• Experience of the site preparation team (Renovation/ Expansion/ Construction).
• Experience of training, change management & HRM team
• Experience of the operations & maintenance team.
• Experience of managed services team.
Resumes as per
Annexure 13
c. Qualification & Certifications relevant to the role described
6
• Professional qualification of proposed resources.
• Relevant certifications of proposed resources.
-do-
Note: All bidders must ensure that the annual turnover (in terms of sales of hardware) of the OEM
(average figure for the last two years) whose Servers / workstations / PC’s, UPS, Generators, AC are sought
to be supplied, should be at least Rs. 450 Crores, Rs. 15 Crores, Rs 10 Crores and Rs. 100 Crores respectively
(for i. Servers / Workstations / PC’s, ii. UPS, iii. Generators, iv. AC only - in that order).
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 84
IGRS-UP may call the bidders for the presentation and the dates would be intimated to the
concerned bidders.
The bidder scoring cumulative score of Technical Evaluation section based on above mentioned
criteria would determine the technically qualified bidder.
The bidder scoring a minimum of 80% marks overall would qualify for commercial evaluation. All
the qualified bidders will be provided the RFP document.
4.9.3.4 Commercial Evaluation
4.9.3.5 Once the bidders are shortlisted on the basis of Technical Evaluation section, they
(“Technically Qualified” bidders) would be asked to submit the commercial bids on the
date decided by the IGRS-UP. Final Evaluation
For the purpose of Final Evaluation, evaluation committee will evaluate each of the bidder’s
response on the basis of commercial parameters only.
Ranking of the bidders shall be based on the following criteria:
ü Price quoted per transaction for Registration of Deeds in INR.
4.9.4 Disqualification
The bid is liable to be disqualified if:
• Not submitted in accordance with this document.
• During validity of the bid or its extended period, if any, the bidder increases his quoted prices.
• During the bid process, if a bidder indulges in any such deliberate act as would jeopardise or
unnecessarily delay the process of bid evaluation and finalisation.
• Bid received in incomplete form or not accompanied by bid security amount/ all requisite
documents.
• Bid received after due date and time.
• Bidder submits conditional bids.
• Bidder indulges in canvassing in any form to win the contract.
• Bidder sub-contracts any part of the project to or employs the goods or services of any of the
parties having interest in the project e.g. NIC, Wipro Ltd. (Project Consultants), Department of
Stamps & Registration without approval of the Inspector General of Registration cum
Commissioner Stamps.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 85
• In case any one party submits multiple bids or if common interests are found in two or more
bidders, the bidders are likely to be disqualified, unless additional bids/ bidders a re withdrawn
upon notice immediately.
Bidders may specifically note that while processing the Bid documents, if it comes to our
knowledge expressly or implied, that some bidders may have compounded in any manner
whatsoever or otherwise joined to form a cartel resulting in delay/ holding up the processing of
tender then the bidders so involved are liable to be disqualified for this contract as well as for a
further period of two years from participation in any of the tender floated by IGRS-UP. It is also
clarified that if need arises the purchaser would go in for appointment of outside party(s) to
undertake the work under the captioned tender.
4.10 Award of Contract
After evaluation of all accepted proposals by the evaluation team, a contract may be awarded to
the successful bidder whose proposal meets the requirements of this RF Q and receives the highest
overall rating and is determined to provide the best value to IGRS-UP. IGRS-UP reserves the right to
award the contract in whole or in part, if it is in its best interests to do so.
Notification of award
The acceptance of a tender, subject to contract, will be communicated in writing at the address
supplied by the bidder in the bid document. Any change of address of the bidder, should therefore
be promptly notified to the IGRS-UP.
Signing of Contract
The Bidder shall be required to enter into a contract (Draft Concession Agreement and/or Service
Level Agreements) with the Government of UP, within thirty (30) days of the award of the contract
or within such extended period, as may be specified by the IGRS-UP.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 86
5. GENERAL INFORMATION, TERMS & CONDITIONS (SUCCESSFUL BIDDERS)
5.1 Performance Bank Guarantee
Some of the terms and conditions which bidder must satisfy are listed below:
• The successful bidder shall at his own expense deposit with IGRS-UP, within fifteen (15)
working days of the date of notice of award of the contract or prior to signing of the
contract whichever is earlier, an unconditional and irrevocable Performance Bank
Guarantee (PBG) (Annexure-12) from a nationalized bank acceptable to IGRS-UP, payable
on demand, for the due performance and fulfilment of the contract by the bidder.
• The performance guarantee shall be denominated in the currency of the Contract and shall
be by bank guarantee.
• This Performance Bank Guarantee will be 10% of contract value (calculated on the basis of
cost per Registered Deed by bidder multiplied by transaction volume estimated for next 5
years i.e. 9437618)4. All charges whatsoever such as premium; commission etc. with
respect to the Performance Bank Guarantee shall be borne by the bidder.
• The Performance Bank Guarantee shall be valid till the end of six months from the date of
“Transfer” i.e six months after Transfer. The bidder will get the Performance Bank
Guarantee renewed at least 3 months prior to expiry. The Performance Bank Guarantee
will lapse automatically at the end of six months after the “Transfer” s ubject to the terms
and conditions in the Performance Bank Guarantee.
• The Performance Bank Guarantee may be discharged/ returned by IGRS-UP upon being
satisfied that there has been due performance of the obligations of the bidder under the
contract. However, no interest shall be payable on the Performance Bank Guarantee.
• In the event of the bidder being unable to service the contract for whatever reason, IGRS-
UP would evoke the PBG. Notwithstanding and without prejudice to any rights whatsoever
of IGRS-UP under the Contract in the matter, the proceeds of the PBG shall be payable to
IGRS-UP as compensation for any loss resulting from the bidder’s failure to complete its
obligations under the Contract. IGRS-UP shall notify the bidder in writing of the exercise of
its right to receive such compensation within 14 days, indicating the contractual
obligation(s) for which the bidder is in default.
4 Note: For calculating per document registration charges, the bidder needs to refer to the column “No. of
Registered Deeds without bank files” of Annexure 2.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 87
• IGRS-UP shall also be entitled to make recoveries from the bidder’s bills, performance bank
guarantee, or from any other amount due to him, the equivalent value of any payment
made to him due to inadvertence, error, collusion, misconstruction or misstatement.
• The right of IGRS will not be limited to the amount of PBG against the bidder/ vendor.
5.2 Use of Contract Documents and Information
The bidder shall not, without prior written consent from IGRS-UP, disclose the Contract, or any
provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by
or on behalf of the IGRS-UP in connection therewith, to any person other than a person employed
by the bidder in the performance of the Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far, as may be necessary for purposes of such
performance.
The bidder shall not, without prior written consent of IGRS-UP, make use of any document or
information made available for the project, except for the purposes of performing the Contract.
All project related documents issued by IGRS-UP, other than the Contract itself, and data and
records created/ generated during the term of the contract shall remain the property of the IGRS-
UP and shall be returned (in all copies) to the IGRS-UP on completion of the bidder’s performance
under the Contract.
5.3 Liquidated Damages
In the event the successful bidder fails to provide the services in accordance with the SLA, the
bidder shall be liable for penalty as per the terms and conditions of Service Level Agreements
(SLAs) to be agreed between the PPP Vendor and IGRS-UP.
Due to the criticality of availability of the information, the solution should consider reliability,
redundancy in hardware configuration and fail safe design. No data loss/ interface failure is
permitted and any recovery procedures should take this into consideration.
5.4 Termination of Contract
Termination for default
The GoUP on recommendation of the IGRS-UP, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Bidder, may terminate the Contract fully or in
part, under the following conditions:
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 88
• If the selected Bidder fails to deliver any or all Contracted services as per service standards
specified in the Contract/ SLAs, or
• If the selected Bidder fails to perform any other obligation(s) under the Contract/ SLAs, or
• If the selected Bidder in the judgment of the IGRS-UP has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
In the event GoUP (IGRS-UP) terminates the Contract in whole or in part, IGRS-UP may procure,
upon such terms and in such manner as it deems appropriate, services similar to those undelivered,
and the selected Bidder shall be liable to IGRS-UP for any excess costs for such similar services.
However, the Bidder shall continue performance of the Contract to the extent not terminated.
Alternately, IGRS-UP would be free to fully take over the assets and operations earlier being
undertaken/ used by the Bidder on mutually agreed terms, without prejudice to any other action as
contemplated in the Contract/ SLAs.
Termination for insolvency
IGRS-UP may at any time terminate the Contract by giving written notice to the selected Bidder if
the successful Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the selected Bidder, provided that such termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue thereafter to the IGRS-UP.
Termination for Convenience
IGRS-UP, by written notice sent to the Bidder, may terminate the Contract, in whole or in part, at
any time for its convenience. The notice of termination shall specify that termination is for its
convenience.
5.5 Force Majeure
The successful Bidder shall not be liable for forfeiture of its Performance Bank Guarantee,
Liquidated Damages, or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an event of Force
Majeure.
For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder and
not involving the successful Bidder’s fault or negligence, and not foreseeable. Such events may
include, but are not restricted to, acts of the IGRS-UP in its sovereign capacity, wars or revolutions,
fires, floods, epidemics, quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Bidder shall promptly notify the IGRS-UP in writing of such
condition and the cause thereof. Unless otherwise directed by the IGRS-UP in writing, the Bidder
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 89
shall continue to perform its obligations under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force Majeure
event.
5.6 Confidentiality
The Bidder shall not use or disclose to any third party, except for the purpose of the observance of
these terms and Conditions any confidential information of IGRS-UP or any information which may
come to his knowledge in the course of performance of the contract .
5.7 Contract amendment
No variation in or modification of the terms of the Contract shall be made except by written
amendment signed by both/ all the parties.
5.8 Resolution of disputes
IGRS-UP 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.
If, after thirty (30) days from the commencement of such informal negotiations, IGRS-UP 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. Principal Secretary (Stamps &
Registration)will act as a sole Arbitrator.
All Arbitration proceedings shall be held at Lucknow, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be in English.
5.9 Insurance Requirement
The successful bidder shall take and keep effective the insurances required for safety of the
hardware and running the system, during the period of the Contract.
5.10 Notices
Any notice given by one party to the other pursuant to this Contract shall be sent t o the other party
in writing or by e-mail,telex, cable or facsimile and confirmed in writing to the party’s address. A
notice shall be effective from the date when delivered, tendered or affixed on notice board
whichever is earlier.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 90
5.11 Software Licenses
All application, database and other software licenses used for application implementation and
operation of SROs would be procured specifically for “Automation and Online Working of IGRS
Offices in Uttar Pradesh” project in the name of “Inspector General of Registration cum
Commissioner Stamps, Uttar Pradesh” ”. No illegal or unlicensed software shall be used for this
project.
5.12 Intellectual Property Rights of the Project
During the Operate phase, the responsibility to maintain the IPR would lie with the PPP Vendor.
PPP Vendor will transfer the IPR to the GoUP at the time of transfer of assets.
5.13 Payment Terms
A Society would be established under the Societies Registration Act, 1860. To get exemption from
income tax, the Society will also be registered under the relevant provisions of Income Tax Act
1961. The purpose of the Society is to promote efficiency, reduce delays and enhance
accountability in management of the user charges fund by facilitating judicious and timely release
of payments due to the PPP vendor and other creditors. This Society would be constituted
specifically to manage the funds generated from the “Computer User Charges” levied by IGRS-UP.
These charges would be collected at all SROs in the state of Uttar Pradesh. This task would be
performed by the Society under the overall policy framework of Department of Stamps &
Registration. The management of funds would be covered by the following key principles:
• The payments will be done to the PPP Vendor on monthly basis for the whole state.
• Payment for registration of deeds except bank mortgage deeds (received under the provisions
of U.P Agriculture Credit Act) will be worked out on the basis of “Number of documents
registered and charges of other services provided in different SROs”5.
• Payments for other services will be the total amount collected for these services as per table 10
in Section 4.7.4.
• The monthly bills will be submitted by the PPP vendor to the IGRS-UP along with a report of the
work done i.e. number of completed registered documents, other s ervices rendered and the
consequent payment due during the month. The report will be signed and attested digitally by
the respective SR/ Officer in Charge. The vendor will develop necessary software for creating
5 Note: For calculating per document registration charges, the bidder needs to refer to the column “No. of Registered
Deeds without b ank files” of Annexure 2.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 91
the above referred reports automatically on the basis of the work done in the SROs. The IGRS
will in turn release 80% of the payment after verification of bills, evaluating the adherence to
SLAs and deducting necessary penalties and release remaining 20% of the payment up to the
last working day of the subsequent month, if there is no technical problem or dispute.
• Any penalties imposed on the PPP vendor for non -performance will be deducted from the
payments.
• All taxes, including State and Central Government taxes, as applicable will be deducted at
source as per the prevalent rules and regulations at the time of making payments to the PPP
vendor during the billing cycles.
• Payment will be made within fortnight’s time from receipt of bill, provided there is no dispute.
• It is binding on the PPP vendor, to whom the work will be allotted to complete the Registration
process within the time defined for registration of document. In case of delay, the PPP Vendor
will be penalized proportionately. The amount of penalty will be adjusted against the amount
payable to the PPP vendor per month and the net payment will be made to the PPP vendor.
The application software shall keep track of delays. Details for calculation of penalty are
defined in section 3.18 and Annexure 9.
5.14 Pre-delivery Inspection of Goods
2 Personnel nominated from IGRS-UP and 2 personnel from Project Consultant (or as the case may
be) or an agency duly authorized by IGRS-UP shall carry out factory/ pre-dispatch inspection of all
the equipment before the dispatch to IGRS-UP. In the case of factories located outside India, the
bidder shall submit pre-dispatch Factory Inspection Certificates, bearing the serial numbers of
items being delivered to identified offices of IGRS-UP, the work order reference, factory pre
dispatch inspection parameters and their results for each serial number (item), as per the ISO
9001:2000 quality procedures and/ or ISO 14001 procedures followed by the respective factories.
All the costs associated to factory inspection for 2 personnel of IGRS-UP and 2 personnel from
Project Consultant or an agency duly authorized by IGRS, including travel and lodging, shall be
borne by the Bidder.
The successful Bidder can deliver the products at site only after obtaining clearance from IGRS -UP
after either carrying out of pre-dispatch factory inspection or verification of pre-dispatch inspection
certificates and documents. After receiving items from bidder, IGRS-UP officials/ consultant would
re-inspect materials, their documents/ quantity / certificates etc. of various items again at IGRS-UP
offices. After getting clearance from IGRS-UP officials, IGRS-UP officials will seal all the material
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 92
again and get it opened on the designated site in front of IGRS-UP officials. Bidder is responsible for
safe and timely transportation and delivery of material to its final destination.
5.15 Obligations of the selected Bidder(s)
Some of the obligations of the selected bidders are listed below:
• The selected Bidder shall be obligated to work closely with staff of DoSR and IGRS-UP, act
within its own authority and abide by directives issued by the DoSR and IGRS-UP authorities.
• The selected Bidder shall abide by the job safety measures prevalent in India and will free IGRS-
UP from all demands or responsibilities arising from accidents or loss of life or property the
cause of which is the Bidder’s negligence. The Bidder will pay all indemnities arising from such
incidents and will not hold IGRS-UP responsible or obligated.
• The selected Bidder will treat as confidential all data and information, obtained in the
execution of his responsibilities, in strict confidence and will not reveal such information to any
other party without the prior written approval of IGRS-UP.
• The selected Bidder shall install and use only the recommended/ supplied licensed software
and hardware in required quantities during the period of the contract.
• The set up and the manpower deployed shall be dedicated for the use of IGRS-UP office work
only. It shall not be used for any other purpose during or after office hours or on holidays.
• Selected Bidder shall be responsible for the maintenance, up-keep and up-gradation of all the
hardware devices and software installed by him during the period of the contract.
• No part of the contract shall be assigned or sublet without the written approval of the IGRS-UP.
• The selected Bidder must handle carefully all the equipments and work. He should not affect
the normal working of the Government offices. Right time attendance and work is important,
otherwise it shall be treated as non-cooperation to department, which will be liable for
termination of contract.
• The PPP vendor shall comply with all rules, regulations, byelaws and directions given from time
to time by any local or public authority in connection with this work and shall pay fees or
charges that are leviable on him without any extra cost to the Government.
5.16 Acceptance test
The Acceptance Tests shall be conducted in two steps:
The first acceptance test shall involve successful supply, delivery at site, installation &
commissioning at all POP’s (including HQ) as described in this RFP document and shall be defined as
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 93
Final Acceptance for all installations. A period of seven (7) working days shall be allowed for
acceptance test after installation.
If due to any circumstances beyond the control of the successful bidder, it becomes difficult for a
Bidder to get Full Acceptance Test (FAT) conducted for all the POPs in the implementation phase,
then the IGRS-UP may consider allowing Partial Acceptance Test (PAT) for payment purposes,
provided that at least 80% POPs in that phase have been duly commissioned.
The second acceptance test shall involve successful supply, delivery, installation & commissioning
of software at all IGRS offices. The date on which installation certificate is issued shall be deemed
date of the successful commissioning of this Project. Any delay by the PPP vendor in the
performance of its contracted obligations shall render the PPP vendor liable to the imposition of
appropriate penalties, unless agreed otherwise by the IGRS-UP. Any delay by the successful bidder
in the PAT/ FAT shall render the successful bidder liable for imposition of appropriate penalties.
Methodology:
All hardware and software items must be installed and integrated at particular site as per the
minimum specifications mentioned in this RFP document.
The PPP vendor will arrange the test equipments required for performance verification. The PPP
vendor shall furnish the list of test diagnostics programs for hardware and software along with the
test schedules and will also provide documented test results. The PPP vendor shall be required to
demonstrate all the features/ facilities/ functionalities as mentioned in the RFP.
The IGRS-UP shall be responsible for appointing a third party (certified agency other than the
successful bidder) for audit of the software and network to be carried out. The payment of the
same will be borne by IGRS-UP.
The acceptance tests and third party audit shall include all reasonable exercises which the
combination of the equipment and the software can be expected to perform in actual usage. The
tests shall include, but not limited to, the demonstration of the proper functioning of all hardware
and software.
5.17 Documentation of Acceptance Tests
Test procedures, test data, and test results should be documented in a manner permitting
objective pass/ fail decisions to be reached. They should also be suitable for review and objective
decision making subsequent to running the test, and they should be suitable for use in any
subsequent regression testing. Errors detected during testing should be logged, classified,
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 94
reviewed, and resolved prior to release of the software. Software error data that is collected and
analyzed during a development life cycle may be used to determine the suitability of the software
product for release for installation. Test reports should comply with the requirements of the
corresponding test plans.
The acceptance tests shall demonstrate that the Bidder has met each and every requirement
specified within the contract and has delivered an effective operational system.
5.18 Third Party Claims
The selected Bidder(s) shall indemnify IGRS-UP against all third-party claims of infringement of
patent, trademark or industrial design rights arising from use of the Goods (including software) or
any part thereof in India.
5.19 Penalty
Calculation of penalty is defined in Section 3.18 and Annexure-9.
5.20 Ownership of Equipments
All the equipments provided by the selected Bidder(s) and the software modules developed by the
bidder under the Contract/ SLAs shall virtually have the right to use of the property by IGRS-UP
throughout the contract period though the ultimate transfer may come much later, after the expiry
of the contract period. The selected Bidder therefore will not shift, move, mortgage, and transfer
by any means the equipments and software without the prior consent of IGRS-UP. Such a request
by the Bidder should be made with suitable justification and reasoning. However, the selected
Bidder will be allowed to carry out normal maintenance activities as scheduled.
Ownership of all the data created during the period of contract shall be the property of the IGRS-
UP. The vendor shall not use any data or any information received during the period of contract
and any record created during such period. After the contract period the ownership of all
equipments (hardware, software, data etc) will be transferred to IGRS-UP.
No third party interest in any form (lien, mortgage, hypothecation etc.) without the prior approval
and consent of IGRS-UP can be created on the assets, equipments etc. installed by the selected
Bidder(s).
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 95
5.21 Prevention of Corrupt or Fraudulent Practices
IGRS-UP requires that agencies observe the highest standards of ethics during the procurement and
execution of such contracts. In pursuance of this policy, “IGRS-UP”:
(a) Defines for the purposes of this provision, the terms set forth as follows:
i. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of the public official in the procurement proces s or in
contract execution; and
ii. “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or execution of a contract to the detriment of IGRS-UP, and
includes collusive practice among Bidder’s (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive
IGRS-UP of the benefits of the free and open competition;
(b) 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 the contract in question;
(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt and
fraudulent practices in competing for, or in executing, a contract.
(d) It is expected that:
i. The past performance of the Bidder will be cross -checked if necessary. If the facts
are proven to be dubious the Bidder’s tender will be ineligible for further
processing.
ii. The selected Bidder shall hire employees only after checking past records.
iii. The data generated out of transactions shall not be misused in any way.
iv. All the software used must be duly licensed.
5.22 Interpretation of Clauses
In case of any ambiguity in the interpretation of any of the clauses in the RFP, IGRS-UP’s
interpretation of the clauses shall be final and binding on all parties.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 96
5.23 Exit Management Plan
The PPP Vendor shall sign a legally enforceable exit management contract (containing the
recommended “Exit Management Plan”) with the IGRS-UP at the time of signing the Contract. The
Exit Management Plan shall deal with at least the following aspects of exit management in relation
to the SLAs as a whole and in relation to the project implementation, the operation and
management of SLAs and scope of work definition.
I. Well Defined Transfer Process: A detailed program of the transfer process that
could be used in conjunction with a replacement of vendors 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;
II. Communication: Modalities for communication with the PPP Vendor’s sub-
contractor staff, suppliers, customers and any related third party as are necessary
to avoid any material detrimental impact on this project’s operations as a result of
the transfer;
III. Plan for Contingent Support: The contract shall include provisions for providing
contingent support to the project and providing replacement vendor for a
reasonable period after the transfer.
• The PPP Vendor shall re-draft the Exit Management Plan annually thereafter to ensure
that it is kept relevant and up to date.
• Each Exit Management Plan shall be presented by the PPP Vendor to and approved by the
client or its nominated agencies.
• The terms of payment as stated in the Terms of Payment Schedule include the costs of the
PPP Vendor complying with its obligations under this Schedule.
• In the event of termination or expiry of SLAs, Project Implementation, Operation and
Management of SLAs or Scope of Work, each Party shall comply with the Exit Management
Plan.
• During the exit management period, the PPP Vendor shall use its best efforts to deliver the
services.
• Payments during the Exit Management period shall be made in accordance with the Terms
of Payment Schedule.
• In case PPP Vendor exits the project, IGRS-UP shall be forfeiting the hardware, software
installed/supplied by the vendor and also the PBG submitted by the vendors to the IGRS-
UP during the project.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 97
5.24 Implementation Schedule
The implementation schedule for the project has been shown in the table below:
Table 12: Implementation Schedule
S. No. Activity Time of Completion (Elapsed Weeks)
1. Date of signing of agreement with the successful bidder T1
2. SRS preparation and sign-off T1 + 12
3. Design, development and customization and integration of software/ applications
T1 + 24
4. Testing, modification and user acceptance of software T1 + 28
5. Preparation of Data Centre T1 + 16
6. Renovation of the SRO offices and other offices T1+ 20
7. Expansion (if land is available) of the SRO offices and other offices
T1+ 22
8. Installation of hardware at all locations T1 + 24
9. Testing and user acceptance of H/W & WAN T1 + 26
10. Data migration T1 + 28
11. Stakeholder training & change management T1 + 32
12. System “Go-Live (G1)”* (Pilot) T1 + 29
13. Overall load testing and modification T1 + 30
14. Bug fixing T1 + 31
15. System “Go Live” – roll out at all offices T1 + 32 (G1)
16. Solution documentation G1 + 6
17. Operational support and maintenance (managed IT services)
G1 + 5 years
“Go-live” is the juncture at which the solution is completely operational as per the requirements
provided in this RFP and any addition/ change thereto in the scope of work (mutually agreed
between the PPP vendor and IGRS-UP) and all the acceptance tests have been successfully
completed as per the satisfaction of IGRS-UP. “Go-Live” stage will be declared by IGRS-UP only after
it has been established that all the applicable requirements of this RFP and any addition/change
thereto have been fulfilled.
“G1” is the date on which the system is declared “Go-Live” across all IGRS-UP offices and in the
public domain.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 98
6. ANNEXURE
Annexure 1. Module Specifications
This section provides the indicative module specifications to implement computerized system for
the Registration functions of Department of Stamps & Registration, Uttar Pradesh. The selected
vendor is required to go through the HLSRS document for the module details based on which the
detailed SRS would be prepared. The indicative list and summary of the various modules that would
form a part of the automated system is given below.
S.No Module Name Module Summary
1. Website Portal
This module details requirements for an online website portal
as a part of bringing operations of the DoSR under a unified
electronic process.
2. Document Search
Module (for end users) to search information based on the
document registration number; Module (for end users) to
search information based on the property/ party details;
Module (only for DoSR officials) to search information based on
the property details
3. Intimation of Transaction Module for intimation of transaction or registration of pro perty
4.
Certified Copy of
Registered Document/
Non-encumbrance
Certificate Issuance
Module for initiating application for issuance of certified copy
of registered document/ search report and module for copy
issuance process by SR at SRO
5. Service Providers Module for providing information about the licensed Service
Providers and system for getting the license
6. WILL Module for Will deposition, withdrawal and retrieval
7.
Miscellaneous Documents
Recording: Logging of
Caveats/ Charges/
Judgments/ Protests/ Stay
Orders
Module for Miscellaneous Documents Recording: Logging of
Caveats/ Charges/ Judgments/ Protests/ Stay Orders and
Releasing the same
8. Revision of Circle Rates Module for revision of circle rates and storage of old circle
rates
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 99
9. Property Valuation & Duty
Calculation
Module for calculating stamp duty and registration fee for any
specific transaction
10. E-Stamping Module for buying e-stamps
11. Registration of Deeds
Module for initiation of registration of deeds by the end user/
SP; Module for completion of registration process by SR at SRO;
Module for Registration Process (Initiation and Completion) at
SRO
12. Marriage Registration Module for Registration of Marriage under Hindu Marriage Act
13. Slot Booking Module for slot booking by the user
14. Payments Module for making payment for services availed
15. Spot Inspection Module for Spot Inspection by the SR/ other officials
16. User Registration Module for registration of all type of users
17. User Account
Management Module for User Account Management
18. Transaction History Module for uploading the status of documents
19. Public Officer Tool Module for providing rights and access to Public Officers
20. Reports Module for generating reports and MIS
21. Revenue Management Module for Revenue Reconciliation
22. Email Alerts Module for e-mail alerts mapping and configuration
23. Administration Module for configuring all the configurable parameters in the
system
24 Token Management
System
Module for issuing tokens for various services to the citizens, in
order to ensure FIFO(First In First Out) mechanism
These modules are indicative only and are subject to change based on inputs from DoSR during the
detailed SRS design. The above modules are outlined in the fol lowing section.
1. Website Portal
The Website Portal shall have all the information about the DoSR and shall enable the users to use
the system in efficient manner for all the services. The Citizens (end users), intermediaries’ users
(Service Providers, banks, courts, etc) over internet and the DoSR officials (over intranet) shall be
the users of the system for various activities involved in registration process. Users shall be able to
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 100
access the system for all sorts of information, transactions, and other customer services. This shall
bring the department to close vicinity of its citizens and shall create a “virtual office” for DoSR.
2. Document Search
The DoSR system shall provide Search facility for the users to find details of the registered
document as per availability of the documents in the database. User shall also be able to download
the registered document at the time of availing the search facility. The registered user shall be able
to avail the facility in DoSR system. The system shall provide follo wing type of search,
i. Search based on Registration Number.
ii. Search based on mandatory/ optional fields.
iii. Search based on advanced mandatory/optional fields (Only for DoSR officials).
3. Intimation of transaction
The DoSR system shall provide Intimation facility to the user for getting intimation of transaction of
his/her property, whenever the documents shall be presented for and after that once the
registration is completed. The intimation shall be sent by SMS or email to the users, it shall be
necessary for the user to mention the email and mobile phone details at the time of availing the
facility in the system. The DoSR system shall also provide Intimation facility for search and
download of registered documents. The user (property owner) shall get intimation b y SMS/Email
and the log shall also be maintained (in the registered user account) whenever a search or
download of his/her registered property documents.
4. Certified copy of Registered Document/ Non Encumbrance Certificate
The DoSR system shall provide facility of issuance of certified copy of registered document and
Non-Encumbrance report to the citizens. The facility shall be on payment basis. The system shall
provide option to either send application online for issuance of reports or to get the report/ co py
issued by visiting at SRO. The registered user shall apply online by submitting the application form
after paying the requisite fee, user shall get the reports delivered to his/her place. Citizen/user shall
have option to visit SRO and submit the manual application to SR, after payment of requisite fee SR
shall issue the report/copy to applicant.
5. Service Provider
The DoSR shall authorize some licensed Service Providers to provide certain facilities available in
the DoSR system to the citizens. The Service Provider shall get some credit limit after depositing the
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 101
advance amount and shall be able to use the credit limit while providing the services. Service
Provider shall also get rebate on selling the E-Stamps, however no such rebate would be extended
for other facilities. The application for becoming Service Provider shall be submitted manually at
DoSR and the license for becoming Service Provider shall also be issued manually by DoSR. The
DoSR shall also authorize banks as licensed Service Providers, the SP banks shall have to deposit
amount to buy the credit limit and shall be given direct access rights over certain functionalities
(Similar to SP) to provide facilities to end citizens.
Note: Before initiation of the project, DoSR had already forwarded the request to state
Government for inclusion of CRA (Central Record-keeping Agency) into the process for e-Stamping.
Since Service Providers would be a critical party engaged in the implementation of e-Stamping,
therefore, the Vendor would have to coordinate with CRA in this process. The vendor would
additionally provide interface between the software he designs and the third party (CRA) software.
6. WILL deposition/withdrawal/retrieval
The DoSR system shall provide facility for citizens to deposit the WILL, withdraw the deposited WILL
and retrieve the copy of WILL. Citizen shall have to visit the District Registrar office with manual
application to avail the facility. For availing this facility, the citizen shall have to visit DRO.
7. Miscellaneous Documents Recording (Logging of Caveats/Charges etc.)
User (citizens), courts, banks shall request the DoSR for putting flags on property which would be
displayed when the property details are accessed for future registry/ transaction of the property.
On basis of request the DoSR shall create or log caveats against the property. Interested parties
shall approach the SRO with manual application for logging the caveats/charge on the property. SR
shall log the request and shall enter the details in the system. The respective property shall be
flagged with the charges/caveats but the future transaction on the property shall be restricted only
in the case of court (Supreme Court & High Court) stay order. The release of the charges shall be
done by SR after receiving application of the same at SRO.
8. Revision of Circle Rates
Department of Registration & Stamps prepares market rate guideline (circle rate list) for all types of
properties in the state. The guideline (circle rate list) shall be available in the DoSR system a nd any
citizen visiting the DoSR system shall be able to view the same. The guideline (circle rate list) shall
be prepared manually (as per the existing process), once prepared and approved the guideline
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 102
(circle rate list) shall be entered in the system by DoSR officials. The rates and the sub-clauses/
provisions in the guideline (circle rate list) shall be used by the system for valuation of the property.
Along with the property rates, the applicable Stamp duty and registration fee information for
different types of deed documents shall also available in the system. This information shall be used
by the system for calculation of stamp duty and registration fee for property related transactions.
The guideline (circle rate list) data shall be calculated by the system on basis of historical data.
9. Property Valuation & Duty Calculation
The DoSR system shall provide the Property Valuation facility to the citizens. Citizen shall be able to
valuate their property by entering the details in the valuation form avail able in the system. The
Citizen shall also get the calculated Stamp duty and Registration fee applicable to his/her type of
the property.
10. E-Stamping
In the DoSR system stamps shall be issued from the system and shall be in form of E -Stamps with
unique code. These E-Stamps shall be issued at the time of initiation of registration process for the
documents which shall be registered, and for document that shall not be registered with the DoSR
system; user shall get the E-Stamps after entering the required details in the system and after the
payment of requisite amount. The facility shall be available to the registered user of the DoSR
system, the citizens who are not the registered user shall be able to buy the E -Stamps by visiting
any Service Provider or any SRO.
Note: Before initiation of the project, DoSR had already forwarded the request to state
Government for inclusion of CRA (Central Record-keeping Agency) into the process for e-Stamping.
The Vendor would have to coordinate with CRA in this process. Other process will remain same
wherein the vendor would be required to create the module for e-Stamping as discussed above,
however, this functionality will be locked till the CRA remains operational in the state. The vendor
would additionally provide interface between the software he designs and the e-Stamping module
of the third party (CRA).
11. Registration of Deeds
The registration of the deeds shall be carried out using the DoSR system. The registration shall be
done in two steps, first initiation of the registration and then completion of the registration
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 103
process. The registration process shall be initiated online by a registered user, by a Service
Provider/ Sub-registrar on behalf of the citizen. The completion of registration shall be done by SR
at the SRO. The model deed of the documents that shall be registered with DoSR shall be available
on the DoSR application.
12. Marriage Registration
The marriages under, Hindu Marriage Act 1956, can be registered at the DR/ Marriage
registrars/SRO. The applicant can initiate the process online as well as at the SRO office. In case the
applicants fill up an online form, they may also upload scanned copies of the supporting documents
and they may pay the registration fee online. A token-cum-receipt (if fee is paid online) is
generated and the system also provides a list of available; the applicant may choose the slot that is
convenient.
On the selected date and time, the applicants are presented to the SR (Registrar Hindu Marriage)
who verifies the details and the supporting documents and would approve or reject the application
for marriage registration in the system. If the application is approved, the marriage certificate is
issued to the applicants. A scanned copy of the same is also maintained in the system. If appli cation
is rejected, the applicant(s) is(are) informed of the reason of rejection and the same is updated in
the system.
13. Slot Booking
The Slot Booking shall be enabled for all mandatory document registration. It shall be a chargeable
service where user shall be able to book a time slot for visit to any of SRO of his/her choice in the
district or in the state.
The entire day (working day) shall be divided in half hour time slots. SRO shall fill the slots in
advance for any scheduled work/ meeting. The system shall provide option of Slot booking where
user shall able to view the free time slots of SRO as per the jurisdiction, user shall select SRO from
the list and also preferable time period (slot time period shall be system configurable parameter),
once the SRO is selected the system shall display time slots in the selected time period, user shall
be able to view the details in terms of which slots are available or free. User shall select the time
slot as per choice and the same shall be included in registration application form.
14. Payments
The DoSR system shall provide different payment options for users/citizens to avail the facilities
provided by DoSR system. The following payment options shall be available to the users/citizens
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 104
and there shall be option to edit or add items in the list for the following options by the
webmaster:
i. Online payment (This shall be displayed once the separate payment gateway for online
transactions is finalized by DoSR)
ii. E-Challan through internet banking at Cyber Treasury (link to Cyber Treasury shall be
available)
iii. Challan at designated banks– list of Designated Banks shall be available through the link
iv. Credit limit of Service Providers - list of Service Providers shall be available through the link
v. Cash at SRO - list of SRO shall be available through the link
vi. Cash at SP banks - list of all Service Provider Banks shall be available through the link
For each transaction system shall generate a receipt and a transaction Id.
15. Spot Inspection
The Spot Inspection shall be carried out to verify the details of property mentioned in the deed.
The registered deed shall be selected for spot inspection either by the system based on criteria
defined in the system by the department or SRO shall also be able to manually select deed for spot
inspection in case he finds that spot inspection is required for a particular deed in addition to deeds
selected by the system. In such cases he shall have to record proper reasons.
The spot inspection shall be done by DM, ADM, AIG by manual field visit. In specific cases, these
officers can direct the SR or representative of SR for spot inspection. The SR shall update the
system with the findings after the spot inspection. In case if after spot inspection there is any
change in valuation of property and applicable stamp duty copy of the deed shall be provided to
AIG/Collector stamps with the spot inspection report for determination of correct valuation &
deficit stamp duty.
16. User Registration
The system shall provide facility to the citizen to register in the DoSR application as a user. All the
external users like Service Providers, Public officers, other departmental officers, of the system
shall also have to first register to DoSR application and only then they shall be given requisite
access rights in the system. All user need to provide all the mandatory information in the
Registration form to complete the Registration process.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 105
17. User Account Management
The DoSR system shall provide user account management facility for all type of registered users of
the system. The users shall have different rights for viewing and editing the account related
information as per their role in the system. There shall be no account management for the guest
users of the system i.e. for the citizens.
The DoSR system shall have following type of registered users:
(a) Internal users: DoSR internal officials
(b) External User: Normal Registered user, SP, SP banks, Public officers
The following information shall be managed in the user account management in the DoSR system
for both types of users:
(a) Personal Information: This shall include personal details of the registered user.
(b) Credentials: This shall include password of the user to access the system and the expiry
period of the registered user.
(c) Access rights: This shall include rights to access various functionalities available in the
system, the functionalities shall be role based.
(d) Transaction Information: Log of payment based transactions carried out by the
registered user.
(e) Log Information: Log of all the non-payment facilities.
18. Transaction History
The module shall be triggered when the documents registered through existing manual process are
to be uploaded in the DoSR system. The DoSR system shall have a functionality to upload the
documents, which are/ were registered following existing manual registration process. The system
shall provide an interface (form) to enter the details of the documents (records of registration) and
option to attach the scanned copy of the documents along with the details. The system shall also
provide facility to maintain the account of manually sold stamps. The details of the stamps shall be
maintained in the system as and when the details are entered in the system.
19. Public Officer Tool
Public Officers are officers from different departments of the government. Public Officer shall have
access to “Public Officer Tool” where the officer shall enter details about the documents that
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 106
he/she objected due to deficient stamp duty. These documents can be registered or unregistered
documents. The Public officer shall have access to the system as per the access rights defined
under the user registration module.
20. Reports
Reports Process shall be accessed by DoSR officials (as per the defined access rights) to obtain pre-
defined reports. User shall have to select the items on which the report shall be generated and
shall be shown to the user. The broad types of reports available would be market trend reports,
revenue reports and MIS reports. Wherever applicable, both tabular and 2 dimensional graphical
representation of the reports shall be available. The user shall have an option to dynamically decide
the variables for plotting of graph.
21. Revenue Management
Revenue Management process shall analyze the records and finally derive and compare the
revenue collected in the Treasury vis-à-vis the figures recorded in the application. Each Transaction
linked with payment shall be stored in the database with reference numbers; data shall be used
whenever the reconciliation process is carried out by the system and reporting is done for th e
same.
IG/ Addl. IG/ DIG/ AIG/ DR/ AO shall have an option where they can enter the receipt number or
challan number to obtain detailed information about them.
The “Revenue Management” module shall provide the functionality for transaction mapping,
payment, challan payment, receipt, and cash management.
22. Email Alerts
The email alerts is the process in the DoSR System for sending the mail notifications to the r elevant
users in the System for a particular event in functionality under a specified module. The users
authorized to get the Email notification in the DoSR System shall be mapped with the given
functionality and a screen will be provided to the webmaster/ administrator in the system to
configure the email alerts to be sent to the users under the DoSR System. The email sending
process will check the flag whether the mail has been sent and if not; then the mail will be sent
again from the system. The module shall maintain all the mapping of alerts, triggers, custom
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 107
messages and templates to be sent to various DoSR officials based on the configuration and
mapping.
23. Administration
The process/ module shall be triggered whenever any administrative activity needs to be
performed for the system. The user shall get a screen in the System to select the following and
enter the parameter applicable and its value.
a) Module Name
b) Functionality Name The module shall contain the configuration parameters that are common to o ne or more modules
in the system. The mapping and configuration of the various items shall be configurable in the
system.
24. Token Management System There shall be a Token Management System at all offices under IGRS-UP where services are
delivered to the citizens directly. This module would be based on Electronic Queue Management
System. It would be modular & configurable based on single or multiple token issue desks and
multiple desks/ counters for token servicing. The underlying principle would be First-In First-Out
(FIFO) queue management with multiple destination based queues for specific counters. It would
also provide centralized large display unit in waiting area, individual counter display option, token
printing option and serial interface option for transferring stored timed transactions to the Server.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 108
Annexure 2. Transaction Volume Estimates
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
1 A Gaziabad Sadar 4 109 31590 31699 2 A Lucknow Lucknow Sadar1 313 17798 18111
3 A Gautambudh Nagar Gautambudh Nagar Greater Noida
1485 17698 19183
4 A Kanpur Nagar Sadar 3 525 16361 16886 5 A Firozabad Firozabad sadar 1 1065 15614 16679 6 A Mathura Mathura Sadar1 2393 15074 17467 7 A Gaziabad Hapur 1 3758 13796 17554 8 A Lucknow Sadar 2 76 13740 13816 9 A Gautambudh Nagar Dadri 1117 13684 14801
10 A Agra Sadar 2 321 13492 13813 11 A Lucknow Sadar 5 2 13335 13337 12 A Meerut Sadar 3 1181 12762 13943 13 A Moradabad Moradabad Sadar1 5483 12519 18002 14 A Aligarh Aligarh Sadar1 1412 12018 13430 15 A Lucknow Sadar 4 115 11391 11506 16 A Bareilly Bareilly Sadar2 1560 11077 12637 17 A Gautambudh Nagar Noida 2 0 11060 11060 18 A Aligarh Sadar 2 1042 10894 11936 19 A Gaziabad Modinagar 3957 10751 14708
20 A Gorakhpur Sadar 2 556 10566 11122 21 A Unnao Unnao Sadar 2789 10309 13098 22 A Badaun Badaun Sadar 1 3219 10232 13451 23 A Hardoi Hardoi Sadar 3556 10173 13729 24 A Lakhimpur Kheri Lakhimpur Kheri Sadar 8994 10173 19167 25 A Bijnor Dhampur 11644 10118 21762 26 A Gaziabad Sadar 3 171 10082 10253 27 A Bahraich Nanpara 7470 10027 17497 28 A Etah Etah Sadar 3031 10014 13045 29 A Agra Etmadpur 3115 9899 13014 30 A Lucknow Sadar 3 10 9886 9896
31 A Jyotibaphule Nagar Jyotibaphule Nagar Sadar Amroha
9094 9836 18930
32 A Meerut Meerut sadar1 1317 9706 11023 33 A Bareilly Bareilly Sadar1 1811 9615 11426
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 109
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
34 A Moradabad Chandausi 2944 9492 12436 35 A Hardoi Sandila 3260 9456 12716 36 A Muzaffarnagar Muzaffarnagar Sadar1 991 9431 10422 37 A Bulandshahar Khurja 6560 9426 15986 38 A Saharanpur Nukur 8711 9332 18043
39 A Agra Sadar 3 672 9216 9888 40 A Varanasi Sadar 2 34 9140 9174 41 A Kanpur Nagar Sadar 4 909 9072 9981 42 A Farrukhabad Farrukhabad Sadar 3873 8947 12820 43 A Meerut Sadar 2 1779 8866 10645 44 A Muzaffarnagar Shiamli 3085 8756 11841 45 A Aligarh Sadar 3 1511 8740 10251 46 A Gorakhpur Gorakhpur Sadar1 577 8437 9014 47 A Shahjahanpur Shahjahanpur Sadar 5245 8430 13675 48 A Bijnor Bijnor Sadar 6125 8429 14554 49 A Gaziabad Sadar 2 573 8203 8776 50 A Bahraich Kaiserganj 3017 8181 11198 51 A Gonda Karnailganj 3934 8161 12095 52 A Lucknow Bakshi ka Talab 859 8160 9019 53 A Fatehpur Fatehpur Sadar 6424 8055 14479 54 A Gautambudh Nagar Jewar 2242 8053 10295 55 A Meerut Mawana 8622 7972 16594 56 A Firozabad Shikohabad 2921 7968 10889 57 A Deoria Deoria Sadar 1096 7848 8944 58 A Moradabad Sadar 2 737 7603 8340 59 A Baghpat Baraut 5388 7532 12920 60 A Saharanpur Saharanpur sadar1 1601 7514 9115 61 A Bijnor Chandpur 6824 7487 14311 62 A Mainpuri Mainpuri Sadar 2872 7448 10320
63 A Basti Haraiya 1757 7395 9152
64 A Barabanki Barabanki Sadar (Nawabganj)
5116 7368 12484
65 A Bijnor Najibabaad 6891 7368 14259 66 A Mathura Sadar 2 5137 7268 12405 67 A Gautambudh Nagar Noida 1 0 7113 7113 68 A Allahabad Allahabad Sadar1 0 7043 7043 69 A Auraiya Auraiya Sadar 1491 7043 8534
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 110
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
70 A Etawah Etawah Sadar 1270 6905 8175 71 A Gonda Gonda Sadar 4038 6876 10914 72 B Muzaffarnagar Kairana 4055 6828 10883 73 B Mainpuri Bhogaon 2269 6767 9036 74 B Saharanpur Behat 3828 6725 10553
75 B Bahraich Bahraich Sadar 3974 6717 10691
76 B Kashiramnagar Kashiramnagar Sadar Kasganj
2415 6635 9050
77 B Meerut Sadar 4 1410 6632 8042 78 B Gautambudh Nagar Noida 3 6 6604 6610
79 B Hathras(Mahamayanagar)
Hathras Sadar 2884 6593 9477
80 B Muzaffarnagar Sadar 2 3220 6584 9804 81 B Varanasi Sadar 4 33 6554 6587 82 B Lakhimpur Kheri Mohammadi 8723 6520 15243
83 B Jhansi Sadar2 1648 6408 8056 84 B Aligarh Khair 4589 6358 10947 85 B Varanasi Varanasi Sadar1 11 6314 6325 86 B Jaunpur Jaunpur Sadar 2435 6293 8728 87 B Bulandshahar Sikandarbad 3226 6271 9497 88 B Gaziabad Hapur 2 2392 6171 8563 89 B Maharajganj Maharajganj Sadar 2295 6080 8375 90 B Moradabad Sambhal 5851 6063 11914 91 B Hardoi Shahabad 2265 6053 8318 92 B Badaun Gunnaur 2331 6009 8340 93 B Shahjahanpur Powayan 7126 5992 13118 94 B Sultanpur Sultanpur Sadar 1037 5979 7016 95 B Mathura Chata 9358 5973 15331 96 B Chandauli Chandauli Sadar 2087 5972 8059 97 B Muzaffarnagar Jansath 1 3736 5934 9670 98 B Lakhimpur Kheri Gola 4211 5862 10073
99 B Agra Sadar 4 225 5836 6061 100 B Jhansi Jhansi Sadar1 1152 5831 6983 101 B Agra Agra Sadar1 62 5819 5881 102 B Muzaffarnagar Khatuali 2728 5816 8544 103 B Aligarh Atrauli 3468 5806 9274 104 B Bulandshahar Bulandshahr Sadar1 2662 5770 8432
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 111
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
105 B Bulandshahar Sadar 2 3017 5738 8755 106 B Jyotibaphule Nagar Hasanpur 4789 5718 10507 107 B Balrampur Tulsipur 3317 5710 9027 108 B Mirzapur Mirzapur Sadar 465 5696 6161 109 B Bulandshahar Siana 6337 5687 12024
110 B Shahjahanpur Tilhar 5319 5646 10965 111 B Saharanpur Sadar 2 1161 5644 6805 112 B Gaziabad Sadar 5 206 5603 5809 113 B Basti Basti Sadar 1416 5543 6959 114 B Ballia Ballia Sadar 369 5539 5908 115 B Shravasti Shravasti Bhinga Sadar 3087 5496 8583 116 B Balrampur Utraula 1258 5488 6746 117 B Gonda Tarabganj 4690 5452 10142 118 B Muzaffarnagar Budhana 3168 5452 8620 119 B Shravasti Ikauna 2649 5447 8096 120 B Sitapur Biswan 2998 5446 8444 121 B Sitapur Sitapur Sadar 2698 5424 8122 122 B Faizabad Faizabad sadar 1218 5422 6640 123 B Jyotibaphule Nagar Dhanaura Mandi 5136 5422 10558 124 B Allahabad Sadar 2 172 5400 5572 125 B Sitapur Mishrikh 2804 5322 8126 126 B Kannauj Chibramau 2960 5285 8245 127 B Allahabad Karchana 1123 5217 6340 128 B Raebareilly Raebareilly Sadar 1557 5183 6740 129 B Balrampur Balrampur Sadar 2334 5154 7488 130 B Rampur Rampur Sadar 2880 5148 8028 131 B Pilibhit Pilibhit Sadar 5664 5136 10800 132 B Firozabad Sadar 2 336 5132 5468 133 B Mathura Mahawan 3818 5124 8942
134 B Kashiramnagar Patiyali 2218 5121 7339 135 B Auraiya Bidhuna 2109 5114 7223 136 B Bahraich Mahsi 1821 5071 6892 137 B Gaziabad Garh Mukteshwar 2320 4954 7274 138 B Gaziabad Ghaziabad Sadar1 237 4867 5104 139 B Allahabad Phulpur 939 4858 5797 140 B Saharanpur Deoband 3625 4842 8467 141 B Bareilly Aonla 4069 4809 8878
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 112
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
142 B Badaun Bisauli 4000 4805 8805 143 B Azamgarh Azamgarh Sadar 412 4774 5186 144 B Badaun Dataganj 1907 4732 6639 145 B Sitapur Laharpur 1575 4706 6281 146 B Lalitpur Mehrauni 4844 4694 9538
147 B Banda Banda Sadar 1901 4690 6591 148 B Bijnor Nagina 4155 4687 8842 149 B Shahjahanpur Jalalabad 2067 4671 6738 150 B Moradabad Billari 2944 4649 7593 151 B Firozabad Jasrana 1915 4616 6531 152 B Saharanpur Sadar 3 2512 4615 7127
153 B Siddharthnagar Naugarh
Siddharthnagar Naugarh Sadar
1002 4603 5605
154 B Kanpur Nagar Sadar 2 428 4554 4982
155 B Sant Kabir Nagar Sant Kabir Nagar Khalilabad Sadar
545 4535 5080
156 B Gonda Mankapur 3493 4533 8026 157 B Lucknow Mohanlalganj 1841 4503 6344 158 B Maharajganj Nautanwa 1836 4497 6333 159 B Lakhimpur Kheri Dhaurahara 4875 4459 9334 160 B Lalitpur Lalitpur Sadar 3113 4435 7548
161 B Robertsganj Robertsganj (Sonebhadra Sadar)
1389 4428 5817
162 B Bulandshahar Shikarpur 5457 4417 9874
163 B Unnao Hasanganj 1868 4385 6253 164 B Sitapur Mehmoodabad 3889 4377 8266 165 B Mathura Maant 4046 4360 8406 166 B Kushinagar Tamkuhiraj 796 4343 5139
167 B Hathras(Mahamayanagar)
Sikandrarau 2624 4340 6964
168 B Firozabad Tundla 2672 4333 7005 169 B Bareilly Faridpur 3264 4325 7589
170 B Etawah Bharthana 1795 4322 6117 171 B Agra Kirawali 7187 4262 11449 172 B Pilibhit Bisalpur 5991 4237 10228 173 B Kushinagar Kushinagar Sadar Padrauna 31 4199 4230 174 B Unnao Safipur 2377 4075 6452 175 B Chitrakoot Chitrakoot Karvi 1345 4056 5401
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 113
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
176 B Kanpur Nagar Kanpur Nagar Sadar1 535 4029 4564 177 B Fatehpur Bindki 3681 4028 7709 178 B Jalaun Jalaun Orai Sadar 2847 4024 6871 179 B Kushinagar Hata 1684 4007 5691 180 B Hardoi Bilgram 6346 3984 10330
181 C Agra Fatehabad 2482 3936 6418 182 C Baghpat Baghpat Sadar 3403 3929 7332 183 C Etah Aliganj 1264 3924 5188 184 C Pratapgarh Patti 782 3894 4676 185 C Mirzapur Chunar 268 3881 4149 186 C Bareilly Baheri 4473 3880 8353 187 C Pratapgarh Pratapgarh Sadar 436 3852 4288 188 C Aligarh Gabhana 3604 3846 7450 189 C Ambedkarnagar Ambedkarnagar Akbarpur 2441 3755 6196 190 C Agra Bah 2104 3746 5850 191 C Pilibhit Puranpur 3712 3731 7443 192 C Saharanpur Rampur Maniharan 3764 3705 7469 193 C Mau Mau Sadar 1152 3695 4847 194 C Bulandshahar Anupshahr 3879 3671 7550
195 C Siddharthnagar Naugarh
Bansi 1262 3664 4926
196 C Sitapur Sidhauli 906 3664 4570
197 C Varanasi Sadar 3 0 3664 3664 198 C Gorakhpur Bansgaon 595 3660 4255 199 C Allahabad Soraon 699 3640 4339 200 C Barabanki Fatehpur 3183 3599 6782 201 C Deoria Salempur 732 3586 4318 202 C Barabanki Haidargarh 3009 3531 6540
203 C Hathras(Mahamayanagar)
Sadabad 3976 3527 7503
204 C Azamgarh Sagri 1330 3508 4838
205 C Gorakhpur Gola 704 3485 4189 206 C Kanpur Nagar Bilhaur 3569 3469 7038 207 C Etah Jalesar 1751 3447 5198 208 C Fatehpur Khaga 2536 3408 5944 209 C Moradabad Thakurdwara 3753 3390 7143 210 C Jhansi Mauranipur 7656 3382 11038
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 114
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
211 C Sultanpur Musafirkhana 1310 3374 4684 212 C Pratapgarh Kunda 1431 3371 4802 213 C Ghazipur Ghazipur Sadar 1828 3348 5176 214 C Varanasi Gangapur 272 3324 3596 215 C Kannauj Kannauj Sadar 1835 3311 5146
216 C Badaun Sahaswan 2004 3286 5290 217 C Farrukhabad Kaimganj 2405 3283 5688 218 C Jaunpur Machlishahr 976 3234 4210 219 C Kannauj Tirwa 2812 3211 6023 220 C Bareilly Nawabganj 3789 3196 6985 221 C Jaunpur Mandiyahu 2422 3190 5612 222 C Jaunpur Shahganj 3345 3153 6498
223 C Kanpur Dehat Kanpur Dehat Akbarpur Sadar
2171 3151 5322
224 C Bulandshahar Dibai 3377 3145 6522 225 C Bareilly Mirganj 2974 3100 6074
226 C Siddharthnagar Naugarh
Dumariaganj 893 3085 3978
227 C Hamirpur Hamirpur Sadar 2633 3077 5710 228 C Badaun Bilsi 2943 3037 5980 229 C Azamgarh Phulpur 862 3011 3873 230 C Aligarh Iglas 3691 3003 6694 231 C Allahabad Handia 1329 3000 4329 232 C Sant Kabir Nagar Mehdawal 703 2980 3683 233 C Agra Khairagarh 3247 2975 6222 234 C Gorakhpur Sahjanwa 586 2918 3504 235 C Varanasi Pindara 543 2878 3421
236 C Siddharthnagar Naugarh
Etwa 1183 2852 4035
237 C Kushinagar Kasaya 785 2797 3582 238 C Sultanpur Kadipur 1187 2764 3951 239 C Hamirpur Maudaha 7066 2759 9825
240 C Siddharthnagar Naugarh
Shohratgarh 894 2742 3636
241 C Kashiramnagar Sahawar 753 2731 3484 242 C Ghazipur Mohammadabad Yusufpur 2674 2711 5385 243 C Pratapgarh Lalganj 945 2679 3624 244 C Lakhimpur Kheri Nighasan 4139 2650 6789
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 115
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
245 C Sant Kabir Nagar Ghanghata 466 2646 3112 246 C Agra Sadar 5 426 2634 3060 247 C Maharajganj Nichlaul 1791 2626 4417 248 C Kausambi Manjhanpur 823 2614 3437 249 C Sultanpur Amethi 890 2594 3484
250 C Ghazipur Jamania 1797 2569 4366 251 C Deoria Bhatpar Rani 348 2542 2890 252 C Jhansi Moth 4812 2537 7349 253 C Moradabad Kanth 4743 2535 7278 254 C Maharajganj Farenda 870 2528 3398 255 C Jaunpur Kerakat 2580 2503 5083 256 C Gorakhpur Chauri Chaura 362 2473 2835 257 C Azamgarh Lalganj 1202 2457 3659 258 C Rampur Milak 3176 2443 5619 259 C Azamgarh Nizamabad 516 2434 2950 260 C Unnao Purwa 1455 2433 3888 261 C Raebareilly Maharajganj 1618 2422 4040 262 C Sant Ravidas nagar Bhadohi 250 2417 2667 263 C Rampur Shahabad 2418 2397 4815 264 C Kanpur Nagar Ghatampur 4366 2396 6762 265 C Raebareilly Salon 1161 2393 3554 266 C Ambedkarnagar Tanda 1231 2336 3567 267 C Sultanpur Lambhuwa 653 2285 2938 268 C Chandauli Sakaldiha 1372 2274 3646 269 C Mainpuri Karhal 825 2263 3088 270 C Deoria Rudrapur 533 2262 2795 271 C Mahoba Mahoba Sadar 3663 2250 5913 272 C Jaunpur Badlapur 1678 2217 3895 273 C Barabanki Ramsanehighat 2261 2204 4465
274 C Faizabad Milkipur 1421 2179 3600 275 C Gorakhpur Khanjni 803 2159 2962 276 C Faizabad Bikapur 2052 2148 4200 277 C Ambedkarnagar Jalalpur 1686 2143 3829 278 C Allahabad Meja 1369 2139 3508 279 C Banda Baberu 8312 2139 10451 280 C Jalaun Konch 3581 2127 5708 281 C Basti Bhanpur 658 2102 2760
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 116
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
282 C Ambedkarnagar Alapur 971 2099 3070 283 C Ghazipur Saidpur 1777 2092 3869 284 C Raebareilly Lalganj 1085 2091 3176 285 C Gorakhpur Campierganj 418 2064 2482 286 C Ballia Rasra 405 2008 2413
287 C Raebareilly Tiloi 1370 1966 3336 288 C Rampur Bilaspur 3906 1964 5870 289 C Deoria Barhaj 502 1953 2455 290 C Sultanpur Gauriganj 1212 1950 3162
291 C Hathras (Mahamayanagar)
Sasni 1406 1948 3354
292 C Etawah Chakarnagar 743 1947 2690
293 C Sant Ravidas nagar Sant Ravidas nagar Gyanpur Sadar
521 1939 2460
294 C Lakhimpur Kheri Palia 3468 1937 5405
295 C Azamgarh Budhanpur 778 1924 2702 296 C Barabanki Ramnagar 1652 1923 3575 297 C Baghpat Khekda 1613 1918 3531 298 C Kanpur Dehat Bhognipur 1115 1881 2996 299 C Mau Mohammadabad Gohna 758 1861 2619 300 C Rampur Tanda 2906 1849 4755 301 C Ballia Bansdih 186 1837 2023 302 C Jalaun Madhavgarh 2609 1785 4394 303 C Lalitpur Talbehat 2657 1776 4433 304 C Ghazipur Jakhania 1390 1773 3163 305 C Pratapgarh Raniganj 552 1773 2325 306 C Kausambi Sirathu 1542 1756 3298 307 C Kausambi Kausambi Chayal Sadar 806 1720 2526 308 C Kanpur Dehat Rasoolabad 1751 1686 3437 309 C Unnao Bighapur 725 1657 2382 310 C Ballia Belthara Road 386 1656 2042
311 C Jalaun Kalpi 2750 1647 4397 312 C Jalaun Jalaun 2411 1645 4056 313 C Chandauli Chakia 1240 1589 2829 314 C Mau Ghosi 912 1570 2482 315 C Sant Ravidas nagar Aurai 128 1541 1669 316 C Meerut Sardhana 5540 1520 7060
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 117
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
317 C Chitrakoot Mau 0 1509 1509 318 C Ballia Bairia 326 1497 1823 319 C Faizabad Sohawal 1121 1492 2613 320 C Barabanki Sirauli Gauspur 2010 1487 3497 321 C Allahabad Bara 1814 1474 3288
322 C Azamgarh Mehnagar 563 1474 2037 323 C Mahoba Kulpahar 2448 1453 3901 324 C Banda Atarra 6247 1450 7697 325 C Allahabad Koraon 2077 1445 3522 326 C Robertsganj Dudhi 800 1438 2238 327 C Rampur Swar 4095 1435 5530 328 C Kanpur Dehat Derapur 1193 1421 2614 329 C Jhansi Garautha 5928 1417 7345 330 C Mirzapur Lalganj 1165 1414 2579 331 C Mau Madhuban 883 1409 2292 332 C Farrukhabad Amritpur 835 1408 2243 333 C Ballia Sikandarpur 445 1389 1834 334 C Varanasi Ramnagar 0 1362 1362 335 C Jhansi Tehrauli 4379 1334 5713 336 C Robertsganj Ghorawal 1091 1325 2416 337 C Lucknow Malihabad 1099 1274 2373 338 C Kanpur Dehat Sikandra 879 1265 2144 339 C Mirzapur Madhihaan 2182 1262 3444 340 C Raebareilly Unchahar 460 1207 1667 341 C Basti Rudhauli 288 1076 1364 342 C Raebareilly Dalmau 551 1068 1619 343 C Mahoba Charkhari 2141 1061 3202 344 C Banda Naraini 1028 1060 2088 345 C Hamirpur Rath 3188 1044 4232
346 C Sultanpur Jaisinghnagar 249 1032 1281 347 C Etawah Jaswantnagar 224 780 1004 348 C Etawah Saifai 382 764 1146 349 C Hamirpur Sarila 3575 593 4168
350 C Ambedkarnagar
Bhiti (New office. Figures included in parent offices of the district)
NA NA 0
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 118
S.No SRO Type
District SRO Office No. of Bank Files
No. of Register
ed Deeds
(without bank files)
No. of Register
ed Deeds (with bank files)
351 C Badaun
Sadar 2 (At present Sadar 1 & Sadar 2 are combined offices and figure of Sadar 2 is included in Sadar 1)
NA NA 0
352 C Faizabad Rudauli NA NA 0 353 C Hardoi Sawayajpur NA NA 0
354 C Muzaffarnagar
Jansath 2 (At present Jansath 1 & Jansath 2 are combined offices and figure of Jansath 2 is included in Jansath 1)
NA NA 0
355 C Rampur
Swar Kasba (New office. Figures included in parent offices of the district)
NA NA 0
Total 812419 1707971 2520390 Note: For calculating per document registration charges, the bidder needs to refer to the column “No. of Registered Deeds without bank files” of the above table.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 119
Annexure 3. Details of the Project sites
Inspector General of Registration Offices
1. Head Office, Allahabad
2. Camp Office, Lucknow
Additional Inspector General of Registration Offices
1. Addl. IG 1, IGRS Allahabad
2. Addl. IG 2, IGRS Allahabad
3. Addl. IG 5, IGRS Camp Lucknow
4. Addl. IG, Western Region Ghaziabad
Deputy Inspector General of Registration Offices
1. DIG, IGRS Allahabad
2. DIG, IGRS Camp Office Lucknow
3. DIG, Officer on Special Duty to Govt.
4. DIG Agra
5. DIG Aligarh
6. DIG Allahabad
7. DIG Azamgarh
8. DIG Banda
9. DIG Bareilly
10. DIG Basti
11. DIG Faizabad
12. DIG Gautambudhnagar
13. DIG Devipatan
14. DIG Gorakhpur
15. DIG Jhansi
16. DIG Kanpur Nagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 120
17. DIG Lucknow
18. DIG Meerut
19. DIG Mirzapur
20. DIG Moradabad
21. DIG Saharanpur
22. DIG Sitapur
23. DIG Varanasi
Assistant Inspector General of Registration Offices 1. AIG 1, IGRS Allahabad
2. AIG 2, IGRS Allahabad
3. AIG 3, IGRS Allahabad
4. AIG 1, IGRS Allahabad - Technical Audit Cell
5. AIG 2, IGRS Allahabad - Technical Audit Cell
6. AIG 3, IGRS Allahabad - Technical Audit Cell
7. AIG 4, IGRS Allahabad - Technical Audit Cell
8. AIG 1, IGRS Camp Office Lucknow
9. AIG 2, IGRS Camp Office Lucknow
10. AIG 3, IGRS Camp Office Lucknow
11. AIG 1, Ghaziabad - Technical Audit Cell
12. AIG 2, Ghaziabad - Technical Audit Cell
13. AIG 3, Ghaziabad - Technical Audit Cell
14. AIG 4, Ghaziabad - Technical Audit Cell
15. AIG, Legal Gautambudh Nagar
16. AIG Agra
17. AIG Aligarh
18. AIG Allahabad
19. AIG Ambedkarnagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 121
20. AIG Auraiya
21. AIG Azamgarh
22. AIG Badauh
23. AIG Baghput
24. AIG Bahraich
25. AIG Ballia
26. AIG Balrampur
27. AIG Banda
28. AIG Barabanki
29. AIG Bareilly
30. AIG Basti
31. AIG Bijnor
32. AIG Bulandshahr
33. AIG Chandauli
34. AIG Chitrakoot
35. AIG Deoria
36. AIG Etah
37. AIG Kanshiramnagar
38. AIG Etawah
39. AIG Faizabad
40. AIG Farrukhabad
41. AIG Fatehpur
42. AIG Firozabad
43. AIG-1 Ghaziabad
44. AIG-2 Ghaziabad
45. AIG-1 Gautambudhnagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 122
46. AIG-2 Gautambudhnagar
47. AIG Ghazipur
48. AIG Gonda
49. AIG Gorakhpur
50. AIG Hamirpur
51. AIG Hardoi
52. AIG Jalaun
53. AIG Jaunpur
54. AIG Jyotibaphulenagar
55. AIG Jhansi
56. AIG Kannauj
57. AIG Kanpur Dehat
58. AIG Kaushambi
59. AIG Kanpur Nagr
60. AIG Kushinagar
61. AIG Lakhimpur Kheri
62. AIG Lalitpur
63. AIG-1 Lucknow
64. AIG-2 Lucknow
65. AIG Maharajganj
66. AIG Mahoba
67. AIG Mainpuri
68. AIG Mathura
69. AIG Mau
70. AIG Meerut
71. AIG Mirzapur
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 123
72. AIG Moradabad
73. AIG Mayanagar
74. AIG Muzaffarnagar
75. AIG Pilibhit
76. AIG Pratapgarh
77. AIG Raebareilly
78. AIG Rampur
79. AIG Saharanpur
80. AIG Santravidasnagar
81. AIG Santkabirnagar
82. AIG Shravasti
83. AIG Shahjahanpur
84. AIG Siddarthnagar
85. AIG Sitapur
86. AIG Sonbhadra
87. AIG Sultanpur
88. AIG Unnao
89. AIG Varanasi
District Registrar Offices
1) Meerut
2) Ghaziabad
3) Baghpat
4) Gautambudh nagar
5) Bulandshahar
6) Saharanpur
7) Muzaffarnagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 124
8) Moradabad
9) Bijnor
10) Rampur
11) Jyotibaphulenagar
12) Bareilly
13) Badaun
14) Shahjahanpur
15) Pilibhit
16) Agra
17) Mathura
18) Mainpuri
19) Firozabad
20) Aligarh
21) Etah
22) Kashiram nagar
23) Hathras
24) Kanpur nagar
25) Farrukhabaad
26) Etawah
27) Kanpur Dehat
28) Auraiya
29) Kannauj
30) Lucknow
31) Unnao
32) Raebareily
33) Sitapur
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 125
34) Hardoi
35) Lakhimpur Kheri
36) Jhansi
37) Jalaun
38) Lalitpur
39) Chitrakoot
40) Hamirpur
41) Banda
42) Mahoba
43) Gorakhpur
44) Deoria
45) Maharajganj
46) Kushinagar
47) Azamgarh
48) Ballia
49) Mau
50) Basti
51) Siddharthnagar
52) Sant Kabir nagar
53) Faizabad
54) Sultanpur
55) Barabanki
56) Ambedkar nagar
57) Devipatan Gonda
58) Bahraich
59) Balrampur
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 126
60) Shravasti
61) Varanasi
62) Jaunpur
63) Ghazipur
64) Chandauli
65) Mirzapur
66) Sonbhadra
67) Sant Ravidas nagar
68) Allahabad
69) Fatehpur
70) Pratapgarh
71) Kausambi
List of Sub Registrar Offices 1) Agra Sadar1
2) Sadar 2
3) Sadar 3
4) Sadar 4
5) Sadar 5
6) Etmadpur
7) Kirawali
8) Khairagarh
9) Fatehabad
10) Bah
11) Aligarh Sadar1
12) Sadar 2
13) Sadar 3
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 127
14) Khair
15) Atrauli
16) Gabhana
17) Iglas
18) Allahabad Sadar1
19) Sadar 2
20) Soraon
21) Phulpur
22) Handia
23) Meja
24) Karchana
25) Bara
26) Koraon
27) Ambedkarnagar Akbarpur
28) Jalalpur
29) Tanda
30) Alapur
31) Bhiti
32) Auraiya Sadar
33) Bidhuna
34) Azamgarh Sadar
35) Sagri
36) Phulpur
37) Lalganj
38) Budhanpur
39) Mehnagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 128
40) Nizamabad
41) Badaun Sadar 1
42) Sadar 2
43) Bisauli
44) Dataganj
45) Sahaswan
46) Gunnaur
47) Bilsi
48) Baghpat Sadar
49) Khekda
50) Baraut
51) Bahraich Sadar
52) Nanpara
53) Kaiserganj
54) Mahsi
55) Ballia Sadar
56) Rasra
57) Bansdih
58) Bairia
59) Sikandarpur
60) Belthara Road
61) Balrampur Sadar
62) Utraula
63) Tulsipur
64) Banda Sadar
65) Baberu
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 129
66) Atarra
67) Naraini
68) Barabanki Sadar(Nawabganj)
69) Ramsanehighat
70) Fatehpur
71) Ramnagar
72) Haidargarh
73) Sirauli Gauspur
74) Bareilly Sadar1
75) Bareilly Sadar2
76) Baheri
77) Aonla
78) Faridpur
79) Nawabganj
80) Mirganj
81) Basti Sadar
82) Haraiya
83) Bhanpur
84) Rudhauli
85) Bijnor Sadar
86) Chandpur
87) Dhampur
88) Najibabaad
89) Nagina
90) Bulandshahr Sadar1
91) Sadar 2
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 130
92) Anupshahr
93) Khurja
94) Sikandarbad
95) Siana
96) Shikarpur
97) Dibai
98) Chandauli Sadar
99) Sakaldiha
100) Chakia
101) Chitrakoot Karvi
102) Mau
103) Deoria Sadar
104) Salempur
105) Rudrapur
106) Barhaj
107) Bhatpar Rani
108) Etah Sadar
109) Aliganj
110) Jalesar
111) Kashiramnagar Sadar Kasganj
112) Sahawar
113) Patiyali
114) Etawah Sadar
115) Bharthana
116) Saifai
117) Jaswantnagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 131
118) Chakarnagar
119) Faizabad sadar
120) Bikapur
121) Milkipur
122) Sohawal
123) Rudauli
124) Farrukhabad Sadar
125) Kaimganj
126) Amritpur
127) Fatehpur Sadar
128) Bindki
129) Khaga
130) Firozabad sadar 1
131) Sadar 2
132) Tundla
133) Shikohabad
134) Jasrana
135) Ghaziabad Sadar1
136) Sadar 2
137) Sadar 3
138) Sadar 4
139) Sadar 5
140) Hapur 1
141) Hapur 2
142) Garh Mukteshwar
143) Modinagar
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 132
144) Gautambudh Nagar Greater Noida
145) Noida 1
146) Noida 2
147) Noida 3
148) Dadri
149) Jewar
150) Ghazipur Sadar
151) Saidpur
152) Jamania
153) Mohammadabad Yusufpur
154) Jakhania
155) Gonda Sadar
156) Mankapur
157) Tarabganj
158) Karnailganj
159) Gorakhpur Sadar1
160) Sadar 2
161) Gola
162) Bansgaon
163) Khanjni
164) Sahjanwa
165) Chauri Chaura
166) Campierganj
167) Hamirpur Sadar
168) Maudaha
169) Rath
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 133
170) Sarila
171) Hardoi Sadar
172) Shahabad
173) Bilgram
174) Sandila
175) Sawayajpur
176) Jalaun Orai Sadar
177) Jalaun
178) Konch
179) Kalpi
180) Madhavgarh
181) Jaunpur Sadar
182) Machlishahr
183) Shahganj
184) Mandiyahu
185) Kerakat
186) Badlapur
187) Jyotibaphule Nagar Sadar Amroha
188) Dhanaura Mandi
189) Hasanpur
190) Jhansi Sadar1
191) Jhansi Sadar 2
192) Moth
193) Mauranipur
194) Garautha
195) Tehrauli
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 134
196) Kannauj Sadar
197) Chibramau
198) Tirwa
199) Kanpur Dehat Akbarpur Sadar
200) Bhognipur
201) Derapur
202) Rasoolabad
203) Sikandra
204) Kausambi Chayal Sadar
205) Manjhanpur
206) Sirathu
207) Kanpur Nagar Sadar1
208) Sadar 2
209) Sadar 3
210) Sadar 4
211) Bilhaur
212) Ghatampur
213) Kushinagar Sadar Padrauna
214) Tamkuhiraj
215) Hata
216) Kasaya
217) Lakhimpur Kheri Sadar
218) Dhaurahara
219) Gola
220) Mohammadi
221) Nighasan
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 135
222) Palia
223) Lalitpur Sadar
224) Mehrauni
225) Talbehat
226) Lucknow Sadar1
227) Sadar 2
228) Sadar 3
229) Sadar 4
230) Sadar 5
231) Mohanlalganj
232) Malihabad
233) Bakshi ka Talab
234) Maharajganj Sadar
235) Nichlaul
236) Farenda
237) Nautanwa
238) Mahoba Sadar
239) Kulpahar
240) Charkhari
241) Mainpuri Sadar
242) Bhogaon
243) Karhal
244) Mathura Sadar1
245) Sadar 2
246) Chata
247) Maant
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 136
248) Mahawan
249) Mau Sadar
250) Mohammadabad Gohna
251) Ghosi
252) Madhuban
253) Meerut sadar1
254) Sadar 2
255) Sadar 3
256) Sadar 4
257) Mawana
258) Sardhana
259) Mirzapur Sadar
260) Chunar
261) Madhihaan
262) Lalganj
263) Moradabad Sadar1
264) Sadar 2
265) Sambhal
266) Billari
267) Chandausi
268) Thakurdwara
269) Kanth
270) Hathras Sadar (Mahamayanagar)
271) Sikandrarau
272) Sadabad
273) Sasni
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 137
274) Muzaffarnagar Sadar1
275) Sadar 2
276) Jansath 1
277) Jansath 2
278) Budhana
279) Kairana
280) Shiamli
281) Khatuali
282) Pilibhit Sadar
283) Bisalpur
284) Puranpur
285) Pratapgarh Sadar
286) Patti
287) Kunda
288) Lalganj
289) Raniganj
290) Raebareilly Sadar
291) Salon
292) Lalganj
293) Tiloi
294) Maharajganj
295) Unchahar
296) Dalmau
297) Rampur Sadar
298) Bilaspur
299) Milak
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 138
300) Shahabad
301) Swar
302) Tanda
303) Swar Kasba
304) Saharanpur sadar1
305) Sadar 2
306) Sadar 3
307) Nukur
308) Deoband
309) Behat
310) Rampur Maniharan
311) Sant Ravidas nagar Gyanpur Sadar
312) Bhadohi
313) Aurai
314) Sant Kabir Nagar Khalilabad Sadar
315) Mehdawal
316) Ghanghata
317) Shravasti Bhinga Sadar
318) Ikauna
319) Shahjahanpur Sadar
320) Powayan
321) Tilhar
322) Jalalabad
323) Siddharthnagar Naugarh Sadar
324) Bansi
325) Dumariaganj
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 139
326) Etwa
327) Shohratgarh
328) Sitapur Sadar
329) Mishrikh
330) Biswan
331) Mehmoodabad
332) Laharpur
333) Sidhauli
334) Robertsganj (Sonebhadra Sadar)
335) Dudhi
336) Ghorawal
337) Sultanpur Sadar
338) Kadipur
339) Musafirkhana
340) Amethi
341) Lambhuwa
342) Gauriganj
343) Jaisinghnagar
344) Unnao Sadar
345) Safipur
346) Hasanganj
347) Purwa
348) Bighapur
349) Varanasi Sadar1
350) Sadar 2
351) Sadar 3
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 140
352) Sadar 4
353) Pindara
354) Ramnagar
355) Gangapur
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 141
Annexure 4. Indicative Training Details of IGRS Officials
S.No Training Detail Employee /
Trainee details
No. of
Persons
per
Training
Session
No. of
Trainings
Expected
Duration
per
Training
session
Tentative
Training
location/s
1
General Awareness
Training (Basic
computer awareness
training)
All functionaries
of the
department
50 34 ½ day District
HQs
2
Training on New
Processes & Software
Application Training
(Training of re-
engineered processes
using multimedia
content or Role based
application user
training (System
Training) with
multimedia content)
All functionaries
of the
department
50 34 1-5 days District
HQs
3 System Administration
Training
Identified IGRS
Officials 10 50 1-5 days
HQ, Camp
office,
District
HQs
4
Change Management
and IT sensitization
training for Senior
officers
Senior
functionaries of
the department
20 24 1 day
HQ, Camp
Office,
District
HQs
Note: The PPP vendor is expected to provide a detailed training plan indicating the location for
training in consultation with the Department.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 142
Annexure 5. Minimum Bill of Material and indicative Specifications
The tables hereunder present the minimum indicative Bill of Material (BoM) required for
successfully operating the project. The list of components and the quantity specified is indicative
and to assist bidder in arriving the cost for per Registration of Deed. However, the bidder has to
propose the Bill of Material for the optimum solution to meet the Service Level Agreement
mentioned in the tender document. Non Compliance may lead to rejection of bids. The discretion
of same lies with IGRS-UP.
Data Center Hardware
S.No Server Functions
Quantity To be filled by the Bidder
Server 1 Cores
Server 2 Cores
Quantity
Supplied
Make and
Model
Deviations,
if any (Yes/ No)
1 Database Server 2 2
2 Mailing & Messaging Server
1 1
3 Portal Server 2 2
4 Application Server 2 2
5 E form & BPEL Server 2 2
6 LDAP Server 2 2
7 Enterprise Content Management Servers
2 2
8 EMS Server 2 2
9 Testing Server 1 1
10 Anti-virus Gateway Server 1 1
11 Backup Server 1 1
Total 18 18
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 143
S.No. Components Quantity
To be filled by the Bidder
Quantity Supplied
Make and Model
Deviations, if any (Yes/ No)
1 SAN-20TB 1
2 SAN Switches 2
3 Tape Library 1
4 Link Load Balancers 1
5 Application Load Balancer 1
6 Firewall 2
7 IPS 2
8 Vulnerability Assessment 1
9 Core Switch 2
10 Internet Router 2
11 WAN router 2
12 SSL VPN 2
13 Web Accelerator 2
14 KVM Switch 4
15 G.703 & V.35 lease line modem
2
16 Rack – 42 U 4
17 DMZ Switch 2
18 Desktops for persons at DC 6
19 Printers for persons at DC 2
20 Scanners for persons at DC 2
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 144
Data Center Software
S.No. Components Quantity To be filled by the Bidder
Quantity Supplied
Make and Model
Deviations, if any (Yes/ No)
1 Database Server 4 Cores
2 Application & Portal Server
4 Cores
3 Eform and BPEL Engine 4 Cores
4 Antivirus Servers 2870 users
5 Mailing & Messaging 2870 users
6 LDAP Server
2870 users
7 Optical water Mark engine 1 set
8 HIPS As applicable
9 USB Digital Signature 543 users
10 Enterprise Content Management Servers
2870 users
11 Backup Software 1
12 EMS (including client licenses)
1 set
13 OS-Servers as applicable
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 145
Data Center Site Preparation:
S.No. Components Quantity
To be filled by the Bidder
Quantity Supplied
Make and Model
Deviations, if any (Yes/ No)
1 Electrical Distribution System
1 Set
2 Power Cabling & Power points
1 Set
3 Precision Air Conditioning System
1 Set
4 CCTV Based Surveillance System
1 Set
5 Fire & Smoke Detection and Alarm System
1 Set
6 Automatic Fire Suppression system
1 Set
7 Public Address System 1 Set
8 Pest & Rodent Repellent System
1 Set
9 Common Alarm System 1 Set
10 Water Leak Detection System
1 Set
11 Access Control System 1 Set
12 100 KVA DG Set for the Backup to UPS System
1 Set
13 2x30 KVA UPS with 1 hour of backup
2 Set
14 Civil works and Interiors including internal LAN
1 Set
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 146
DR Hardware
DR Hardware would be 50 % replica of DC hardware. PPP Vendor to refer above table.
DR Software
DR Software would be 50 % replica of DC software. PPP Vendor to refer above table.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 147
Hardware & Software at offices:
S.No. Components
Quantity To be filled by the Bidder
IG & Addl. IG Office
(5)
Camp Office
(1)
DIG &
AIG (112)
SRO (355)
Total
Quantity Supplied
Make and Model
Deviations, if any (Yes/ No)
IG & Addl. IG Office (5)
Camp Office (1)
DIG & AIG (112)
SRO (355)
Total
1 Laptops 5 4 112 0 121
2 Desktops 24 5 112 2135 2276
3 Desktops for Helpdesk
4 2 112 355 473
4 Latest MS Office-OLP
33 11 336 2490 2870
5 Web Cam 0 0 0 535 535
6 Bio Metric Device 0 0 0 535 535
7 Electronic Writing Pad
0 0 0 2135 2135
8 Printer 24 5 112 1425 1566
9 Scanner Type-1 24 5 112 0 141
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 148
10 Scanner Type-2 High Speed
0 0 0 1065 1065
11 LAN Switch-24 Ports 4 1 0 0 5
12 LAN Switch-16 Ports 4 0 112 355 471
13 UPS 10 KVA 4 1 112 355 472
14 Network Rack 10 1 112 355 478
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 149
Annexure 6. Bill of Material for Indicative Bandwidth
S.No. Bandwidth QTY
To be filled by the Bidder
Quantity Supplied Make and Model Deviations, if any (Yes/ No)
Non Compliance may lead to rejection of bids. The discretion of same lies with IGRS -UP.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 150
Annexure 7. Bill of Material for Minimum Infrastructure requirements pertaining to the various offices of IGRS,UP
Infrastructure facilities
Work Category
Mandatory Category-wise (A+/ A/ B/ C)
Specification
To be filled by the Bidder
A+ A B C
Quantity Supplied Deviations, if any (Yes/
No) A+ A B C Total
Helpdesk 1 1 1 1 Sitting Space of 2 persons
e-stamp counter
0 1 1 1 Sitting Space of 4 persons
Registration Counter
0 2 2 1 Sitting Space of 3 persons (per registration counter)
Scanning counter
0 1 1 1 Sitting Space of 1 persons
Office staff room
1 1 1 1 Sitting Space of 5 persons
Officer-in-charge sitting area
1 1 1 1 Sitting Space of 7 persons
Officer-in-charge retiring room
1 1 1 1 Sitting Space of 4 persons
Record room 1 2 2 1 Sitting Space of 2 persons (per record room) Wash-rooms 2 4 4 2 Sitting Space of 4 persons (per washroom)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 151
Work Category Mandatory
Category-wise (A+/ A/ B/ C)
Specification To be filled by the Bidder
Concrete Work Yes Yes Yes Yes
Plain cement concrete with water-proofing compound and Thermo-mechanically Treated (TMT) deformed Reinforcing Bars (BIS specifications) or Brick masonry wall of 225mm thick bricks of good quality, as per the site specific requirement.
False Ceiling Yes Yes Yes No
Vertical Gypsum False Ceiling and 600mm x 600mm x 12mm Mineral Fibre Ceiling Tiles with 9 mm wide T-Section flanges of suitable colour (with cut outs for lighting fixtures, AC Ducts, Speakers, sprinkler system etc)
Flooring (Internal)
Yes Yes Yes No
Homogeneous Vitrified Flooring Tiles ( anti-skid ) of 600mmx600mm size incl. 100mm high skirting, all to line and level and with joints filled, complete in all respects, at all levels and floors Or 25 to 30 mm thick, 600x600 mm sand-blasted ( honed ) Granite Stone of approved quality, for floors, platforms, sills and stair landings with cement mortar bedding, pointing of joints with neat cement paste mixed with pigments to match the stone colour including dressing, grinding edges with sand machine polishing, curing etc.
Flooring (External)
Yes Yes No No Vitrified Paving Tiles (300mm x 300 mm) in External Area on a cushion of cement mortar with finished joints and complete in all aspect.
Partition Work Yes Yes Yes Yes
Solid Core / Partly Glazed (with Toughened glass 8mm thk) Partition - 75mm thk solid partition with anti-termite treated finished with 12mm thk commercial ply laminate from both sides with 50mm x 50mm thk Aluminium framework and glass wool insulation of density 24kg/cum, necessary cut-outs for switchboards, volume controllers, data plates, making grooves etc, and commercial ply band support to be provided for fixing all type of conduit, back boxes and skirting.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 152
Work Category Mandatory
Category-wise (A+/ A/ B/ C)
Specification To be filled by the Bidder
Wall Paneling/Tiling
Yes Yes No No
Wall / Column paneling in softboard - 12mm thk soft board on SS studs with 25x12mm Aluminium framework and Ply Boxing in 19 mm ply with wooden framework Or Vitrified Tiles - 600mm x 600mm to be fixed on vertical surfaces over Partitions / Brick walls using tile adhesive or laid on Cement
POP Yes Yes No No
POP Punning with 6mm to 10mm thick layer of super fine Plaster of Paris (Anhydrous Gypsum) applied over selected existing plastered surface on walls and columns finished smooth, surface prepared by hacking, sand papering and applying a coat of cement slurry if required including all incidentals, groove making, pattas, sills, etc. complete in all aspect at all levels.
Interior Paint Yes Yes Yes Yes
Acrylic Plastic Emulsion Paint of approved shades and colour to interior walls, columns, beams, and ceiling at all elevations including preparation of surface by scrapping and removal of existing cement paint and applying primer coats, fillers , putty, stops, including scaffolding, sand papering and cleaning surfaces, protecting, cleaning and curing with all materials, necessary equipment, labor etc. complete in all aspect at all levels.
Exterior Paint Yes Yes No No Two coats of Exterior Wall Paint of approved shade and colour including necessary scaffolding, wetting, curing etc. complete in all aspect at all levels.
Signage Yes Yes Yes Yes
External Backlit flex signage, Internal directional signage (3 mm thick Aluminium composite panel with 2 mm thick black acrylic end caps & 10 mm clear acrylic sides with grooved edge line with key holes for fixing on the wall or suspension hooks at the top for ceiling m ounted sign) and other Ceiling hanging Signage for counters numbers. The graphics to be computer cut or HP eco-solvent print as per design
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 153
Work Category Mandatory
Category-wise (A+/ A/ B/ C)
Specification To be filled by the Bidder
requirements.
Modular Furniture
Yes Yes Yes Yes
Modular furniture of good quality and make for all counters & cabins / room with electrical / LAN / telephone cabling, wire manager, pedestal units (2D+1FD), Key Board Tray & Floor mounted CPU Trolley on castors (Nos as per site requirement)
Chairs Yes Yes Yes Yes
Staff Chairs - Height adjustable High/Medium back Fabric upholstery chairs with tilt mechanism and single lock Citizen Chairs - 2 Seater SS Grade Tandem Seating Chairs (Nos as per site requirement)
Toilet & Sanitary Work
Yes Yes Yes No
a) 115mm Reinforced Brick Masonry wall at all levels with approved quality local bricks in cement mortar with 25mm Water-proof Cement Plaster b) 25 mm thick, 1200x600 mm Polished Granite Stone of approved quality for Toilet Counter c) 300mm x 300mm x6mm thick first quality Glazed PORCELAIN wall tiles upto 7' ht. on cement mortar bedding, finishing the joints in white cement and kept in a continuous vertical line, chasing the wall and finishing and making good the plaster flush with the tile and centre point plumbing fixtures, all complete as directed. Sanitary Work a) Glazed Vitreous China, Indian / European W.C. and Urinals along with cistern b) Glazed Vitreous China, Washbasin, Mirror, Liquid soap dispenser, Hand Drier
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 154
Work Category Mandatory
Category-wise (A+/ A/ B/ C)
Specification To be filled by the Bidder
All other items to complete it in all aspects
Electrical System
Yes Yes Yes Yes Lighting fixtures, fans, electrical wiring, distribution board with all safety equipment and earthing provisions
LAN & Network System
Yes Yes Yes Yes Cat-6 4Pair UTP Data Cable, Modular Jack Panel, Racks with other hardwares. (Certification for LAN)
AC Work Yes Yes Yes Yes Centralized / Split Air-conditioners with effective cooling capacity
DG Set Yes Yes Yes Yes DG Set with Air cooled Engine coupled with Alternator inclusive of AMF Panel and sound proof canopy and other associated accessories.
UPS System Yes Yes Yes Yes UPS System with load sharing and redundancy facility inclusive of SMF Batteries for giving 30 minutes backup on full load with each UPS
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 155
Bill of Materials (Non-IT)
S.No. Components
Quantity To be filled by the Bidder
IG & Addl. IG Office
(5)
Camp Office
(1)
DIG &
AIG (112)
SRO (355)
Total
Quantity
Supplied Make and
Model Deviations, if any
(Yes/ No) IG & Addl. IG Office (5)
Camp Office (1)
DIG & AIG (112)
SRO (355)
Total
1 Waiting Seats for Citizens (in SS finish)
25 10 560 3385 3980
2 Chairs (1 chair should be High Back chair for SR)
70 40 3248 7650 11008
3 DG Set (125 kVA) 1 1 0 0 2
4 DG Set (75 kVA) 4 0 0 71 75
5 DG Set (40 kVA) 0 0 112 109 221
6 DG Set (20 kVA) 0 0 0 175 175
7 Electrical Panel 5 1 112 355 473
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 156
8 Split ACs (2 Ton) 30 12 560 1392 1994
9 Signages- showing the cabins
As per site requirements
10 Tea / Coffee dispensers
5 1 112 180 1424
11 Water Cooler 40 Lt (Staff / Citizens)
6 2 112 355 475
12
LCD TV's (26” or higher TV in Citizen Waiting Area for Display of Token Number)
1 1 0 180 182
13 Fake Currency Detector
0 0 0 535 535
14 Currency Counting Machine
0 0 0 535 535
15 Plain Paper Fax machine
5 1 112 355 473
16 Office file trays As per requirements
17 Almirah 10 5 112 355 482
18 Tables 30 25 1120 1175 2350
19 Fire Extinguishers As per requirement
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 157
Non Compliance may lead to rejection of bids. The discretion of same lies with IGRS-UP.
20 Suggestion / Feedback Box
5 1 112 355 473
21 Metal Detector 5 1 112 355 473
22 First Aid Box 5 1 112 355 473
23 Soap Dispenser (Wash Room)
As per requirement
24 Waste Paper Baskets Big
As per requirement
25 Waste Paper Baskets Small
As per requirement
26 Wall Clocks 10 5 112 355 482
27 Foot Mats As per requirement
28 Planters As per requirement
29 Crockery As per requirement
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 158
Annexure 8. All the functionalities identified in the Application System
1. Enterprise Database Server
• Support for High Availability Clusters. • The database should be able to interface directly with High Availability Clustering Softw are on
UNIX, Linux & Windows. • Database should provide High availability & Disaster recovery using cost effective option of
automatically synchronizing the transaction logs to disaster site, which in case of fail over the other node provides the availability of all data. This flexibility of log synchronization should be supported from Enterprise to Entry Level server edition of the database.
• Database should have received the security certification of level 4 (EAL4) from the International Common Criteria for Information Technology Security Evaluation
• Database should also comply with Federal Information Processing Standard 140-2 (FIPS 140-2) standard. This standard describes US Federal government requirements for IT products that employ cryptographic modules.
• A centrally Monitored & Browser Based GUI Administration Tool should be available with the RDBMS to Create, Delete & Manipulate different Database Objects and also Schedule Queries priorities centrally.
• Server Configuration Tools be available to automatical ly configure clients, network etc.
2. Enterprise Portal Server
• System shall be able to handle projected customer base of around 6 lakh. System shall be scalable to handle more customers if required.
• System shall provide single information view of the data coming from multiple sources such as web service, XML, SQL source, Web Pages and Spreadsheets. This would need ability to connect to multiple sources, defining rules and filtering conditions
• Portal platform should provide ability to clip any website to encourage re-use of already available content.
• System shall have support for Web-based administration that can monitor data and events, monitor portal components such as HTTP server, Portal Cache, Portal Repository etc and maintain portal configuration files.
• System shall have support for centralized, web based user provisioning ensuring single definition of users, roles, groups and access rights.
• Portal architecture should support either.NET or Java platform or both. • Portal should deliver content based on user attributes or preferences • System shall have support for Personalization of home page using drag & drop functionality • Portal should provide a next generation Web 2.0 portal framework built specifically for
componentized Web 2.0 services like wikis, blogs and other Collaboration functionalities like Communities, Project-based tasks (Creation & Management) etc.
• System should be able to manage portal content using web content management from common content management repository thru out-of-the-box integrations.
• Portal search should support content, keywords, Full text & people search. • Portal should provide comprehensive analytics module to tracks portal/community traffic,
searched keywords, system response time, document downloads, user turnover, visit duration, etc.
• The portal platform should provide ability to surface data managed by packaged and custom applications like ERP through portlets.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 159
• The portal platform should provide support for Digital certificates and Secure Interface for confidential transactions as required.
• Portal platform must provide ability to wire the portlets together. This means that various portlets on a portal page can be connected with each other using a parameter to produce a simple, contextual application that integrates data from disparate system
• Portal should support multiple languages. • Business User Administration - The portal solution should provide browser-based tools that
would let business-level portal managers intelligently assemble, configure, and manage enterprise portals. The administration tools should provide granular control
• The portal solution should provide the ability to change a site's user interface. Users shall be able to customize the placement of books, pages and portlets, or the look and feel of their personal pages.
3. BPEL Engine (Orchestration and Workflows) Workflow Modeling
• Should support definition of business performance measurements • Should support for BPEL export of the business process • Should provide graphical modeling environment for process flow, resources, organization, cost,
time, data and performance measurement • Support for simulation of the business process • Support for static analysis of the business process etc • Support for export of the analysis results as excel sheets • Support for dynamic analysis of the business process • Support for generation of multiple types of reports and their formats – Summary, Comparison
etc • Provide multiple in-built reports • Provide multiple in-built performance indicators for the process • Provide case-analysis of the processes • Provide shared team-based process development • Workflow Deployment • Should enable Service Oriented Architecture based application and BPM development • Should be based on Enterprise Service Bus (ESB) architecture • Should conform to industry Service Component Architecture and Service Data Objects • Should conform to industry workflow standards like WfMC, BPEL • Should conform to Web Services standards – WSDL, SOAP, UDDI, WS-* etc • Should provide a common Web-based UI for System Administration • Should provide consolidated runtime and deployment platform for Enterprise application
integration and Business process management • Should support multiple OS platforms • Should provide common integrated development environment along with Unit Test
environment for ease and faster development and deployment • Should support Enterprise metadata discovery for adapters • Should provide standards-based, metadata-driven adapter development kit and framework. • Should provide multiple ways of process modeling like Flow-based, State-machines-based etc • Should provide graphical choreographer with minimal coding for process development • Should provide common event infrastructure based on common event formats. • Should natively support scalability, failover and High-availability without the need of any extra
third-party softwares.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 160
• Should support Business rules and templates. • Should provide browser-based rules management interface • Should support rich human interactions • Should provide support for Web forms using latest standards • Should support flexible Exception handling framework and transaction management • Should support dynamic-ways of execution/selection of services
Workflow – Monitoring
• Should provide role-based access to business dashboards • Should provide powerful web-based UI analytics capability • Should provide personalized configuration of the dashboards, Key performance indicators,
scorecards, alerts, tables, reports etc • Should provide monitoring of the business process • Should run on leading application server for providing high degree of scalability a nd high-
availability • Should support multiple platforms for distributed deployment • Should support closed-feedback loop development for true BPM implementation • Minimal coding for monitoring of business processes
4. Electronic Forms
Dynamic User Experience
• Should have Dynamic data-driven wizards for easier data entry • Ability to personalize forms based on users/roles (i.e. Access to the Form is completely should
be controlled by the logic within the form ensuring that each end-user sees only the pages they need to (and should) see.)
• Should have ability to add, remove and change rows, blocks and pages dynamically based on user input
• Should support 2-Way interaction with back-end applications or Database (i.e. should pre-populate the fields from back end resources as well as submit data entered in fields)
• Should have Web 2.0/AJAX based user experience when delivered via Web Browser • Should have powerful & flexible type-checking and scripting to accommodate business logic
within the form in on-line and off-line mode Workflow
• Should support role-based and data-driven workflow • Should support for Multi-Approval Workflows • Should support for integration with Industry leading, open standard based workflow engine
Security
• Should support Multiple fine-grained Digital signatures on any combination of Forms objects and pages, and there by should be able to lock different sections of the forms
• Should have Industry-leading digital signature support • Should have native mechanism to digitally sign forms • Should have support for Pen based digital signature • Should have support for Combined Digital Certificates based signing and Pen based signing
technology • Should have minimal file size impact with each new signatures added
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 161
Compliance and Document Integrity
• Should support declarative-rules and digital-signature standards (i.e. Forms should be built on a declarative-rules engine (similar to establishing behavioral rules/relationships in Excel) that uses rules that are deterministic for document integrity and security)
• Should have Pixel Perfect Representation of Forms for legal compliance • Should support Document integrity and compliance standards (i.e. Form should have provision
to be stamped or signed by each user that handles it, creating an internal paper trail that promotes audit ability and verification of each transaction)
• Performance • Should use Lightweight, native XML forms • Should have a Server framework that gives a zero-foot print solution (ability to work with forms
on browsers, without requiring viewer/reader) • Should have open standard based mechanisms of compressing the Forms itself • Should have open standard based mechanism of compressing file attachments • Should also give the flexibility to have a thick viewer/reader component to work with forms off -
line due to poor or no network connections Fit with Enterprise Architecture
• Should have native support for Open Standards and compliant to XForms 1.0 standards as defined by W3C without any conversion process
• Should enable flexibility with XML e-forms that is easily comprehensible and open specification • Should have Web services support • Should have support for a distributed workforce • Should have ease of integration • Integration should be achieved via various options such as data level or Form/file level, and
Composite application (integration at the glass) via Portal like infrastructure, • Should have Metadata support & version control • The eForms solution should enable form creators to include arbitrary metadata within an e -
form. Being able to embed information about an e-form within the e-form itself makes it self-describing. As such, the e-form is easier to manage, especially by automated processes, as it moves through its lifecycle from template to active document to archived business record.
• The eForms solution should allow the form designer to embed version information within the form for easy access by form users and all applications that process the form.
• Should have multiple language and localization support • Should have the flexibility in Viewer/Reader packaging size and options • Should have ability to automate the Viewer/Reader distribution and deployment • Should have data mapping and integration capability out of the box • Should have the High Availability option with no single point of failure – to allow mission or
business critical application • Should have the ability to scale linearly based on business and performance requirements
Complement and enhance SOA
• Should provide a Forms Data Processing Model & supports active content using declarative rules & Web Services
• Should have a built-in real-time LOOKUP function that submits and updates the Forms data model to simplify real-time updates within a form
• Should allow easy integration with Industry standard based SOA Presentation tools, Enterprise Service Bus and Business Process Engine
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 162
• Should support multiple schemas, including those required to interface with Web Services eForms Extensibility
• Should have extensible framework in Forms Viewing are based on common programming language such as Java or C
• Should allow end to end framework to be extensible based on Open Standards such as OGSi • Should have API that support common programming language such as Java and C to allow
server side custom development • Should have ability to interact and exchange data with HTML pages directly via JavaScript
5. E-MAIL Anti-Virus & Anti-Spam Requirements
• The solution should provide protection at multiple levels and at multiple checkpoints in the
messaging infrastructure, including messaging SMTP gateway and Mailbox servers, helping to stop viruses, worms, and spam before they impact the network or user productivity.
• Support for mail clusters should be provided to ensure that both active and passive nodes have the most up-to-date configuration information, filtering policies and signatures, so that the messaging traffic can remain secure even if individual mail servers fail.
• The solution should have the ability to provide protection (ability to detect and correct) against Line Feed and Carriage Return, illegal MIME header attacks in email headers.
• Should a zip archive file carrying multiple files have some malicious files, only the malicious files should be removed/ cleaned and the rest should be passed on as it is to the intended recipient(s).
• The solution should support uuencoded and compressed file integrity ch ecks. • It should also have the capability to detect encrypted files and take appropriate action according
to organization policy. • It should also be able to detect and restrict the number of nested attachments in a message and
the number of nested compressed files. Antivirus protection
• Should provide comprehensive Antivirus protection against the latest threats and viruses by using multiple levels of checks involving multiple technologies like heuristics, signature, scan engines, etc.
• The solution should provide functionality to run manual & quick scans on email message mailboxes on predefined schedules, in addition to real time checks on incoming messages.
• Should have the capability to detect and stop the propagation of common malicious code (worms) via email messages. Information about common worms in the wild should be updated at regular intervals.
• Scanning of emails should be supported in any of the following configurations: o Scanning of inbound mails o Scanning of outbound mails o Scanning of internal mails o Mailbox scanning o On access scanning o Scanning of public folders
• It should be possible to quarantine messages with malicious code and provide notification to appropriate sender or receiver and the administrator.
• It should provide options to scan/ check for malicious mails both when they are delivered to the mailboxes and when they are accessed later from the mailboxes.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 163
• In an outbreak scenario, it should be possible to scan email messages when they are accessed from the mailboxes with latest updated signature.
• There should be a provision to scan messages in the mailboxes with the latest signatures which had been scanned earlier (1 day before or 5 days before, 1 week before, etc). This would help catch potential malicious code which may have entered user’s mailbox earlier when a signature was not available.
• It should provide at least 5 antivirus engines (integrated into the product) from industry leading vendors to provide comprehensive protection.
Anti Spam
• The solution should be a multi-layered spam protection leveraging different filtering technologies, including spam signatures, heuristics, reputation filters, language identification etc.
• The solution should allow multiple allow and deny lists to provide flexible protection. • The solution should support domain-level black and white lists. • The solution should proactively target patterns common in spam campaigns. • The solution should support DNS Based Distributed black lists. • The solution should provide IP based block-and-allow list based on sender reputation. These
lists should be automatically updated as new versions become available. It should also allow administrators to configure additional IP allow-ordeny lists as needed.
• It should support Tagging and forwarding of SPAM or likely SPAM messages. • It should be possible to tag email by insertion of tags either into the Email XHeader or the
subject line so that the end user can be indicated of its possible contents. • The solution should have a mechanism to authenticate messages using Sender Policy
Framework (SPF). • It should employ checks based on Sender ID. • The solution should provide a choice of actions to be taken on Spam Mails. The action may be to
just identify a type of message, tag a message, delete and or quarantine/archive a message or a combination of the above.
• The solution should provide protection from Directory Harvest Attack. • It should be possible to detect and delete mails addressed to mails ids nonexistent in the
organization. • Should provide anti-spamming capabilities which allows administrators to
o Apply controls to the messaging system that will block receipt of messages into the system. o Apply controls based on content, recipient identification, sender identification, sender post
office, or other selectable parameters on the client side. o Apply controls based on the Sender ID framework as industry standard for the anti-spam
initiative o Apply threshold levels based on content of inbound email – junk email and non-junk email
classification o Apply policies on handling of blocked mail – archive, deletion etc.
• Should provide anti-spamming capabilities which allows end-users to o Classify messages as spam and not spam o Create rules that handle future spam and non-spam messages o Review messages that have been marked as spam
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 164
Filtering
• The solution should allow Administrators to quickly create custom organization wide content filters to handle messages based on content, sender information, or other criteria.
• It should allow File Filtering to block files based on the following parameters. o Type (true type) o Size o Direction (inbound or outbound) o Nested zip archives o Container documents
• The solution should provide for keyword (body text) based filtering. It should filter messages based on a variety of words, phrases, and/or sentences. Also, a provision for administrators to Administrators to download filter lists for profanity, racial discrimination, sexual discrimination, and spam should be made available. Integration
• The solution should provide tight integration and compatibility with the underlying messaging infrastructure. Should fully support and utilize Virus Scanning API (VSAPI) provided. Performance
• The solution should have maximum uptime during the definition signature updates and mail flow should not be affected/stopped/ or queued during definition updates
• The solution should provide protection against latest threats using rapid release of definitions. • The solution should have High availability features and should have no single point of failure at
any level. • Should provide Multi-threaded and In-memory scanning to increase performance of the
messaging server • The solution must provide for ways to optimize the performance of the message server while
providing effective protection through the use of administrator configurable options.
Reporting • The solution should offer consolidated reporting which gives administrators visibility into
aggregated filtering performance for deployed servers. • The solution should allow administrator to create E-Mail Notifications based on disposition or
category of message. Management
• The solution should have provision for configuration backup and restore. • The solution should support quarantining of SPAM & virus emails • It should be possible to manage the solution either locally or remotely. • In a scenario where multiple message servers are deployed at various locations in the
organization, it should be possible to deploy the exact same configuration to each server. • It should be possible to take backup of configuration, quarantined mails, and filters (Custom &
Default) for disaster recovery.
6. Mailing & Messaging Software
The bidder shall provision for centralized messaging services. . The email services shall provide support to government messaging setup through relevant functional messaging features like inbuilt
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 165
compliance engine to enforce government compliance & regulation requirements, customizable message classification like confidential, personal, company/department confidential, do not forward.etc. Administrators should be able to perform fast, full -text search across all mailboxes if required for legal or other purposes. The email services shall provide support for key feature sets like out -of-box push based mail, calendar & contact information and up-to-date notifications synchronization on windows mobile based PDAs, Symbian, Nokia & Palm Pocket PC and smart phones. The support for Unified Communication capabilities like - IVR Capabilities to access email ,voice mails, calendar and contacts by ordinary phone; Emails, Voice Mails and Fax redirected to Inbox; Speech Enabled Auto -attendant ; support for SIP based integration with IP or non-IP PBXs.
The mail server software shall support the following features for 1800 users:
• Should provide support for LDAP V3 Directory access. • Should provide integration with Directory services as mentioned above in Directory Section. • Should provide support for digital signatures. • Should support single integrated directory for NOS and Messaging with unified management
capabilities. • Should provide support for simple, flexible administration using a Web brows er/ MMC or any
other management console. • Should support tools for message tracking and monitoring management. • Should support for clustering and automatic fail over and load balancing services. • Should provide support for POP, IMAP4, SMTP and Web based Access. • It should support SSL encryption with 128/ 168 bit key and RSA keys. • Should provide for Simplified Server Monitoring. • Should provide easy creation of new database usage, activity, replication, and ACL monitors. • X.509 V3 support - that provides a standard for all digital certificates. • Periodic or per-message notification when the quota is exceeded. • Support for Admin Script. • Messaging server should be capable of implementing Private Blacklist, Private White lists and
DNS White lists. • Should support S-MIME browser access of email. • Should be capable of providing policy based administration controls. • Should provide for horizontal and vertical scalability. • Should provide reporting features to monitor Statistics and Events on the servers. • Messaging System should have in built compliance engine to enforce government compliance &
regulation requirements. • Messaging system should be able to provide archiving & message indexing/ journaling
capabilities on per user, per distribution list and per database basis. This f eature is required for fast recovery of messages on mailbox or portal server.
• Messaging solution should be able to provide customizable message classification like confidential, personal, company/department confidential, do not forward, client attorney privileged etc.
• Messaging solution should be able to provide end to end encryption with a minimum of 128 bit key encryption.
• Messaging solution can be able to enforce email retention settings on users so emails can be retained/archived/deleted as per State policies.
• Messaging solution should feature for Sent messages to be recalled by the sender.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 166
• Messaging solution should provide with Up-to-date notifications synchronization with Pocket PC and smart phones for 1800 users.
• Messaging solution should be capable of administration through an interface to provide server level control and configuration of the messaging system for all servers including: Create / rename/ delete mail accounts Reset/ set user passwords for both Directory.
• Should support TLS encryption between different messaging server roles to help ensure that all the messaging data transferred between messaging servers is encrypted.
• Should support browser based email access with features including schedulable separate out -of-office messages for internal and external users, S/MIME support, Really Simple Syndication (RSS) subscriptions, and Managed E-Mail Folder access etc.
• Should support a scheduling Assistant to provide visual guidance on the best dates and times for meeting, based on the schedules of invitees and resources.
• Should support Multi-Mailbox Search Administrators should be able to perform fast, full -text search across all mailboxes if required for legal or other purposes.
• Unified Messaging Support: o Messaging System should support following Unified Communication capabilities. o IVR Capabilities to access email, voice mails, calendar and contacts by ordinary phone. o Emails, Voice Mails and Fax redirected to Inbox. o Speech Enabled Auto-attendant. o Should support SIP based integration with IP or non-IP PBXs.
• Should provide core anti-spam capability out-of-box ; Mail server should have an ability to have an internet mail filtering functionality to Separate spam; the messaging server should have built -in server-side filtering and also Client side filtering.
• Should enable immediate preservation of a user’s deleted and edited mailbox items (e-mail, appointments, tasks, etc.) from both their primary mailbox and Personal Archive. Litigation Hold can be set on individual mailboxes or across the enterprise and also includes an option that automatically alerts users that a hold has been placed on their mailbox .
• Messaging solution should have tiered architecture like Mailbox Servers, SMTP Gateway and Users Access Server. Multiple Mailbox servers should be used to pr ovide redundancy & clustering capabilities. Gateway servers should be deployed for user access functions with capabilities like portal based Web Mail, push based mobile mail access, VPN less email access from internet and to route to internet with anti-spam capabilities like content filtering, domain filtering.
7. Directory Software/ Services:
Various systems in Setup - current or in future (AAA, Proxy, IP telephony, email, Portal, Group Policies, and DNS etc) should use the same centralized LDAP v3 compliant directory services for authentication, authorization and single sign-on. There should not be duplication of user stores for separate systems, to reduce complexity and increase productivity. Many setups have multiple directory services to manage, such as one for sending e-mail, one for managing user accounts etc. The complexity of administering and using multiple accounts has a negative effect on the productivity of everyone involved. Setup should be having LDAP v3 compliant directory services that should be the focal point of interoperability, security & manageability in a network. The operating system should provide for Directory Services, which is compliant with LDAP v3 specifications : • Should provide support for X.500 naming standards and should support Kerberos for logon and
authentication. • Support for integrated LDAP compliant directory services to store information about users,
computers, and network resources and making the resources accessible to users and applications.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 167
• Should support directory services integrated DNS zones for ease of management and administration/replication.
• Should Support for DNS as the locator service (service records & dynamic updates) . • The directory service should support features for health monitoring and verifying replication . • The directory service should provide support for Group policies and software restriction policies . • The directory service shall provide support for modifiable and extensible schema . • Should support multi-master directory service replication features, Directory Server should be
scalable and should have multi-master & multi-site capabilities. • Should support security features, such as support for Kerberos, smart cards, public key
infrastructure (PKI), and x.509 certificates. • The Object types supported should include:
o Users Object Type; o Groups (Security & Distribution Groups which can be static or dynamic) o Foreign Users (Non-employees/Business partners etc.) o Printers o Containers for purposes of grouping, administration and policy control
• Search capability to query all directory objects. • Search capability to query network resources by attributes. • Should support recovery of a Single Object as well as the entire directory . • Loss of a single directory server should not affect ability for users to logon. • Should have single integrated directory for OS and Messaging with unified management
capabilities. • Should support that password reset capabilities for a given group or groups of users can be
delegated to any nominated user. • Should support that user account creation/deletion rights within a group or groups can be
delegated to any nominated user. • Should support that group membership management within a group can be delegated to any
nominated user. • Should support multiple password and account lockout policies for different set of users. • Directory services should be extensible & should have capability to be extended for custom
development. • Support for integrated LDAP compliant directory services to store information about users,
computers, and network resources, file shares, printers and making the resources accessible to users and applications.
• The Object types supported should include: Users Object Type; Groups (Security & Distribution Groups which can be static or dynamic), Printers and Containers for purposes of grouping, administration and policy control.
• Should provide the audit capability to log old and new values when changes are made to objects and their attributes; should provide delete protection for directory objects.
• Should support the deployment of a read only additional directory server which may be deployed in a different location so as to prevent any changes from the other location .
• Directory services should support directory database snapshot tool, which should support creating snapshots of the directory database & should allow directory administrator to view the objects within the snapshot to determine the restore requirements when necessary.
• Directory Architecture: should have at least 2 servers for load balancing and ensuring high availability.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 168
8. Optical Water Mark Engine The solution should be able to secure the printouts that will be printed remotely online by IGRS officers and incorporate sufficient control for the actual print out and no. of prints.
• The proposed solution must be easy to be integrated and customizable with the IGRS application.
• The solution needs to be incorporated as per the IGRS project time lines. • The supplier must, in the proposal, include the costs of all necessary professional service
required to optically watermark the documents for I GRS-UP.
Invisible Optical Watermark Requirement: • The proposed solution must restrict people from easily forging or making unauthorized
reproduction of the documents by scanning, photocopying etc. Any attempt to counterfeit the optically watermarked registered documents will cause visual marks on the duplicate copies which can be easily differentiated from the original.
• The proposed solution must have the flexibility for IGRS-UP designated Images/ Text to be embedded as optical watermark into every document printed.
• The proposed solution must be capable of embedding hidden information into the optical watermark. The hidden information can be any information assigned by IGRS -UP, such as the word “COPY” or “VOID” or “DUPLICATE”.
• The watermark must contain a visible watermark which will deteriorate after duplicating and an invisible watermark which will appear after duplicating.
• The supplier shall indicate in the proposal; the highest resolution for (color and black/white) which the optically watermarked documents can be printed so that they cannot be replicated using photocopiers, scanners, fax machines or any such devices that are commonly available in the market.
Print Control:
• IGRS-UP must be able to control the number of copies of approved documents that can be printed by the customers. The number of copies that can be printed can be changed at any time as desired by IGRS-UP and number may differ for each type of documents.
• The proposed solution must allow IGRS-UP to authorize selected staff to be able to reset the number of copies to be printed, regardless of whether the documents have or have not been printed by the officials.
• The print control shall interface with popular browsers (such as Internet Explorer 5 and above), in the form off plug-in.
Compatibility:
• The proposed solution must be fully compatible with all popular browsers such as Internet Explorer 5 or above.
• The proposed solution must be able to fully integrate with the environment • The proposed solution must allow for printing on most of common laser printers (Postscript)
utilizing normal paper with 1200 DPI resolution and Duplexing. • The proposed solution shall support and work with the IGRS network/ system architecture. The
vendor shall customize the optical watermark application to ensure the proper interface and results with IGRS-UP network/ systems.
Vendor is expected to provide 5 year annual maintenance support along with product updates, patches for the licenses and hardware security modules. Please note that Invisible optical
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 169
Watermark needs to be embedded on TIFF file(s) used by IGRS DMS application which would be the responsibility of the Optical Water Mark product vendor (OEM).
9. Web Accelerator
Application Delivery Controller architecture: • Able to synchronize configurations, connection-states and persistence to provide stateful
failover of applications. • Able to be deployed in both Active-Standby and Active-Active setups. • Able to support connection mirroring for high availability • Able to support single configuration file backup and restore from the GUI • Able to detect system failure or shutdown/reboot, and perform failover to ensure high
availability, by using either network or serial heartbeat. • Able to perform failover based on hardware failure, system failure, SSL accelerator failure,
switch board failure, network failure and gateway failure. • Able to be deployed in a single arm (single subnet) network topology environment. • Supports SOAP/XML messages from third party applications or devices to modify configuration
of the application delivery controllers • Supports serial, CLI via SSH and https web-based GUI configuration and administration. • Supports historical statistics collection on CPU and memory usage, connections, and throughput
in an easy-to-read graphical view and displays real-time historical stats by the hour, day, week, or month from the web dashboard GUI. In addition to real -time stats, historical trending reports must be viewed by hour, day, week, or month.
• Supports Network Map (Graphical Representation in a Map format) of the vir tual server IP addresses and server pools.
• Able to communicate with global traffic manager devices to optimize traffic delivery • Able to support links aggregation (802.3ad) and LACP (Link Aggregation Control Protocol) • Able to support spanning-tree – STP, RSTP (Rapid Spanning Tree Protocol), MSTP (multiple
spanning tree protocol). • Able to support routing domains by creating a hierarchal routing table that generates
segmented routing tables that can be managed as “parent” and “child”, to isolated IP spaces with overlapping IPs. A single device must support multiple applications, or segments without conflicts.
• Able to support segregation of system resources (RAM and CPU) allocated to each product module running on the device. For each provisioned product module, the user must be able to select how to allocate recourses eg, dedicated, nominal, minimum, or none.
• Able to support built-in templates in the device to simplifying the process for rapid and easy deployment.
Optimization capabilities:
• Able to provide integrated SSL termination/acceleration, and SSL re-encryption to the servers. • Able to aggregate and reuse multiple connections to a single server side connection. • Able to transform HTTP1.0 to HTTP1.1 for server connection consolidation. • Able to provide built-in HTTP compression to reduce traffic usage. • Able to provide built-in HTTP caching to accelerate application traffic • Able to support content spooling by accepting and buffering large server response, and
performing data chunking to the client. • Able to support TCP/IP Stack Brokering for optimizing TCP stacks
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 170
• Able to support multi-store caching of static and dynamic web content (RFC2616). Able to support WAN/LAN optimization features such as the Reno asymmetric optimization (RFC2582), TCP extension for high speed network (RFC1323), limited transmit (RFC3042), selective acknowledgement (RFC2018), bandwidth delay “fill the pipe” optimization and extended congestion notification (RFC3168) etc.
• Able to support symmetrical data optimization, compression, encryption, and tunneling by 2 application delivery controllers without additional hardware Security features:
• Able to support DoS mitigation through connection proxy. • Able to support packet filtering based on layer 3 to layer 7 information. • Able to send logs to SNMP (IPv6 and RMON1) or syslog server • Able to support multiple administration domains to configure and administer the system. • Able to protect against finger-printing by resource cloaking - block return error codes (from web
servers and databases for example), hide server header information and remove source code comment.
• Supports cookie encryption to prevent cookie session hijacking, cookie tampering and cookie information leak.
• Able to support resource cloaking to remote server errors and cloak server head er information • Able to support protocol sanitization to protect against DoS attacks such as out of order TCP
packets, MSS mismatch and TCP window attacks. • Able to support AES SSL encryption • Able to use scripting language to log all URL requests to an external logging server.
Environmental conditions:
• Able to detect processor temperature with a built-in thermal diode that will shut down the processor if temperature exceeds the maximum operating temperature of 75 degrees Celsius
• Able to support clustered multiprocessing (CMP) • Provides hot-swap redundant power supplies (DC as an option) • Provides redundant hardrives • Able to support traffic throughout of at least 2 Gbps at Layer 7 • Able to support L4 connections of at least 115K • Able to support L7 connections of at least 15K • Able to support at least 2 million concurrent connections • Able to support SSL bulk of at least 2 Gpbs • Able to support SSL TPS of at least 15K TPS • Able to support at least 1million SSL Concurrent Connections • Able to support switching backplane of at least 24Gbs • Able to support compression of at least 2Gps • Able to support at least 8 x 10/100/1000 Ports • Able to support at least 4 x SFP (Copper, LX, SX) Ports
Web Application Acceleration
• Able to open more simultaneous connections between the browser and web application, allowing increased parallel data transfer.
• Able to eliminate the download of repetitive data by ensuring that the browser downloads only data that is truly dynamic and unique.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 171
• Able to serve up individual of Adobe PDF documents from large non-linear PDFs, allowing for fast first page views of PDF documents.
• Able to optimize http protocols and tcp sessions. • Able to compress dynamic data from web applications eg serving dynamic, unique or modified
request for compressed data from the cache • Able to use validated predefined polices for easy configuration for major software vendors • Able to support optimizations for Microsoft NTLM authentication protocol enhance access to
protected resources.
10. Two Factor Authentication The bidder should provide two factor authentication devices.
• Should provide Two Factor, time-synchronous One time password using AES algorithm. • The solution should be capable of offering multiple form factors for One Time passwords
including Hardware tokens, Software tokens (Web browser toolbar/application/mobile phones/ Windows Mobile/Blackberry/JAVA ME/ Symbian OS etc) , USB tokens with OTP and digital certificate support(hybrid tokens), On demand tokens including SMS and email.
• The hardware token should be tamper proof and not have any changeable parts and Software token provisioning should support using secure methods like CTKIP standard and binding of software tokens to a particular device id.
• Should provide agent based load balancing and high availability capabilities using multiple primary and replica servers. Should allow setting up of at least 10 replicas for failover and load balancing.
• All activities at admin console should have an audit trail of all logon attempts and operations. Logs should be tamper proof should provide tools to check the integrity of logs.
11. Intrusion Prevention System (IPS)
• IPS should be available as a plug-n-play appliance. • IPS should support open source as the underlying operating system (not a proprietary OS). • Monitoring interfaces operate at layer 2, thus requiring no IP address or network
reconfiguration. • To get layered approach to Security Firewall and IPS should be of different OEM at the Data
Center & DR Site. • The appliance have inspected throughput of 2 Gbps for all kinds of ec ommerce and web traffic. • Should not induce Latency into the Network, Latency should be less than 200 microseconds • The appliance monitors upto 4 inline segment and has 8 10/100/1000 interfaces for the same. • The appliance should have separate dedicated 10/10 0/1000 Mbps interface for management
console. None of the monitoring ports should be used for this purpose. • The IPS should be deployable in the following modes: Passive or IDS mode, Inline Protection
Inline Simulation • IPS vendor should have its own original threat intelligence analysis center and is not overly
dependent on information available in the public domain. • IPS should detect and block all known, high risk exploits along with their underlying vulnerability
(not just one exploit of that vulnerability). • IPS should detect and block zero-day attacks without requiring an update. • IPS should employ full seven-layer protocol analysis of over 150 internet protocols and data file
format.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 172
• IPS should operate effectively and protect against high risk, high impact malicious traffic via default out of box configuration, should be able to block more than 1100 attacks by default.
• IPS should perform stateful packet inspection • IPS should detect and block malicious web traffic on any port. • Does TCP stream reassembly? • Does IP defragmentation. • Does Protocol anamoly detection • Does Bi- directional inspection • Detects attacks within protocols independent of port used • Does Heuristics • Does Shell Code Heuristic • Does RFC Compliance • Does Protocol tunneling • IPS should do attack recognition inside IPv6 encapsulated packets • IPS should do active blocking of traffic based on pre-defined rules to thwart attacks before any
damage is done. • Accurately detects intrusion attempts and discerns between the various types and risk levels
including unauthorized access attempts, pre-attack probes, suspicious activity, DoS, DDoS, vulnerability exploitation, brute force, hybrids, and zero-day attacks.
• Allows full policy configuration and IPS sensor control via encrypted communications with remote management system.
• Can enable/disable each individual signature. • Each signature should allow granular tuning. • Supports assigning of ports to custom applications. • Filters traffic based on IP address or network range, protocol, and service in support of
organizational security policy to allow/disallow specific types of activity between hosts. • Should support Active/Passive and Active/Active for the appliance, the HA should be out of the
box solution and should not requires any third party or additional sof tware for the same. • HA solution should support High Protection that is should maintain state such that there is no
gap in protection during failure of one of the appliances. • IPS should fail open in case of power, software or hardware failure when deployed in stand
alone mode. • IPS should notify console of unit interruption. The console should receive alert and/or provide
additional notification to administrator should any component become non-operational or experience a communications problem.
• IPS should have built in ticketing system. • IPS should inspect and block unwanted PII and sensitive content disclosure across multiple
protocols. The IPS should have inbuilt signatures for this purpose • IPS Management console should support high availability. • IPS should support granular management. Should allow policy to be assigned per device, port
,VLAN tag, IP address/range • IPS centralized management console should manage all the products network and Vulnerability
Assessment solutions. • Management Console should be abl e to integrate and correlate with vulnerability assessment
solution of the same brand. • IPS should offer variety of built-in responses including console alerts, database logging, email
notifications, SNMP traps, offending packet captures, and packet captures. • IPS should offer Includes built-in reports. The console should be capable of producing graphical
metrics and time-based comparison reporting.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 173
• IPS vendor should have 24/7 security service update and should support real time signature update.
• IPS vendor product models should have been tested/certified for NSS, Tolly tested and ICSA.
12. Host Intrusion Prevention System (HIPS) Software
• Bidder should provision the required hardware if any and licenses as a part of solution as suggested by the HIPS OEM.
• Should support following operating systems: Microsoft Windows, Solaris, Red Hat Enterprise Linux, HP-UX and AIX Platforms.
• Should provide automated, real-time intrusion detection and protection by analyzing events, operating system logs and inbound/outbound network traffic on enterprise servers.
• Analyzes all packets to and from the server for and propagation. to detect and prevent attacks, both known and unknown intrusion attempts .Should prevent the following
• Prevents the delivery and installation of kernel-level Root kits. • Prevents cross-site scripting (XSS) attacks, SQL injection attacks, DOS, DDOS, worm, bot, botnet,
and Trojan attacks and prevent Buffer overflow attacks • Decodes backdoor communications and protocols. • Employs full, seven-layer, state-based protocol decoding and analysis. • Employs network-level, vulnerability-centric signatures/algorithms. • Identifies and alerts on user activity, including user account creation, deletion, and modification. • Identifies and alerts on group activity, including group creation, deletion, modification,
membership changes, and privilege escalation. • Identifies and alerts on file activity, including file additions, deletions, content changes, and
ownership changes. • Enforces operating system audit policy • Encompasses a wide array of built-in alerting, blocking, and logging responses for each event. • Can enable/disable each individual signature or group of signatures based on various criteria,
such as type and severity • Agents are managed by a central administration system designed for large-scale enterprise
deployments • Supports central management of policy configuration and one-touch, global policy roll-out for
policy changes and application.
13. Vulnerability Assessment Solution:
• Should have 1 10/100/1000 Mbps ports or installed on standalone dedidated Hardware. • Solution should be licensed for 500 IP addresses. • Should identify asset type’s out-of-the-box, including desktops, servers, routers, switches,
applications and operating systems. • Should Identifies newly connected devices and previously undiscovered assets on the network • It should identify actual vulnerabilities in the network. • Should do discovery-based assessment – Efficient, high-performance vulnerability assessment • It should use industry standard vulnerability lists such as CVE, CERT, SANS20 and other private
sources. • Should detect existence of spy ware. • Solution should produce low false positive rate. • Should do Vulnerability prioritization, internal ticketing system, Remedy integration. • Solution should automate scanning during open scan windows.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 174
• Should give vulnerability protection without deployment of a vendor-supplied patch when combined Network IPS.
• Should generate useful reports for the organization. • Should using following Asset identification techniques
o Ping sweep o User Datagram Protocol (UDP) probe o Asset fingerprinting o Rapid discovery o NetBIOS-based discovery o Transfer Control Protocol (TCP) discovery o UDP port discovery o Operating system (OS) fingerprinting o Application fingerprinting
14. Enterprise Content Management System
• Ability to interface/integrate with standard software tools, graphing and charting tools • Ability to retrieve/import images; image formats graphics; graphic formats etc. • Ability to extract/retrieve/import content from databases • Ability to interface with other platforms • Ability to interface/ integrate with desktop publishing tools • Ability for authors/contributors to create/save content directly into the repository (I.e. without
a separate authoring tool, and without having to author content then i mport it into the repository)
• Ability to support standard note file automation as followed in the current system of NHAI file management
• Ability to integrate with legacy system like File Tracking system • Ability to define policies for documents such as active / retiral / archival / destruction of
documents and records. • Ability to access/collect/retrieve/import static and variable content components from multiple
types of sources, including automated systems as well as individual contributors. • Ability to access/collect/retrieve/import content using import utilities or other code modules,
either user-invoked or invoked via an automated process, from LAN/WAN locations • Ability to access/collect/retrieve/import content with automated scheduled script as well as
user selection • Ability to identify source of content, original as well as updates • Ability to calculate/create/ cancellation/ modifications new content from existing components • Ability to handle variable components: text, data, graphics, images, charts and gr aphs • Ability to create/handle graphs, bar/pie charts from variable and historic data • Ability to define templates as assemblies of components, and use templates to create document
instances; graphical user interface • Ability to compose complete layouts; layout formatting capabilities • Ability to handle variable components in templates: vary in content, vary in size; effect on
resulting document instances • Ability to force page breaks • Ability to embed business rules in template definitions, to vary resulting documents based on
presence/value of specific content • Ability to preview sample document from template definition • Ability to import/convert existing templates
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 175
• Ability to have built-in functions: page numbering, header/footer sections, columns, etc. • Ability to re-use components in templates/documents • Ability to cross-reference components to templates/documents, and list the
templates/documents a component is used in • Ability to search templates/components/documents • Ability to search templates/components/documents for replace & replace-all updates; ability to
define search criteria for replace/replace-all • Ability to show how each template/component/document relates to others in search results • Ability to view actual templates/components/documents in search resul ts: e.g., double-click to
open • Ability to populate templates from content components to create documents; user -invoked vs.
automated • Ability to combine/calculate/generate content when creating documents from templates • Ability to verify documents; document preview • Ability to refine/customize content on document instances without changing at template • Ability to revise published documents • Ability to output documents in various presentations formats, including (but not necessarily
limited to): PDF, PowerPoint, Word, Excel, HTML, XML, RTF, etc. formats for commercial printers.
• Ability to deliver components/documents to intranet sites; internet sites; downloadable; editable vs. read-only
• Ability to print-ready output: output usable by commercial printing services • Ability to generate color output • Ability to have edit and dynamic page breaks • Ability to optimize printing for graphics-intensive documents, for varying printer speeds • Ability to enter attribute information about a template/component/document (including images
and graphs): (title, subject, type, keywords/tags) • Ability to generate attribute information such as author, date created, version, date
modified/by whom; at component/document/template save • Ability to search templates/components/documents for retrieval by author, title, date, type and
other attributes, keywords/ tags, full text search, wildcard search, advanced search (AND, OR, NOT)
• Ability to do full-text indexing as well as attribute indexing • Ability to construct search criteria with a wizard, not a query language • Automatic inclusion of archives • Ability to choose directories/sub-directories to search, including archives • Ability to view • actual template/component/document in search results: e.g., double-click to open, zoom in-out • Ability to print/produce documents from search results • Ability to store templates/components/documents/versions in folders or other container
hierarchy • Ability to organize templates/components/documents: by type, author, date created, etc. • Ability to check-out and check-in for template/component/document • Ability to check-in only by user who checked out the template/component/document • Ability to lock-out or notification of checked-out status for templates/components/documents
being updated • Ability to store and recall versions of templates/components/documents • Ability for user to decide to save a revision/update as a new version or replace existing version • Ability to distinguish between versions
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 176
• Ability to compare versions and report differences • Ability to rollback to a prior version • Ability to archive templates/components/documents • Ability for user to define purge criteria and/or retention periods • Ability to audit trail: who changed what when, template/component/document history
tracking • Ability to route automatically and notify for review/approval: status tracking, electronic
approvals, history, annotation, comments , etc. • Ability to attach documents to workflows • Ability for reviewers/approvers to add comments/annotate documents/components, highlight
text, attach related docs/files • Ability to depict graphically workflows end-to-end • Ability to define workflows by document/project • Ability to route to an outside entity via email • Ability to automatically notify via email or system notification, to component and document
owners when a component is changed, so that the owners know what documents to change • Ability to support for workgroup collaboration; definition/scheduling of tasks/plans/projects;
notifications to users of pending/due/overdue tasks • Ability to track status of task/plan/project • Ability to email templates/components/documents from the desktop • Ability to define distribution lists/mailing lists; ability to email to an outside entity. • Ability to do ad hoc reporting: graphical user interface, wizard, selections vs. expressions • Ability to track Template/component/document usage • Ability to generate user-definable reports & pre-defined reports • Ability to export report results; to multiple formats (e.g., Excel, .txt, HTML) • Ability to preview reports • Ability to save report instances to a shared or local drive, printer, etc. • Ability to be platform independent and available on 3-teir architecture with each tier fully
independent. • Ability to have security level at Template/component/document • Ability to create user roles, access levels definable by system admin • Ability to uniquely identify each user • Ability to restrict users having more than one concurrent connection • Ability to store passwords in encrypted format • Ability to identify inactive ID's • Ability to support authentication mechanisms • Ability to establish access control for confidential/highly restricted information • Ability to use Digital Signatures for approval • Ability of NAS/SAN support for high volume image/document storage/retrieval; • Should support full indexing on documents containing word, tiff and pdf files • Should support open environment and based on industry standards like J2EE, .NET and XML API
for custom application development.
15. Back-up Software
• Backup Solution should be available on various Operating System platform like, UNIX (SUN Solaris, HP-UX and IBM AIX , TRU 64 UNIX, etc.), Linux, Netware, and Windows and etc. Should support clustered configurations of the backup application in a cluster. i.e. backup application
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 177
should failover as a highly available resource in a cluster. Pricing of the software not be dependant on the number of CPUs of the UNIX machines.
• The backup software should be capable of doing full, incremental, differential, and variable block based de-duplicated backups. The software should also be capable of offering de-duplicated tape outs.
• The backup software should be capable of performing self healing of backup indexes; this would include consistency checking on its indexes to verify if there is any corrupt data.
• Ability to backup data from one platform and restore it from another (Open Tape format) to eliminate dependence on a particular OS machine and for disaster recovery purposes.
• The backup software should be able to encrypt the backed up data using 256 -bit AES encryption.
• Software should have full command line support on above mention operating systems. • Should have SAN support on above mention operating systems. Capable of doing LAN free
backups for all platforms mentioned above. • Should support “Hot-Online” backup for different type of Databases such as IBM DB2, Oracle,
MS SQL, Sybase etc. • Software should have an inbuilt feature for Tape to tape copy feature (cloning, within the tape
library) to make multiple copies of the tapes without affecting the clients for sending tapes offsite as part of disaster recovery strategy.
• Pricing of the software not to be dependent on the number of CPUs of the UNIX machines. • Upgrading the UNIX machines and increasing CPU should not have any commercial implications
in terms of renewing licenses or buying additional licenses. • Should have the optional ability of staging the backup data on a disk and then de -stage to a tape
based on the policy for faster backups. • Should support NDMP backup to disk. Should support NDMP multiplexing of NDMP and no
NDMP data to the same tape. The software should be capable of doing NDMP configuration through the GUI.
16. Enterprise Management Software (EMS)
The proposed EMS solution should manage service availability of various citizen -centric services hosted at DC by identifying critical services, the infrastructure they depend on and the relevant applications. The proposed EMS solution should provide comprehensive and end -to-end management of all the components for each service including Network, Systems and Application infrastructure. All the modules for the proposed EMS Solution must be from the same OEM vendor to provide out-of-the-box and seamless integration capabilities. Bidder must quote all necessary Hardware, OS & DB (if any) which is required for EMS to smoothly run.
Fault Management
• The EMS should offer intelligent, automatic discovery of network devices to create topology
views of the network. • The EMS should intelligently analyze fault conditions, detecting problems before they become
network disruptions. • The system must be able to support mapping and modeling of the infrastructure grouped by
network connectivity, physical location of equipment and user groups or departments. • The system should provide root cause analysis must not generate multiple alarms of the same
type for the same device but only show the number of repeated occurrences • The EMS should trace Layer 2 and Layer 3 connectivity between two devices in the network.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 178
Performance Management
• The Bidder is expected to provide performance management across key parts of the IT infrastructure. The solution should report on network, system and database performance information. It should identify trends in performance in order to avert possible service problems. The proposed performance management system should integrate network, server and database performance information and alarms in a single console and provide reporting interface for network and system components.
• The proposed system shall collect, analyze and summarize management data from LAN/WAN, MIB-II interfaces and various servers for performance management
• The proposed system shall identify over-and under-utilized links and assist in maximizing the utilization of current resources
• The proposed system shall provide Performance of Network devices like CPU, memory & buffers etc, LAN and WAN interfaces and network segments.
• It shall provide comprehensive health reporting to identify infrastructure in need of upgrades and immediate attention. Capacity planning reports shall identify network traffic patterns an d areas of high resource utilization, enabling to make informed decisions about where to upgrade capacity and where to downgrade or eliminate capacity.
• Detailed analysis of performance metrics and response time for the network shall be made available.
• System shall identify how device resources are affecting network performance, document current network performance for internal use and service level agreements (SLA).
• The proposed system must have a Cognos-based report authoring tool built-in which will enable complete customization flexibility of performance reports for network devices and monitored servers.
• The tool must support Flow monitoring and traffic analysis for any of following technology vendors NetFlow, J-Flow, sFlow, Netstream, IPFIX technologies.
• Traffic analysis system should be appliance based with software preinstalled from OEM with appliance for optimum performance.
• The solution should be of the type passive monitoring without a need to install any probe or collector for data collection
• The solution must provide the following Flow based metrics: Rate, Utilization, Byte Count, Flow Count, IP hosts with automatic DNS resolution, IP conversation pairs with automatic DNS resolution, Router/interface with automatic SNMP name resolution, Protocol br eakdown by host, link, ToS or conversation, Utilization by bit pattern matching of the TCP ToS field, AS number, BGP next hop address,IPv6 addresses
The proposed Server Performance Management System must provide the following features:
• The proposed tool must provide availability and performance for server nodes and deliver scalable, real-time management of critical systems. The proposed tool should be able to monitor various operating system parameters such as processors, memory, files, processes, file systems, etc. It should be possible to configure and define thresholds for warning/critical states and escalate events to event console of enterprise management system.
• The proposed tool should integrate with network performance management system and support operating system monitoring for various platforms including Windows, LINUX/UNIX, and LINUX/LINUX/UNIX.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 179
The proposed solution should support management with following parameters: • Processors: Each processor in the system should be monitored for CPU utilization. It should
compare Current utilization against user specified warning and critical thresholds. • File Systems: Each file system should be monitored for the amount of file system space used,
which should be compared to user-defined warning and critical thresholds. • Log Files: Logs should be monitored to detect faults in the operating system, the communication
subsystem, and in applications. Should analyze log files residing on the host for specified string patterns.
• System Processes: should provide real-time collection of data from all system processes. It should help identify whether or not an important process has stopped unexpectedly. It should provide an ability to automatically restart Critical processes.
• Memory: System agents should monitor memory utilization and available swap space and should raise an alarm in event of threshold violation.
The proposed Database Management System must provide the following features:
• The proposed database performance management system shall able to automate monit oring, data collection and analysis of performance from single point.
• It should also provide the ability to set thresholds and send notifications when an event occurs, enabling database administrators (DBAs) to quickly trace and resolve performance-related bottlenecks.
• Database performance management solution must include predefined scans for monitoring various database, operating system and network resources.
• With respect to user-defined parameters, the tool should report conditions that exceed thresholds and automatically takes corrective actions.
• The event management system must send alerts for an array of server conditions, including inadequate free space, runaway processes, high CPU utilization and inadequate swap space.
• The tool should have the ability to create real-time or historical custom graphs and stacks for comparison, correlation and trending across any collected database or database server
• The database performance management solution must support historical archive store for performance information in a compressed time-series form. DBAs should be able to drill down through layers of data to discover the cause of a condition occurring with the databases, operating system or network. These historical reports must also be usable to perform trend analysis and capacity planning.
• The database performance management solution must be able to trace, analyze resource -consuming SQL statements.
• Application Performance Management – This should enable to identify, prioritize and resolve defective transactions — often before they impact users — through real-time visibility into transactions.
The proposed Application Performance Management System must provide the following features: • The proposed solution should proactively monitor all user transactions for any web-application
hosted in a compliant application server; detect failed transactions; gather evidence necessary for triage and diagnosis of problems that affect user experiences and prevent completion of critical business processes
• The proposed solution should correlate performance data from HTTP Servers (external requests) with internal application performance data
• The proposed solution should measure the end customers' experiences based on transactions. • The proposed solution must be able to proactively identify errors and problems that users are
experiencing and enable trouble shooting to begin before an increasing number of users are impacted.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 180
• The proposed solution must be able to pro-actively determine exactly which users were impacted by transaction defects, their location and status.
• The proposed solution must be able to provide transaction analysis capabilities and show how a transaction's success rate, average time and transaction count has changed over a specific period of time such as today versus yesterday.
• The proposed solution must be able to provide user usage analysis and show how user's success rate, average time and transaction count has changed over a specific period of time such as current week versus previous week.
• The proposed solution should determine if the cause of performance issues is inside the Java application, in connected back-end systems or at the network layer.
• The proposed solution should provide deeper end-to-end transaction visibility by monitoring at a transactional level.
• The proposed Application Performance Management System must enable operators to identify, prioritize and resolve defective transactions —before they impact end-users — through real-time visibility into transactions and should be able to track end us er response time SLA’s.
• The proposed system must be able to detect user impacting defects and anomalies and reports them in real-time for Slow Response Time, Fast Response time, Low Throughput, Partial Response, Missing component within transaction
• Through a single console the solution must determine if the root cause of performance issues is inside the monitored application, in connected back-end systems or at the network layer and provide performance date pertaining to all application stakeholders (i.e. DBA, Operations, and Application developers) to their specific areas from single application agent within the application server.
• The proposed solution should measure the end users' experiences based on real user transactions & not synthetic or robotic transactions generated without. The solution should be an appliance-based system acting as a passive listener on the network thus inducing zero overhead on the network and application layer.
• The proposed solution should be able to trace the web transaction co mponents and provide visual representation of an actual transaction if required. All the performance data for the components that make up this transaction should be captured 100% of the time.
Help Desk Management
• This would be an online system deployed centrally and would be used for management of
network support activity. Service desk is envisaged as an application that will facilitate the end-to-end service support. The proposed system should include required hardware and software and should have support for 5 concurrent analyst licenses.
• User Interface: The proposed system should have an easy to use user interface (preferably a browser based), so that users across the State can lodge any complaints and service requests.
• Integration of EMS and Service desk: Enterprise Management System is a management platform that uses SNMP protocol for devices such as routers, bridges and hubs as well as computer systems, printers and applications. Integration of EMS with the Service Desk provides the complete problem detection and resolution process.
• Complete incident and problem management: Help desk should address both Incident Management and Problem Management. The helpdesk application should maintain a classification system that will distinguish the single occurrence trouble tickets or incidents needing immediate resolution from in-depth root cause analyses that may require longer term to resolve a problem. The flow of events at the helpdesk should be:
o Event is triggered and forwarded to service desk
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 181
o Service desk closes the request and updates the trouble ticket o Update the status of the ticket back to NMS / User
Tasks expected:
• Automatic forwarding of trouble tickets: EMS should automatically forward the events to the helpdesk.
• Manual submission of trouble tickets: NMS operator should be able to generate the ticket. • Ticket mapping and allocation: According to the severity, the ticket should be given the priority
level. It should also map the ticket to the appropriate personnel for the resolution. • Updating the status: Update the status of ticket back to EMS. • It should be able to log and escalate user interactions and requests. • It should have an updateable knowledge base for technical analysis and further help end -users
to search solutions for previously solved issues. • It should support tracking of SLA (service level agreements) for call requests within the call
centre through service types. • Helpdesk must be compatible with ITIL standards.
Reports expected from the Helpdesk
• Status of registered calls with interface using which analyst can inform the status to users over phone.
• Historical report indicating number of calls, time to resolve, status etc for a specified period of time.
Desktop Management
• The proposed solution should offer the facility of Software distribut ion, Asset Management,
Patch’ management and Remote control to the distributed end desktops from centralized location.
• The solution, out of box should be able to automatically discover and push clients to desktops instead of manually install it from the console.
• The desktop management agent on the distributed workstation should not be reflected as part of “Add / Remove program” — This is to ensure that users should not be able to easily remove the agents.
• Desktop management server should be able to send heartbeat signal to all the desktops at a scheduled environment to check whether they are alive. The performance, availability and reliability of the proposed desktop Management tool should be manageable centrally.
• The solution should natively and out of Box integrate with Directory. It should have the capability of discovering machines, users, Groups within AD using a native LDAP query and to distribute any software packages or patches to those Directory Objects.
• The solution should be scalable to accommodate the small to large distributed branches for desktop management functionalities. The Remote branches should be able to use the local Server (Large Branches) or Desktops (Small Branches) as the local point to distribute Patches /Software update etc and this local points of distribution should be updated from the central server like Fan out point.
• Asset Management : It should provide inventory of hardware and software applications on end user desktops including information on processor, memory, operating system, mouse, key board of desktops etc. through agents installed on them. It should also be able to give complete information about software installed on the desktop.
• Hardware Inventory The. solution must be able to inventory all hardware components an d devices on a workstation
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 182
• Software Delivery: It should provide delivery, installation, and un-installation of software installed on end-user desktops. It should allow pre- and post-installation steps to be specified if required & support rollback in the event of failure in installing software to end-user desktops.
• Application Distribution The proposed solution must be capable of distributing all types of applications, like .exe, .msi, .bat, .vbs, etc. without requiring repackaging
• Application distribution must be performed in cases where user is not administrator of workstation or is not logged into the workstation.
• Remote Control: The proposed solution should support “Remote Control” out of box — The Operator / Administrator should be able to take remote control of client workstations without any third party plug in.
• Patch deployment wizard: A simple console wizard should be provided to assist administrators in deploying required patches to managed devices.
17. Servers
Specification Complied / Not
Complied Product Type Mid-Range Server, Enterprise Class Form Factor Rack Platform UNIX/Windows Architecture RISC/EPIC Processor Should be latest at the time of bidding Processor Cores
16 min 32 Max
Cache 32MB L3
Memory 8.00 GB/per core
Memory Type DDR3 SDRAM
Others • FIPS certified card based Hardware Security module • Capable of dynamic movement of resources (CPU/ memory/
adapters) across partitions;
18. SAN
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No) The Proposed SAN Array should be configured with minimum 20 TB usable space on SATA disk drives after RAID5
The Proposed SAN Array must be rack mounted (Adequate OEM rack is being supplied) The Proposed SAN Array should be configured with Dual Controllers for redundancy. The Proposed SAN Array should be configured with minimum 4 x 4Gbps FC front en d host ports and scalable to 16 or more host port spread across dual controllers with at least 8 redundant 4 Gbps back end loops providing continuous access to host. The port configuration should be flexible in nature and must be ready to adopt 8Gbps Fiber Channel
The Proposed SAN Array should be configured with minimum 4 x 1Gbps iSCSI front end ports across Dual controllers scalable to 8 or more with full iSCSI off-load. The port configuration should be flexible in nature and must be ready to adopt 10 Gig iSCSI
The Proposed SAN Array should be configured with at least 8 GB or more cache across
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 183
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
dual controllers with dual cache mirror interconnect paths. The same should be scalable in future to 32GB or more cache across dual controllers by upgrading controller. Cache should be mirrored between the Active- Active controllers on separate Inter controller paths. The inter controller paths should be redundant (at least 2 paths) to prevent disruption if one path fails. Dual controller SAN Array should be able to support minimum of 200 disks and upgradeable to 400 or more seamlessly (data in place Upgrade).
The Proposed SAN Array should support RAID Levels: 0, 1, 1/0, 3, 5 & 6 Support for Windows 2000/2003, HP-UX, IBM AIX, LINUX, Solaris OS Provision for Redundancy of Disk Drives, Controllers, Fans & Power Supplies In case of power failure, the SAN array must be provided with cache protection mechanism to ensure no loss of data in cache (Cache De-Stage to disk), irrespective of duration of power outage.
The Proposed SAN Array should be field upgradeable to higher model in the family through data-in-place upgrade without requiring forklift upgrade of the SAN Array. The proposed SAN Array should also support NAS Gateway connectivity via FC SAN Switches without requiring forklift upgrade of the SAN Array or any Software
The Proposed SAN Array should be able to connect to minimum 2 Servers on iSCSI Protocol and also connect minimum 4 hosts on Fiber Channel through 16 Ports FC Switches with requisite Cables & Accessories (required in pair)
The SAN array should support virtual provisioning and also provide alert to monitor the virtual LUNs.
The SAN Array should be supplied with Snapshot or Point-in-time Copy functionality for snapshot and full copy of the production LUN’s / volumes. The Software should be licensed for the entire supported capacity of the SAN Array / Frame from day one.
The SAN Array should be supplied with SAN array based data replication in both synchronous & asynchronous modes with consistent copy of replicated volumes at target site. The replication capability should be bidirectional with ability to fail back. The SAN Array should also support for iSCSI Replication for iSCSI LUNS without FC-IP Routers.
The Proposed SAN Array must support storage virtualization via online expansion of LUN’s through both concatenation as well as striping methods for better performance. It must support movement of LUN from RAID5 to RAID10 and from FC drives to SATA drives, this functionality must be online, while the LUN is accessed by the Host/Application.
The storage array should be able to support intermix of Enterprise Flash, 15 K RPM FC disks, 10 K RPM FC disks, 7.2 K RPM SATA disks and 5.4 K RPM SATA disks
The proposed array should be scalable to 60 or more 73 GB and/or 400 GB Enterprise flash drives and 2 TB SATA disk drives
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 184
19. Tape Library
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No) Should be able to interface with different server platforms, operating systems & backup applications
Should support simultaneous backup of LAN, SAN & NDMP clients Should support 64 virtual libraries, 128 virtual tape drives, 1,00,000 virtual tape cartridges & 20,000 slots per Virtual tape library.
VTL solution should also have ability for Disk to Disk Backup
Should support block based In-line data De-duplication Technology
Should supports 4Gb/s FC, 1 GbE & 10GbE Ethernet architecture
Should support minimum 6TB Raw & scalable to 12 TB raw storage capacity
Should support RAID 6 + 02 hot spare Should be able to replicate data over Local or Wide Area Networks while backup is running
min 04 x4Gb/s SAN ports
min 02 x1Gb/s Ethernet ports
20. SAN Switch
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
The SAN switch should have adequate populated ports to cater for the redundancy in connectivity from any other equipment.
Switch should have non-blocking architecture All 24 ports should be concurrently active Throughput of each port in the SAN switch should be 4 Gbit/sec full duplex with no over-subscription.
Switch should protect existing device investments with auto-sensing 1, 2, 4 Gbps capabilities.
All the ports should operate at min 4Gbps in a nonblocking backplane All the ports should auto-negotiate to 4Gb/2Gb FC speeds. Setting of the port speed to 4Gbps or 8Gbps from the lower speed should not impact the other ports in the same port blade.
All the SAN Switch components should be hot swappable All the SAN Switch components should be field replaceable units The SAN switch should provide for redundant hotswappable cooling subsystems Power supply and fan assembly should have different FRU. The SAN Switch should support Virtual Fabrics feature The SAN Switch should enable partitioning of a physical SAN into logical fabrics The SAN Switch should enable isolation of logical fabrics by application The SAN Switch should provide advanced zoning capabilities
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 185
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
The SAN Switch should allow health monitoring capabilities The SAN Switch should allow performance monitoring capabilities The SAN Switch should have support for web based management The SAN Switch should support CLI. The SAN Switch should have proactive fault detection to avoid any hot -spots in the fabric.
The SAN Switch should have alerting capability to avoid any hot-spots in the fabric. The SAN Switch should support option to configure the switches with alerts based on threshold values for temperature
21. KVM Switch 8 port & Console terminal with necessary cables
Make & Model Offered - (To be filled by the bidder) Compliance
Daisy-Chain Connector: Two 6-pin Mini-DIN + One 15-pin HDDB (Standard KVM Cable minimum 12 feet)
Monitor Resolution Support:
Up to 1920 x 1440
Display Data Channel: DDC1, DDC2B, DDC2AB
Keyboard State: Saved and Restored
On Screen Display: Yes; Password Protected
PC Control: Keyboard, Hot Key, Push Button Switching Confirmation:
Buzzer
Daisy-Chain Level: 8
Max. PC Control: 64
Bandwidth: 200MHz
Form Factor: Rack Mountable
Power Requirements: DC 12V, 1A
Compliances: CE, FCC Class B, VCCI
Safety: UL
Warranty: 5 Years on site warranty
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 186
22. Server Load Balancer
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Architecture Able to synchronize configurations, connection-states and persistence to provide stateful-failover of applications.
Able to be deployed in both Active-Standby and Active-Active setups. Able to detect system failure or shutdown/reboot, and perform failover to ensure high availability, by using network and serial-connection based heartbeat.
Able to perform failover based on hardware failure, system failure, SSL accelerator failure, switch board failure, network failure and gateway failure.
Able to be deployed in a single arm (single subnet) network topology environment. Supports SOAP/XML messages from third party applications or devices to modify configuration of the load balancer.
Supports both CLI via SSH and web-based GUI configuration and administration. Able to support multiple partitions/segments Able to support links aggregation (802.3ad) and LACP (Link Aggregation Control Protocol)
Able to support spanning-tree – STP, RSTP (Rapid Spanning Tree Protocol), MSTP (multiple spanning tree protocol).
Delivery Able to load balance ANY IP based application. Able to support both TCP and stateless UDP (User Datagram Protocol) applications. Able to support static load-balancing algorithms such as round-robin, ratio and priority (with minimum active members).
Able to support dynamic load-balancing algorithms such as fastest-response, least-connections, combinations of fastest-response and least-connections, and based on specific server resources (such as CPU, memory, network utilization etc).
Able to support slow ramping of newly available servers to preven t connection bombing.
Able to support content based application monitoring, such as HTTP/HTTPS, FTP (passive/active), POP3, IMAP, SIP, SMTP, telnet, RADIUS, LDAP (with TLS or over SSL), Oracle, MySQL and SOAP.
Able to support external customized monitors to perform extended health-checks on the servers and other devices.
Able to support composite monitors, such as M of N rule (eg. need only 2 successes out of 3 monitors).
Able to support persistence based on SIP (Session Initiated Protocol), SSL session ID, source IP and destination IP.
Able to support different cookie persistence methods such as passive, insert, rewrite and hashing.
Able to support persistence based on any variables in the packet header and payload. Able to support NAT and NAPT based on source and destination address. Able to return packets based on last-hop MAC address to ensure symmetric routing (which is required for transparent load-balancing of routers, firewalls etc).
Able to read into the FULL payload (data) of the packet to make traffic management decision (pool selection, redirect, forward, reject, drop, log etc).
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 187
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Able to read into HTTP header and make traffic-management decision based on HTTP host, URI, method, version, cookie and browser type etc.
Able to support TCL (Tool Command Language) for event based (such as client_accepted, http_error, http_response_data, auth_failure etc) rules creation to make traffic management decision.
Able to control traffic flow based on the content of both outgoing and returning traffic (bi-directional).
Able to support a mixed combinations of IPv6 and IPv4 virtual addresses and nodes. Able to support IPv6-IPv4 and IPv4-IPv6 translations. Able to support 6in4 and 4in6 tunneling. Able to support Ipv6 routing protocols such as RIPng, OSPFv3 and BGP4+. Able to support MobileIPv6. Optimization Able to provide integrated SSL termination/acceleration, and SSL re-encryption to the servers.
Able to aggregate multiple connections to a single server side connection. Able to transform HTTP1.0 to HTTP1.1 for server connection consolidation. Able to provide built-in HTTP compression to reduce traffic usage. Able to support content spooling by accepting and buffering large server response, and performing data chunking to the client.
Able to support integrated rate shaping to allocate bandwidth and priority to specific applications.
Able to support multi-store caching of static and dynamic web content (RFC2616). Able to support WAN/LAN optimization features such as the Reno asymmetric optimization (RFC2582), TCP extension for high speed network (RFC1323), limited transmit (RFC3042), selective acknowledgement (RFC2018), bandwidth delay “fill the pipe” optimization and extended congestion notification (RFC3168) etc.
Security Able to support DoS mitigation through connection proxy. Able to support packet filtering based on layer 3 to layer 7 information. Able to perform 1st level client authentication (based on LDAP, RADIUS, TACACS or client-side certificate), independently of the servers.
Able to protect against finger-printing by resource cloaking - block return error codes (from web servers and databases for example), hide server header information and remove source code comment.
Supports cookie encryption to prevent cookie session hijacking, cookie tampering and cookie information leak.
Supports FIPS (Federal Information Processing) and AES (Advanced Encryption Standard) encryption.
General Shall be rack-mountable into standard 19”- wide rack. Tenders shall specify the dimension of the switch Shall support Fast Ethernet IEEE 802.3u) and/or Gigabit Ethernet ports (IEEE 802.3ab or 802.3z).
Shall be able to support the following load balancing algorithms that can be simple to set up and configure.
Round Robin
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 188
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Weighted Round Robin Least Connections Weighted Least Connections Maximum Connections Response Time Observed (Least Conn + Fastest Resp) Predictive (Observed over time) Dynamic Ratio (Based on server utilization) Shall be able to support ‘sticky’ connections to servers based on the following switching mechanisms:
URL switching policies URL hashing Cookie-based Cookie-based hashing SSL ID based shall support at least one or more of the following configuration modes on the console:
Command Line Interface Text-menu driven GUI-based HTTP or HTTPS-based shall support the following protocols and standards: IEEE 802.3x Flow control IEEE 802.1D Spanning Tree Protocol (STP) IEEE 802.1p Packet Priority, shall include all eight (8) classes of services IEEE 802.1q Virtual LAN (VLAN) IEEE 802.1w Rapid Reconfiguration of Spanning Tree (RSTP) IEEE 802.1ad Link aggregation Should be able to manage SIP traffic Should be able to optimized, encrypted, and optionally tunneled the data between two locations in a symmetric deployment
Physical Specification - Should have Optimize Throughput of minimum 2 Gbps at Layer 7 Should support 4 Million concurrent connection Should support 115000 cps at L4 layer Should support 15000 cps at L7 layer Should support switch back plane of 24 gbps Should support SSL Acceleration Should have at least 500 SSL Transaction per second and can be upgrade to 10000 SSL Transactions per second
Should have at least 8 - 10/100/1000 ethernet ports Should have at least 2 - SFP 1 Gbps fiber/copper ports Should support maximum compression capacity of 2Gbps Disk capacity 320 GB minimum and flash of 8Gb Should have USB port and front panel LCD screen for initial configuration and statistics Should support RIP,OSPF, BGP
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 189
23. Link Load Balancer
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Architecture
Should have a high performance purpose built hardware based solution with dual core processor or better
Clustered Multiprocessor operating system
1 Gbps L7 Throughput
Should have 14 Gbps Backplane Should have 4 X 10/100/1000 Mbps fixed ports with optional 2GBIC slots for either fiber or copper use
Dedicated always on (AOM) out of band management port
Disk capacity 320 GB minimum
Should have USB port and front panel LCD screen for initial configuration and statistics
Should support RIP,OSPF, BGP
Should support VLAN,STP,LACP, Trunking
Should have minimum 4GB RAM
Performance
4 Million Concurrent Sessions
60K New connections per second at Layer 4
Should support 1 Gbps compression throughput
Should provide TCP optimization
Should Support Ipv6 environments
Load Balancing Features
Should provide Load balancing for inbound & outbound traffic
Selection of shortest path to destination based on load/Hops/response time
Least amount of Bytes
Least number of users/session.
Connection completion rate
Kilobytes /sec
Quality of Service
Packet rate
Drop packet rate
Cyclic or Round Robin.
weighted Cyclic or weighted Round Robin
SNMP Parameters, like router CPU utilisation etc
Autolast hop
Should support Static NAT & Dynamic NAT
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 190
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Health Monitoring
Should provide individual health check for each link
Should be able to do health check on protocols like HTTP, SMTP, POP etc
In case of link failure traffic should be diverted to another link automatically
Should provide GUI interface to configure any health check
Should support internal of external system monitors
Should be possible to create health check monitors
Redundancy
Should Support high availability with active-active or active-passive with session failover
Should support transparent failover between 2 devices
Serial Cable based failover to reduce failover time less then 1 second
Network based failover for session mirroring, connection mirroring and heartbeat check
Config autosync, manual sync to and from active and backup unit
Force standby and force offline mode
MAC Masquerading
Should have dual power supply
Bandwidth Management
Should provide bandwidth management based on any L3-L7 infomration
Should provide Minimum & Maximum bandwidth allocation limit
Should provide bandwidth borrowing between policies
Should provide rate limiting on peer to peer traffic
should be able to limit bandwidth for specific protocols
Device Management & Reporting
Should provide HTTP/HTTPS interface management
Should provide troubelshooting and traffic analysis tool like tcpdump
Should provide SSH/Telnet interface
Should suppport SNMP V1, V2c, V3
Should provide LIVE reporting for traffic on each links
Should show total concurrent sessions, Throughput, new connection, CPU usage, Memory Usage Graph for last 30 days on web based GUI
Should provide multiple config version option on the appliance
Should provide system, traffic logs on webGUI
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 191
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Should be able to partition the appliance in different system
Role based admin access with roles like no access, Guest,Operator,Application editior,Resource Administrator and Administrator
Should provide Network map of all the available and unavailable resoources, vip etc
Should have option to change the SSL certificate used for management of the appliance
Should provide detailed historic reporting for link traffic
General
19" 1RU Rackmountable chassis ( Mounting kit / brackets to be supplied )
24. SSL VPN Device
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Architecture
Should have a high performance purpose built hardware based solution with dual core processor or better
Clustered Multiprocessor operating system
Should have 4 X 10/100/1000 Mbps fixed ports with optional 2GBIC slots for either fiber or copper use
Dedicated always on (AOM) out of band management port
Disk capacity 320 GB minimum
Should have USB port and front panel LCD screen for initial configuration and statistics
Should support VLAN,STP,LACP, Trunking
Should support IPv6
Hardware based SSL encryption/decryption
Full Proxy
Should have minimum 4GB RAM
Remote Access Features
Client based network access as well as portal based web application access
Secure connectivity for Internal LAN,Remote LAN,Internal Wireless,Public Wireless
Auto-reconnect
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 192
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Split Tunneling
Safe Split Tunneling
Granular network access control to specific VLAN based on user group
Packet filtering support based on user group
Static IP assignment for users
Application Access (Secure Access to Specific Client/Server Applications from Home PC, Partner PC)
File Access
FTP Server Access
Email Access
SSO Integration Support with Identity Management Systems
Multi-platform client device support
URL Obfuscation
ActiveSync support
File download blocking
Geolocation agent to provide configuration and reporting on basis of Geographic location of end user
Rewrite engine – internal application access
Protected workspace support and encryption
Secure Virtual Keyboard
Performance/Acceleration
Should support 500 concurrent users and should be scalable to 1000 concurrent users on single platform when in HA mode
Secure accelerated remote access
Should support symmetric acceleration using software client based on end user machine
Should provide TCP optimization
Acceleration and optimization services
Optimized and secure connections with Datagram-TLS
Asymmetric and symmetric network and application acceleration
Data de-duplication
Dynamic caching and compression
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 193
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
CIFS and MAPI acceleration over SSL tunnel
Should support site to site acceleration when two data centers send and receice traffic across WAN
Authentication
Local user database
RADIUS
LDAP
Active Directory
Native RSA SecurID
Health check monitor for RADIUS accounting
Single Sign On
Credential caching and proxying for SSO
Windows machine certifcate support
End Point Security
Advanced Visual Policy Editor
Endpoint inspection: Windows, Mac, Linux,
antivirus, and frewall checks
More than a dozen endpoint checks
Pre-Logon Client Integrity Check
Broadest out-of-box integration with client Anti-virus
Broadest out-of-box integration with Personal Firewalls
Whole Security Integration
Google Desktop Search Protection
Cache Cleaner
Redundancy
Active-Passive or Active-Active
Should support transparent failover between 2 devices
Serial Cable based failover to reduce failover time less then 1 second
Network based failover for session mirroring, connection mirroring and heartbeat check
Config autosync, manual sync to and from active and backup unit
Force standby and force offline mode
MAC Masquerading
Should have dual power supply
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 194
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Bandwidth Management
Advanced rate shaping and quality of service
Should provide Minimum & Maximum bandwidth allocation limit
Should provide bandwidth borrowing between policies
should be able to limit bandwidth for specific protocols
Device Management & Reporting
Should provide HTTP/HTTPS interface management
Should provide troubleshooting and traffic analysis tool like tcpdump
Should provide SSH/Telnet interface
Should support SNMP V1, V2c, V3
Route domains (virtualization)
Should show total concurrent sessions, Throughput, new connection, CPU usage, Memory Usage Graph for last 30 days on web based GUI
Should provide multiple config version option on the appliance
Should provide system, traffic logs on webGUI
Report scheduling
Role based admin access with roles like no access, Guest, Operator, Application editor, Resource Administrator and Administrator
Should have option to change the SSL certificate used for management of the appliance
General
19" 1RU Rack mountable chassis ( Mounting kit / brackets to be supplied )
25. Router (Internet)
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Router Architecture: The router architecture should have following features
Modular Chassis
Interface Support Required: The router architecture should have following features
Ethernet LAN Ports -> 3 x 10/100/1000 Mbps. It should support additional Gigabit Ethernet modules i.e. both 10/100/1000 or SFP type (upgradable upto 4)
E1 V.35/G.703 Ports -> 4 ports with MLPPP support Console Port -> 1 Memory Required: RAM Required -> 512 MB
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 195
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No) RAM Upgradeable -> 1GB
Flash Memory Required * -> 128 MB Flash Memory Upgradeable * -> 256 MB * For the bidder who’s Router does not match the Flash memory requirement, should ensure to provide adequate memory to accommodate all OS features required at present or in future.
Performance Requirements for 64 byte packet -> Minimum 1100 Kbps
Access Control -> Required Protocol Support Required: RIP, BGP4, Policy based Routing, PPP, HDLC, OSPF Version 2 as per RFC 1583 / RFC 1793, Support for IPV6. Re-distribution of routes from on Routing protocol should not be a bottleneck . All the above features should be provisioned in the router from day 1.
Congestion Management: The router should have proper congestion management to eliminate Network congestion when the link is overloaded. Random Early Detection, Weighted Fair/priority Queuing, IP precedence or DSCP.
IP Multicasting: Type Forwarding -> MBGP/PIM-DM/PIM-SM
Bandwidth Optimization: The following bandwidth optimization features should be
Dial-Backup -> Required
Dial-on-Demand -> Required
Inactivity timeouts -> optional Accounting: The following accounting features should be supported:
Packet & Byte Counts
Start Time Stamp & End Time Stamps.
Network Time Protocol
Input & Output interface ports.
Type of service, TCP Flags & Protocol
Source & Destination IP addresses
Source & Destination TCP/UDP ports Security Requirements: The offered router should have following security features:
Support for Standard Access Lists to provide supervision and control.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 196
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Controlled SNMP Access through implementation of Access Lists on the router to ensure SNMP access only to the SNMP manager or the NMS workstation
Controlled SNMP access through the use of SNMP with MD5 authentication.
Multiple Privilege Levels for managing & monitoring
Support for Remote Authentication User Service (RADIUS) and AAA
PPP CHAP support Management Features : The offered router should have the following Management Features:
The Router shall support Telnet, SSH, Console access.
The router shall support FTP or TFTP for easy software upgrades over the network.
Network Management services shall be provided using open standards based protocols like SNMP V2/V3
Configuration Management: The Router shall support configuration management through the command line interface. GUI based software configuration utility shall be provided. Support of configuration on web interface shall be available.
Event and System logging: Event and system history logging functions shall be available. The Router shall generate system alarms on events. Facility to put selective logging of events onto a separate hardware where the analysis of log shall be available.
Pre-planned scheduled Reboot Facility: The Router shall support the preplanned timed reboot to upgrade their hardware to a new software feature and plan the rebooting as an off-peak time.
Power: Internal Redundant Power supply 230 V AC 50 Hz,
Mounting: The offered router should be 19" rack mountable
Accessories: Should come with all necessary power cords, adapters, data cables, connectors, CDs, manuals, brackets accessories, wire managers, etc, required for installation and commissioning of the equipment.
26. Firewall
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Hardware Feature The Firewalls should be Hardware based, Reliable, purpose-built security appliance or modules in core switch with hardened operating system that eliminates the security risks associated with general-purpose operating systems with 6 No.s of 10/100/1000 Base Tx interfaces.
Should be redundant supporting Active/Active or Active/Standby Firewall for High Availability & Scalability
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 197
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Firewall Throughput of minimum 7 Gbps IPSEC 3DES Throughput of Up to 1400 Mbps Concurrent Sessions of at least 1,400,000 IPSec VPN Peers of up to 2500 Virtual Interfaces (VLANs) support for at least 2000 VLANs for forming Secure server Farms and DMZs
Scalability through clustering and load balancing Software Features Application Security Services The Firewall should have Integrated specialized inspection engines for protocols like HTTP, FTP, DNS, SNMP, ICMP, NFS, H.323, SIP, RTSP and many more
The Firewall should provide advanced inspection services to detect and optionally block instant messaging, peer-to-peer file sharing, and other applications tunneling through Web application ports
Inspection of H.323, SIP based voice and multimedia streams
To provide TCP stream reassembly and analysis services to help detect attacks that are spread across a series of packets
Network Containment and Control Services Inbound and outbound access control lists (ACLs) for interfaces, time -based ACLs, and per-user or -group policies for improved control over network and application usage
Powerful reporting and troubleshooting capabilities that help enable collection of detailed statistics on which ACL entries are triggered by network traffic attempting to traverse a security appliance
Rich dynamic, static, and policy-based NAT and PAT services
Secure Connectivity Services
IPSec VPN services for up to hundreds of simultaneous remote devices
Support for Internet Key Exchange (IKE) and IPSec VPN standards with hub -and-spoke or meshed VPN configurations
High-Availability Services
Support for Active/Active & Active/Standby failover.
Support for bidirectional state sharing between Active/Active failover pair members for support of advanced network environments with asymmetric routing (PBR) topologies, allowing flows to enter through one Firewall appliance and exit through the other, if required
Support for Synchronizing all security association state information and session key material between failover pair members
Support to perform software maintenance release upgrades on the Firewall failover pairs without affecting network uptime or connections
Intelligent Networking Services
Support for multiple virtual interfaces on a single physical interface
Comprehensive OSPF dynamic routing services
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 198
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Capability to forward DHCP requests from internal devices to an administrator-specified DHCP server, helping enable centralized distribution, tracking, and maintenance of IP addresses
Support for NTP to provide convenient method for synchronizing the clock on the firewall appliance with other devices on a network
Flexible Management Solutions Support for Built-in Management Software for simple, secure remote management of the security appliances through integrated, Web-based GUI
Should provide a wide range of informative, real -time, and historical reports that give critical insight into usage trends, performance baselines, and security events
Accessible through variety of methods, including console port, Telnet, and SSHv2
Strong authentication of users through the Firewall appliance through a local user database or through integration with enterprise databases, either directly using RADIUS and TACACS+ or indirectly with AAA Server
Hardware Feature
The Firewalls should be Hardware based, Reliable, purpose-built security appliance or modules in core switch with hardened operating system that eliminates the security risks associated with general-purpose operating systems with 6 No.s of 10/100/1000 Base Tx interfaces.
Should be redundant supporting Active/Active or Active/Standby Firewall for High Availability & Scalability
Firewall Throughput of minimum 7 Gbps
IPSEC 3DES Throughput of Up to 1400 Mbps
Concurrent Sessions of at least 1,400,000
IPSec VPN Peers of up to 2500
Virtual Interfaces (VLANs) support for at least 2000 VLANs for forming Secure server Farms and DMZs
Scalability through clustering and load balancing
Software Features
Application Security Services
The Firewall should have Integrated specialized inspection engines for protocols like HTTP, FTP, DNS, SNMP, ICMP, NFS, H.323, SIP, RTSP and many more
The Firewall should provide advanced inspection services to detect and optionally block instant messaging, peer-to-peer file sharing, and other applications tunneling through Web application ports
Inspection of H.323, SIP based voice and multimedia streams
To provide TCP stream reassembly and analysis services to help detect attacks that are spread across a series of packets
Network Containment and Control Services
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 199
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Inbound and outbound access control lists (ACLs) for interfaces, time-based ACLs, and per-user or -group policies for improved control over network and application usage
Powerful reporting and troubleshooting capabilities that help enable collection of detailed statistics on which ACL entries are triggered by network traffic attempting to traverse a security appliance
Rich dynamic, static, and policy-based NAT and PAT services
Secure Connectivity Services
IPSec VPN services for up to hundreds of simultaneous remote devices Support for Internet Key Exchange (IKE) and IPSec VPN standards with hub -and-spoke or meshed VPN configurations
High-Availability Services
Support for Active/Active & Active/Standby failover. Support for bidirectional state sharing between Active/Active failover pair members for support of advanced network environments with asymmetric routing (PBR) topologies, allowing flows to enter through one Firewall appliance and exit through the other, if required
27. WAN Router
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no)
Architecture:
Should have support for Data, Voice & Video services. Should be chassis based & modular architecture for scalability
Should have power supply redundancy. There should not be any impact on the router performance in case one of the power supplies fails.
All interface modules, power supplies should be hot swappable for high availability.
Should support hardware based VPN (3DES/AES) Encryption Should support Firewall features.
Interface Required
Should have 1 Port of Channelized STM-1 Should have min. 4 Ports Multichannel E1 ports Min. Three 10/100/1000-Mbps or Gig Copper Ethernet ports One dedicated Fast Ethernet port for management Should have supports for DES, 3DES, and AES IPSec encryption Min. 3 spare Service Slots after fully populating all the cards as per the requirement
Performance:
Shall support high performance traffic forwarding with con-current features like Firewall and encryption.
Forwarding Capacity shall be a minimum of 1.5 Mpps (considering 64byte packet size)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 200
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no)
Shall support variety of interfaces like G.703, Channelized E1 interfaces for provisioning n64Kbps connectivity, E3, STM1, Channelized STM-1, Ethernet Interfaces – 1Gbps, 10/100 Mbps
Should have support for MLPPP
Should have integrated IP Services like GRE tunneling, ACLs, IPSEC VPNs, VPN , Firewalling, NAT
Should have IPSec performance of 150-Mbps Should have at least one USB ports.
Shall support Voice traffic optimization with features like LFI, cRTP
Should have minimum of 512MB of RAM and 256 MB of Flash Memory and should be upgradeable.
High Availability
Shall support, On-line insertion and removal for cards, fast reboot for minimum network downtime, VRRP or equivalent
Shall support storage of multiple images and configurations
Protocol Support
Should have Routing protocols like IS-IS, RIP ver1 & RIP ver2, OSPFver2, BGP4
Should have Multicast routing protocols IGMPv1, v2 (RFC 2236), PIM-SM (RFC2362) and PIM-DM,.
Should suppot IPv6 routing protocols like RIPng, OSPFv3 etc.
Classification and Marking: Policy based routing, IP Precedence,
Congestion Management: WRED, Priority queuing, Class based queuing
Traffic Conditioning: Committed Access Rate/Rate limiting Signalling: RSVP for Bandwidth reservation Sub interface QoS.
Link efficiency mechanisms: cRTP, LFI, MLPPP.
Shaping and Policing for QoS
Security Features:
GRE Tunneling, NAT, L2TP tunneling, without any major performance impact. IPSEC Site-to-Site and Remote Access VPNs. Hardware based encryption. Any Office to Any other office, dynamic establishment of VPNs so that the configuration & management of IPSEC VPNs becomes easier. IPSEC VPNs should be able to carry data, voice, video
Firewall features
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 201
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no)
MD-5 route authentication for RIP, OSPF and BGP SNMPv3 authentication, SSHv2 AAA support using Radius CHAP authentication for P-to-P links DoS prevention DDoS protection IP Access list to limit Telnet and SNMP access to router
Shall support multi-level of access.
Multiple privilege level authentications for console and telnet access through Local database or through an external AAA Server.
Time based or Dynamic ACLs for controlled forwarding based on time of day for offices
Multi-media support:
Shall support Voice capabilities with Voice pass-through
Shall support, SIP Voice based QoS
Debug, Alarms & Diagnostics:
Support for monitoring of Traffic flows for Network planning and Security purposes
Display of input and output error statistics on all interfaces Display of Dynamic ARP table Trace-route, Ping and extended Ping
Should have extensive support for SLA monitoring for metrics like delay, latency, jitter, packet loss
Management
Shall have support for, CLI, Telnet and SNMPv3,SSH
Embedded RMON support for four groups – history, statistics, alarms and events
Should have to support Out of band management through Console / external modem for remote management.
28. Core Switch
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no) Hardware
1. Core switch should have features as under:
a) High back plane speed (700 Gbps or more)
b) Active switching bandwidth should be 700 Gbps with offered modules.
c) The forwarding rate should be scalable to 350 Mbps. d) Should have 80 x 10/100/1000 Mbps Ethernet ports distributed over 2 line cards required , 24 x 1000 BaseSX ports
e) Should have at least two spare slots after fully populating as per the requirement
2. Should have redundancy at various levels:
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 202
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no)
a) Should have redundant Power Supply
b) Should have redundant Switching engine. The switching & routing performance claimed on the chassis should not degrade with failure of primary switching and routing engine module.
3. Chassis should support 10G Technology
4. Support for 30,000 MAC addresses and 1,00,000 IP routes
5. Layer 2 Features:
Layer 2 switch ports and VLAN trunks
IEEE 802.1Q VLAN encapsulation
Support for at least 4000 Active VLANs.
Dynamic Trunking Protocol (DTP) or equivalent
VLAN Trunking Protocol or equivalent
802.1s,802.1w,IGMP snooping v1/v2/v3
Port trunking technology across line cards
6. Layer 3 Features from day 1 RIPv1, v2, OSPF, BGP-4, IGMP v3, PIM, SSM, DHCP relay, HSRP/VRRP,IGMP filtering on access and trunk ports, UDLD or equivalent, Spanning Tree protocol 802.1s, Spanning -tree root guard,802.1w, 802.3ad, 802.1-in-802.1 (QinQ) in hardware,IPv4 & IPv6 in hardware with Wire-Rate MPLS Support,
Shall support On-line insertion and removal for cards
Shall support fast reboot for minimum network downtime
Shall support stateful switch-over so that CPU forwarding is not impacted on account of active CPU failure
Shall support storage of multiple images and configurations
Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
The software on the firewall must have online software reconfiguration to ensure that changes made to a firewall configuration take place with immediate effect.
On power up the platform should use built-in system monitoring & diagnostics before going online to detect failure of hardware.
9. Protocol Support
Shall support IPv6 features
Shall support RIPng and OSPFv3 for IPv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF ver2 (RFC2328), BGP4 (RFC1771)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 203
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-DM
10. QoS
802.1p class of service (CoS) and differentiated services code point (DSCP) field classification
Switch should support priority queuing, WRED, Packet classification, marking etc.
Should support 8 queues per port in hardware
11. Security Features:
Shall support multi-level of access
SNMPv3 authentication
SSHv2
AAA support using RADIUS and/or TACACS, which enable centralized control of the switch and restrict unauthorized users from altering the configuration
Per port broadcast, multicast and unicast storm control to prevent faulty end stations from degrading overall system performance.
Private VLANs (PVLANs) or equivalent
IP Access list to limit Telnet and SNMP access to router
Multiple privilege level authentication for console and telnet access
Shall have support for Web based management, CLI, Telnet and SNMPv1, 2c,v3
Shall support Secure Shell
Imbedded RMON support for four groups – history, statistics, alarms and events
Support for 9 RMON groups using external Probe
Should support AAA features through RADIUS and TACACS+ Should support multiple levels of administration roles to manage and monitor the device.
Should support Network Time Protocol.
Should be able to send and receive syslog and SNMP traps from devices.
Should support pre-scheduled system reboot facility for management ease.
The GUI management interface should provide real -time system and traffic profiling, syslog monitoring real-time device monitoring.
Shall support Out of band management through Console and external modem for remote management
Firewall and IPS (Note: This can be provided through Internal/ External Hardware)
The firewall throughput performance should be at least 4Gbps and scalable to 8 Gbps without changing or adding any additional hardware.
The firewall should provide at least 1,750,000 concurrent connections
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 204
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no) Should provide at least 40,000 connections setup and teardown per second
The platform software version should be latest in the series.
Should have atleast 8 10/100/1000 ports (If external device)
Should be based on real time, secure, embedded operating system
Embedded web based management software and command line interface support
Firewalling at layer 2 and layer 3 of the OSI layer.
Static route, RIPv2 and OSPF for routing
NAT and Port Address Translation feature
Configurations through a command Line interface as well as a GUI based
Should have AAA through RADIUS or TACACS (RFC 1492) protocol and should be integrable with the AAA server asked for the network.
Should have Application inspection for standard applications like DNS, FTP, HTTP, ICMP, etc.
Should have Management access through SSH and GUI console for managing the firewall.
Should have Syslog and ACL logging.
Should perform intelligent packet filtering, blocking of malicious contents to maximize security.
The device should be able to detect, respond to and report any unauthorized activity.
Should have the capability of restricting the access through the Console or Auxiliary interface to protect the devices from local threats.
Should support the multimedia of H.323, SIP, RTSP application inspection support.
Device should have a support to protect the WAN network from known and unknown network & application layer attacks, Denial of Service, malwares, worms, network viruses, spyware, etc.,
Every data center would have two identical IPS to avoid single point of failure and the secured operation at all time.
The throughput performance of the IDS and IPS has to be at least 2Gbps
If IPS is a dedicated appliance and should have atleast 8 10/100/1000 or Gigabit ports
The system should be able to detect, respond to and report any unauthorized activity.
While working in inline mode if the IPS fails, it should be able to bypass the traffic in software so that the services are not impacted.
Product should monitor the network traffic on the local LAN segment for signs of attack like Denial of Service Attacks, pre attack probes.
The sensor should be capable of dropping; a single packet, an entire TCP flow, all traffic from a possible attacking source
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 205
Make & Model Offered - (To be filled by the bidder) Compliance
(yes/no)
It should support traffic normalization to ensure that IP traffic such as fragments are reconstructed correctly before being evaluated, dropped or forwarded.
It should support to monitor GRE and IPv4 in IPv4 encapsulated traffic
It should support to identify malicious traffic in IPv6 traffic
It should support inspection of IPv4 inside IPv6 to ensure that IPv4 attacks are not getting encapsulated into IPv6 packets.
Should able to support failover mechanisms to avoid any single point of failures.
The system should work in a non-intrusive mode and be able to monitor all of the major TCP/IP protocols, including IP, Internet Control Message Protocol (ICMP), TCP, and User Datagram Protocol (UDP).
The IPS should be deliver a wide array of inline packet drop actions, including the ability to drop single malicious packets, all packets within a flow that contains multiple malicious packets, and all packets from the attacker’s IP address.
The IPS should allow the user to make policy-based decisions to permit or deny certain types of traffic, such as the use of Peer to Peer traffic that can potentially consume precious network bandwidth.
The system should statefully decode application-layer protocols such as FTP, SMTP, HTTP, DNS, RPC, NetBIOS, , and Telnet
The IPS OEM should provide periodic signature updates. This signature updates should be easily downloadable from the OEM website through the Internet.
Should allow users to modify the engine filtering logic such that it detects incidents related to a subset of the network traffic (specific IP addresses, for example).
Should support multiple VLANs on a single interface to monitor multiple subnets, support IEEE 802.1Q
Should support rate-limiting capabilities to allow users to efficiently mitigate DoS conditions.
After it detects an attack, the system should respond in the following configurable ways:
Generate an alarm.
Log the alarm event.
Record the session to an IP session log
"Kill" the session by resetting TCP connections.
Should have anti-virus signatures for detecting and protecting possible attacks coming through the viruses.
Should be manageable through CLI, GUI interface and SNMP
29. 24 Port Manageable L3 DMZ Switch (24 10/100/1000 ports)
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No) Hardware Architecture
Multiple services (Data, voice, video) Internal/ External Redundant Power Supply
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 206
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No) 1 x 20 Ports GE (10/100/1000Mbps) 1 x 4 Ports Gig Combo , support for 4 ports of 10 Gig High back plane speed minimum 128 Gbps Forwarding rate should be minimum 95 Mpps
L2 Features
Layer 2 switch ports and VLAN trunks IEEE 802.1Q VLAN encapsulation Support for at least 300 VLANs. Dynamic Trunking Protocol (DTP) or equivalent VLAN Trunking Protocol or equivalent 802.1s, 802.1w Minimum 12 K Mac addresses IGMP snooping v1 and v2, v3
IP Routing Protocols
Static IP Routing OSPF RIP Hot Standby Routing Protocol/VRRP
L3 features ICMP support, IPv6 Support
Security
Standard and extended ACLs on all ports Dynamic Host Configuration Protocol (DHCP) snooping AAA and RADIUS authentication enable centralized control of the switch and restrict unauthorized users from altering the configuration.
Secure Shell (SSH) Protocol and Simple Network Management Protocol Version 3 (SNMPv3) to provide network security by encrypting administrator traffic during Telnet and SNMP sessions.
Manageability & Upgradation
Switch needs to have console port for administration & management
Must have support SNMP v1, v2, v3 Management using CLI, GUI using Web interface FTP/TFTP for upgrading the operating System Minimum 32 supplicant of 802.1x per port
Standards
IEEE 802.1x support IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports IEEE 802.1D Spanning-Tree Protocol IEEE 802.1p class-of-service (CoS) prioritization IEEE 802.1Q VLAN IEEE 802.3 10BASE-T specification IEEE 802.3u 100BASE-TX specification
Physical
19” Rack mountable All necessary power cords, adapters, data cables, connectors, CDs, manuals, brackets accessories, wire managers, etc. should be provided
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 207
30. 16/24 Port Managed Switch with Internal Power Supply
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Technical capability
7.2 Gbps switching capacity 5 Mpps forwarding performance Min. 32MB RAM and 16MB Flash memory Configurable up to 8000 MAC addresses, 355 VLAN, IPv6 Support
Specification Complied / Not Complied Processor Intel® Core™ i3-330M processor
2.13 GHz, 3 MB L2 Cache, 1066 MHz FSB or latest Maximum memory
Supports up to 8 GB DDR3 memory
Internal drives 500 GB SATA Hard Disk Drive 7200 rpm
OS Genuine Windows 7 Professional 64-bit
33. Laser Printer
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Speed Minimum 18PPM (A3) and 30PPM (A4) Processor 400 MHz or higher Resolution Min. 1200 X 1200 dpi Duty Cycle Min. 50,000 page / month Memory 128MB or higher Interface USB 2.0 (High Speed) with USB Cable, Parallel Network Yes (10/100Mbps) Duplex Yes Paper support A3, Legal, A4 Drivers Yes (MS-Windows XP/ Vista/ 7)
34. High Speed – Scanner
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Type Sheet Fed Optical Resolution Min. 600 dpi Bit Depth 48 bit internal
24 bit external
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 209
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Duty Cycle Upto 1500 pages/ day Multi-feed Detection Yes ADF Yes (Min. 50 sheets capacity) ADF Speed Min. 25PPM Max Scan Size Min. 8.5X11.7" for A4 ; 8.5 X 14" for Legal Scan File Formats PDF (searchable, MRC, PDF/A), TIFF (single page, multi -page,
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 210
37. Web camera
Make & Model Offered - (To be filled by the bidder) Compliance
(Yes/No) Type Color Video capture Up to 640 x 480 pixels (AVI Format) Still image capture Up to 640 x 480 pixels (BMP, JPG) Frame rate Up to 30 frames per second
Misc. USB 2.0 certified, USB Cable, Universal monitor Clip for LCD, CRT, or notebooks
Device should be able to capture the signature in more than one image format. (Bitmap, JPEG, Vector etc.).
Vendor should supply all the required API’s Customization for the complete integration with the IGRS application.
Should support both the platforms: Windows-XP/ Vista/ 7, UNIX/ Linux and include drivers for same, OEM Software (if any), Interface Cable to be included
The device should support any customized size (in pixels) for capturing the signatures
39. WAN Router (Offices)
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Architecture: Single box configuration & modular , high speed CPU , Multi-service capable
Memory: 256 MB DRAM , 64 MB Flash memory The device must support minimum 60 Kpps packet forwarding rates for different types of routers for 64 byte packets per second
Interfaces: 2 number of onboard Ethernet ports 10/100 Base TX , full duplex as IEEE 802.3u
1 number of Modular High speed WAN slots to support 2 Mbps circuits
One onboard USB port
1 port Serial WAN interface card (V.35) & 1 Nos V.35 cables
Should have support for hardware based VPN (3DES/AES) Encryption. Should have complete Firewall, IPS features.
Should have support for IPSec VPN
RIPv1,RIPv2,BGP,OSPF
WAN protocols PPP, Multilink PPP, HDLC , Frame relay, 802.1Q
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 211
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Network Network Address translation (NAT) , DHCP , IPSec VPN, Internet Group Management Protocol (IGMP ) , IP Multicast , Protocol Independent Multicast (PIM)
Security: IPSec DES , 3DES, AES, AAA Radius , L2TP , Standard & Extended Access Lists ,Controlled SNMP Access ,Multiple Privilege Levels , PPP PAP & CHAP , Firewall
Committed Access Rate(CAR) , Weighted Fair Queuing (WFQ) ,Class Based WFQ, Weighted Random Early Detection (WRED) , IP Precedence
Power & operating temperature 230 V AC ,+/- 5 % , 50 Hz +/-1%, 0 to 40• C Power supply Internal/ External
40. 16/24 Port Managed Switch with Internal Power Supply
Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)
Technical capability
8 Gbps switching capacity 2 Mpps forwarding performance Min. 32MB RAM and 16MB Flash memory Configurable up to 4000 MAC addresses, 255 VLAN, IPv6 Support
Interfaces 16/24 Ports 10/100 Mbps with active 1 uplink of 10/100/1000baseT or SFP
Power The internal power supply supporting 230 Volt 50Hz input
41. Specification of 30 and 10KVA UPS SYSTEMS
Make and Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
TECHNOLOGY TRUE ON LINE (Double Conversion, Microprocessor Controlled Design)
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 212
Make and Model Offered - (To be filled by the bidder) Compliance
(Yes/No) INPUT
Voltage range 3 Phase input 330-460V (other ranges available on request)
Frequency range 50 Hz ± 10% Phase Three Phase
Power Factor >0.97 (at rated O/P load) with power factor correction circuitory (optional)
Supply From Electrical Mains/DG set supply (Generator Compatible)
OUTPUT Voltage 400V / 415V (selectable)
Voltage regulation ± 1%
Frequency regulation (i) 50 Hz ±0.01% in free running mode
(ii) when the input frequency is over ± 6% then the Inverter is in free running mode. Within ± 6% it tracks the incoming frequency and synchronizes with it. (The SBS can be disabled and the system will run in the free running mode continuously )
Waveform Pure Sinewave Phase Three Phase Load power factor 0.6 lagging to unity
Total Harmonic Distortion
<2% (on linear load)
<5% (on non-linear load) Overall Efficiency >93% (on full rated load) Inverter Efficiency >95% Transfer Time NIL
Transient Response ±4% for 100% step load variation
Response Time Recovery to ± 2% of output voltage within 20 millisecs
Rate of Frequency change
1Hz/sec
Crest Factor Ratio 3:1 Cold start Without mains available INVERTER TYPE 20 KHz Pulse Width Modulation using IGBTs STATIC By-Pass Provided
Manual By-Pass Provided (Optional) PROTECTION
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 213
Make and Model Offered - (To be filled by the bidder) Compliance
(Yes/No)
Over Load 110% for 15 min. 150% for 60 secs (MCBS at I/P and O/P)
Short circuit Current sensing limit which trips the UPS.
Over Heating Internal thermal switches on all heat sinks protect from overheating and transfer the load to bypass line
Input Over /under voltage
protection provided both on UPS and bypass mode
DC under/ over Voltage
Protection from deep discharge of the Batteries & over charging
Output over/ under Voltage Protection
VISUAL INDICATORS WITH AUDIBLE ALARM.
AC Mains On
AC Mains High/Low
Inverter ON load on Batteries Fault (Battery low / Over temperature/ Over load / Short circuit/ Inverter under/ over voltage
Load on bypass Over Load
Load level (on select models)
Battery level Bar Graph (on select models)
PHYSICAL CHARACTERISTICS
Audible Noise <55 dB at 1 mtr distance
Temperature Range 0°C to 45°C
Relative Humidity 10-95% RH non-condensing. Communication Port with Software Interface DB9/ RS 232/ RS485/SNMP Adaptor available Various possible options are available by employing the relevant hardware & software such as: orderly shutdown of OS/ display of UPS parameters & operating condition/ broadcasting of UPS status /Network connectivity of UPS/ UPS self test/ Scheduled shutdown/ re-start of UPS/ web-based remote monitoring etc.
BATTERIES DC Bus Voltage 48 volts to 360 Volts depending on ratings
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 214
Make and Model Offered - (To be filled by the bidder) Compliance
(Yes/No) External Batteries Available upto eight hours Back-up time
Battery recharge time
For full recharge within <12 hrs.
METERING (OPTIONAL)
Input/ Output voltage/Output current/Output frequency/ DC Voltage/ DC current (LCD Display available in select models)
Non Compliance may lead to rejection of bids. The discretion of same lies with IGRS-UP.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 215
Annexure 9. Service Level Agreement
The objective of this section is to provide the draft Servic e Level Agreement to be signed between the
Inspector General of Registration Cum Commissioner Stamps, Government of Uttar Pradesh (DoSR) and
the successful bidder. The agreement is the draft and can be changed after discussion between the two
parties before signing the agreement.
THIS AGREEMENT is made this _______________ day of ______________ 2010
BY and BETWEEN:
GOVERNMENT OF UTTAR PRADESH (acting through the Inspector General of Registration Cum
Commissioner Stamps, Government of Uttar Pradesh, herein after referred to as IGRS) (which term or
expression unless excluded by or repugnant to the subject or context shall mean and include its
successors-in-office and assigns) of the FIRST PART;
AND
[ ], a registered company under the Indian Companies Act, 1956 having a registered office at
________ and place of business at ___________ through ____________(authorised signatory),
hereinafter referred to as "Vendor".
WHEREAS
1. IGRS-UP and [ ] have entered into a Draft Concession Agreement dated [ ] (the "DCA").
2. IGRS-UP and PPP Vendor wish to enter into this Service-Level Agreement (Agreement/SLA.) on the
following terms.
General Provisions of the Service Level Agreement Definitions In this Agreement, unless the context requires otherwise:
• “Agreement” means this Agreement together with all Schedules and the contents and
specifications of the RFQ. In the event of a conflict between this Agreement and the Schedules,
the terms of the Agreement shall prevail;
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 216
• “Service Levels” means the level of service and other performance criteria which will apply to
the Services offered by PPP Vendor;
• “Service Level Agreement (SLA)” means the Operation and Maintenance SLA, executed by and
between [ ] and [ ];
• “IGRS Uttar Pradesh Data” means all proprietary data of IGRS-UP which a PPP Vendor obtains,
possesses or processes in the context of providing the Services to the users pursuant to this SLA;
• “Parties” means IGRS-UP and PPP Vendor for the purposes of this SLA, IGRS Uttar Pradesh and
the Vendor and "Party" shall be interpreted accordingly;
1. All Appendices and other attachments to this SLA are hereby incorporated as a part of this SLA by
this reference.
2. References to any statute or statutory provision include a reference to that statute or statutory
provision as from time to time amended, extended, re-enacted or consolidated and to all statutory
instruments made pursuant to it.
3. Words denoting the singular shall include the plural and vice versa and words denoting persons shall
include firms and corporations and vice versa.
4. Unless otherwise expressly stated, the words "herein", "hereof", "hereunder" and similar words
refer to this SLA as a whole and not to any particular Article, Appendix or other subdivision. The
terms Article and Appendix refer to Articles and Appendices of this SLA. The words "include" and
"including" shall not be construed as terms of limitation. The words "day" and "month" mean
"calendar day" and "calendar month" unless otherwise stated. The calendar day or calendar month
shall be deemed to be the calendar day or calendar month applicable to India. The words "writing"
and "written" mean "in documented form", whether electronic or hard copy, unless otherwise
stated.
5. The headings and use of bold type in this SLA are for convenience only and shall not affect the
interpretation of any provision of this SLA.
Structure • This SLA shall operate as a legally binding services agreement specifying terms which apply to the
Parties and to the provision of the Services by the PPP Vendor to IGRS Uttar Pradesh under this SLA.
Objectives of the Agreement • The Vendor is to provide Service Levels (SLA) which will ensure:
(a) Speedy and efficient services to the citizens availing Sub Registrar Office services.
(b) Assist the existing SRO employees to assist them discharge their duties effectively and efficiently
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 217
Scope of the Agreement This Agreement encompasses the “Automation and Online Working of IGRS Offices, Government of
Uttar Pradesh” project between Department of Registration cum Commissioner Stamps, Uttar Pradesh
through Inspector General of Registration cum Commissioner Stamps, Uttar Pradesh and [PPP Vendor].
This Service Level Agreement (SLA) will do the following:
• Establish mutual responsibilities and accountability
• Define each party’s expectations in terms of services provided
• Establish performance measurement criteria
• Define availability expectations
• Define escalation process
• Establish trouble reporting single point of contact
• Establish framework for SLA change management
• Parties Covered by this Agreement
The following parties are obligated to follow the procedures as specified by this Service Level
Agreement:
• Inspector General of Registration cum Commissioner Stamps
• [PPP Vendor]
Agreement Owners The following personnel must be notified to discuss Service Level Agreement considerations and take
SLA change requests:
Title Telephone Email
DoSR
Name Inspector General of
Registration cum Commissioner
[PPP Vendor]
Name
Contact List Any changes to the listed contacts must be communicated and updated prior to the change occurring.
The Single Point of Contact (POC) for all Outsourced Service problems is XXXXXXXXXX. This phone
number is monitored 24 hours per day, 7 days per week.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 218
Name Title Location Telephone
Department of Registration cum Commissioner Stamps, Uttar Pradesh
[PPP Vendor]
Principal Contacts The IGRS-UP and the PPP Vendor will nominate a senior staff member to be the principal con tact
regarding operation of this Service Level Agreement (SLA). At the start date of this SLA, the nominated
principal contacts are:
IGRS principal contact: _________________________
_________________________
PPP Vendor principal contact: _________________________
_________________________
Location of Services and Coverage Requirements • Sub Registrar Offices: As mentioned in Annexure-3
• Operating Hours: Mon-Sat 0900Hrs to 1730 Hrs (except at Head Office)
Week End details to be worked out
Commencement and Duration Of SLA
This SLA shall commence on the date on which it is fully executed by the IGR S-UP and the Vendor
(hereinafter the “Effective Date”) and shall, unless terminated earlier in accordance with its terms or
unless otherwise agreed by the Parties, expire on the date on which this SLA expires or terminates for
any reason, which shall be FIVE years from the “Go Live” stage.
Terms of Payment and Service Credits and Debits
Subject to the provisions of this SLA, the IGRS-UP shall pay the charges to the Vendor in accordance with
the Terms of Payment.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 219
It is clarified here that IGRS-UP or its nominated agencies can also calculate a financial sum and debit
the same as mentioned in the section “Terms of Payment” as a result of the failure of the Vendor to
meet the Service Levels under the SLA Definition, such sum being determined in accordance with the
terms defined in SLA.
Updating the Service Level Agreement Any and all changes to the agreement will be initiated in writing between the DoSR through IGRS-UP,
Program Manager, and [PPP Vendor]. The service levels in this agreement are considered to be standard
for DoSR and will only be modified if both parties agree to an appended set of terms and conditions.
This Service Level Agreement is not a fixed document to be produced once and used forever. Instead, it
must be reevaluated and updated as the work environment changes. As technology changes, the
services and systems covered by this Agreement will change. Likewise, as the business changes, the
systems, services, service levels and fee structure required to support the business may change. New
areas of responsibility must be documented.
This document can be reviewed and revised annually after the “Go Live” stage. Changes to the Service
Level Agreement may be required at other times to include new systems, change operating hours, etc.
This agreement is effective from XXXXXX, and is in effect until SLA is terminated based on mutual
consent. GoUP through IGRS-UP and [PPP Vendor] must agree upon any additions and changes to this
SLA.
The following is a description of the Service Level Agreement Change Process.
Service Level Agreement Change Request Process
1. [PPP Vendor] identify a requirement different from any in the current Service Level Agreement.
[PPP Vendor] completes a Service Level Agreement Change Request.
2. SLA Change Request is presented to IGRS-UP, for review.
3. Each party must approve all Service Level Agreement changes within stipulated time frame.
4. If the change is approved, the approval information is filled in the change form, the requesting
party is notified of the implementation date, the approved request is communicated in writing
to all parties listed in #2 above, and the Service Level Agreement Change Request is appended
to the Service Level Agreement. If the changes are not approved, the Requestor of the change
will be notified. The Service Level Agreement is updated once in a year, with the appended
changes and republished to both the party.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 220
Document History
All revisions made to this document are listed here in chronological order.
Version Date Description for changes
Services Provided to IGRS-UP from [PPP Vendor] As per scope of work mentioned in Section 2.4 of this RFQ document
Registration of Problems All problems will be registered prior to diagnosis or remediation by PPP Vendor staff. Registration of
problems can be made by contacting the Helpdesk.
Description of Problem/ Error Classification Scale The following Problem Classification Table definitions are used to classify and prioritize incoming
problems/requests received by the users. Appropriate labeling of service requests is important to
properly prioritize response services and meet expected resolution performance.
Problem/Error
Classification Scale Criteria
Penalty (%) (Score below
Expectation but above Breach
level)
Penalty (%)
(Score below Breach level)
Level 1 (Critical)
The system is not functioning in
accordance with the specifications, and
production or mission-critical business
operations cannot be performed. No
work-around is available.
1.5 % of monthly
invoice value
raised (Based
upon
transactions) by
PPP Partner
3 % of monthly
invoice value
raised (Based
upon
transactions) by
PPP Partner
Level 2 (Urgent)
The system is not functioning in
accordance with the specifications,
impacting significant aspects of business
operations. No workaround is available.
0.67 % of
monthly invoice
value raised
(Based upon
transactions) by
PPP Partner
2 % of monthly
invoice value
raised (Based
upon
transactions) by
PPP Partner
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 221
Problem/Error
Classification Scale Criteria
Penalty (%) (Score below
Expectation but above Breach
level)
Penalty (%)
(Score below Breach level)
Level 3 (Serious)
The system is not functioning in
accordance with the specifications, but
most business operations continue. A
known work-around exists and the user is
able to implement the work-around
without severe interruption of
processing.
0.25 % of
monthly invoice
value raised
(Based upon
transactions) by
PPP Partner
1 % of monthly
invoice value
raised (Based
upon
transactions) by
PPP Partner
Level 4 (Low)
A user requires information or assistance
on software capabilities, installation or
configuration; a citizen reports a cosmetic
or documentation problem that has no
material impact on current productivity,
or citizen reports a problem or suggestion
that would result in a better processing.
0.15 % of
monthly invoice
value raised
(Based upon
transactions) by
PPP Partner
0.75 % of
monthly invoice
value raised
(Based upon
transactions) by
PPP Partner
The above mentioned table is applicable for the SLA Matrix.
NOTE: The Penalty mentioned in the above table is in-addition to the Penalty Terms mentioned in
Section 3.18. The same will be levied by IGRS-UP.
Project Performance Standards The PPP Vendor online services will be available to SRO staff and Citizens on Weekdays from 0800 hrs to
2300 hrs (working days) and 1000 hrs to 2000 hrs (Non working days) . PPP Vendor will be on call in the
event of a system problem after scheduled working hours. The single point of contact (24/7) will be
Project Manager, who can be reached at email address/ contact number.
The following charts provide lists of potential areas for problems, response times and areas of
responsibility. Response time has been split into two segments:
• Business Hours: 9AM to 5:30PM, Monday through Saturday and;
• After Hours: After normal business hours (including non business hours and weekends).
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 222
National Informatics Center (NIC), Uttar Pradesh Staff will be responsible for data migration from NIC
server to data center of the Department and PRERNA Application system issues. Government of U.P is to
provide necessary instructions to NIC, UP in this regard. PPP Vendor staff will be responsible for
responding to Services, hardware, operating system, database, network communications, consumables
and management issues.
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
Staff Availability (PPP Vendor Staff in SROs and Data Center)
Availability of the PPP Vendor staff at all SROs delivering various Registrar related services
Availability of the ALL the service staffs at the work window From 0830hrs to 1800hrs ( excluding Lunch time and scheduled breaks)
7 (>=99%)
3.5 (<99% to <=95%)
0 (< 95%)
Monthly Attendance Register Report
Level 1
Staff Efficiency (Operations) 25
Help Desk Counter Services (PPP Vendor Staff in SRO)
Addressing Citizen Queries related to market valuation in 2 min time
Efficiency of Helpdesk Counter Staff in delivering in its Services >= 95%
3 (>=95%)
1.5 (<95% to <=90%)
0 (< 90%)
Monthly System Generated Report using Token Management System
Level 1
a) Registration Counter Services (SRO & PPP Vendor Staff in SRO)
Delivering the Registration Services to citizens
Efficiency of Registration Counter Staff in delivering in its Services properly in 30 minutes >= 95%
5 (>=95%)
2.5 (<95% to <=90%)
0 (< 90%)
Monthly System Generated Report using Token Management System
Level 2
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 224
b) Registration Counter Services (PPP Vendor Staff in SRO)
Issuance of certificate copies & encumbrance certificate / non-encumbrance certificate to citizens
Efficiency of Registration Counter Staff in delivering in its Services properly in 30 minutes >= 95%
4 (>=95%)
2 (<95% to <=90%)
0 (< 90%)
Monthly System Generated Report using Token Management System
Level 2
c) Registration Counter Services (PPP Vendor Staff in SRO)
Issuance of marriage certificate to citizens
Efficiency of Registration Counter Staff in delivering in its Services properly in 60 minutes >= 95%
3 (>=95%)
1.5 (<95% to <=90%)
0 (< 90%)
Monthly System Generated Report using Token Management System
Level 2
Photograph / Biometric Capturing Services
Photograph / Biometric capturing services at for Citizens
Citizen should get the correct photographs taken and fed into system within 4 minutes after his token number is called for photograph and biometric >= 95%
2 (>=95%)
1 (<95% to <=85%)
0 (< 85%)
Monthly System Generated Report using Token Management System
Level 1
MIS Reports
Reporting: Daily/ Weekly/ Monthly reports to Head office and Sub Registrar
All reports should be submitted in agreed format to the designated official within the stipulated time frame. ( On schedule) >= 99%
4 (>=99%)
2 (<99% to <=95%)
0 (< 95%)
Monthly MIS Compliance Report from Department about timely receipt of correct reports.
Level 2
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
Service Availability of the Centralized Non-IT Helpdesk – 1. Addressing Non-IT related ticket / query resolution 2. User Support Calls
Services Availability of the Non-IT Helpdesk 24 x7 and ensuring problem resolution within 24 hrs >= 90%
2 (>=90%)
1 (<90% to <=80%)
0 (< 80%)
Monthly System Generated Report – Ticket Resolution Report
Level 2
Physical Security (Security Guard)
Physical Unauthorized Access: Availability of Security Guard for Prevention of unauthorized access.
Availability of Security Guard in all SROs >= 99.5%
2 (>=99.5%)
1 (<99.5% to <=97%)
0 (< 97%)
Monthly Security Guard Attendance Register
Level 2
Employee Satisfaction 3
Dept Employee satisfaction from PPP Partner Services
The vendor should ensure that Dept employees in SROs are satisfied with PPP Partner services (Staffs & Facilities provided by PPP Partner) in each SRO.
Employee Survey Score >= 75%
3 (>=75%)
1.5 (< 75% to <=60%)
0 (< 60%)
Dept Employee Survey by Dept appointed 3rd Party
Level 3
IT System Effectiveness & Efficiency (Max Score = 45)
Software Services – Application availability
Availability of the application at all
System (Software) application Availability during working hours >= 99.9%
5 (>=99.9%)
2.5 (< 99.9% to <=99%)
0 (< 99%)
Monthly System Generated Report
Level 1
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 226
locations and web portal 1.Problem resolution - 2nd level (1st by help desk) 2.Software support (changing, configuring)
Minor Problem* resolution within 1 hr of user request <= 99%
2 (>=99%)
1 (< 99% to <= 95%)
0 (< 95%)
Major Problem* resolution within 24 hr of user request <= 99%
3 (>=99%)
1.5 (< 99% to <=97%)
0 (< 97%)
Hardware Services
1.Problem resolution - 2nd level (1st by help desk) 2.Hardware support (changing, configuring) 3.Advice and guidance 4.Replacement / Relocation of equipment
System (Hardware) Availability during working hours >= 99.9%
5 (>=99.9%)
2.5 (< 99.9% to <=99%)
0 (< 99%)
Monthly System Generated Report
Level 1 Minor Problem* resolution within 1 hr of user request <= 99%
2 (>=99%)
1 (< 99% to <= 95%)
0 (< 95%)
Major Problem* resolution within 24 hr of user request <= 99%
3 (>=99%)
1.5 (< 99% to <=97%)
0 (< 97%)
Peripheral Equipment Services (Printer, Scanner, Thumb print scanner etc)
1.Problem resolution - 2nd level (1st by help desk)
2.Software and hardware
Availability during working hours >= 99.5%
2 (>=99.5%)
1 (< 99.5% to <=99%)
0 (< 99%)
Monthly System Generated Report
Level 2
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 227
support (changing, configuring)
3.Advice and guidance
4.Relocation of equipment
Minor Problem* resolution within 1 hr of user request <= 99%
1 (>=99%)
0.5 (< 99% to <= 95%)
0 (< 95%)
Major Problem* resolution within 24 hr of user request <= 99%
2 (>=99%)
1 (< 99% to <=97%)
0 (< 97%)
LAN Support
1.Problem resolution - 2nd level (1st by help desk)
2.Advice and guidance
Availability during working hours >= 99.5%
2 (>=99.5%)
1 (< 99.5% to <=99%)
0 (< 99%)
Monthly System Generated Report
Level 1 Minor Problem* resolution within 1 hr of user request <= 99%
1 (>=99%)
0.5 (< 99% to <= 95%)
0 (< 95%)
Major Problem* resolution within 24 hr of user request <= 99%
2 (>=99%)
1 (< 99% to <=97%)
0 (< 97%)
Centralized IT Helpdesk Services (Email / Phone)
Availability of the person at Helpdesk – 1. Addressing IT related ticket / query resolution 2. User Support Calls
Services Availability of the IT Helpdesk 24 x7 >= 99%
5 (>=99%)
2.5 (< 99% to <=97%)
0 (< 97%)
Monthly System Generated Report
Level 2
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 228
Data Center Services
Data Center Services : i. Data centre
facilities - AC, security etc ii. Data centre
network availability incl. equipments, active and passive components etc
iii. All Data centre servers – like database servers, web servers, application servers etc.
iv.Data centre databases v.Data centre operations -
backup, security patches, incident management etc
vi.Data centre reporting/ MIS/ corrective action
vii.Data centre technical & administrative manpower deployment & availability
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 229
Courtesy to citizens
The vendor will make sure that all PPP staff in SRO will be polite, courteous, and friendly to the citizens.
Customer survey Score >= 80%
1 (>=80%)
0.5 (< 80% to <=60%)
0 (< 60%)
Customer Survey by Dept appointed 3rd Party
Level 3
Guidance & help to citizens
The vendor will make sure that all PPP staff in SRO will be guiding and extending helping hand to the citizens.
Customer survey Score >= 80%
1 (>=80%)
0.5 (< 80% to <=60%)
0 (< 60%)
Customer Survey by Dept appointed 3rd Party
Level 3
Professionalism / Communication Skills / Relevant knowledge
The vendor will make sure that all PPP staff in SRO will possess all necessary domain knowledge and communication skills.
Customer survey Score >= 80%
1 (>=80%)
0.5 (< 80% to <=60%)
0 (< 60%)
Customer Survey by Dept appointed 3rd Party
Level 3
Exception Handling capability
The vendor will ensure a robust exception/ error handling capability in the operational staff.
Customer survey Score >= 80%
1 (>=80%)
0.5 (< 80% to <=60%)
0 (< 60%)
Customer Survey by Dept appointed 3rd Party
Level 3
Office Environment & Facilities Parameters 5
Cleanliness & Upkeep
The Vendor will make sure that the SRO premise is properly maintained and the working environment is properly ventilated, clean & hygienic.
Inspection Report Score >= 90%
1 (>=90%)
0.5 (< 90% to <=70%)
0 (< 70%)
Inspection by Dept / PMC
Level 3
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 230
Office Facilities
The Vendor will make sure that proper seating arrangement and other facilities like water cooler and tea-coffee vending machine etc. are maintained at SRO.
Inspection Report Score >= 90%
1 (>=90%)
0.5 (< 90% to <=70%)
0 (< 70%)
Inspection by Dept / PMC
Level 3
Ambience - Lighting & Air-conditioning temp
The Vendor should make sure that the proper lighting and air conditioning is provided to the center.
Customer Survey Score >= 90%
2 (>=90%)
1 (< 90% to <=70%)
0 (< 70%)
Customer Survey by Dept appointed 3rd Party
Level 3
Equipment Availability 6
AC availability & Operating
Making AC system operationally available in SROs (Office Area/Server Room)
Operation of AC and 24 degree temp maintenance in office area in SRO(during business hours) and in Server Room (24 x 7) >= 97%
2 (>=97%)
1 (< 97% to <=90%)
0 (< 90%)
1. Log of Power Consumption 2. Monthly Temp / Humidity Log Report
Level 3
DG set Availability
Making DG Set System operationally available in SROs (Office Area / Server Room)
Power backup for office area in SRO (during business hours) and in Server Room (24 x 7) >= 99%
2 (>=99%)
1 (< 99% to <=95%)
0 (< 95%)
1. DG Set Operation Log 2. Diesel Consumption Log
Level 2
UPS Availability
Making UPS System operationally available in SROs (Office Area / Server Room)
Continuous UPS support for all IT Infrastructure 24 x 7 >= 99%
2 (>=99%)
1 (< 99% to <=95%)
0 (< 95%)
UPS Operation Log Level 2
Availability of Consumables 5
RFQ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 231
Printer Cartridge / Scanner bulb
Making available all the Printer / Scanner consumables
Availability of Consumable >= 99%
1 (>=99%)
0.5 (< 99% to <=95%)
0 (< 95%)
Consumables Inventory Log
Level 4
Papers & stationary Making available all the Papers & stationary consumables
Availability of Consumable >= 99%
1 (>=99%)
0.5 (< 99% to <=95%)
0 (< 95%)
Consumables Inventory Log
Level 4
DG Set / UPS System Consumables
Making available all the DG Set consumables
Availability of Consumable >= 99%
2 (>=99%)
1.0 (< 99% to <=90%)
0 (< 90%)
Consumables Inventory Log
Level 4
Tea / Coffee vending machine Consumables
Making available all the Tea / Coffee Vending Machine consumables
Availability of Consumable >= 95%
1 (>=95%)
0.5 (< 95% to <=80%)
0 (< 80%)
Consumables Inventory Log
Level 4
** Vendor should identify minor and major problems for peripheral equipment services
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 232
Note:
1. The SLA measurement tool (along with dashboard) designed & developed by PPP Partner, shall
be tested and certified for its accuracy, reliability and completeness by a department appointed
3rd Party before it is deployed by PPP Vendor.
2. The SRO wise compounded score for SLAs would be calculated on Monthly basis and in case of
breach, SRO wise penalties will be calculated and deducted on Monthly basis.
3. If the SLA measurement tool and/or data equivalent to more than 5% of sample size is missing
or unavailable for a particular SLA metric or if the tool is found to be unreliable then the
monthly score for that metric would be counted as Zero. Further, if such lapses occur in any of
the consecutive 3 months then this would be treated as a breach.
Responsibilities and Obligations
Section 2.6 defines IGRS Uttar Pradesh, PPP Vendor’s roles and responsibilities typically required for
successfully executing this project.
Performance Review
The Principal Contacts will meet monthly to discuss priorities, service levels and system performance.
Additional meetings may be held at the request of either the Service Provider or the Service Receiver.
The Agenda for these meetings will be:
• Service Performance
• Review of Specific Problems/Exceptions and Priorities
• Review Operation of the SLA and determine corrective action to overcome deficiencies.
Interpretation In the event of a conflict in interpretation of any Article in the SLA, the IGRS-UP interpretation shall be
final and binding on both the parties.
IN WITNESS WHEREOF the Parties have by duly authorized representatives set their respective hands
and seal on the date first above written in the presence of:
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 233
WITNESSES:
Signed by:
(Name and designation)
Authorized Signatory of Department of Registration cum Commissioner Stamps, Uttar Pradesh
Signed by:
(Name and designation)
(PPP VENDOR)
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 234
Annexure 10. Bid Clarification Format
TO BE SUBMITTED AND RECEIVED BY THE PURCHASER NO LATER THAN THE DATE GIVEN IN SECTION 1.2. THIS FORM IS NOT PART OF THE TECHNICAL OR THE COMMERCIAL RESPONSE
Dear Sir,
Following are the Clarifications and Deviations from the Terms and Conditions and Scope of Work against the RFP issued on _________ for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh. These Clarifications are exhaustive. Except these Clarifications all other Terms and Conditions of the Tender are acceptable to us.
S. No. Section No. Clause No. Page No. Statement of Clarifications Remarks
Signature of the Authorized Representative:
Name of the Authorized Representative:
Name of the Firm:
Date:
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 235
Annexure 11. Technical Bid Covering Letter
To,
Inspector General of Registration cum Commissioner Stamps,
Government of Uttar Pradesh
Uttar Pradesh, India.
Dear Sir,
Ref: RFQ – For Automation and Online Working of IGRS Offices in Uttar Pradesh
TECHNICAL BID
Having examined the Bid Document, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide Automation and Online Working of IGRS Offices in Uttar Pradesh on Public
Private Partnership basis and to meet such requirements and provide such services as are set out in the
Bid Document.
We attach hereto the Technical Bid Response as required by the Bid document, which constitutes
following sections:
a) PREQUALIFICATION SECTION
As per the envelop no._________________(Checklist attached indicating sections)
OR
b) TECHNICAL EVALUATION SECTION
As per the envelop no._________________(Checklist attached indicating sections)
We undertake, if our Bid is accepted, to adhere to the implementation plan (Key Events/ Activities and
dates of the project) put forward in the RFQ or such adjusted plan as may subsequently be mutually
agreed between us and IGRS-UP or its appointed representatives.
If our Bid is accepted, we will obtain a performance bank guarantee in the format given in the Bid
Document issued by a nationalized bank in India, acceptable to IGRS-UP, for a sum of 10% of the
contract value (calculated on the basis of cost per Registered Deed by bidder multiplied by transaction
volume estimated for next 5 years i.e. 9437618) for the due performance of the contract.
We agree for unconditional acceptance of all the terms and conditions in the Bid document and also
agree to abide by this Bid Response for a period of SIX MONTHS from the date fixed for Bid opening and
it shall remain binding upon us, until within this period a form al contract is prepared and executed, this
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 236
Bid Response, together with your written acceptance thereof in your notification of award, shall
constitute a binding contract between us.
We agree that you are not bound to accept the lowest or any Bid Response you may receive. We also
agree that you reserve the right in absolute sense to reject all or any of the products/ services specified
in the Bid Response without assigning any reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company
/firm/organization and empowered to sign this document as well as such other documents which may
be required in this connection.
Dated this …………………………. Day of …………………..2010
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
………(hereinafter called “the said Contractor(s) / PPP Vendor(s)”) from the demand, under the terms
and conditions of an Agreement, dated………..made between…………………………………………………………….and
the HON’BLE GOVERNOR OF UTTAR PRADESH acting through the Principal Secretary, Institutional
Finance, Tax and Registration Department, Government of Uttar Pradesh for PPP Vendor (s) for
providing services (Software Development, Installation of Hardware, Networking, Development of
Infrastructure, Deployment of Manpower & Management) and run the computerized activities for
Automation and Online working of all the IGRS Offices across the State of Uttar Pradesh for a durat ion
of five years after the “Go-live” stage. (Hereinafter called “the said Agreement”), of security deposit for
the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said
Agreement, on production of a bank guarantee for Rs………………………………….
We, <bank details> (hereinafter referred to as “the Bank”) at the request of
……………………………………………………………………/ Contractor(s)/ PPP Vendor(s) / do hereby undertake to pay
to the Government an amount not exceeding Rs………………………………………………………….aga inst any loss or
damage caused to or suffered or would be caused to or suffered by the Government by reason of any
breach by the said Contactor(s) / PPP Vendor(s) of any of the terms or conditions contained in the said
agreement.
We, <bank details> do hereby undertake to pay the amounts due and payable under this guarantee
without any demur, merely on a demand from the Government stating that the amount claimed is due
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 239
by the way of loss or damage caused to or would be caused to or suffered by the Governmen t by reason
of breach by the said contractor(s) / PPP Vendor(s) of any of the terms or conditions contained in the
said Agreement or by reason of the contractor(s)/ PPP Vendor(s) failure to perform the said Agreement.
Ay such demand made on the bank shall be conclusive as regards the amount due and payable by the
Bank under this guarantee. However, our Liability under this guarantee shall be restricted to an amount
not exceeding Rs……………………………………………………………………………………………….
We undertake to pay to the Government any money so demanded notwithstanding any dispute or
disputes raised by the contractors(s) PPP Vendor(s) supplier (s) in any suit or proceeding pending before
any court or Tribunal / Arbitration relating thereto our liability under this present being abso lute and
unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) PPP Vendor(s) supplier(s) shall have no claim against us for
making such payment.
We, <bank details> further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said Agreement and that it shall
continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement
have been fully paid and its claims satisfied or discharged or till <date> office/department IG
REGISTRATION AND COMMISSIONER STAMPS, UTTAR PRADESH, certifies that the terms and conditions
of the said agreement, have been fully and properly carried out by the said Contractor(s) / PPP
Vendor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is
made on us in writing on or before the <date> we shall be discharged from all liability und er this
guarantee thereafter.
We, <bank details> further agree with the Government that the Government shall have the fullest
liberty without our consent and without affecting in any manner our obligation hereunder to vary any of
the terms and conditions of the said Agreement or to extend time of performance by the said
contractor(s) / PPP Vendor(s) from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Government against the said Contractor(s) / PPP Vendor( s) and to for
bear or enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation or extension being granted to the said
contractor(s) / PPP Vendor(s) or for any forbearance, act or commission on the part of the Government
or any indulgence by the Government to the said contractor(s) / PPP Vendor(s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision, ha ve effect of so
relieving us.
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 240
This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor (s) / PPP Vendor(s) /Supplier(s)
We <bank details> lastly undertake not to revoke this guarantee during it’s currency ex cept with the
previous consent of the Government in writing
Notwithstanding anything contained hereinabove.
Our liability under this guarantee shall not exceed Rs ………. / -(Rupees …………………………. only )
This bank guarantee shall be valid up to and including …………………
We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and
only if you serve upon us a written claim or demand on or before <date>.
Place:
Date:
Note: This guarantee deed will attract proper stamp duty.
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 241
Annexure 13. Format for Providing Project Team Member Details
DESIGNATION
NAME
DATE OF BIRTH
NATIONALITY
TOTAL YEARS OF EXPERIENCE
No. OF YEARS IN Current Organisation
EDUCATION( year in which various qualifications were obtained must be stated)
Year Degree/
Diploma
Institution/
University
MEMBERSHIP IN
PROFESSIONAL SOCIETIES
OTHER TRAINING & CERTIFICATIONS
COUNTRIES OF WORK
EXPERIENCE
LANGUAGE & DEGREE OF
PROFICIENCY
SUMMARY OF EXPERIENCE
SKILL SETS
EMPLOYMENT RECOR D (Entire Employment History)
FROM – TO
EMPLOYER
POSITION HELD:
FROM – TO
EMPLOYER
POSITION HELD:
Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned (Maximum 5 Citations)
A
NAME OF THE ASSIGNMENT
YEAR
LOCATION
CLIENT
MAIN PROJECT FEATURES
POSITIONS HELD
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 242
ACTIVITIES PERFORMED
B
NAME OF THE ASSIGNMENT
YEAR
LOCATION
CLIENT
MAIN PROJECT FEATURES
POSITIONS HELD
ACTIVITIES PERFORMED
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 243
Annexure 14. Response to Prequalification Section
S.No Criteria Compliance
(Y/N) Mandatory
Documents required
1 Experience
The Lead member must have executed at leas\t one PPP based projects within last three years
Attach relevant Case study / studies AND Work Order copies of ongoing projects / completion certificates for completed projects, from clients for all the assignments mentioned
The Lead member have must worked on 3 projects of Revenue department / Registration department / citizen service delivery projects
The Lead member must have worked/ be working with minimum 3 State Governments/ Central Government departments
The Lead member should have experience in implementing Similar Projects (Software Development, Data Centre setup, Installation and maintenance and IT related infrastructure activities) and should have implemented during the last five years: i) One project value of Rs. 75 Crores or, ii) Two projects value of Rs. 40 Crores or, iii) Three projects value of Rs. 15 Crores
The Lead member or the consortium partner should have experience in site preparation and infrastructure set-up at more than 100 locations across various cities
Attach relevant Case study / studies AND Work Order copies of ongoing projects / completion certificates for completed projects, from clients for all the assignments mentioned AND Undertaking of having executed projects simultaneously at more that 100 locations
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 244
2 Turnover
The Lead member should have annual turnover of min. Rs 75 Crores for each of the last three financial years (from similar IT and IT related infrastructure activities) i.e. for year 2006-07, 2007-08 and 2008-09. In case of Consortium, each of the partners should have annual turnover of min. Rs 50 Crores for each of the last three financial years (from similar activities) i.e. for year 2006-07, 2007-08 and 2008-09. For each year, attested copy of CA certified audited Balance Sheet will be acceptable.
Attested Copy of CA certified audited Annual Balance Sheets
3 Net Worth Lead member should have minimum Net worth of 50 Crores
CA certified audited Annual Balance Sheets
4 Profitability
The Lead member should have been making profit for last two years (not applicable in case of Public Sector Undertakings) i.e. 2007-08 and 2008-09.
Attested Copy of CA certified audited Annual Balance Sheets
6 Company details
Company Registration Number under the Indian Companies Act 1956
Attested Copy of Certificate of Incorporation. The bidder (bidding alone or as Consortium partner), as the case may be, must provide details of incorporation of the bidder company/all the Consortium partners. The bidder must also submit company registration certificate, registration under labor laws & contract act, valid sales tax registration certificate, valid Service tax registration certificate and Permanent Account Number (PAN) issued by income Tax department. (Copy of each registration should be provided).
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 245
Detailed organizational background and structure of the Lead member (together with any professional tie-ups, a copy of the agreement entered between the Lead member (s) must be submitted. The information should contain evidence of the Lead member’s strength and the number of partners/employees in the bidder entity. The Lead member should not be blacklisted with any state government or the central government
Company profile. Lead member should submit an undertaking that Bidder (or any member of the consortium) is acting as a company/consortium and product quoted are not Black Listed by any Government department/agency in India.
Contact names, addresses, telephones and facsimile numbers of no more than 2 persons who have principal responsibility for the EoIs are to be provided.
Relevant details
The Lead member should have at least 200 IT technical and 20 Managerial employees on its own roll
Employee details should be provided in the format as given in Annexure 13
7 Consortium details
The MOU signed between the consortium partners should be submitted and there should not be any rearrangement of the consortium at the time of RFP submission. The same consortium will be applicable at the time of submission of RFP.
Duly attested copy of MOU between consortium partners
8 Quality certifications
The Lead member or the consortium partner as the case may be should have ISO 9001:2000
Relevant copy of Certifications
9 Local Presence
The Lead member should have local presence in State of Uttar Pradesh (before signing of Agreement in the event of being awarded the Contract) or the Lead member should give the undertaking that he will open his office within a period of 1 month.
Local Address proof (in case of local presence) OR Undertaking, in case Bidder will open Local Office after award of contract
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 246
Annexure 15. Format for providing employee details (under Pre Qualification Section)
S.No Employee Name
Role (Technical / Managerial)
Designation Highest two Qualification
details
Date of Joining the
Present Organization
Total Work Experience
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 247
Annexure 16. Compliance sheet for Technical Evaluation section
S.No Evaluation Criteria Reference (section)
TOTAL TECHNICAL MARKS
1. Relevant Past Experience
a. Relevance to the Project (Automation & Online Working of IGRS offices in UP) – Only Lead member
Work order and Completion certificate
• One PPP based relevant project successfully running for more than 6 months (1).
• More than one PPP based relevant project successfully running for more than 6 months (2).
-do-
• Worked on 3 projects of Revenue Department / Registration Department / citizen service delivery projects (1)
• Worked on more than 3 projects of Revenue Department / Registration Department / citizen service delivery projects (2)
-do-
• The Lead member must have executed project providing e-Services to citizens, with average transaction volumes of over 20,000 per month (2).
-do-
• The Lead member must have executed e-Service delivery project with a multi-layer architecture comprising portal solutions for providing eServices to users including online submission of forms (with the attachments), PKI enablement etc. (1)
-do-
• The Lead member must have executed project involving security architecture design & implementation/ integration under IT Act 2000 or similar guidelines and certified for or compliant to ISO 27001 standards (1).
-do-
• The Lead member must have executed project involving integration of multiple electronic payment transactions through payment gateway (1).
-do-
• The Lead member must have executed project for providing managed services covering full lifecycle compliant with ITIL/ ITSM or equivalent and certified for or compliant with ISO 20000 standards(1).
-do-
b. Geographical size of the relevant projects
The Lead member or the consortium partner should have experience in site preparation and infrastructure set-up at multiple sites:
• More than 100 and less than 150 locations (2). • More than 150 but less than 250 locations (3). • More than 250 locations (4).
Case study / studies AND Work Order copies of ongoing projects / completion
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 248
S.No Evaluation Criteria Reference (section)
certificates for completed projects, from clients for all the assignments mentioned AND
Undertaking of having executed projects according to mentioned locations
c. Experience in conducting Change Management, Training and Communication –Lead member
• Number of officials/employees 100 (1). • Number of officials/employees more than 200 (2). • Number of officials/employees more than 500 (3).
Credentials / Case study AND Work order / Completion certificate
d. Experience in conducting Change Management, Training and Communication –Lead member
• Strategy used (5)
-do-
e. Experience in successfully executing automation project of similar size and scale (project completion certificate to be attached) –Lead member
• Three project successfully completed with Center/State Government Department/ PSUs/Government Institutions (4).
• More than three projects successfully completed with Center/State Government Department/ PSUs/Government Institutions (8).
-do-
2. Solution Proposed
a. Understanding of project requirements considering (but not limited to):
Approach and Methodology
• Data Centre Requirements. • Portal design & architecture. • SLA Management. • Standards as required in RFQ. • Overall solution.
-do-
b. Technologies proposed considering (but not limited to):
• Development/Application Platform. • Enterprise Management Solution. • Data Storage and Archival Management - for achieving
-do-
RFP for Automation and Online Working of IGRS Offices, Government of Uttar Pradesh
RFQ No May /2010 Dated 20th May 2010 Page 249
S.No Evaluation Criteria Reference (section)
Zero Data Loss. • Others.
c. Solution Design & Approach considering (but not limited to):
• Architecture & approach for addressing scalability, performance, availability and manageability.
• Application architecture & Integration Approach. • Payment Gateway integration & other aspects of
interfacing with banks and other departments. • Data centre & DR architecture. • Adequate provision for load-balancing, clustering and
fail-over at all required places in order to achieve required availability & reliability.
• Adequate initial sizing and provision for scalability to cater to peak load as well as for future growth on the servers and networks.
• Data digitization, migration & quality assessment plan & methodology.
• FMS: continuous improvement of service delivery, proactive mechanism to prevent errors, grievances and complaints.
• Whether provisions have been made for desktop, server and networking to start early on the obsolescence curve (must quote latest models; must commit to supply latest models as on supply-date).
• Whether the servers have remote-manageability and whether they can easily & seamlessly integrate with the chosen EMS.
-do-
d. Network and Security Architecture, considering (but not limited to):
• Proposed Network & Security Architecture. • To what extent and with what mechanisms/ systems, the
security requirements have been dealt with. • Whether technical security requirements have been
addressed adequately o Perimeter Security (e.g., Firewalls, IPS) o Host Security (Platform Hardening) o Host IPS, Antivirus etc
• Dual Factor Authentication and PKI Infrastructure. • Whether the proposal includes formulation of security
policy & standard operating procedures.
-do-
e. Project Plan with deliverable considering (but not limited to):
g. Approach for project coordination and operations management post rollout at the state level considering (but not limited to):
• Team Deployment. • Communication. • Replacement and Transfer of learning. • Application upgrades & training to team. • Helpdesk management. • Status tracking. • MIS reports.
Approach and Methodology
3. Manpower Proposed
a. Proposed team for delivering different services required in RFQ and approach for project coordination across the team based at various locations in the state in pre/ post rollout scenarios
• Team structure & size. • Deployment plan of proposed team (onsite & offsite). • Approach for project coordination.
Detailed Resource deployment plan AND Approach
b. Level of skills & relevance of experience of the individuals proposed for the project
• Experience of the software design & development team. • Experience of the network design & installation team. • Experience of the hardware installation & commissioning
team. • Experience of project management team (PMT). • Experience of the site preparation team (Renovation/
Expansion/ Construction). • Experience of training, change management & HRM
team • Experience of the operations & maintenance team. • Experience of managed services team.
Resumes as per
Annexure 13
c. Qualification & Certifications relevant to the role described
• Professional qualification of proposed resources. • Relevant certifications of proposed resources.