Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring...

103
Sr. No. Page No. Bidding Document Reference (Clause /page) Content of RFP requiring clarification Points of Clarification required Response to Queries 1 5 Page 7 / Clause 1.2 Important Information Last date and time for submission of bids (Online) 5th February, 2013 up to 1500 hrs. We request you for an Extension of submission time to at least 3 weeks from reply of query Please see the revised bid 2 15 Clause 2.4 (3), Page 15 The bidder should have demonstrable expertise and experience in developing web based integrated IT solutions involving all the phases of Software Development Life Cycle (SDLC). The bidder must have completed at least 5 (five) such Integrated IT projects in last 5 years involving all the phases of SDLC for which the cost of each of the five project should not be less than 10 Crores. Please confirm that IT projects where in Packaged Softwares such as ERP, ECM, DMS, Web Portals have been customised, configured and implemented involving all phases of SDLC, shall also be considered for this eligibility criteria. As per RFP 3 15 2.4 Eligibility Criteria Point 4 Page. No. 15 CMM level 5 certification and ISO 9001:2011 ISO 9001:2011 is a new version of ISO 9001. We request you to please modify/accept ISO 9001:2008. Please see the revised bid 4 15 Clause 2.4 / Page 15 CMM level 5 certification and ISO 9001:2011 Kindly modify as: CMM level 5 certification and ISO 9001:2008 Please see the revised bid 5 15 Pg. No. 15, Cl. 2.4 "Eligibility Criteria" , Point No. 14 No Consortium will be allowed. The bidder must meet all the eligibility criteria by himself. Looking to wide scope of work, Technical Requirement and estimated cost of project, we request you to kindly allow consortium for this tender. Not acceptable 6 15 2.4 Eligibility Criteria Point 3 Page. No. 15 The bidder should have demonstrable expertise and experience in developing web based integrated IT solutions involving all the phases of Software Development Life Cycle (SDLC). The bidder must have completed at least 5 (five) such Integrated IT projects in last 5 years involving all the phases of SDLC for which the cost of each of the five project should not be less than 10 Crores. We request to change the criteria as to more participation and competitive bids, Also since the project involves huge amount of Hardware and O&M we would recommend that Turnkey projects experience should be asked: The bidder should have demonstrable expertise and experience in implementing IT project on Turnkey basis, which involves Software development, hardware, Facilities Management Services. The bidder must have implemented or being implemented at least 5 (five) such Integrated IT projects in last 5 years for which the cost of each of the five project should not be less than 10 Crores. Not acceptable Response to theTender related Prebid queries

Transcript of Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring...

Page 1: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

1 5Page 7 / Clause 1.2Important Information

Last date and time for submission of bids (Online) 5thFebruary, 2013 up to 1500 hrs.

We request you for an Extension of submission time to at least 3 weeksfrom reply of query

Please see the revised bid

2 15Clause 2.4 (3), Page15

The bidder should have demonstrable expertise andexperience in developing web based integrated IT solutionsinvolving all the phases of Software Development Life Cycle(SDLC). The bidder must have completed at least 5 (five) suchIntegrated IT projects in last 5 years involving all the phases ofSDLC for which the cost of each of the five project should notbe less than 10Crores.

Please confirm that IT projects where in Packaged Softwares such asERP, ECM, DMS, Web Portals have been customised, configured andimplemented involving all phases of SDLC, shall also be considered forthis eligibility criteria.

As per RFP

3 152.4 Eligibility CriteriaPoint 4 ‐ Page. No. ‐15

CMM level 5 certification and ISO 9001:2011ISO 9001:2011 is a new version of ISO 9001. We request you to pleasemodify/accept ISO 9001:2008.

Please see the revised bid

4 15 Clause 2.4 / Page 15 CMM level 5 certification and ISO 9001:2011Kindly modify as:CMM level 5 certification and ISO 9001:2008

Please see the revised bid

515

Pg. No. 15, Cl. 2.4 ‐"Eligibility Criteria" , Point No. 14

No Consortium will be allowed. The bidder must meet all theeligibility criteria by himself.

Looking to wide scope of work, Technical Requirement and estimatedcost of project, we request you to kindly allow consortium for thistender.

Not acceptable

6 152.4 Eligibility CriteriaPoint 3 ‐ Page. No. ‐15

The bidder should have demonstrable expertise andexperience in developing web based integrated IT solutionsinvolving all the phases of Software Development Life Cycle(SDLC).The bidder must have completed at least 5 (five) suchIntegrated IT projects in last 5 years involving all the phases ofSDLC for which the cost of each of the five project should notbe less than 10 Crores.

We request to change the criteria as to more participation andcompetitive bids, Also since the project involves huge amount ofHardware and O&M we would recommend that Turnkey projectsexperience should be asked:

The bidder should have demonstrable expertise and experience inimplementing IT project on Turnkey basis, which involves Softwaredevelopment, hardware, Facilities Management Services.  The bidder must have implemented or being implemented at least 5(five) such Integrated IT projects in last 5 years for which the cost of eachof the five project should not be less than 10 Crores.

Not acceptable

Response to theTender related Pre‐bid queries

Page 2: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

7 152.4 Eligibility CriteriaPoint 4 ‐ Page. No. ‐15

CMM level 5 certification and ISO 9001:2011

We have ISO 9001:2008 certificaste valid till 13th June 2014 and the ISO900I1:2011 is newer version which is established in October 2012. thecertificate can be upgraded in next version once the previous is expired.hence we request you to please accept the  ISO 9001:2008 also.

Please see the revised bid

8 15Page No.15, Clause2.4, Sl.No.2, EligibilityCriteria

The bidder must have turnover of at least Rs. 200 Crores foreach of the last three financial years as on 31st March, 2012.

We understand that the turnover is the total turnover of the companyincluding IT turnover

As per RFP

9 15Page No.15, Clause2.4, Sl.No.2, EligibilityCriteria

The bidder must have turnover of at least Rs. 200 Crores foreach of the last three financial years as on 31st March, 2012.

We understand that the turnover is the total turnover of the companyincluding IT turnover

As per RFP

10 15Page No.15, Clause2.4, Sl.No.2, EligibilityCriteria

The bidder must have turnover of at least Rs. 200 Crores foreach of the last three financial years as on 31st March, 2012.

Please modify the clause as “The bidder must have average annualturnover of at least Rs. 200 Crores for last three financial years as on 31stMarch, 2012.

As per RFP

11 15Page No.16, Clause2.4, Sl.No.14,Eligibility Criteria

No Consortium will be allowed. The bidder must meet all theeligibility criteria by himself

In order to make the bid more competitive, the bid may be allowed to beaddressed as a consortium

Not acceptable

12 15Page No.15, Clause2.4, Sl.No.3, EligibilityCriteria

The bidder should have demonstrable expertise andexperience in developing web based integrated IT solutionsinvolving all the phases of Software Development Life Cycle(SDLC). The bidder must have completed at least 5 (five) suchIntegrated IT projects in last 5 years involving all the phases ofSDLC for which the cost of each of the five project should notbe less than 10Crores.

The clause may be allowed to be met as a consortium Not acceptable

13 15Page No.15, Clause2.4, Sl.No.3, EligibilityCriteria

The bidder should have demonstrable expertise andexperience in developing web based integrated IT solutionsinvolving all the phases of Software Development Life Cycle(SDLC). The bidder must have completed at least 5 (five) suchIntegrated IT projects in last 5 years involving all the phases ofSDLC for which the cost of each of the five project should notbe less than 10 Crores.

The clause may be modified as “The bidder should have implemented/implementing  Integrated IT projects including application software  .The bidder must have completed at least 5 (five)such Integrated IT projects in last 5 years for which the total cost of fiveproject put together should not be less than 50 Crores OR a singe projectwith a total value of Rs.100 Cr”

Not acceptable

Page 3: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

14 15Page No.15, Clause2.4, Sl.No.4, EligibilityCriteria

The Bidder should be a System Integrator (SI)having• ISO 27001: 2005 certification for IT Based InfrastructureServices (Information Security Management System)• CMM level 5 certification and ISO 9001:2011• ISO 20000:2005 certification for IT based InfrastructureServices (IT Service Management) (Preferred)

The clause may be allowed to be met as a consortium Not acceptable

15 15Page No.15, Clause2.4, Sl.No.4, EligibilityCriteria

The Bidder should be a System Integrator (SI)having• ISO 27001: 2005 certification for IT Based InfrastructureServices (Information Security Management System)• CMM level 5 certification and ISO 9001:2011• ISO 20000:2005 certification for IT based InfrastructureServices (IT Service Management) (Preferred)

The clause may be modified as “The Bidder should be a SystemIntegrator (SI)Having any two certifications in the following:

• ISO 27001: 2005 certification for IT Based Infrastructure Services(Information Security Management System)• CMM level 5 certification and ISO 9001:2011• ISO 20000:2005 certification for IT based Infrastructure Services (ITService Management) (Preferred)

As per RFP

16 15 Eligibility Criteria no. 3 

The bidder should have demonstrable expertise andexperience in developing web based integrated IT solutionsinvolving all the phases of Software Development Life Cycle(SDLC).The bidder must have completed at least 5 (five) suchIntegrated IT projects in last 5 years involving all the phases ofSDLC for which the cost of each of the five project should notbe less than 10 Crores.

Attachments: Details of such projects undertaken along withclients’ completion certification/letter.

The bidder should have demonstrable expertise and experience indeveloping web based integrated IT solutions involving all the phases ofSoftware Development Life Cycle (SDLC).

The bidder must have completed at least 3 (three) such Integrated ITprojects in last 5 years involving all the phases of SDLC for which theoverall cost of each of the 3 project including the infrastrcuturedeployed should not be less than 10 Crores. Projects carried out onBOOT basis shall also be considered for this.

Proposed changes in Attachments: Details of such projects undertakenalong with clients’ completion certification/letter of commencement /CA certificate specifying total project cost in case of BOOT projects 

As per RFP

Page 4: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

17 15 Eligibility Criteria no. 4

The Bidder should be a System Integrator (SI) having� ISO 27001: 2005 certification for IT Based InfrastructureServices (Information Security Management System)� CMM level 5 certification and ISO 9001:2011� ISO 20000:2005 certification for IT based InfrastructureServices (IT Service Management) (Preferred)

The Bidder should be a System Integrator (SI) having any 3 of thefollowing certificationsa) ISO 27001: 2005 certification for IT Based Infrastructure Services(Information Security Management System)b) CMM level 5 certificationc) ISO 9001:2008                                                               d) ISO 20000:2005 certification for IT based Infrastructure Services (ITService Management) 

Please see revised RFP

1815

Page 15, Clause 2.4,Sub clause 4

CMMI Level 5We request the department to change this criterion to CMMI level 3 orhigher. This would help the department in getting a healthy participation

Not acceptable

19 162.4 Eligibility Criteriaand Point‐14 ‐ Pageno. 16

2.4 Eligiblity Critria: The bidder meeting the followingeligibility criteria will be short listed and considered fortechnical evaluation.

14: No Consortium will be allowed. The bidder must meet allthe eligibility criteria by himself.

Going through the bid it is found that scope of the project requires a vastexpertise in multiple experiences and technologies without allowingconsortium partner in the eligibility criteria.We strongly believe that legally bound consortium is more better optionfor successfully execution of the project. This way purchaser will getmore qualitative and specialized solution. in addition to that shared rolesand responsibilities will bring more technically sound and expertisesolution/services resulting smooth implementation of the project.Hence, We request you to kindly allow participation of consortium alsowith maximum number of members as two and amend the clause asbelow please.=>The bidder / consortium partner meeting the following eligibilitycriteria will be short listed and considered for technical evaluation.=> Maximu mtwo Consortium will be allowed. The bidder / consortiumpatner must meet all the eligibility criteria.

Not acceptable

20 16Page 16, Clause 2.4,Eligibility Criteria, subclause 14

No Consortium will be allowed. The bidder must meet all theeligibility criteria by himself

We request the department to allow the consortium of maximum of 2members. This would enable eligible bidders with relevant experience toParticipate and propose a comprehensive solution. 

Not acceptable

2116 Page 16 point 14

We as a Telecom Service Provider may not be able to bid as a SI Bidder or Prime Bidder – Can we align with Prime Bidder as a Technology Partner ?

As per RFP

Page 5: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

22 17Page No. 17, ClauseNo.2.6 Earnest MoneyDeposit (EMD)

Clause 2.6: EMD, p17: Bid Security is required to be submittedin the form of demand draft. 

Cosnidering the high value of EMD request that we can submit in form ofBG.

As per RFP

23

17

Clause 2.6, Page 17Earnest Money Deposit Rs. 1,00,00,000/‐ (Rupees One Croreonly) in the form of DD in favour of “Gujarat InformaticsLimited” payable at Gandhinagar.

We request if EMD in the form of BG also shall be acceptable, which issuggested even by CVC for values desired such as in this RFP. Also wouldrequest if BG format for the same may also be provided to us.

As per RFP

24

17

Page No. 17, ClauseNo.2.6 Earnest Money Deposit(EMD)

Earnest Money Deposit Rs. 1,00,00,000/- (Rupees One Croreonly) in the form of DD in favor of “Gujarat InformaticsLimited” payable at Gandhinagar

Central PSUs may be allowed to submit EMD in the form of bankguarantee instead of DD.

As per RFP

25

17

Page 17/ Clause 2.6EMD

Earnest Money Deposit Rs. 1,00,00,000/‐ (Rupees One Croreonly) in the form of DD in favour of “Gujarat InformaticsLimited” payable at Gandhinagar.

We request you kindly amend this clause “Earnest Money DepositRs. 1,00,00,000/‐ (Rupees One Crore only) in the form of BG/DD infavour of “Gujarat Informatics Limited” payable at Gandhinagar. Alsorequest you to please provide the BG Validity & the Format of the BG

As per RFP

26

17

Page 17, Clause 2.6,Ernest Money Deposit(EMD)

Earnest Money Deposit Rs. 1,00,00,000/‐ (Rupees One Croreonly) in the form of DD in favour of “Gujarat InformaticsLimited” payable at Gandhinagar.

Since the demand draft as an instrument is valid only for 90 days, whilethe bid validity has been asked for 180 days. Hence we request thedepartment to change the EMD from DD to Bank Guarantee (BG) for 180days

As per RFP

27

17

Section 2.6 - pg 17 Earnest Money Deposit (EMD)

“Earnest Money Deposit Rs. 1,00,00,000/- (Rupees One Crore only) in the form of DD in favour of “Gujarat Informatics Limited” payable at Gandhinagar.”

Can we issue EMD in the form of BG (Bank Guarantee)?

As per RFP

28 18Clause 2.11 (2), Page18

The Proposal shall be typed or written in indelible ink (ifrequired) and shall be initialed on all pages by authorizedrepresentative of the bidder to bind the bidder to the contract.The authorization shall be indicated by Board Resolution/Powerof Attorney and shall accompany the proposal

Please provide the format for Power of attorney desired. Please see revised 

RFP

29 20 Clause 2.14, Page 20

Price shall be loaded appropriately for the missingcomponent/quantity/tax etc. Price quoted in the financial bidwill be final………………….Basis of loading shall be the highestcost quoted by the bidders.

we request if price loading criterion and formula may please beinformed. Would it be based on final BOM accepted by you.  

As per RFP

30 20 Page ‐20 section 2.14 The bidders are expected to provide all the requiredsupporting document and compliancesas mentioned in the RFP.

Please clarify what kind of compliances are to to be provided as per ourunderstanding it is related to SLA only

As per RFP

Page 6: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

31 21

2.14 Methodologyand Criteria forTechnical, Commercialand finalevaluation Point 2Page. No. 21

No. of projects for which bidder hasdemonstrable expertise and experience indeveloping web based integrated IT solutions involving all thephases of SDLC (Software Development Life Cycle) havingminimum cost of Rs. 10 crores each in last 5 years.10 projects or more ‐ 10 marks9 projects – 8 marks8 projects – 6 marks7 projects – 4 marks6 projects – 2 marksLess than or equal to 5 projects – 0 marks

We request to chance the criteria as to have more participations andcompetitive bids. No. of projects for which bidder has demonstrable expertise andexperience in implementing Turnkey IT solutions/ project which involvesSoftware, hardware, FMS/ O&M. having minimum cost of Rs. 10 croreseach in last 5 years. 5 projects or more – 10 marks                 4 Projects ‐  8 marks3 Projects ‐ 6 marks2 Projects ‐ 4 marks1 Project ‐ 2 marks

As per RFP

32 21

2.14 Methodologyand Criteria forTechnical, Commercialand finalevaluation Point 3Page. No. 21

Average annual turnover of bidder in lastthree financial years as on 31st March, 2012 from Software/ITproduct Development and Support service activities.� Year 2009‐2010� Year 2010‐2011� Year 2011‐2012 More thanRs.1000 Crores – 10 MarksMore than Rs.750 crores andupto Rs.1000 Crores ‐ 7 marksMore than Rs. 500 crores andupto Rs.750 Crores – 5 marksMore than 200 crores and uptoRs.500 Crores – 3 marksUpto Rs. 200 crores – 0 marks

We request to chance the criteria as to have more participation andcompetitive bids                     

Average annual turnover of bidder in last three financial years as on 31stMarch, 2012 from Software/IT product Development and Supportservice activities.� Year 2009‐2010� Year 2010‐2011� Year 2011‐2012  

More than Rs.500 Crores – 10 MarksMore than Rs.300 crores andupto Rs.500 Crores ‐ 7 marksMore than Rs. 150 crores andupto Rs.300 Crores – 5 marksLess than or Upto Rs. 150 crores – 3 marks

As per RFP

33 21

2.14 Methodologyand Criteria forTechnical, Commercialand finalevaluation Point 4Page. No. 21

Manpower deployed by the organization for IT projects inGujarat as on 31st March, 2012.More than 500 – 10 marksMore than 300 and upto 500 – 5 marksMore than 100 and upto 300 – 3 marks

Please modify to: Manpower deployed by the organization for IT projects in India andabroad as on 31st March, 2012. More than 500 – 10 marksMore than 300 and upto 500 – 5 marksMore than 100 and upto 300 – 3 marks 

Please see the revised RFP

3421

Page 21/ Clause 2.14Manpower deployed by the organization for IT projects inGujarat as on 31st March, 2012.

We request you to kindly change this to “Manpower deployed by theorganization for IT projects across India / globe as on 31st March,2012.

Please see the revised RFP

Page 7: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

35

21

Page 21 / Clause 2.14

No. of Projects for which bidder has demonstrable expertiseand experience in developing web based integrated ITsolutions involving all the phases of SDLC (SoftwareDevelopment Life Cycle) having minimum cost of Rs. 10crores each in last 5 years.

We understand that the no. of projects to be considered here can be anyIndian / Global project involving web based integrated IT solutions.Kindly confirm.

Please see the revised RFP

36 21Page 21‐22, Clause2.14, EvaluationCriteria

The evaluation criteria and the marking system mentioned are very strictand restrictive. The overall pass marks (75) are also very high. Werequest the department to make the passing marks as 60 marks. 

As per RFP

37 21Page 21‐22, Clause2.14, EvaluationCriteria

We are currently working with 5 state transport departments forcomputerization of various aspects of the department. Wsolution in 2states. We’ve also worked in 2 more state departments Including thestate of Gujarat. We have implemented / implementing the web basedcomputerized check post. We also understand SARATHI and VAHANapplication and its challenges in terms of implementation andoperations. Our have a very deep understanding of the commercial /revenue aspect of the Transport Department with more than 10 years ofexperience in this domain. 

Hence we request that some marks must be allotted for companies lie uswho have ground experience in the domain. 

As per RFP

38 21Page 21‐22, Clause2.14, EvaluationCriteria, point 2

No. of projects for which bidder has demonstrable expertiseand experience indeveloping web based integrated IT solutionsinvolving all the phases of SDLC (Software Development LifeCycle) having minimum cost of Rs. 10 crores each in last 5years.

Since this is a large system integration project involving state wideimplementation, we request the department to allow the experience oflarge system integration implementations f rs. 10 cr. Or more to qualifyunder this clause. 

As per RFP

39 21

Page 21‐22, Clause2.14, EvaluationCriteria, Sub Section B– Technical Criteria

Technical Criteria

We humbly request that the marking system of marking the bestproposal with highest marks and rest with lesser marks would make itvery difficult for other vendors to even get the qualification marks.Hence we request the department to consider giving marks to biddersbased on their proposal and relative marking should not be done.  

As per RFP

Page 8: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

40 21

Page No. 20‐25,Clause 2.14Methodology andCriteria for Technical,commercial and finalevaluation

Technical Qualification CriteriaFor meeting the requirements as per the Technical evaluation criteria,the capabilities & resources of  consortium may be considered.

As per RFP

41 21A. OrganizationalStrength

No. of years since the bidder is engaged in similar ITprojects/solutions business, including procurement,maintenance and support of IT Infrastructure and setting upand maintenance of network infrastructure (as on 31.03.2012)

More than 8 Years – 10 marksMore than 5 and less than 8 Years – 5 marksUpto 5 Years ‐ 3 marks

No. of years since the bidder is engaged in IT projects/solutionsbusiness, including procurement, maintenance and support of ITInfrastructure and setting up and maintenance of network infrastructure(as on 31.03.2012)

More than 5 Years – 10 marksMore than 3 and less than 5 Years – 5 marksUpto 3 Years ‐ 3 marks

As per RFP

42 21A. OrganizationalStrength

No. of projects for which bidder has demonstrable expertiseand experience in developing web based integrated ITsolutions involving all the phases of SDLC (SoftwareDevelopment Life Cycle) having minimum cost of Rs. 10 croreseach in last 5 years.

10 projects or more ‐ 10 marks9 projects – 8 marks8 projects – 6 marks7 projects – 4 marks6 projects – 2 marksLess than or equal to 5 projects – 0 marks

No. of projects for which bidder has demonstrable expertise andexperience in developing web based integrated IT solutions involving allthe phases of SDLC (Software Development Life Cycle) having minimumcost of Rs. 10 crores in last 5 years.

3 projects or more ‐ 10 marks1‐3 projects – 5 marksLess than or equal to 1 project – 0 marks

As per RFP

Page 9: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

43 21A. OrganizationalStrength

Average annual turnover of bidder in lastthree financial years as on 31st March, 2012from Software/IT product Development andSupport service activities.� Year 2009‐2010� Year 2010‐2011� Year 2011‐2012

More than Rs.1000 Crores – 10 MarksMore than Rs.750 crores and upto Rs.1000 Crores ‐ 7 marksMore than Rs. 500 crores and upto Rs.750 Crores – 5 marksMore than 200 crores and upto Rs.500 Crores – 3 marksUpto Rs. 200 crores – 0 marks

Average annual turnover of bidder in lastthree financial years as on 31st March, 2012from IT/ITES services.� Year 2009‐2010� Year 2010‐2011� Year 2011‐2012

More than Rs.300 Crores – 10 MarksMore than Rs.200 crores and upto Rs.300 Crores ‐ 5 marksUpto Rs. 200 crores – 0 marks

As per RFP

44 21A. OrganizationalStrength

Average Net Worth in each of Last threeFinancial Years.� Year 2009‐2010� Year 2010‐2011� Year 2011‐2012

More than 200 Crores – 10 marksMore than 150 Crores and upto 200 Crores – 7 marksMore than 100 Crores and upto 150 crores – 5 marksMore than 50 Crores and upto 100 Crores – 3 MarksLess than 50 Crores – 0 Marks

Average Net Worth in each of Last threeFinancial Years.� Year 2009‐2010� Year 2010‐2011� Year 2011‐2012

More than 80 Crores – 10 marksMore than 50 Crores and upto 80 Crores – 5 marksLess than 50 Crores – 0 Marks

As per RFP

45 21A. OrganizationalStrength

Manpower deployed by the organization forIT projects in Gujarat as on 31st March, 2012.

More than 500 – 10 marksMore than 300 and upto 500 – 5 marksMore than 100 and upto 300 – 3 marksLess than 100 – 0 marks

Manpower deployed by the organization for IT projects in India as on31st March, 2012.

More than 500 – 10 marksMore than 300 and upto 500 – 5 marksMore than 100 and upto 300 – 3 marksLess than 100 – 0 marks

Please see the revised RFP

Page 10: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

46

22

2.14 /Page No.22 Point 4 says 'Same OEM'. Meaning of this.

Same OEM means, the solution 

propossed shall have components from single OEM

47

23

Refer Page No. 23 of RFP point no.5 of Market Share

Please amend it with “Top 5 OEM in Gartner Global Report of 2012 inLeader’s quadrant shall be awarded 2 Marks and bidder with 6th

position shall be awarded 1 mark and other shall beawarded 0 mark”

Please see revised RFP

48

23

It is vital to articulate as mentioned above, else it will createheterogeneous environment and looking at sensitivity of the project itsmandate for bidder to maintain and proposed unified solution ratherthan having mix bag approach. 

Please see revised RFP

49

25

2.15 /Page 25

CoT’s Right to vary quantities of work at the time of award ofcontractCoT reserves the right to increase or decrease quantity of workby 25% without any change in the rate fixed or other termsand conditions, at the time of award of contract.

Does this mean that Bidder has to provide a proposal with an option ofaddition or deletion of 25% of work?

In case of variation, the payment shall be accodingly changed. 

50 25

Section 2.15 - pg 25 CoT’s Right to vary quantities of work at the time of award ofcontract

CoT reserves the right to increase or decrease quantity of work by 25% without any changein the rate fixed or other terms and conditions, at the time of award of contract.

Is this 25% related to timelines or cost? IF cost, then are we allowed to put 25% contingency on overall estimates?

In case of variation, the payment shall be accodingly changed. 

Page 11: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

51

26

Clause 2.18:Confidentiality, p26:

Except with the prior written consent of CoT, no party, shall,at any time communicate to any person or entity anyconfidential information acquired in the course of theContract.

Pls. add the following exceptions to the said clause:ConfidentialInformation does not include information which: i. is publicly available at the time of its disclosure; orii. becomes publicly available following disclosure; or iii. is already known to or was in the possession of recipient party priorto disclosure under this Agreement; or iv. is disclosed to the recipient Party from a third party, which party isnot bound by any obligation of confidentiality; or v. is or has been independently developed by the recipient Party withoutusing the Confidential Information;vi. is disclosed with the prior consent of the disclosing party;vii. is required to be disclosed in accordance with Court order or anyother statutory or regulatory authority.

As per RFP

52 27 Clause 2.21 Termination for DefaultRequest a notice period of 45 days. Customer will make the payment ofall unpaid amount against the H/S supplied along with the proportionateamount for services rendered  

As per the Revised RFP

53 27Clause 2.21:Termination forDefault, p27:

The purchaser may terminate the contract in certainsituations.

Pls. incorporate the following clause pertaining to “cure period” beforeissuing notice of termination :

In the event of breach/default of vendor, the purchaser shall providevendor with a reasonable cure period, which shall be as mutuallydecided by both the parties. The decision to forfeit the performancesecurity or to terminate the contract shall be taken only if thebreach/default continues or remains uncertified, for reasons within thecontrol of vendor, even after the expiry of the cure period.

Please see the revised RFP

Page 12: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

54

27

2.21/Page No. 27

2.21 Termination for DefaultThe Purchaser may, without prejudice to any other remedy forbreach of contract, by written notice of default sent to theBidder, terminate the Contract in whole or part:a) if the bidder fails to deliver any or all of the Goods as per thedelivery schedule including installation, Final acceptance testand commissioning mentioned in the bid, or within anyextension thereof granted by the Purchaser orb) if the Bidder fails to perform any other obligation(s) undertheContract/Purchase order.c) If the Bidder, in the judgment of the Purchaser has engagedin corrupt orfraudulent practices in competing for or in executing theContract.

TCS suggests that Purchaser may terminate the contract for breach ofmaterial terms by Bidder solely for the reasons attributable to Bidder ifthe breach is nor cured by Bidder within 30 days of notice of suchbreach by Purchaser.

Please see the revised RFP

55 30Clause 3.2.1.2 / Page30

Payment of Penalty amount

Payment of penalty amount has to be done at check‐post only or samepayment can be done through the web portal after generation of penalty order. Whether vehicle can be released without getting confirmation ofpayment of penalty amount using e‐Payment?

No Change

56 40 3.5.2.2(Pg 40)The bidder is responsible to provide one time operationaltraining and yearly refresher training to the identified officials.

a) What kind of training is required?b) Who will provide the training infrastructure?c) In how many batches will training happen?

Training infrastrucure will be provided by CoT. Training 

material in soft & hardcopy will be provided by SI.

57 55

Section 3.5.7 - pg 55 Helpdesk Is the Help desk Infrastructure ready and available to occupy? Or

customer will provide vacant space and vendor suppose to build the Helpdesk

CoT will provide vacant space and SI need to build the 

helpdesk 

58 55 Languages used for Help Desk. Assuming that help desk is only at CMC ?English & Gujarati. 

59 55 Helpdesk (General) Helpdesk (General) Is end user desktop support also a part of operations & maintenance? No

60 58Section 3.7 - pg 58 Project Go-Live

Automatic Measurement & Barrier Control System will require downtime to implement new proposed system. COTs need to arrange for the same.

CoT will provide phase wise downtime

Page 13: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

61 61

Section 3.9 - pg 61 Proposed timelines for Implementation

Testing, UAT and Training to staff(For applications developed by theVendor in Phase I)

Considering the fact that UAT need to be carried out from different post,locations with new application, 4 weeks of UAT is too less. Can bidder propose timelines once the scope for DSS,MIS & DMS is detailed out.

Please see the revised RFP 

62 61

Section 3.9 - pg 61 Proposed timelines for Implementation

Testing, UAT and Training to staff(For applications developed by theVendor in Phase I)

Will the test environment be provided by GIL or Bidder need to include the cost in our proposal?

Bidder need to include

63 61

Section 3.9 - pg 61 Proposed timelines for Implementation

Testing, UAT and Training to staff(For applications developed by theVendor in Phase I)

Will the UAT be carried out with only one check-post/RTO and get the sign-off and implement for all the check-posts/RTOs.

Please see the revised RFP

64 61 Section 3.9 - pg 61 Phase II - Go-Live

Go-Live is T4=T3+2. T3 is 16weeks. UAT (T2) is 20 weeks (T1+4 weeks). Go-Live (T3+2 weeks) can not be before UAT end date. Is it typo?

Please see the revised RFP

65 61Section 3.9 - pg 61 Proposed timelines for Implementation

Completion of Design, Development and Coding of application solution including integration of existing application (T+16)

Timeline of 16 week is too less for developing interfaces and web portal, Automation of check post Bcoz this phase involves phase of feasibility study. Is there any possibility of increasing the

Please see the revised RFP

66 61

Section 3.9 - pg 61Proposed timelines for Implementation

Completion of Design, Development and Coding of application solution including integration of existing application (T+16) Considering the timelines, is bidder allowed to implement

vendor(3rd Party) product?

It is upto SI to decide

67 68 Clause 5 , pg 68  Payment terms  We request 20 % advance against Bank gurantee. No Change 

68 68 Payment schedule/68HCL request GIL to confirm on the expected acceptance criteria forpayment release.

As per RFP

69

68

5.1, Page 68

Application Development as per item no. 1 of financial bid………………… Submission of report from EQDC and Securityaudit clearance certificate and user’s manual(Operational Manual) of overall system ‐ 15% payment shallbe released.

We request : 1.If Linkage of 15% of payment shall be delinked from receipt of Reportfrom EQDC and only User Manuls of over all systems may please be keptas mile stone.                        2. We request if final payment of 15% is also paid at Go live consideringbidders shall already be submitting PBG of 10% as performance Securityfor complete project. HOlding this payment would only increase financecharges for GIL/COT.

Please see the revised RFP

70

68

5.1, 2(a), Page 68

IT infrastructure, system software, Database, securityequipment’s, devicesas per item no. 2.a of financial bid – for RTOs, Central Site andDR site  …………….. After completion of inspection by GIL andinstallation at site ‐ 15% payment shall be release.

We request that 15% payment shall be released on completion ofinspection by GIL, as installation at site shall be dependent upon SDC's &RTO's space and resource availability which are NOT under control ofBidders. 

Please see the revised RFP

Page 14: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

71

68

5.1, 2(b), Page 68

IT infrastructure, system software, Database, securityequipment, networkequipment and devices as per item no. 2.b of financial bid – forCheckpostsand CMC …………………… After completion of inspection by GILandinstallation at site  ‐ 15% payment shall be released.

We request that 15% payment shall be released on completion ofinspection by GIL, as installation at site shall be dependent uponCheckpost's space and resource availability which are NOT under controlof Bidders. 

Please see the revised RFP

72

68

5.1, 2©, Page 68

Hardware Equipment’s required at each Checkposts to meetthe scope of work (excluding item no. 2b above) ‐ as per itemno. 2.c of financial bid ………… After completion of inspectionby CoT orauthorized agency appointed by CoT andinstallation at site   ‐ 15% payment shall be released.

We request that 15% payment shall be released on completion ofinspection by COT, as installation at site shall be dependent uponCheckpost's space and resource availability which are NOT under controlof Bidders. 

Please see the revised RFP

73 68Clause 5: PaymentTerms, p68‐69:

‐It is suggested that total payment for application development should bereleased on Go‐live as the security deposit is to take care of the bugsduring warranty period of 1 year.

Please see the revised RFP

74 68 Payment schedule/68HCL request GIL to confirm on the expected acceptance criteria forpayment release.

Please see the revised RFP

7569

Section V, Clause 5.2 Payment ProcedureRequest to insert a provision to clarify that all payments shall be madeby CoT, within thirty (30) days of receipt of invoice from SI.

No Change 

76 70

SERVICE LEVELAGREEMENT andPENALTYCLAUSE/70

Notwithstanding anything to the contrary contained in the Contract, ifthe goods is not able to maintain the service level standards, then thegoods is liable to Penalty, only if the shortfall is for reasons solelyattributable to a default by the goods(excluding force majeure). Paymentof Penalty by the goods shall fully satisfy the GIL in respect of failure ofthe goods to maintain the service level standards and no furtheramounts shall be claimed by the GIL for damages or compensation fromthe goods in respect thereof. However, overall penalty shall not exceed5% of the Contract value. Penalties and Liquidated Damages shall notrun concurrently for the same cause.

No Change 

77 70 Section 6 All clauses on SLA and penalties Pls put a maximum cap of 5% of contract value against penalties and SLAPlease see the Revised RFP

Page 15: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

78 70

Pg 70Section VI

Service LevelCommitment andPenalty clause. 

TCS proposes the following :(1)Any penalty levied on TCS for any Service level Default by TCS solelyfor the reasons Attributable to TCS shall not exceed 0.1% for eachweek of delay and in aggregate shall not exceed 1 % of the total value ofthe contract.(2) The time lost due to following reasons shall not be taken into accountwhile calculating the required uptime requirement: a) time lost due to power or environmental failures;b) time taken to recover the equipment because of power orenvironmental failures;c) time lost due to damage or malfunction in the equipment or any ofthe units thereof due to causes attributable to CoT;d) time taken for scheduled maintenance/troubleshooting forimprovement in function or other purposes;e) time taken for reconfiguration or other planned downtime situations;f) time taken for booting the equipment; andg)  time lost due to unavailability of links.(3) Exceptions to Service Level Failures TCS’s failure to meet any ServiceLevel will not constitute a Service Level Failure and no Penalty will accrueif and to the extent such failure is caused by any of the following:(a) Reduction or reprioritization of TCS resources requested by Customer 

No Change

79 71 Section VI, Clause 6.2 Categories of SLAs‐PenaltyRequest that the maximum/ overall cumulative penalty levied under thisAgreement shall not exceed 1% of the Contract Value.

No Change 

80 71 6.2.1, Page 71

We request that word penalty shall be replaced with LD and that LD shallbe applicable @ 0.5 % per week subject to a maximum of 5%, only onthe delayed portion of the work. Imposition of penalty shall berestrictive and detrimental to project costs and execution.

No Change 

Page 16: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

81 72 6.2.1.2, Page 72

If the bidder fails to deliver and install the requisite ITHardware Infrastructure at within 16 calendar weeks from theissue of the confirmed purchase order, then a penalty of 1% ofvalue of hardware per week delay will be deducted for thepayment of hardware. In case of site is not ready or duereasons beyond the control of supplier, then CoT shall decideon taking in to consideration of such factor for the extension ofdelivery and installation period of the equipments.

We request you to kindly amend this alcuse as " If the bidder fails todeliver and install the requisite IT Hardware Infrastructure at within 28 calendar weeks from the issue of the confirmed purchase order, then aLD of 0.5% of value of Delayed portion of hardware per week delay willbe deducted for the payment of hardware. In case of site is not ready ordue reasons beyond the control of supplier, then CoT shall decide ontaking in to consideration of such factor for the extension of delivery andinstallation period of the equipments." 

Please see the revised RFP

82 77 Clause 6.2.3.2 Page 77

Penalties for non‐compliance to SLANon‐compliance of SLA would attract a penalty calculated oncumulative basis in a quarter, of Rs. 1,000/‐ per every hour ofdown time for IT equipments beyond the period allowedunder uptime and calculated as detailed above. SI bidder’s soleresponsibility is to make the system available as quickly aspossible as may be determined by the SI to meet the SLArequirements.

Penalty CalculationsPenalty charges will be Rs. 2,000/‐ per every non‐compliancehour to be charged on quarterly basis beyond the restorationtimes and availability target specified above.

Both the clauses are contradictory. Please clarify the same.Please see the revised RFP

83 80Clause 6.2.4 step4 /page 80

Step 4: Resident Skilled Manpower will analyse the problem,resolve and report back to the User‐ If the problem is related to GSWAN, Resident Engineer will beasked to contact the concerned help‐desk of GoG, take a log ofthe application availability and also demonstrate the same tothe coordinator depending on the availability of thecoordinator. Log sheets of the system shall be a valid document todemonstrate the availability of the system ad SLArequirements 

If problem found related to GSWAN, it should be excluded from SI SLA asissuance of support ticket from GSWAN team can not be ensured by SI.

Acceptable 

84

81

General Query SLA ‐ UptimeKindly share yearly uptime requirement for Central Location, DRlocation, 8RTOs (De‐Centralize), 19RTOs (Centralize) and 12Checkpostsfor hardware and application.

No Change 

Page 17: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

85

86

8.1/Pg. No. 86 8.1 Application

In case of dispute with respect to interpretation of any term of this Agreement, the interpretation as mutually agreed by the parties shall prevail.

No Change

86 87Clause 8.9:Intellectual PropertyRights, p87‐88: 

We request and suggest that in performing Services under thisAgreement Supplier may use Supplier's proprietary materials includingwithout limitation any software (or any part or component thereof),tools, methodology, processes, ideas, know‐how and technology that are or were developed or owned by Supplier prior to or independent of theServices performed hereunder or any improvements, enhancements,modifications or customization made thereto as part of or in the courseof performing the Services hereunder, ("Supplier Pre‐Existing IP").Notwithstanding anything to the contrary contained in this Agreement,Supplier shall continue to retain all the ownership, the rights title andinterests to all Supplier Pre‐Existing IP and nothing contained herein shallbe construed as preventing or restricting Supplier from using SupplierPre‐Existing IP in any manner.  

No Change

87 87

Clause 8.9: Point(3):Intellectual Property Rights, p87‐88: 

The SI shall indemnify CoT against all third‐party claims ofinfringement of copyright, patent, trademark or industrialdesign rights arising from use of the Goods or any part thereofin India.

Pls. include the following proviso to this clause:Vendor shall be liable to indemnify the Purchaser only if: (i) Purchaserhas promptly provided Vendor intimation of such claim; (ii) Purchaserhas not admitted to or accepted any of the claim; (iii) Purchaser hasauthorized Vendor to defend or settle the claim; (iv) Purchaser hasprovided such assistance and information to Vendor as may be requiredby Vendor.Further, Vendor indemnification shall not extend to any such Liabilitywhich arises as a result of (a) use of Vendor deliverables or Services in amanner inconsistent with instructions or documentation provided byVendor; (b) combination of Vendor deliverables or Services withsoftware or other programs not provided by the Vendor.

No Change

Page 18: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

88 87 Page 87

3. The SI shall indemnify CoT against all third‐party claims ofinfringement of copyright,patent, trademark or industrialdesign rights arising from use of the Goods or any part thereofin India.

3. The SI shall indemnify CoT against all third‐party claims ofinfringement of copyright, patent, trademark or industrial design rightsarising from use of the Goods or any part thereof in India.Notwithstanding anything contrary contained herein, the liability of theSI in respect of Equipment/ Software not owned by the SI shall berestricted to the extent of amount received by the SI towards theinfringement claims made against the concerned Licensor or owner ofthe intellectual property rights in the Equipment / Software. SI shall haveno obligations with respect to any Infringement Claims to the extent thatthe Infringement Claim arises or results from: (i) SI’s compliance withCoT’s specific technical designs or instructions; (ii) inclusion in adeliverable of any content or other materials provided by CoT and theinfringement relates to or arises from such CoT materials or providedmaterial; (iii) modification of a deliverable after delivery by SI to CoT ifsuch modification was not made by or on behalf of the SI; (iv) use of asuperseded release of some or all of the deliverables or CoT’s failure touse any modification of the deliverable furnished under this Contractincluding, but not limited to, corrections, fixes, or enhancements madeavailable by the SI.

No Change

89 87Section VIII, Clause8.9.3

Intellectual Property

The IPR and source code of pre‐existing software, used by the SI forapplication development shall remain with the Supplier. Only newdevelopment and customized source code/IPR shall be the property ofpurchaser

No Change

Page 19: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

90 87Section VIII, Clause8.9.3

Intellectual Property

Standard exceptions to indemnity for infringement of third party IPR isnot appearing in this provision. Request to insert the followingexceptions:SI shall have no obligations with respect to any infringement claims tothe extent that it arises or results from: (i) SI’s compliance with CoT’sspecific technical designs or instructions; (ii) inclusion in a deliverable ofany content or other materials provided by CoT and the infringementrelates to or arises from such Purchaser materials or provided material;(iii) modification of a deliverable after delivery by SI to CoT if suchmodification was not made by or on behalf of the SI; (iv) operation oruse of some or all of the deliverable in combination with products,information, specification, instructions, data, materials not provided bySI; or (v) use of the deliverables for any purposes for which the samehave not been designed or developed or other than in accordance withany applicable specifications or documentation provided by the SI; or (v)use of a superseded release of some or all of the deliverables or CoT’sfailure to use any modification of the deliverable furnished under thisAgreement including, but not limited to, corrections, fixes, orenhancements made available by the SI.Further, CoT will defend, indemnify and hold harmless the SI from andagainst any third party suit, proceedings damages, judgments, cost andexpenses (including reasonable attorney fees) relating to any 

No Change

91 87 Clause 8.9 Intellectual property rights – point 4It needs to be clarified that whatever is developed for the customer willnot be used elsewhere but the software in general can be used forother customers

No Change

92 87 Clause 8.9 Intellectual property rights – Point 6

It needs to be clarified that all licenses cannot be in the name of thecustomer from the date of procurement. They would be eventuallyassigned to the customer, that is the license is provided but notnecessarily always on procurement

No Change

Page 20: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

93

87

8.9/Pg No. 89 8.9 Intellectual Property Rights

TCS proposes the following additional clauses  in this section:(1) Clause to protect TCS pre existing IPR.(2) Clause with respect to third party software and that any such thirdparty software shall be  governed by the respective  EULA.(3) Standard exceptions for any IPR Infringement claim w.r.tDeliverables under this  Agreement.

No Change

Page 21: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

94 87Section VIII, Clause8.7.2

Use of Contract Documents and Information

Request that the restrictions mentioned herein shall not apply toinformation that:a. Is obtained from another source without restriction.b. Is in the possession of, or was known to, the SI prior to its receipt,without an obligation to maintain confidentiality;c. becomes generally known to the public without violation of thisprovision;d. is independently developed by the SI without the use of CoT’sconfidential information and without the participation of individuals whohave had access to such confidential information;e. is required to be provided under any law, or process of law dulyexecuted.Further, the SI’s confidentiality obligations herein shall survivetermination of the Contract for a period of two (2) years.The parties agree that the obligations to maintain confidentiality shallreciprocally apply to all confidential information of SI shared, madeavailable or disclosed by SI to CoT (as a recipient) and the provisionsstated herein shall apply mutatis mutandis to all confidential informationof SI.

No Change

95

87

8.7/Pg. No. 87 8.7 Use of Contract Documents and Information

TCS proposes a detailed clause  on Confidentiality which is a mutual clause. TCS also suggests standard exceptions to the definition of Confidential Information. 

No Change

96 87Section VIII, Clause8.9.3

Intellectual Property

The IPR and source code of pre‐existing software, used by the SI forapplication development shall remain with the Supplier. Only newdevelopment and customized source code/IPR shall be the property ofpurchaser

No Change

Page 22: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

97 87Section VIII, Clause8.9.3

Intellectual Property

Standard exceptions to indemnity for infringement of third party IPR isnot appearing in this provision. Request to insert the followingexceptions:SI shall have no obligations with respect to any infringement claims tothe extent that it arises or results from: (i) SI’s compliance with CoT’sspecific technical designs or instructions; (ii) inclusion in a deliverable ofany content or other materials provided by CoT and the infringementrelates to or arises from such Purchaser materials or provided material;(iii) modification of a deliverable after delivery by SI to CoT if suchmodification was not made by or on behalf of the SI; (iv) operation oruse of some or all of the deliverable in combination with products,information, specification, instructions, data, materials not provided bySI; or (v) use of the deliverables for any purposes for which the samehave not been designed or developed or other than in accordance withany applicable specifications or documentation provided by the SI; or (v)use of a superseded release of some or all of the deliverables or CoT’sfailure to use any modification of the deliverable furnished under thisAgreement including, but not limited to, corrections, fixes, orenhancements made available by the SI.Further, CoT will defend, indemnify and hold harmless the SI from andagainst any third party suit, proceedings damages, judgments, cost andexpenses (including reasonable attorney fees) relating to any 

No Change

98

87

8.9/Pg No. 89 8.9 Intellectual Property Rights

TCS proposes the following additional clauses  in this section:(1) Clause to protect TCS pre existing IPR.(2) Clause with respect to third party software and that any such thirdparty software shall be  governed by the respective  EULA.(3) Standard exceptions for any IPR Infringement claim w.r.tDeliverables under this  Agreement.

No Change

99

88

8.10/Pg. No. 888.10 Inspection/Testing

TCS proposes addition of the following clauses:‐

(1) Detailed clause relating Acceptance Criteria, Acceptance period andthat the  Acceptance tests shall be carried out by  CoT at its own cost.(2) Clause regarding Deemed Acceptance.

No Change

Page 23: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

100

88

8.10(2), securityaudit,Pg‐88

Timelines for testing by EQDC and security audit by Empanelledauthority

Acceptable. However, the 

security audit of the application will be done every six months after Go‐

live

101 90Clause 8.12:Suspension, p90: 

CoT may, by written notice to SI, suspend all payments to theSI hereunder if the SI fails to perform any of its obligationsunder this contract.

It is requested that the payments shall not be suspended for obligationswhich have been completed.

No Change 

102 90 Clause 8.12 Suspension Suggest deletion No Change 

103 90 Clause 8.12 Termination

Suggest the clause to be made mutual – presently termination forconvenience right is only with the customer and also the termination forinsolvency right. It should be with the SI as well. Further, notice period isnot specified – it should be as 30 or 45 days. Lastly, “servicessatisfactorily performed” is very subjective and open to interpretation. Itshould state “satisfactorily performed” Pls do add: Customer will makethe payment of all unpaid amount against the H/S supplied along withthe proportionate amount for services rendered  

No Change 

104 90 Page 90

CoT may, by written notice to SI, suspend all payments to theSI hereunder if the SI fails to perform any of its obligationsunder this contract including the carrying out of the services,provided that such notice of suspension.1. Shall specify the nature of failure.2. Shall request the SI for remedy of such failure within aperiod not exceeding thirty (30) days after receipt by the SI ofsuch notice of failure.

CoT may, by written notice to SI, suspend all payments to the SIhereunder if the SI fails to perform any of its obligations under thiscontract including the carrying out of the services, provided that suchnotice of suspension.1. Shall specify the nature of failure.2. Shall request the SI for remedy of such failure within a period notexceeding forty five (45) thirty (30) days after receipt by the SI of suchnotice of failure.

No change

105 90Section VIII, Clause8.13.1

Termination

Request CoT to provide atleast thirty (30) days advance written notice toSI, before terminating the Contract for default. Similarly, SI shall have theright to terminate the Contract if CoT commits any material breach ofany term of the Contract and which in the case of a breach capable ofbeing remedied shall not have been remedied within thirty (30) workingdays of written notice to remedy the same.

As per the revised RFP

106 90Section VIII, Clause8.13.2

TerminationRequest CoT to provide atleast ninety (90) days advance written noticeto SI, before terminating the Contract for convenience.

As per the revised RFP

Page 24: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

107

91

8.13/ Pg No. 91 8.13 Termination

TCS proposes addition of the following clauses:‐

(1) Mutual clause of termination due to Material breach of the Contractin case the breaching party does not remedy the breach within 30 daysof notice  of such  breach.

(2) Termination for convenience upon 90 days prior written notice andupon  Payment of termination charges.

As per the revised RFP

108 92 8.16,Page 92

The Parties agree that the avoidance or early resolution ofdisputes is crucial for a smooth execution of the Contract andthe success of the assignment. The Parties shall use their bestefforts to settle amicably all disputes arising out of or inconnection with this Contract or its interpretation.Department doesn't go for any arbitration on dispute anddepartment decision will be final and binding on the SI.

The Parties agree that the avoidance or early resolution of disputes iscrucial for a smooth execution of the Contract and the success of theassignment. The Parties shall use their best efforts to settle amicably alldisputes arising out of or in connection with this Contract or itsinterpretation. Department doesn't go forany arbitration on dispute and department decision will be final andbinding on the SI. If, after seven (7) days from the commencement ofnegotiations, the CoT and SI have not been able to resolve amicably acontract dispute, such differences and disputes shall be referred, at theoption of either party, to the arbitration of one single arbitrator to bemutually agreed upon and in the event of no consensus, thearbitration shall be done by three arbitrators, one to be nominated bythe CoT, one to be nominated by the SI and the third arbitrator shall benominated by the two arbitrators nominated as above. The arbitrationproceedings shall be in accordance with the Arbitration andConciliation Act 1996.

No Change

109 92 Clause 8.16 Dispute resolutionSuggest dispute if not settled amicably to be settled by Arbitration underthe Arbitration and Conciliation Act, 1996

No Change

110

92

8.16/ Pg No. 92 8.16 Resolution of DisputesIn case of any dispute between the parties the matter shall be referredto the Court having competent jurisdiction and the decision of thecourt shall be final and binding on both the  parties.

No Change

Page 25: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

111 928.17 Taxes andDuties/92

The SI shall fully familiarize themselves about the applicableDomestic taxes (such as VAT, SalesTax, Service Tax, Income Tax, duties, fees, levies, etc.) onamount payable by CoT under the contrac+C9t. The SI, sub SIand personnel shall pay such domestic tax, duties, fees andother impositions (wherever applicable) levied under theapplicable law.

HCL recommend the clause to be added in the reference clause asfollows: The basic rates shall REMAIN FIRM during the tenure of thecontract / extended period of contract and NO ESCALATIONS,whatsoever shall either be claimed or considered. However In case anynational or state statute or any local law or regulation or by‐law of anyduly constituted authority is changed or comes into force which resultsin extra costs/tax in relation to the provision of the goods/ Services,the consequential effect shall be to the account of the Purchaser and thesame shall be borne by the Purchaser.

Taxes are extra as applicable at the time of invoicing

112 92Section VIII, Clause8.17

Taxes and Duties

Request that all fees payable to SI will be exclusive of any sales, use,value added tax, service taxes or taxes of a similar nature measured bythe services, deliverables or charges thereon, imposed by any applicabletaxing jurisdiction and where such taxes are applicable, CoT shall beresponsible to pay or reimburse to SI the amount of such taxes. Whereapplicable, SI shall invoice such taxes as a separate line item in applicableinvoices and shall pay such amount of tax to the appropriate taxingauthority upon receipt of such amount from CoT. Each party isresponsible for its own income taxes, corporate taxes and franchisetaxes.SI shall be reimbursed for payment of any statutory duty/tax/levyincluding interest and/or new taxes or an increase in the rates of existingtaxes or any other sum, if any payable in respect of any sales tax and/orany other state or central levy. This will apply retrospectively, if soapplicable upon SI.

Taxes are extra as applicable at the time of invoicing

113 120 Annexure 9.12 Covering LetterRequest to modify as: “We agree to abide by all the terms andconditions of the RFP document, subject to the deviations providedherein.”

No Change 

114

1 Page 90 New Proposed sub‐clauseUnder this Contract, SI, may terminate the Contract by 30 days writtennotice incase CoT fails to cure the default / breach / non‐performancewithin the said notice period. 

No Change 

General Qureies and Addition Clause

Page 26: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

115

2 New proposed clause New Proposed Clause‐ Limitation of Liability

Notwithstanding anything to the contrary contained in thecontract,HCL’s aggregate liability arising out of or in connection with thecontract, whether based on contract, tort, statutory warranty orotherwise, shall be limited to the amount actually paid by the GIL to thegoods in respect of the goods / Services that gives rise to a claim subjectto the maximum of 10% of the contract value. The goods shall not beliable for any special, indirect, incidental or consequential damages ofany kind including but not limited to loss of use, data, profit, income,business, anticipated savings, reputation, and more generally, any loss ofan economic or financial nature, whether these may be deemed asconsequential or arising directly and naturally from the incident givingrise to the claim. 

No Change 

116

3 New Proposed clause ‐ Consequenses of Termination

Notwithstanding anything contrary contained herein, the CoT shall makepayment for the Deliverable(s)/ Equipment(s)/ Software(s)/ Product(s)duly supplied and/or Service(s) performed, including also the work inprogress, up to the date of termination. The term “work in progress”shall include but not limited to the value of goods meant for delivery tothe CoT (i) for which manufacturing/ service delivery process wasinitiated by SI or its vendor prior to the date of notice of termination ofContract; or (ii) order was placed by SI on its vendors, prior to the date of notice of termination.

No Change

Page 27: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

117

4New proposed clause ‐Exchange Rate Variation (ERV) Clause  

The price in respect of products / services listed under item nos._______________________ (the “Specified Items”) are based onForeign Exchange rate of US$ 1 = INR _____ (the “Base Rate”) (pleasespecify the exchange rate).   

The Parties acknowledge that the Specified Items to be supplied aredependent on imports. The Parties agree that the prices quoted shall beincreased or decreased if the ERV (as defined below) is more than 2% byapplying such percentage which is in excess of 2% of Base Rate.  The exchange rate variation (ERV) percentage shall be calculated as apercentage increase / decrease signified by the difference in the CurrentRate and the Base Rate over the Base Rate, calculated as follows: 

Current Rate (‐) Base Rate‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  x 100                          Base RateNOTE:1. “Current Rate” shall mean SBI’s US$ TT Selling Rate on the date ofdespatch (or the immediately preceding business day in case Forexmarkets in India are closed on the date of despatch).    

In case the ERV % is up to 2%, then there will be no change in the quoted 

No Change

Page 28: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

118

5New Proposed Clause‐ Interest on delayed payment right tosuspend and terminate

COT shall release the payment due to the SI on or before the due date.Late payments shall automatically bear interest at an annual rate equalto 18% per annum for the relevant delayed period, calculated from thedate due until date of full payment. In the event the CoT fails to pay anyamount to the SI on the due date, then and without prejudice to theexercise of any other rights or remedies which may be available to it andwithout incurring any penalties or liabilities, the SI shall be entitled tosuspend performance of its obligations under the Contract, followingwritten notification to the CoT, until realization of full outstandingamount in respect of the Services actually delivered and rendered andnot paid for. In the event of suspension by the SI of the Contract, thetime schedule shall be automatically extended for the actual duration ofthe suspension and the SI shall be reimbursed by the CoT for anydamage or additional cost incurred as a result of such suspension. Incase the period of suspension exceeds two months, the SI shall have theright to terminate the Agreement.

No Change

Page 29: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

119

6Request to insertclause

The following provisions are essential for the final contract, butare not appearing in the RFP provisions. Request to insert thefollowing provisions:1) Limitation of Liability2) SI’s Pre‐existing IP and third party IPR

1) Limitation of LiabilityNeither party shall be liable to the other for any special, indirect,incidental, consequential (including loss of profit or revenue), exemplaryor punitive damages whether in contract, tort or other theories of law,even if such party has been advised of the possibility of such damages.The total cumulative liability of either party arising from or relating tothis Contract shall not exceed the total amount paid to SI by CoT in thepreceding twelve (12) months under that applicable work that gives riseto such liability (as of the date the liability arose); provided, however,that this limitation shall not apply to any liability for damages arisingfrom (a) willful misconduct or (b) indemnification against third partyclaims for infringement.

2) SI’s Pre‐existing IP and third party IPR

CoT acknowledges that in performing Services under this Contract, SImay use SI’s proprietary materials including without limitation anysoftware (or any part or component thereof), tools, methodology,processes, ideas, know‐how and technology that are or were developedor owned by SI prior to or independent of the Services performedhereunder or any improvements, enhancements, modifications orcustomization made thereto as part of or in the course of performing the 

No Change

1207 General What is the estimated number of external and internal users?

Please see the revised RFP

121

8 Add Limitation of liability

Notwithstanding anything to the contrary elsewhere contained in thisAgreement, neither Party shall, in any event, regardless of the form ofclaim, be liable for (1) any indirect, special, punitive, exemplary,speculative or consequential damages, including, but not limited to, anyloss of use, loss of data, business interruption, and loss of income orprofits, irrespective of whether it had an advance notice of the possibilityof any such damages.Subject to the above and notwithstanding anything to the contraryelsewhere contained herein, the maximum aggregate liability of ServicesProvider shall be, regardless of the form of claim, the considerationreceived by Services under this Agreement.

Please see the revised RFP

Page 30: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

122

9 Add Savings clause

Wipro’s failure to perform its contractual responsibilities, to perform theservices, or to meet agreed service levels shall be excused if and to theextent Wipro’s non‐performance is caused by Company’s omission toact, delay, wrongful action, failure to provide Inputs, or failure toperform its obligations under this Agreement.

No Change

123

10 Add Site not ready

Customer hereby agrees to make the site ready as per the agreedspecifications, within the agreed timelines. Customer agrees that Wiproshall not be in any manner be liable for any delay arising out ofCustomer's failure to make the site ready within the stipulated period,including but not limited to levy of liquidated damages for any delay inperformance of Services under the terms of this Agreement.

As per RFP

124 11

The following clauses are suggested for addition :

Limitation of Liability :Subject to anything to the contrary in the Agreement, in no event shall either Party be liable, whether in contract, tort, or otherwise, for special, punitive, indirect or consequential damages, including, without limitation, loss of profits or revenues arising under or in connection with this Agreement even if such Party has been advised in advance of their possibility. Subject to the above and notwithstanding anything to the contrary elsewhere contained herein, the maximum aggregate liability of vendor for all claims under or in relation to this Agreement, shall be, regardless of the form of claim(s), the consideration actually received by vendor under this Agreement. 

Vendor’s failure to perform its contractual responsibilities, to perform the services, or to meet agreed service levels shall be excused if and to the extent Vendor’s non‐performance is caused by Customer’s mission to act, delay, wrongful action, failure to provide inputs, or failure to perform its obligations under this Agreement. In the event that Vendor is delayed or 

Please see the revised RFP

Page 31: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

Sr. No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required

Response to Queries

Response to theTender related Pre‐bid queries

125 12

Indemnity:  Each Party to this Agreement shall defend, indemnify and holdthe other party harmless from and against any and all directlosses, claims, liabilities, judgments including but not limitedto, reasonable attorney fees arising out of or incurred inconnection with a breach of any representation, warranty orcovenant of such party under this agreement. 

Please see the revised RFP

126 13

TCS would also like to propose additional Clauses  to the contract :

(1) Limitation of Liability (2) Warranty Disclaimer(3) Payments(4) Employee Non Solicitation(5) Third Party Component

Please see the revised RFP

Page 32: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

1 6 Clause 1.1/page 6

The development of system includes analysis, design,development, testing, implementation, integrationand maintenance of complete integrated IT solutionsfor a period of 5 years.

The RFP has not mentioned total and concurrent no. of users ‐internal as well as citizens which is critical for infrastrcturesizing . Request to provide following details:‐ Total current internal users who will access the application‐ Total current external users (citizens) who will access theapplication‐ Internal users concurrency expected in the first year and atthe end of 5 years‐ External users concurrency expected in the first year and atthe end of 5 years

Please see the revised RFP

2 13Page ‐13 section 2.2.5 

1. Complete web‐based solution with e‐paymentfacilities2. Creation of a Document Management System(DMS) and Management InformationSystem(MIS)/Decision Support System (DSS)

do e‐payment gateway ,DMS,DSS will in current scope? If yesthen please spicify :‐How many banks will be integrated through e‐paymentgateway?What will be the scope of DMS & DSS?

1. Cyber treasury Portal is available. onlycertain set of information is to be pushedfrom Transport portal to cyber treasuryportal. SI shall be responsible for interfacewith Cyber treasury portal 2. DMS for CP: All data along with processflow have to managed by SI.

3 13Clause 2.2.5 / Page 13

Digitization of Records and creation of integratedDatabase

Is SI required to carry out digitization (data entry) of any kind ofdata from papers/files/etc. ? If yes, how many records and howmany years and from which all offices ? 

No

4 13Clause 2.2.5 / Page 13

Complete web‐based solution with e‐paymentfacilities

Request to elaborate e‐payment functionality requirement. Isdepartment looking for payment gateway services from SI? Thepayment gateway services cost will depend upon thetransaction value hence, this should be kept in COT scope.

As above 

5 13Clause 2.2.5 / Page 13

Complete web‐based solution with e‐paymentfacilities

Please specify the type of e‐Payment whether its through directbanking or citizen will register the payment from bank's portal& submit receipt of payment by way of challan at CoT office /checkpost. 

If its payment through direct banking, Will the purchaser bearthe cost of payment gateway or bidder has to consider it in itsfinancials ?

As above 

6 13Clause 2.2.5 / Page 13

Creation of a Document Management System (DMS)

Is there any requirement for scanning of documents received atcheckpost during the clearance process? If yes, please informthe type and no. of documents to be scanned. What will berequirement for document archiving in this case?

Not in the scope of SI

Response to the Scope of Work related Pre‐bid queries

Page 33: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

7 25Clause 2.15, Page 25

CoT reserves the right to increase or decreasequantity of work by 25% without any change in therate fixed or other terms and conditions, at the timeof award of contract.

kindly confirm, if bidders are required to consider 25% buffer inIT infrastructure in their proposal at the time of bidding itself.Eg. Cameras required to be insallted at later date will requireNetwork & infra augmentation.

Bid for current requirement only. In case ofadditonal scope, bidder needs to supply atthe unit rate quoted in this RFP. 

8 25Clause 2.15 / Page 25

CoT reserves the right to increase or decreasequantity of work by 25% without any change in therate fixed or other terms and conditions, at the timeof award of contract.

How will CoT or bidder measure 25% increase or decrease inquantity of work? This looks an open ended statement anddifficult for SI to ensure proper estimations. Requesting you todelete this line from RFP.

No Change

9 27 2.23/Page No.27

2.23 Maintenance service including Warranty Support:1. Free maintenance services including Warranty support shall be provided by theBidder during the period of warranty for 5 years.2. The maximum response time for the centralized infrastructure shall be as defined inthe IT Infrastructure Service Level depending upon the severity level.3. The maximum response time for the IT infrastructure at sites working onDecentralized mode shall be as defined in the IT Infrastructure Service Leveldepending upon the criticality of the equipment.

TCS suggests that the one year warranty post Go live shall be free of cost to Purchaser. But the maintenance services for the subsequent 4 years shall be at a cost to the Purchaser as mutually agreed between the parties. No Change 

10 28 RFP (2.23, page 28)Free maintenance services including Warranty supportshall be provided by the Bidder during the period ofwarranty for 5 years.

What all includes under free maintenance services andwarranty. 

H/W Infr. Maintenance, Application Softwaresupport

Page 34: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

11 28

Section 2.23 Page No 28Database Migration and Management 1

Free maintenance services including Warranty support shall be provided by the Bidder during the period of warranty for 5 years.

Kindly reconsider this condition. Maintenance services for Application involves significant cost and hence it is difficult for bidder to provid it free of cost for 5 years. 

No Change

12 29 RFP (3, page 29)Interconnecting and Supporting Operations of all RTOapplications  

Does this limit to the link deployment and connectivity testingor new application testing also.

Please see the revised RFP

13 31Need of Commissioner of Transport/31

Full‐fledged web portal with integration of all theapplications of the RTOs and Checkposts

request GIL to elaborate on the Scope of work associated withthe web portal development

Please see the revised RFP

14 31 Pag no 31 Automatic Barrier Control System (Hardware to bemade available by CoT).

Please clarifyExept IT hardware, Software, ground levelH/W civil+electrical will be provided by CoT.Please see the revised RFP

15 31 Page ‐31 section 3.4 

The SI shall be responsible to for developing aComplete Automated System of CheckpostsOperations Management which should include:o Vehicle Registration Number Recording System.o Tax or National Permit Verification System.o Automatic Measurement of Vehicle Parameters.o Automatic Checking of all attributes againststandard valueso Availability of Data base of standard parameters/attributes.o Automatic Barrier Control System (Hardware to bemade available by CoT).o Calculation of penalty amount and generation ofreceipts.o Payment of penalty and clearance of Vehicles.o Video Camera controlled Surveillance System givingthe online data to central monitoring Cell.

As per project scope all the check posts will work ondecentralised mode so how national permit data can be madeavialabe to checkpost since this data lies with NIC delhi.?  Replicate everyday. 

Page 35: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

16 31 Clause 3.4 / Page 31

For the above mentioned 8 RTOs and 12 Check Posts,the data stored will be stored on the local server willbe synchronized regularly on daily basis to Centralserver. The real time video of all the Checkposts laneswill be stored at Central Monitoring Centre (CMC),which will be located at RTO, Ahmedabad/Gandhinagar.

What is the quality of video expected and the Time duration forstorage in tape library. It is required to calculate the storagerequirements.At Checkposts, will it be a single camera video or will there memultiple cameras at checkposts ? If yes, then number ofcameras at each checkpost will be required for storagecalculation.

Please see the revised RFP

17 31 Clause 3.4 / Page 31Video Camera controlled Surveillance System givingthe online data to central monitoring Cell

If 12 checkposts are connected with CMC for online monitoring,then it needs connectivity without failure. If that is the case,why does CoT require decentralized mode of architecture forcheckposts to CMC?

Please see the revised RFP

18 31 Clause 3.4 / Page 31 Aa

Solution can verify RTO tax paid or national permit status ofvehicles registered in Gujarat state with the integration withthe existing applications. However what is the approach forreceiving & verifying such information for other state vehicles?

Manual verification for other state vehicles ifdata not available 

19 31

3.4 /Page 31

3.5.4/ Page 43

Automatic Barrier Control System (Hardware to be made available by CoT).

Non‐IT equipments12 Non‐IT equipments for fulfilling the Checkpost automation scope of worka. Vehicle dimension measurementb. Barrier Control SystemAs required

Hardware to be made available by CoT. What all HW will be made available. Does it include Barriers?

All Hardware except IT Hardware

20 31

Section 3.4 Page No 31 Need of commissioner of transport

For the above mentioned 8 RTO's and 12 check posts, the data stored will be stored on the local server will be synchronised on regularly on daily basis to central server.

Does the synchronisation here expected to happen through automatic storage or through manual interfaces via database etc.

Please see the revised RFP

Page 36: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

21 31

Section 3.4 Page No 31Need of commissioner of transport

Integration of VAHAN and SARTHI databases with check post's application for validating transactions at check posts

Can we envisage the integration requirements at each of the 12 check post will be the same.

Yes

22 31Section 3.3 Page No. 31IX

Web‐modules need to be upgraded and shall have greater reach

Will the curent existing website need to be upgraded.. or will the application be brand new ? If it has to be upgrade, can we do the redirection to the upgraded portal.

SI is required to develop a new Web Portal

23 32

3.5.1 Indicative System Architecture/32 and Connectivity from Check posts to CMC related SLAs/80

All 12 checkposts will work on decentralized modehaving local server and storage at each Checkpostwhich will be connected with CMC through theconnectivity provided by SI.

HCL suggests the following amendments…1. GIL to place a direct order to the ISPs, as SI's are notauthoized to resell bandwidth 2. similarly, any penalties arising out of the connectivity issuesshould be directly applicable to the ISPs and not affect the SI.

Tri‐Partite Agreement with responsibility onSI

24 32 Page ‐32 section 3.4 Online Application submission, Status Updation andSMS Alerts

What is meaning of application submission & status updationhere? From whrere (RTO Location or checkposts locations ) will sendthis SMS?

SI is required to develop a Web Portal for allapplications. SMS through central Server &the cost of SMS will be borne by CoT. SI hasto provide required interface.

25 32 Clause 3.4 / Page 32 Online Application submission

Transactions at check‐post specified on page 31 does notmentioned any transaction related to application and itsapproval. Please confirm which applications are required to besubmitted online (through web portal)?

As above 

26 32Clause 3.5.1/Page 32

3.5.1 Indicative System Architecture

CMC will be connected with Central Server at SDCthrough GSWAN.

We believe that GSWAN will provide all respective networkdevices like router etc to terminate the GSWAN link at CMC. 

GSWAN will do the necessary routing from local checkpost andSDC for data replication between local checkpost server andmain database server to be placed at SDC.

Please see the revised RFP

27 32 3.5 – Scope of Work

Indicative System architecture is a combination of thecentralized a well as decentralized model.Stakeholders and other applications use gateway andportal for information access.

Is it correct to understand that the new CheckPost OperationsManagement System will be a centralized application availableto 19 RTO’s while the remaining 8 RTO’s will work indecentralized mode with existing Vahan Application. Or, adecentralized version of the CheckPost OperationsManagement application has to be developed as part of thisproject. Pls confirm.

All Checkposts are operational atdecentralized mode. Only Video feeds will beonline. 

19 RTO’s will be on centralized mode andremaining 8 RTO’s will be on decentralizedmode with existing Vahan & SarathiApplication.

New RTO will be centralized.

Page 37: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

28 323.5.1 Indicative System Architecture Page no. 32

Out of 27 RTOs 19 RTOs will be directly connected toCentral Server at GSDC, Gandhinagar through GSWANwhereas, remaining 8 RTOs will be in decentralizedmode having the local servers and storages. The datawill be synchronized on daily basis in Central Server atGSDC, Gandhinagar through GSWAN

Please confirm whether GSWAN exists at all these 27 RTO’s.Hope additional link from System integrator is not requiredapart from GSWAN. Pls clarify.

Yes, GSWAN exists at all these 27 RTOs.

29 323.5.1 Indicative System Architecture Page no. 32

All 12 check posts will work on decentralized modehaving local server and storage at each Check postwhich will be connected with CMC through theconnectivity provided by SI.

Only the checkpost would require WAN connectivity to beprovided by System integrator. Pls clarify.

Yes

30 323.5.1 Indicative System Architecture Page no. 32

CMC will be connected with Central Server at SDCthrough GSWAN.

Hope no connectivity required from System Integrator. Pleaseclarify.

Please see the revised RFP

31 323.5.1 Indicative System Architecture Page no. 32

CMC will be connected with Central Server at SDCthrough GSWAN.

Hope no additional connectivity is required between CMC andSDC. Please clarify.

Please see the revised RFP

32 323.5.1 Indicative System Architecture Page no. 32

Further, based on the load and requirement of eachand every Checkposts SI shall quote higher bandwidthin the multiple of 2 Mbps.

How much bandwidth is required at each checkposts? What isthe number of concurrent users at each of these checkposts?Please clarify

SI shall propose Bandwidth at eachcheckposts based on the transactional loadof each checkposts

33 323.5.4 Sec III page no. 32 & 41

It is understood that while Office equipments like desktop PCs/Printers/scanners, etc. are excluded from the scope of this bid. However hardware for Data Centre/ DR which is mentioned in Section 3.5.4 IT Infrastructure is part of the scope of the bid. Kindly confirm. 

Please see the revised RFP

34 33Checkpost is said to be decentralised ‐ Page 32whereas in page 39 it is said central monitoring cell tomonitor checkpost operation based on live feed.. 

Please clarify whether CMC needs to be connected always withall the checkposts?

Yes, CMC needs to be connected always withall the checkposts for live video 

Page 38: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

35 33 Page No. 33 The selected SI shall be responsible formigration/integration and regular updation of existingapplications‐ VAHAN and SARTHI.

There should be mutual ownership between the SI and the NICfor the Migration/ Integration & upgradation of the VAHAN andSARTHI applications as they are primarily developed by NIC.

Please see the revised RFP

36 33Clause 3.5.1/Page 33

All the RTO office are to be connected using GSWANnetwork 

What will be users in each RTO office/check post that are to beconnected to the network and what could be speedrequirement for each user(10/100 connectivity or 10/100/1000connectivity

Please see the revised RFP

37 33Clause 3.5.1/Page 33

DC DR Connectivity whether connectivity between DC and DR would be SI scope? No

38 33Clause 3.5.2.1 / Page 33 & 38

The selected SI shall be responsible formigration/integration and regular updation of existingapplications‐ VAHAN and SARTHI.

SI shall be responsible for deployment of existingapplications ‐ VAHAN and SARTHI developed by NICand provide 5 years support including databasemanagement, configuration, Operation andmaintenance etc

For existing applications ‐ VAHAN and SARTHI, Is the bidderresponsible for the maintenance support services like defectsresolution, change requests? 

We need more clarity about the SI's rol & responsibilities forthese 2 existing applications

if its to be maintained by SI, Please provide the details of Oracledatabase licenses of the existing applications

Please see the revised RFP

39 33Section 3.5.2.1 Page No 33

The selected SI shall be responsible for migration /integration and regular updation of existing applications‐ VAHAN and SARTHI.

Is it data updattion or application..1. Is it updation of next version of Vahan and Sarathi which will be provided by NIC?2. Does that also mean only data updation?3. Hope it is acceptable that changes to Integration layer caused due to future changes in vahan or saarthi will not be part of this tenderscope and will be considered as shcnge request.

Please see the revised RFP

Page 39: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

40 34 Page No. 34 VAHAN support de‐centralizes architecture, client–server base window application. Presently, each RTO/ ARTO has its own local server and LAN

As per our understanding SI needs to provision only new ITinfrastructure with 5 years support for hositng the applicationsand database as per requirement of RFP. Kindly confirm.                            Otherwise request you to share the list of exisiting inventory incase the SI has to use existing Infrastructure also for hostingnew application asked in this RFP. Also in this case, we requestyou to share the support status of existing inventory for next 5years.

Please see the revised RFP

41 35 Pg no 35

C. Recurring Tax Payment of Vehicles 0Application yetto be implemented in VAHAN (Under developmentand Verification) � DA (Departmental Action) � Permitexcept National permit

IS NIC developing the same . Who will do the implementation .Are we suppose to maintain this, once implemented . 

Please see the revised RFP

42 35 Pg no 35

Major Transaction /Processes of VAHAN Software� Data import� Cash Collection� Data entry� Data Approval� Number assign to vehicles� Different MIS generation� Printing of Form 24 and RC book� Dispatch of RC book� Administrative editing rights� Flat file generation

Are we suppose to handle the Cash Transaction ? No

43 35

3.5.2 Application Development, Deployment and Integration/35‐36

For Gujarat state, project of digitization of legacydata of old vehicles is under progress and very shortly,registration data of all types of vehicles can be queriedusing above portal

request GIL to give some approximate timeframe of when thisdata can be made available

Please see the revised RFP

44 36 B. SMS Service/36Using SMS facility, authorized Mobile user can get theregistration details of vehicles registered using Vahansoftware

request GIL to confirm whetther the scope of the proposedSMS facility is only for data pulling.

Yes

Page 40: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

45 36Brief of SARATHI Software/36

At present in Gujarat state, all RTO / ARTO’s localserver incremental data not comes to State Registerdue to bulk Driving Licence Data. It will be madeavailable very shortly.

HCL requests GIL to give some approximate timeframe of whenthis data can be made available

Data From Decentralized RTO to DC by SI

46 38 3.5.2.1, Page 38

SI shall be responsible for deployment of existingapplications ‐ VAHAN and SARTHI developed by NICand provide 5 years support including databasemanagement, configuration, Operation andmaintenance etc.

please confirm:1. Whether Bidder shall be provided with Database andapplication's Adminitrative rights for VAAHAN & SAARTHIApplication developed by NIC.                                                  2. Please confirm whether source Codes of VAAHAN & SarthiApplication developed by NIC shall be provided to Bidder forO&M.                                                                                         3. In case answer to point no. 2 is NO then please specifyclearly the level of support, O&M, configuration, etc is expectedfrom bidder.

Please see the revised RFP

47 38Calculation of penalty amount/38

The system should be able to generate memoautomatically based on these parameters

Request GIL to confirm whether thermal printers required forprinting of memos/challans and the associated consumableswill fall under SI scope. If yes, is there any specific expectationon the specification or kind of thermal printers andconsumables

No. Consummable is CoT's responsibility

48 38 Page 38‐

Vehicle Registration Recording System: Every vehicleentering in the designated lane will be identified by itsregistration number. For this purpose, a snapshot ofnumber plate will be taken by the fixed camera, putup especially for this purpose. Based on the image, the number will be entered in the system by data entryoperator. In the event of availability of software whichshould read and recognize the number, the processwill be done automatically in the future.

In the event if Vehicle registartion database in not availablefrom NIC at any given point of time , then how to verify thevehicle registration & measurement parameters ??  

It is the responsibility of SI to replicate thedatabase of CS to CP on daily basis. However,if data is not available of the perticularvehicle, it will be done manually. 

Page 41: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

49 38 Page 38 

Automatic Measurement of Vehicle Parameters:Measurement ofdimensions to decide whether the vehicle is over /under‐dimensioncompared to the allowed dimensions as described inthe registration details.The vehicle will be weighed by the weigh bridgeestablished for this purpose, and the actual weight willbe automatically available to the system. Thedimension measurement system should work withouthuman intervention.

In the event if Vehicle registartion database in not availablefrom NIC at any given point of time , then how to verify thevehicle registration & measurement parameters , what processwe need to follow ? Also what are the permisible limts ofdimensions for different vehicle categories , Is it available inthe NIC data base ?? 

Manual verification based on documentsavailable, if data not available 

50 38 Pg 38 

SI shall be responsible for deployment of existingapplications ‐ VAHAN andSARTHI developed by NICand provide 5 years support including databasemanagement, configuration, Operation andmaintenance etc.� SI shall provide the training for hand holding,however, operational training of VAHAN and SARTHIwill be provided by NIC

1) Maintenance of software at exisisting 28 Locations 2)Is Deployment & implementation of Vahan & Sarathi softwareat upcoming new locations in SI's scope , if yes , then pl giveindicative new locations.

Please see the revised RFP

51 38Page ‐38 section 3.5.2.1 

During the contract period of five years, the selectedSI shall be responsible to provide the platform forother department’s application for fetching themaster database and restoring and upgradingdatabase in master storage (as and whenrequired)

Please elaborate the names of other applications to beintegrated with the proposed application and tentative size ofthe data and maximum no. of the applications?

Traffic Enforcement/ Police RelatedApplication

However, SI shall be responsible to providesuitable access of CoT database through aninterface.

Page 42: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

52 38Clause 3.5.2.1 / Page 38

During the contract period of five years, the selectedSI shall be responsible toprovide the platform for other department’sapplication for fetching the master database andrestoring and upgrading database in master storage(as and when required)

Please elaborate this requirement. If possible explain throughan example

Traffic Enforcement/ Police RelatedApplication

However, SI shall be responsible to providesuitable access of CoT database through aninterface.

53 38 3.5.2.1 – Page 38

SI shall be responsible for deployment of existingapplications ‐ VAHAN and SARTHI developed by NICand provide 5 years support including databasemanagement, configuration, Operation andmaintenance etc.

Please advice if it would be fine to have offshore supportstructure (from System Integrators offshore office location) inplace with minimal onsite support personnel presence.

Please see the revised RFP

54 38 3.5.2.1 – Page 38 SI shall provide the training for hand holding,however, operational training of VAHAN and SARTHIwill be provided by NIC

Training for hand holding for this project is limited forCheckPost Operations Management System only. Pleaseconfirm.

Yes

55 38 3.5.2.1 – Page 38

During the contract period of five years, the selectedSI shall be responsible to provide the platform forother department’s application for fetching themaster database and restoring and upgradingdatabase in master storage (as and when required)

Please elaborate. The requirement is not clear.

Traffic Enforcement/ Police RelatedApplication

However, SI shall be responsible to providesuitable access of CoT database through aninterface.

56 38

Section 3.5.2.2, 3.5.2.3 Page No. 38checkposts and web portal

High level requirements Can we get the detail requirements for which a detail compliance matrix can be provided

Query not clear

57 38

Section 3.5.2.1 Page No. 38Additional Facilities provide by NIC:‐

SI shall be responsible to provide the integration support of the applications developed / being developed by NIC.

We assume only Vahan & Sarathi applications. Are there any other applications ‐ in process of development?

Please see the revised RFP

Page 43: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

58 38

Section 3.5.2.1 Page No. 38 Additional Facilities provide by NIC:‐

SI shall be responsible for deployment of existing applications ‐ VAHAN and SARTHI developed by NIC and provide 5 years support including database management, configuration, Operation and maintenance etc.

To deploy and support VAHAN & SARTHI for 5 years, bidder need to have source code for VAHAN & SARTHI. Will NIC provide the source code to Bidder? Will NIC train bidder staff on VAHAN & SAARTHI?

Please see the revised RFP

59 39 3.5.2.2 / page 39

Tax or National Permit Verification: Based on theidentification of thevehicle, the system will fetch data of tax paid by thevehicle, and details ofthe national permit. In case the vehicle is found to bedefaulting on tax, thesystem will generate a default report, and taxcompliance will be asked for.Similarly, system will verify details of national permit.

How can tax payment and NP details be fetched fromvahan/sarathi database, specifically incase of the vehiclescoming from other states, as the current applications are notintegrated with GoI DB?

Only NP of vehicles from other states isreqd,no tax detail. Details on fitness may beobtained, if available.

60 39Clause 3.5.2.2 / Page 39

The dimension measurement system should workwithout human intervention.

Please explain how the department wants to achieve thisobjective whether through any tool or other approach. Arethere any measurement tools installed at Checkpost with whichthe System has to interact ? OR is it required to calculate thedimensions using the Image captured by the camera ?

It is upto SI to Propose. Please see therevised RFP

61 39Clause 3.5.2.2 / Page 39

Tax or National Permit Verification: Based on theidentification of the vehicle, the system will fetch dataof tax paid by the vehicle, and details of the nationalpermit. In case the vehicle is found to be defaulting ontax, the system will generate a default report, and taxcompliance will be asked for. Similarly, system willverify details of national permit.

From where will the Tax details be fetched ? What type of Taxdetails will be fetched ?

Only NP of vehicles from other states isreqd,no tax detail. Details on fitness may beobtained, if available.

Page 44: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

62 39RFP (3.5.2.2, page 39)

Automatic Measurement of Vehicle ParametersDoes the exiting measurement hardware \ equipment supportthis or the data should be manually fed into the application.

It is upto SI to Propose. Please see therevised RFP

63 39 3.5.2.2/ Page 39

Automatic Barrier Control System: The software is also required toprovide for automatic operation of barrier control and should allow fororderly vehicle movement in the designated lanes. The barrier control systemwill ensure that unless the vehicle complied with all requirements, it is notallowed to exit the Checkposts.

The Automatic Barrier control system has its own software. The software developed by the SI will have to provision to integrate and interfacing with the Automatic Barrier system. Yes

64 40

Yearly the training is to be provided to 35 persons ofdepartment , is that correct? Apart from that howmany persons to be trained in one time operationaltraining?

‐ Please see the revised RFP

65 40 Pg ‐ 40 

The SI shall be responsible for providing one timeoperational Training and Yearly Refresher Training tothe identified officials of CoT/ Checkposts authority asand when required. Approximately 35 nos. of officialsare to be trained.

Yearly refresh training will be provide only once in a year withone month advance intimation & central location only. Pleaseconfirm

Yes. Please See te Revised RFP

66 40 3.5.2.3 / page 40

Submission of complaints/grievances to the CoTthrough email by applicants and generation ofUNIQUE ID for each such complaint at the time ofsubmission of the complaint

For grievance emailing and escalation system, does the SI needto provide POP3/SMTP servers and licenses?

Yes. Necessary Infrastructure need to beprovided by SI

Page 45: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

67 403.5.2.3 Web Portal/40

Additionally, user friendly features / enhancementsshall be included to further enhance user experienceof the web portal.

request GIL to kindly elaborate on the expectations from SI inreference to this clause

Please see the revised RFP

68 40Grievance Redressal System/40

Virtual Space where applicants can file theirqueries/grievances and seek redressal through livechatting with designated personnel through an onlinechat window. The personnel will handle each queryand generate a unique complaint ID, to be given toeach applicant for each complaint

We understand that this will come under helpdesk scope ofwork. Plz confirm. Also, requesting GIL to clarify on designationof the manpower for chatting will be part of SI or GIL? 

Yes, Helpdesk scope is in SI's responsibility.Please see the revised RFP 

69 40Grievance Redressal System/40

Virtual Space where applicants can file theirqueries/grievances and seek redressal through livechatting with designated personnel through an onlinechat window. The personnel will handle each queryand generate a unique complaint ID, to be given toeach applicant for each complaint

Is GIL expecting SMS services to update data to citizensregarding the complaint

Yes. The SMS cost will be borne by CoT butthe interface for the same shall be providedby SI.

70 40 Page No. 40Moreover, the email should supportphotograph/picture files apart from document files asattachments for submission of grievances.

Please clarify if there is already existing mailing solution toaddress this needs or otherwise SI needs to provision thesame?

SI needs to provide

71 40Clause 3.5.2.3 / Page 40

The SI has to develop a web portal which wouldfacilitate the two way communication betweencitizens and the administration.

Please inform the details of e‐Services to be provided in theWeb Portal for citizens. 

All VAHAN/SARATHI modules with onlineapplication system

Page 46: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

72 40Clause 3.5.2.3 / Page 40

The required applications need to be integrated withWeb portal to facilitate the citizens for onlineapplication, any kind of transactions and updation ofthe status.

Which all application needs to be integrated with Web Portaland what all online application is to be accepted from theportal ?

All VAHAN/SARATHI modules with onlineapplication system

73 40Clause 3.5.2.3 / Page 40

The facility like SMS alert, Status updation shall beprovided.

Please give an estimate of the number of SMS alerts and whowill bare the cost of SMS ‐ one time cost and recurring costrelated to SMS like SMS Vendor cost, SMS Gateway etc

Yes. The SMS cost will be borne by CoT butthe interface for the same shall be providedby SI.

74 40 3.5.2.2 – Page 40

The SI shall be responsible for providing one timeoperational Training and Yearly Refresher Training tothe identified officials of CoT/ Checkposts authority asand when required. Approximately 35 nos. of officialsare to be trained.

Is training envisaged to be centralized training at CoT premises.Please confirm. Also, is it correct to assume that all training infrastructure interms of training venue, projector, boarding and lodging ofpersonnel to be trained, refreshments to be served duringtraining etc will be managed by CoT.The System Integrator will be responsible only for getting itstrainers at the training venue for the duration of training,provisioning of training/ training material etc. Please confirm.

Yes, training at central location

Yes

Yes. training material in Hard and soft copy.

75 40 3.5.2.3 – Page 40

The required applications need to be integrated withWeb portal to facilitate the citizens for onlineapplication, any kind of transactions and updation ofthe status.

Please confirm which applications are to be integrated. Alsoprovide technical details of the applications to be integratedwith the web portal.

All VAHAN/SARATHI modules with onlineapplication system

76 40RFP(3.5.2.3, page 40)

The SI has to develop a web portal which wouldfacilitate the two way communication betweencitizens and the administration.  

What is the tentative estimation of the concurrent number ofusers accessing the portal. Does the two way communicationmean online or offline. Any expectation to have a chat interfaceon the webportal. This will be required to size the servers andbandwidth accordingly.

SI shall have to estimate based on thetransactions mentioned in the RFP

77 403.5.2.2 Sec III page no. 40

The SI shall be responsible for providing one time operational Training and Yearly Refresher Training to the identified officials of CoT/ Checkposts authority as and when required. Approximately 35 nos. of officials are to be trained. What will be the location where the training is to be imparted?

Central Location

Page 47: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

78 41Online Forum for Feedback and Suggestions/41

Creation of a virtual space for the Commissioner ofTransport in social sites such as Facebook, Orkut etc.where citizens/users can post relevant topics and havediscussions on them. The forums may also have videocontent or links to same which can be of use to thecitizens for educational/awareness purposes. Thisfeature is proposed as a future enhancement to theenvisioned web portal for the CoT. Nevertheless,provision for the same should be made by the SI

Will regular maintenance and updation of these social mediasites for the entire contract period be part of SI's scope of work

Please see the revised RFP

79 41 3.5.3 , pg no 41 

 Database Migration and Management� The selected SI shall be allowed to use any databasefor new proposed applications.� SI shall be responsible for migrating the existingdatabase of the VAHAN and SARTHI applicationdeveloped by NIC and management of the same for 5years.� The centralized database should be replicated onthe NIC server for integration with GoI webapplications as and when required.

What is the duration for replication of centralize database onNIC server 

Please see the revised RFP

Page 48: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

80 41 3.5.4 /page 41

SI is expected to visit all the RTOs and Check Postsoffices of CoT and study the applications working onRTOs (VAHAN and SARATHI) as well as the operationscarried out at Check Posts. and also study the existinghardware used at RTOs/ARTOs for Vahan and Sarathiapplication. Based on the work load and transactionsof each offices SI shall propose the IT Hardwareinfrastructure which shall cater the need of CoT fornext 5 Years.

Is SI going to utilize the available infrastructure(server &network equips) for Vahan and Sarathi with requiredupgradation, as both the applications are operational and Live?OR does SI need to prepare a fresh infrastructure, install boththe applications freshly and just migrate the current DB to thenew infrastructure? 

Please see the revised RFP

81 41 3.5.4 / page 41At Central Site (State Data Centre (SDC) and DisasterRecovery (DR) Site):

There is no DMZ planned, as it’s a requirement ofwebhosting.No firewalls considered for external links. Pleaseconfirm if bidders need to consider this.

Shall be provided by State Data Centre

82 41page 41‐ section‐ 3.5.3

 Database Migration and Management‐The selected SI shall be allowed to use any databasefor new proposed applications.‐ SI shall be responsible for migrating the existingdatabase of the VAHAN andSARTHI application developed by NIC andmanagement of the same for 5 years.‐The centralized database should be replicated on theNIC server for integration with GoI web applications asand when required.

do we need to migrate the data of VAHAN & SARATHI to thedatabse proposed by thye SI. This will require changes to theapplication. Will these changes to be made by SI? As per ourunderstanding one application is in JAVA and other is in VB,which is out of support? do you want SI to re‐write theseapplication to the latest platform or its NIC responsibility?

Please see the revised RFP

83 41Clause 3.5.2.3 / Page 41

Creation of a virtual space for the Commissioner ofTransport in social sites such as Facebook, Orkut etc.where citizens/users can post relevant topics and havediscussions on them.

Should there be an Account created and managed on the Socialnetwork sites like Facebook ? Or is it required to create anOnline Forum on the Web Portal for interaction with Citizen ?

Please see the revised RFP

Page 49: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

84 41Clause 3.5.3 / Page 41

Database Migration and Management ‐ SI shall beresponsible for migrating the existing database of theVAHAN and SARTHI application developed by NIC andmanagement of the same for 5 years.

There are number of functionalities available in VAHAN &SARATHI. Does the SI need to migrate only the data ofregistered vehicles & driving licenses OR all the data related toall transactions of all functionality need ot be migrated?

Please see the revised RFP

85 41RFP(3.5.4, page 41 /42)

IT infrastructureAre all these devices listed covered under OEM support (AMC /Warranty). Will the SI be responsible to support the existingH/W also.

As per RFP

86 41

Indicative list of the IT Hardware Infrastructure required, Page 41

Indicative list of the IT Hardware Infrastructurerequired

Request GIL/CoT to arrive at bare minimum performancebenchmarks or configuration for complete product stack whichcan be considered as guiding principles while making selectionof product. Or else, minimum technical specifications can belisted down for Servers, SAN Switch, SAN Storage, NetworkSwitches, Routers, Service Desk Management Suite, and VideoManagement Software which should be adhered to by allbidders.

Please see the revised RFP

87 41 3.5.4/ Page No. 41

3.5.4 IT infrastructureSI is expected to visit all the RTOs and Check Posts offices of CoT and study the applications working on RTOs (VAHAN and SARATHI) as well as the operations carried out at Check Posts. and also study the existing hardware used at RTOs/ARTOs for Vahan and Sarathi application. Based on the work load and transactions of each offices SI shall propose the IT Hardware infrastructure which shall cater the need of CoT for next 5 Years.

We request the CoT to provide with the list of Hardware, software and Infrastructure available at all the RTOs, ARTOs and Checkposts. All the RTOs, ARTOs and Checkposts need to be informed about such visits.  The visits and gathering the inputs from all the concerning officials by the Security and Infrastructure teams will require a considerable amount of time.

Please see the revised RFP

88 41 3.5.3/ Pg No.41 3.5.3 Database Migration and ManagementThe selected SI shall be allowed to use any database for new proposed applications.

CoT can reuse the old Database licenses. Does it want the Si to include the cost of Databases in the proposal

Please see the revised RFP

Page 50: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

89 41Section 3.5.3 Page No 41

The centralized database should be replicated on the NIC server for integration with GoI web applications as and when required

Is integration with GOI is part of bidder scope.

Please see the revised RFP

90 41Section 3.5.4 Page No 41IT infrastructure

SI is expected to visit all the RTOs and Check Posts offices of CoT and study the applications working on RTOs (VAHAN and SARATHI) as well as the operations carried out at Check Posts. and also study the existing hardware used at RTOs/ARTOs for Vahan and Sarathi application. Based on the work load and transactions of each offices SI shall propose the IT Hardware infrastructure which shall cater the need of CoT for next 5 Years

Will this phase of feasibility be before submitting the RFP response?

As per RFP

91 41

Section 3.5.4 Page No 41Tape library with backup Software

Will customer pay for of consumables required for Tape library & storage?

SI has to provide

92 41Clause 3.5.4/Page 41

SI is expected to visit all the RTOs and Check Posts offices of CoT and study the applications working on RTOs (VAHAN and SARATHI) as well as the operationscarried out at Check Posts. and also study the existing hardware used at RTOs/ARTOs for Vahan and Sarathi application. Based on the work load andtransactions of each offices SI shall propose the IT Hardware infrastructure which shall cater the need of CoT for next 5 Years.

Ple`ase provide the current IT Infrstructure with its configuration/specification  details , make and Model deployed at  all RTO/ check Post  along with no. of transaction at peak time of the year and anually.

Please see the revised RFP

Page 51: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

93 42Page No 42Tape library with backup Software

Will the Safe for Tapes be provided by customer?SI has to Provide

94 42 Page No 42General 

Will Customer provide power points for IT and Non IT equipment at locations (electrical works)

CoT shall provide electrification and the costof electricity

95 43

In page 43 s.no 9 Automatic Number PlateRecognition ( APNR) is listed where as in page 39 theRFP says that based on the Number plate image theoperator will enter the number in the system and it isalso said that in the event of availabilty of softwarethat will recognise the number the process will bedone automatically in future. Pl clarify if the APNRsoftware is required at a later stage or is it part ofscope of this RFP and should we need to quote as partof this bid.

‐ Please see the revised RFP

96 43 3.5.4 / page 43 Electrification and cabling related work

Electrification of only rack equipments is in SI's scope? orrequired connectivities for lights, ACs in the equipment roomwill be done by SI?Who will provide the DB boxes, breakers,light fixtures, etc?

CoT shall provide electrification 

97 43 3.5.4 / page 43

Non‐IT equipments for fulfilling the Checkpostautomation scope of worka. Vehicle dimension measurementb. Barrier Control System

The BoQ for barrier control system in page 43 is contradictingwith the column mentioned in page 31, "Automatic BarrierControl System (Hardware to be made available byCoT)". Please confirm.

Yes, the hardware for Automatic BarrierControl System is to be provided by CoT butthe interface with the same will be providedby SI

98 43 3.5.4, Page 43SI shall also install Non‐ITEquipments for vehicle dimension measurement

Please confirm if any specific technology is to be used for thissystem.

Bidder may propose

99 43

Indicative List of Hardware Infrastructure for Central Monitoring Centre (CMC), Page 43

SAN Storage (with capacity to cater the need for next5 years)

Does the bidder need to propose the storage capacitypopulated for 5years capacity requirement or is it that thestorage should be scalable to host the capacity expansion yearafter year as per the growth/need?

Scalability should be provided with 100%headroom

Page 52: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

100 43 3.5.4/Page No. 43Video Wall Unit of 46 inches with matrix of 3X3(LCD display and associated accessories)

a)It is assumed that 46" LCD shall be used as Video Wall b)It is assumed that all the cameras of all twelve checkposts are to be viewed on real time basis.c)It is assumed that sufficient space will be provided in the central Monitoring Center for installation of required no. of LCDs for such real time display.

As per RFP

101 44  Point no. 1, Page 44

Supply, install, operate, maintain and providewarranty related support services includingAMC/ATS/upgrades/updates as applicable forhardware and system software proposed by SIincluding back up, restoration, OS, clustering etc for aperiod of 5 years from the date of installation

We propose that word upgrades shall be removed from thisclause. It’s a vague term and can lead to abiguity at a later date.Bidders should be expected to maintain what they areproposing and NOT what might come as latest versions at alater date in next 5 years. More over mentioning UPGRADEhere is contradicting point no. 11 on the same page.

Please see the revised RFP

102 44 On‐site warranty for five years from date of FAT.is it Factory Acceptance Test? If yes, then warranty hsould startfrom Go Live date of respective RTO's/Checkposts.

FAT means Final Acceptance Test at User site

103 44Scope of Services for the SI, Page 44

SI has to ensure seamless integration of quotedHardware and software product with proposedapplications. Any additional cost necessary forintegration shall be borne by SI.

Does the Bidder have to reutilize the existing hardware,network infrastructure and other IT components and integratethe new proposed hardware and software with the existingones as well apart from integration of hardware and softwarestack with application?

It is up to SI to decide

104 44Clause 3.5.4 /page 1/page 44

1. Supply, install, operate, maintain and provide warranty related support services including AMC/ATS/upgrades/updates as applicable for hardware and system software proposed by SI including back up, restoration, OS, clustering etc for aperiod of 5 years from the date of installation

Please Exclude upgrade of OS. As in the case of Windows licensing policy OS upgrade comes with the cost and this cost cannot be envisaged at this point in time.

Please see the revised RFP

Page 53: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

105 46 Page 46Any authentication and monitoring tools/Softwareapplication required, bidders have to propose thesame.

This is a vague cluase and can have severe Techno‐Commercialimpact on the Bid. Request GIL/COT to kindly specify whatmonitoring tools such EMS,NMS, Recovery, Back up tools, etcare required by them.

As per RFP

106 46 3.5.4 / page 46

At CMC the video feeds from all the checkpost lanesshall be stored in the SAN storage proposed by SI for aperiod of 30 days. After a period of 30 days, SI shall betake the backup of the video data on to the tapemedia and store it in tape library.

Duration of storage of application transactional data andwebportal data in SAN is not clarified.

Please see the revised RFP

107 46Clause 3.5.5 / Page 46‐47

Network Connectivity Requirement

Kindly clarify whether the connectivity between GSDC ‐DR willbe provided by GSWAN or else SI has to take care of thesame??There is no clarity as per RFP.

Please see the revised RFP

108 46Page 46‐Central Monitoring Centre (CMC)

At CMC the video feeds from all the checkpost lanesshall be stored in the SAN storage proposed by SI for aperiod of 30 days. After a period of 30 days, SI shall betake the backup of the video data on to the tapemedia and store it in tape library.

What are the maximum Nos. of days to store Video Data ontothe Tape Media?

Please see the revised RFP

109 46Clause 3.5.4 / Page 46

At CMC the video feeds from all the checkpost lanesshall be stored in the SAN storage proposed by SI for aperiod of 30 days. After a period of 30 days, SI shall betake the backup of the video data on to the tapemedia and store it in tape library.

Please specify the retention period for video and data stored intape media.

Please see the revised RFP

Page 54: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

110 46Clause 3.5.4 / Page 46

A central monitoring cell shall be established atAhmedabad/ Gandhinagar at location specified by theCoT. The CMC shall comprise of the followingcomponents to monitor all the Check posts centrally

o Display System – Video Wallo Storage of Videoo Analysis and MIS systemo Monitoring personnel

We believe that, SAN storage proposed at CMC will be used forstoring checkpost video only, there will be no other data liketransaction data that will store in SAN at CMC.

Pl. confirm.

Yes. SAN storage proposed at CMC will beused for storing checkpost video only

111 46 3.5.5.2/Page 46 "Presenty, CoT wish to……….

Here it is mentioned that out of 13 checkposts only twelve will be connected to CMC except Bhavnagar Checkpost, however on page 112  where addresses for all 13 Checkposts are mentioned, name of Bhavnagar checkpost is not mentioned.

Please see the revised RFP

112 46 3.5.4/Page No. 46"At CMC the video feeds from all the checkpost lanes shall be stored in the SAN storage proposed by SI for a period of 30 days."

It is requested that the format for Video recording be specified, such as  the frame rate, Compression and resolution. The storage will depend on these details

Please see the revised RFP

113 46 3.5.4/Page No. 46A central monitoring cell shall be established at Ahmedabad/ Gandhinagar at location specified by the CoT.

It is assumed that COT shall provide Raw Electricity and Room for installation of all the equipments

Yes

114 46

Section 3.5.4 Page No. 46Central Monitoring Centre (CMC)

Analysis and MIS system pls. elaborate on what level of detail analysis is expected in this system. Is it like a dash board with representation of data in different formats. Say for ex. RTO office'wise, check post'wise etc.

MIS: All MIS pertaining to VAHAN & SARTHIshall be the responsibilty of NIC & the MISpertaining to CP will be provided by SI. Forthis purpose, an internal portal with definedusers will be provided by SI. The MIS will bein two parts. 3.1 Standard MIS which will be generatedautomatically at predefined frequency3.2 Query based MIS which can be access byaurthorized users only.

Page 55: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

115 46Section 3.5.5.2Connectivity

Presently, CoT wishes to connect 12 Checkposts except Bhavnagar Checkposts with CMC (RTO, Ahmedabad) with Point to Point Leased Circuit connectivity with at least 2 Mbps dedicated b/w at each Office. Further, based on the load and requirement of each and every Checkposts SI shall quote higher bandwidth in the multiple of 2 Mbps. Number of office may be increased or decreased at the time of order to be awarded.

Can bidder suggest options for connectivity for the checkpoints other than point to point connectivity?

Please see the revised RFP

116 47 3.5.5.2 / page 47COT will not provide any infrastructure for installingthese equipments except ‘Raw Electricity” and“Shared non AC Room”.

equipment rooms, specifically rooms where servers will beinstalled need to be enclosed and Air Conditioned. Does SIneed to provide ACs in server rooms in BCPs and RTOs and dorequired civil work to make the room as a standard serverroom? For security purpose, cctv and access control are alsorequired in server rooms.

Please see the revised RFP

117 47Clause 3.5.5.2/page 47

Presently, CoT wishes to connect 12 Checkpostsexcept Bhavnagar Checkposts with CMC (RTO,Ahmedabad) with Point to Point Leased Circuitconnectivity with at least 2 Mbps dedicated b/w ateach Office. Further, based on the load andrequirement of each and every Checkposts SI shallquote higher bandwidth in the multiple of 2 Mbps.Number of office may be increased or decreased atthe time of order to be awarded.

Can bidder propose MPLS option for connecting remote officesto central site?

Please see the revised RFP

Page 56: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

118 47 3.5.5.2/Page No. 47

 "COT will not provide anyinfrastructure for installing these equipments except ‘Raw Electricity” and “Sharednon AC Room”.

Is it feasible to partition the shared non AC room for security purpose and providing the requisite temperature to the equipment by installation of AC in that area.The specification of AC shall be arrived at after taking into account the Area, the no. of equipment and support personnel. Such area shall have access to only TCS personnel

Please see the revised RFP

119 47 3.5.5.2 pg 47Point to Point Leased Line Connectivity

Request you to allow SI to provide Point to Point connectivity on MPLS network between Check Posts and CMC Please see the revised RFP

120 47 3.5.5.2 pg 47 Point to Point Leased Line ConnectivityService provider can provide connectivity on wireless media ( Unlicense Band Radios)

Please see the revised RFP

121 47

Clause 3.5.5.2/point2 of SI connectivity Provider’s Scope of Work: / page 47

SI has to supply, Install and configure WAN end equipments like routers, modems,converter, last mile equipments, online UPS including proper earthling etc. toprovide the Point to Point Leased Circuit connectivity. COT will not provide anyinfrastructure for installing these equipments except ‘Raw Electricity” and “Sharednon AC Room”.

As you have mentioned the earthing for online UPS, request you to kindly provide the detail earthing specification to be done at these sites. As the equipments deployed are critical in nature and non AC room may impact the business at these sites, we recommend a min. capacity of Window Air conditioned  ( with provision of Window ) or Split Air conditioned shall be defined which will help all SI to start from a common ground.

CoT Shall provide AC Room. Please see therevised RFP

Page 57: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

122 47

Clause 3.5.5.2/point4 of SI connectivity Provider’s Scope of Work: / page 47

SI has to ensure that the data transmitted on Point to Point Leased Circuit connectivity links should not be accessed / mixed with public network. SI has toensure that Point to Point Leased Circuit connectivity should be fully secured and should fulfill the security requirements as per the IT‐Act applicable from time to time. These links should be available in full duplex mode with sending and receiving available on the same circuit. For example, on a 128 kbps circuit, 128 kbps sending and 128 kbps receiving should be possible simultaneously.

Kindly relax the clause with Wired or Wireless connectivity. This to ensure that in case the feasibility of "Point to Point Leased Circuit connectivity" is not possible , then an SI has liberty to choose from available connectivity options. Else, SI will be forced for non‐compliance / deviate from actual compliance requirements.

As per RFP

123 48 Pg No.48 SI connectivity Provider’s Scope of Work6. SI has to co‐ordinate with application developer of VAHAN and SARATHI for successful implementation and commissioning of Web application.

Does this mean that NIC has already developed or is in process of Developing Web Application version of Vaahan and Saarthi and the SI will have to coordinate with NIC for implementing and Commissioning of the Web Does the SI have the option to re‐develop Vahhan and Saarthi providing the existing features (like data syncronization with national register etc.) and the additional features mentioned in the Tender

Please see the revised RFP

124 48 3.5.5.2/Page 48

 SI will be solely responsible for all liaison work, statutory and regulatory approvals,project requirements, follow up etc. during project planning, execution, and tenureof contract.

It is requested that the statutory and regulatory approvels shall be taken by the checkpost incharge.

As per RFP

125 48 3.5.5.2 pg 48 Network MonitoringRequest you to consider Network monitoring from Service Providers centralized NOC

As per RFP

126 48 3.5.5.2 pg 48 Webview of Network – Zooming FaciltyRequest you to elaborate more on this point.

Please see the revised RFP

Page 58: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

127 48

Clause 3.5.5.2/point 8 of SI connectivity Provider’s Scope of Work: / page 48

SI will be solely responsible for all liaison work, statutory and regulatory approvals, project requirements, follow up etc. during project planning, execution, and tenure of contract.

Request you to please exclude the Statutory and Regulatory approval from SI scope, or SI shall assist purchaser for such approvals

As per RFP

128 48

Clause 3.5.5.2/point 10 of SI connectivity Provider’s Scope of Work: / page 48

SI has to ensure redundancy management for the WAN part as per SLA

Kindly elaborate / clarify the  meaning of " redundancy management for the WAN part". As per our understanding the connectivity for WAN connectivity .i.e. irrespective of GSWAN connectivity available ( single point of failure at RTO) , the SI has to provide redundant connectivity for all the site (i.e. RTO , check post, ARTO) upto CMC termination point. Also, wherever GSWAN is already present, whether the GSWAN is considered as primary link or the SI provision link should be consider as primary. Please clarify. 

Please see the revised RFP

129 48

Clause 3.5.5.2/Network Monitoring : / page 48

SI or their Connectivity providers will provide a web view of the network available at its NOC. This view should show all the locations with zooming facility to see a part of it in detail.

Please elaborate " view should show all the locations with zooming facility to see a part of it in detail."

Please see the revised RFP

130 49

Clause 3.5.6: Operations and Maintenance Support,p49: a) It includes changes in the software that maybe necessary due to legal/statutory changes etc.The SIshall be responsible to design and develop all changerequests without any extra cost to CoT during theOperation and Maintenance period.

As per std. Industry practices, all change requests during theOperation and Maintenance period should be done at mutuallyagreed costs. as it is not possible to include such costs in thepricing now. 

As per RFP

131 49 Page 49SI has to install commission and establish links in allmanners at all locations within 16 weeks from thedate of award of contract.

This is too short a duration for implementing such complexproject.Based on our experience we request if this may pleasebe extended to at least 28 weeks.

Please see the revised RFP

Page 59: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

132 49 Page 49

In addition to that, the SI shall be responsible todesign and develop all change requests without anyextra cost to CoT during the Operation andMaintenance period.

We request if this clause may please be amended as under " Inaddition to that, the SI shall be responsible to design anddevelop all change requests during the Operation andMaintenance period." as accomodating all Change Requestswith out any extra costs shall NOT be possible.

As per RFP

133 49

3.5.6.2 Operation and Maintenance Support for IT Hardware Infrastructure/49

The space for helpdesk facility would be provided byGovt. of Gujarat.

Will PCs required for running helpdesk in SI scope. If yes, thencan SI use their existing PCs instead of new PCs

For Helpdesk SI has to propose New PCs

134 49Clause 3.5.6.1 / Page 49

In addition to that, the SI shall be responsible todesign and develop all change requests without anyextra cost to CoT during the Operation andMaintenance period.

It’s a request to relook at this requirement, as its open ended.Change request can vary from small label change to majorchanges in business functionality. It becomes difficult for SI toensure smoothe estimations & quality in such case.Wherever required as per business needs, SI be also allowed topropose Change Requests at extra cost.

As per RFP

135 49 3.5.6.1 – Page 49

In addition to that, the SI shall be responsible todesign and develop all change requests without anyextra cost to CoT during the Operation andMaintenance period.

Please advice on the number of support personnel expected forprovisioning the operations and maintenance support. Also, the change requests are normally handled through achange management process while operations andmaintenance phase takes care of day‐to‐day maintenance ofexisting application only.Request you to not keep the scope of change requests open asit will make it difficult for estimating the effort involved inprovisioning of operations and maintenance support

As per RFP

136 49 3.5.6.1 /Page 49The SI has to provide the operation and maintenance for the period of four years after warranty period of one year.

In section 2.23 it is mentioned that the warranty would be for 5 yearsIs this warranty to be provided onsite or offshore?

Please see the revised RFP

137 49Section 3.5.6.2 Page No 49e

Provide manpower for operations (Centralized IT Infrastructure),maintenance and on site warranty support of all the existing and supplied items.

What are the specifications of the existing IT Infra, is it under AMC by OEM or Not. 

Please see the revised RFP

Page 60: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

138 50Clause 3.5.6.2 / Page no 50 Health and Performance Monitoring of entire web 

Application along with existing application.

Please exclude the health and performance monitoring of the existing application, as it is controlled and managed by NIC hence it should be exclude from SI scope.

Please see the revised RFP

139 50Clause 3.5.6.2 / Page no 50

Periodical check for DR site and BCP availability

Is the interpretaion is correct that SI only responsibility is limited to check the ping response of DR site infra for its availability ( i.e. We consider here the server and Networking equipment are up and reachable through ping.)? If any other expectation please clarify in detail.

SI will be responsible to conduct periodical Mock drill for checking the DR site & BCP availability 

140 50Clause 3.5.6.2 / Page no 50

Conduct performance audits and reports (Central Side IT Infrastructure)

Please clarify " Who will provide the tools for performing performance Audit, is it going to be supplied by Client or SI need to provision these softwares. If SI need to provision, then please provide the parameters / specification  which need to be considered for such tools for execution of performance Audits. How many such audits are performed and at what interval. Please define the numbers of such audits.As per RFP pg 57 , With the third part auditor appointed by Government for audit, it is assumed  that its associated cost shall not be considered by SI. Kindly clarify for all points. Third party audit cost will be borne by CoT

141 52Clause 3.5.6.2 / Page no 52

Formatting the computers and reinstallation ofperipherals with OS and all drivers and software andLAN setting.

As supply of desktop and other peripherals are not in the scopeof SI, request to exclude this clause from RFP.

As per RFP

142 53Clause 3.5.6.2 / Page no 53

Online monitoring of all inventory so that as and whennecessary, it can be accessed and verified for eachclient including existing H/w and S/w

Operation and Maintenance Support for IT HardwareInfrastructure

We suggest to keep online monitoring and other EMScomponent like server, network management, asset inventory,service desk etc for hardware and software, which is suppliedby SI only.

Please confirm.

Yes

Page 61: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

143 53

Clause 3.5.6.2 / point b ‐ Server Management Services/ Page no 53

Handling of OS related issues, installation of OS upgrades and patches, re‐installing OS if required, periodic system performance tuning, monitoring server usage statistics, network OS support, and start up and shut down of servers.

Please Exclude upgrade of OS. As in the case of Windows licensing policy OS upgrade comes with the cost and this cost cannot be envisaged at this point in time.

Please see the revised RFP

144 553.5.8 Manpower, Page 55

Please confirm if the mentioned head counts are indicative orminimum required. 

Minimum required

145 55cluase: 3.5.7 Help Deskpage 55

Help Desk

1>Do you want ITILv3 compliance Helpdesk tool?if yes 2>Please confirm how many ITIL V3 processes certified tool youare looking for?3>Pl. suggest for how many analysts, we need to provide helpdesk module?4> Do you want the named/concurrent  analysts?

Pls. see RFP

146 55Clause 3.5.7/Page 55

The SI has to provide central help desk support for thecontract period of 5 years (Helpdesk supportmay be provided by the 5 technical manpowerproviding by SI at CMC)

Central Helpdesk will be located at the CMC (RTO,Ahmedabad) and theHelpdesk shall be operational 24X7.

Request to clarify scope of the helpdesk setup like desktops,telephone line, space, power, AC, furniture etc.

CoT Shall provide Telephone line, Space,power, AC, furtniture. Manpower  & desktop will be provided by SI.

Page 62: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

147 57page 57‐section 3.5.8 Manpower

8 Decentralized RTO:‐ IT Hardware infrastructure, Network and DatabaseManagement‐ Application operational assistance‐ Periodical training, if required.‐ Regular Database synchronization management‐ Single point of responsibility for coordinating withthe respective vendors2. 19 Centralized RTO:‐ Application operational assistance‐ Periodical training, if required.‐ Single point of responsibility for coordinating withthe respective vendors3. 12 Checkposts:‐ IT Hardware infrastructure, Network and DatabaseManagement‐ Application operational assistance‐ Periodical training, if required.‐ Regular Database synchronization management‐ Single point of responsibility for coordinating withthe respective vendors

 Please specify the locations and frequency of the training?This is the manpower of SI. Training to thesemanpower is based on SI's need to meet SLA.

148 58 3.6 /Page 58The application software modules to be developed by the SI should support Gujarati, Hindi and English languages.

Does this mean the UI Screens /reports/Data Entry are required in Gujarati, Hindi and English. Please specify

Please see the revised RFP

149 61 RFP(3.9, page 61)Completion of Design, Development and Coding ofapplication solution including integration of existingapplication  

Timelines need to be relooked, to short time to incorporatedesign, development and coding in 16 weeks. The number ofmodules and understanding of the automization structure anddevelopment would consume more time. Both for theapplication and web interface.

Please see the revised RFP

Page 63: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

150 62Clause 4.1.1/Page 62

Performance would be that aspect of service, whichwould be measured in terms of throughput andlatency. Higher throughput and lower latency valueswould represent good performance of a service.Throughput would represent the number of servicerequests served per unit time. Latency would be theround‐trip time between sending a request andreceiving the response.

This criteria should apply only for checkpost and not for otherlocations connected through GSWAN network. Pl. confirm.

Please see the revised RFP

151 63 4.1.5 /Page 63 The project should be completed as per the standards and protocols applied for design,development, hosting and maintenance of an automated system.

No Standards are specified. The adherence to standards is not clear

Please see the revised RFP

152 66Clause 4.1.6/page 66

The bidder must provide sufficient provisions to ensure that all application functionality, including data access, file downloads, and online transactions, is performed within commercially acceptable response times.

Please elaborate / define the " Commercially acceptable response times".

Please see the revised RFP

Page 64: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

153 70Section VI, Clause 6.1

Definition of “Uptime”

Request that the time lost due to any of the following reasonsshall be taken into account while calculating the availability/uptime requirement: (a) Time lost due to power orenvironmental failures; (b) Time taken to recover the systembecause of power or environmental failures; (c) Time lost dueto damage or malfunction in the system or any units thereofdue to causes attributable to CoT such as attachment ofadditional devices, making alteration to the system,maintenance of the system, etc. without SI’s consent and/ orfailure to maintain the site as required by the SI; (d) Time takenfor scheduled maintenance/ troubleshooting either forpreventive purposes or improvement in function or otherpurposes; (e) Time taken for reconfiguration or other planneddowntime situations; (f) Scheduled shutdowns as required byCoT; (SI may also request CoT for a shutdown for maintenancepurpose, which request will not be denied unreasonably byCoT); (g) Time taken for booting the system (h) Time lost due tounavailability of links.

Please see the revised RFP

154 72RFP(6.2.2.1.1, page 72)

Checkposts Application related SLAsDoes this mean complete application down \ crash \ nonavailability. Partial availability of the application during the linkdowntime will be considered as application completely down.

Yes

155 76RFP(6.2.3.2, page 76)

The support services for 19 RTOs/ARTOs working onCentralized mode are expected during followingdefined work timings.

Normal support timings \ work hours will be 9 hrs \ day. The10th hour to be considered as overtime and billed.

As per RFP

156 79Clause 6.2.4 Page 79

Total Time shall be measured on 24X7 basis.It should be 24x7 for check posts and 10x6 for all RTO. Pleaseconfirm

Please see the revised RFP

157 83

Section 7 Page No 83ROLES and RESPONSIBILITIES OF STAKEHOLDERS

management, configuration, Operation and maintenance etc.

Will COT support Coordination between NIC & L&T Please see the revised RFP

158 85

Section 7.3 Page No 85National Informatics Centre (NIC)

NIC to complete implementation of the application modules of VAHAN and Sarathi being developed for CoT

Integration project can start only after this. Is the implementation complete or in progress? Will it be completed before SI start working on it. Please see the revised RFP

Page 65: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

159 88Section VIII, Clause 8.10

Inspection/ testing

Request to insert a provision for deemed acceptance ofdeliverables as follows:A deliverable shall be treated as accepted by CoT if CoT (a) failsto provide the list of non conformities within two (2) weeks ofdelivery, (b) fails to notify the acceptance of the deliverableswithin the period of two (2) weeks from delivery, or (c) startsusing the deliverable in a live production environment (otherthan as part of agreed review and acceptance testingprocedure, such as UAT).

As per RFP

160 888.10 Inspection/Testing

As per Govt. Of Gujarat circular dated 10th March2006, the CoT applications must be tested at EQDC,GIDC, Gandhinagar or at the location specified by CoTat the cost of SI.The SI must include testing cost in their financial bid.The different types of tests that has to be performedthrough EQDC/other competent agency

We recommend following submission to be included in order toensure timelines are met by SI without any procedural delay ‐ 1. The resources of the EQDC/other competent agency willget involved in each milestone of the delivery activity for whichaudit is required.2. The data/template, review formats etc required byEQDC/other competent agency will be finalized at the start ofthe project/start of the milestone.3. EQDC/other competent agency will review /send hisreport within 7/14 days of receiving the document from SI.4. In the event of delay in EQDC/other competent agencyresponse beyond 15 days, the SI will be allowed to move aheadwith the milestone and go‐live/support period can start.( SI cangive an undertaking that he would do the re‐work if requiredand mentioned in the audit report).Bidder request that the recommendations should be subject tochange request clause.5. The payment due to the SI against the milestone will bereleased against bank guarantee of equal amount.

As per RFP

Page 66: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

161 89 Page 89

On successful completion of acceptability test andafter CoT is satisfied with the working of the softwareon the, the acceptance certificate of CoT will beissued. The date on which such certificate is signedshall be deemed to be the date of successfulcommissioning of the software.

On successful completion of acceptability test and after cot issatisfied with the working of the software on the, theacceptance certificate of cot will be issued. the date on whichsuch certificate is signed shall be deemed to be the date ofsuccessful commissioning of the software. Notwithstandinganything to the contrary contained herein, the software thatrequires acceptance shall be deemed accepted for the purposeof release of payment, start of warranty in case cot fails toconduct the acceptance tests after prior notification by si orfails to provide confirmation of acceptance / rejection of thetests within 7 days of conducting the tests. 

The time taken by CoT office for acceptancewill not be affect the timeline fixed for SI

162 89Clause 8.10 / Page 89

IT Infrastructure required at Sites other than DataCentre, DR Site and CMC: The bidder will have to offerthe inspection at EQDC, Gandhinagar as per thesample size mentioned in this bid before delivering tothe respective customer sites. The cost of the samehas to be borne by the selected system Integrator.

Please clarify the sample size of IT infrastructure equipment forEQDC inspection. Also, pl. exclude GIL inspection and EQDCtesting time from the implementation SLA.

Please see the revised RFP

163 89Clause 8.10 / Page 89

IT Infrastructure required at Sites other than DataCentre, DR Site and CMC: The bidder will have to offerthe inspection at EQDC, Gandhinagar as per thesample size mentioned in this bid before delivering tothe respective customer sites

Please provide more clarity about this requirement for SI's role& responsibilities. Which sample size is CoT referring ‐ pleaseinform the RFP page no?

Please see the revised RFP

164 107 9.9 / page 107 Checkpost Operations

The diagram is showing one fast lane and one defaulter's lane.How is the layout in case of BCPs with multiple lanes? and howmultiple fast lanes connected with defaulter's lane (for thediversion of default vehicles)? Are there multiple defaulter'slanes and payment kiosks in one BCP?

SI need not concern with this all details aresame.

Page 67: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

165 113 9.11 / page 113 Details of Transactions (SARATHI and VAHAN)File Size of each RTO transaction (driving license issuance,vehicle registration) is needed, so that storage requirement atdecentralized RTO locations and SDC can be calculated

Please see the revised RFP

166 113Clause 9.11 / Page 113

Details of TransactionsPlease provide the count of internal & external users along withconcurrency expected for internal & external users.

Please see the revised RFP

167 119Clause 9.11 / Page 119

Details of Vehicles passed at Checkposts, Gujarat State

For sizing activity, we need number of transactions processedat each checkpost per day. The volume of transactions given onpage 119 is approximately 28000, which seems quite less.Please reverfiy & confirm.

Please see the revised RFP

168

Who will take care of future changes to VAHAN andSARATHI both from application and database point ofview since the application is going to be developedand maintained by NIC ? (SI has to only deploy at alllocations as per RFP)

‐ Please see the revised RFP

169New proposed clause

Site Not Ready

In order to enable the goods to commence goods and meet itsobligations under the contract, the GIL shall be responsible foracquiring and providing physical possession of the site andaccess thereto, and also all other areas reasonably required forthe proper execution of the contract and making the site readycomplete in all respect in accordance with the HCL’sspecifications for site readiness. The GIL agrees that the goodsshall not in any manner be liable for any delay in supply ofgoods and provisioning of Services under the terms of thiscontract, if such delay is attributable to GIL’s failure to makethe site ready within seven (7) days of HCL’s direction in thisregard.

No Change 

170 General Query 3.5.1 Indicative System Architecture : ReplicationCurrently How much data is generated each locations (8RTOs,19RTOs and 12checkpoints) on daily basis for both VAHAN &SARATHI application.

Please see the revised RFP

171 General Query BackupDo we have to consider backup requirement (Backup Server,Tape/Disk Storage and Backup Software) at 8RTOs and12Checkposts? 

Please see the revised RFP

Geneal Quries and New Proposed Clause

Page 68: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause 

/page)Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Scope of Work related Pre‐bid queries

172 General Query Backup

Kindly share Incremental /Full backup time for Central Location,DR location, 8RTOs (De‐Centralize), 19RTOs (Centralize) and12Checkposts. If possible than kindly share your backup policyfor various locations and its applications.

Please see the revised RFP

173How is the fitment of Vahaan & Saarthi in the future IT Landscape? Does CoT wants to do away with the current system of Vahaan and Saarthi (developed by NIC) and re develop the Vahaan and Saarthi as per needs of CoT

Please see the revised RFP

174What are the financial systems with which the integration needs to be done As above 

175What are the other allied systems with which the integration needs to be done. As above 

176 DC Address & DR Address with Lat / Lon. DR site shall be fixed as per Govt. Policy177 Earthing will be provided by CoT ? Please see the revised RFP

178General IT ‐ Non IT equipment 

Is customer responsible for the safety of equipment at  locations other than DC & DR? Please see the revised RFP

179General DC & DR

What is the exact scope of DC & DR? Does it includes BMI and IT or bidder will have rack space allotted for hosting the servers?

Please see the revised RFP

180GeneralConnectivity

Is the connectivity in between DC & DR for replication is available or bidder have to quote for the same.  Please see the revised RFP

Page 69: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

1 13 RFP (2.2.5, page 13)Implementation of VAHAN andSARTHI software throughout allRTO/ARTO offices located in Gujarat

Does the exiting applicationsupport integration of all differentmodules for automization.Scalability info of the applicationand different modules inforequired.

Please see the revised RFP

2 13 RFP (2.2.5, page 13)Digitization of Records and creation ofintegrated Database.

Does this limit to scanning of therecords or manually update thedata into the system. As the record numbers will be huge, requiresclarification.

Digitization of Records will not be the responsibility of SI. But storage of the digitized data/images shall be responsibility of SI.

3 13 RFP (2.2.5, page 13)Creation of a Centralized StateRegistry of records

Since all the RTO \ ARTO data aresyncing with the central server andupdating the data offline. How isthis different to the existing data.

Please see the revised RFP

413

Volume and size of records to be digitized

Digitization of Records will not be the responsibility of SI

522 2.14 /Page No.22

Band‐width details connecting ARTO/RTO along with DR site and CMC.

Please see the revised RFP

Response to the Technical related Pre‐bid queries

Page 70: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

629 3.2 /Page No. 29 

Do we need to do any customization in 'VAHAN ' and SARTHI

Please see the revised RFP

7

30 3.2.1.2 /Page No.30

Details of current application used at Check Post. What is database and application server

SI has to develop CP application from the scratch.

830 3.2.1.2 /Page No.30

Details of current infrastructure at Checkpost. Can it be re‐used ?

SI has to proposs new hardware

9 30Details of current hardware infratsructure at all RTO/ARTO

Please see the revised RFP

1030

Section III ‐ page no. 30 Is SARTHI application data not synchronised centrally like in case of Vahan application?

Not at Present. Please see the revised RFP

Page 71: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

11 31 Clause 3.4, Page 31

For the above mentioned 8 RTOs and12 Check Posts, the data stored will bestored on the local server will besynchronized regularly on daily basisto Central server. The real time videoof all the Checkposts lanes will bestored at Central Monitoring Centre(CMC), which will be located at RTO,Ahmedabad/Gandhinagar.

1. Please confirm, if Real Timevideo of all the cameras inlucingcamra for LPR, Surveillance @lanes and PTZ camera atcheckposts is required to be stored@ CMC.       2. We recommend that real timerecording at 12‐15 FPS shall bedone locally at these check postswhich can be stored centrally @CMC through offline media. Thiswill not only optimise theBandwidth, but would also help inreducing the unnecessary storagerequirements.                       3. Real time streaming @ 12‐15FPS from all check posts basedon reported incidents can be donein continuation to our aboverecommendation, which will meetCoT's Functional requirements.        

Please see the revised RFP

Page 72: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

12 31Need ofCommissioner ofTransport/31

Video Camera controlled SurveillanceSystem giving the online data tocentral monitoring Cell.

Request GIL to clarify on Howmuch time lag will be permissible

No time Lag

13 31 3.4/page 31Automatic Checking of all attributesagainst standard values

What other attributes than NP,TAX, weight and dimension needto be checked?

No other attribute

14 31 Clause 3.4 / Page 31

3.4 Need of Commissioner ofTransport

For the above mentioned 8 Rots and12 Check Posts, the data stored will bestored on the local server will besynchronized regularly on daily basisto Central server. The real time videoof all the Checkposts lanes will bestored at Central Monitoring Centre(CMC), which will be located at RTO,Ahmedabad/Gandhinagar.

Please share size of data currentlybeing transferred betweencheckpost and RTO

Please see the revised RFP

Page 73: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

15

31

Section 3.4 Page No 31 Need of commissioner of transport

Integration of VAHAN and SARTHI databases with check post's application for validating transactions at check posts

Is the integration expected to happen as point to point interface or using Message broker?By considering the number of vehicles passing through each check post and each request to be validated real time with existing systems, can we propose a message broker middleware solution for speedy access.)

Please see the revised RFP

16 32 Clause 3.4 Page 32

Setting up of central monitoring cellequipped with complete ITinfrastructure to receive data / imagesfrom Checkposts for storing andprocessing the same.

Please confirm that Bidders arerequired to provide only ITinfrastructre for CMC. The Civil,electrical and interiors including,Fire alarm, precision cooling, iBMS,Furniture , Consoles, etc shall beprovided by CoT.

Please see the revised RFP

Page 74: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

17 32 Clause 3.4 Page 32

Office equipments like desktopPCs/Printers/scanners, etc. areexcluded from the scope of this bid.Therefore bidding need not quote forthe same.

please confirm, if the Workstations required for laneoperations @ Check Posts andCMC shall be in Scope of biddersor not.

Please see the revised RFP

18 32 3.5.1 / page 32

Out of 27 RTOs 19 RTOs will bedirectly connected to Central Server atGSDC, Gandhinagar through GSWANwhereas, remaining 8 RTOs will be indecentralized mode having the localservers and storages. The data will besynchronized on daily basis in CentralServer at GSDC, Gandhinagar throughGSWAN.

Please see the revised RFP

19 32 Page No. 32There will be a DR site at New Delhihaving 1:1 replication of Central Site

Please confirm if the DR would beused for hosting the services incase of any disaster at the centralDC. 

Yes

Page 75: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

20 32 Clause 3.5.1/Page 32There will be a DR site at New Delhihaving 1:1 replication of Central Site

1) Please clarify about RTO andRPO expectation.2) Please clarify about connectivityscope between DC and DR forreplication and end userconnectivity.

Please see the revised RFP

Page 76: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

21 32

Clause 3.5.5/Page 47

Clause 4.3.4/Page 66

Clause 3.5.1/Page 32

1) Providing dedicated and unsharedInternet bandwidth at SDC –Gandhinagar – at least 4 Mbps.2) Providing dedicated and unsharedInternet Leased Line connectivity atDR site –at least 2 Mbps.

The bidder must take rigorousprovisions to prevent unauthorizedalteration or damage to theapplications and all related modulesand databases. The bidder mustdescribe in detail all measures to betaken, including the use of firewalls,monitoring for intrusion detection,etc. The bidder must also specify thedependencies, if any, in achieving thedesired level of security.

There will be a DR site at New Delhihaving 1:1 replication of Central Site

As Internet bandwidth will beprovided by bidder only at DC andDR, We believe that all thesupportive networking andsecurity component like routers,firewall, IDS, IPS, SLB, LLB etc willbe in bidder's scope only and nointegration or shared usage of anyexisting network/securitycomponent installed at DC/DR.Please confirm. In case, if COTintend to use shared resources ofSDC/NIC Datacenter, pl. specifythe components which can beused in shared mode. Also excludethe same from SI SLA.

1. Yes

2. No. Available at SDC & DR

3. No Change 

Page 77: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

22 323.5.1 IndicativeSystem ArchitecturePage no. 32

There will be a DR site at New Delhihaving 1:1 replication of Central Site

Should we propose DR site as partof the quote along with the pointto point link for replication. If Yes,then what would be thebandwidth? Also how much Rackspace and Power per Rack needsto be considered for DR. Plsconfirm

GoG will provide point to point link for replication. SI shall be responsible for providing IT infrastructure only. 

23 32 Section 3.5.13.5.1 Indicative System Architecture :Replication

Do we have planning to replicate8RTOs and 12Checkpost data toCentral Site every night (Off‐Peakhour) or nearly immediate basis.Do we have to also replicate thisdata from Central site to DR Site?

CP to CMC online. RTO to Cenral site at every 2 hours

Please see the revised RFP

24

32

Do we design DR site as exact replica of Primary site including redundancies

DR site as exact replica of Primary site excluding redundancies

Page 78: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

25

32

Section III ‐ page no.32

Is SMS Gateway already in place. If not who will be covering the cost for SMS gateway and daily SMS load?

SMS Cost shall be borne by CoT. SI Shall be responsible to provide required interface

2632

3.5.1 Sec III page no.32

What bandwidth is being mandated for checkpost connectivity to CMC?

SI has to propose as per transactional load

27

32

3.4 Sec III page no. 32

Is the DR Site fixed to be New Delhi. Can it be a private Data Centre or a Govt organization owned data centre only?

DR site shall be fixed as per Govt. Policy

28 33 Clause 3.5.1, Page 33

All 12 checkposts will work ondecentralized mode having localserver and storage at each Checkpostwhich will be connected with CMCthrough the connectivity provided bySI.

Please advise whether DC forCheck post application andwebportal shall be in CMC or SDC.The indicative BOQ given in RFPsuggests that Application,integration, back up and portalservers shall be in SDC where asthis clause suggests otherwise. 

Check post application and webportal shall be in SDC

CMC is for video storage 

Page 79: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

29 33 Clause 3.5.1, Page 33There will be a DR site at New Delhihaving 1:1 replication of Central Site

Please confirm whether DR build(BMS, Fire Alarm, Furnitures,Consoles, Airconditioning, etc.)would be provided by GIL/COT andbidders are only to provide the ITInfrastructure and bandwidth. AlsoPlease provide us the CADdrawings of facilties @ SDC, DRand CMC.

Yes

30 33 Clause 3.5.1/Page 33 Connectivity Layout

what would be the backuplink/connectivity to all check postsfrom CMC?CMC to SDC? And DC toDR.

Please see the revised RFP

31 33

3.5.2 ApplicationDevelopment, Deployment andIntegration. Page‐38

Oracle 10g Database for VAHANApplication

In the event of new developedapplication calls for anyamendment / change in theexisting VAHAN & SARTHIapplications, then thatresponsibility of the same andrespective cost will be borne byNIC or Bidder?

Please see the revised RFP

32 333.5.2.1 Sec III page no. 33 What level of updation on Vahan 

and Sarthi is expected?Please see the revised RFP

Page 80: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

33 34 Pg no 34

For limited purpose, NIC hasconnected each RTO /ARTO’s localserver with State Register serverthrough VPN (service taken by BSNL).Every day each RTO / ARTO localserver’s incremental data comes toState Register server at defined time.

Post implementation of project , IsSI Responsible for maintening VPNconnectivity & other services forNIC for data upload etc 

Please see the revised RFP

34 35Clause 3.5.2.1 / Page35

Major Transaction /Processes ofVAHAN Software

Which functional data areimported and what is the formatof the data to be imported ? i.e.CSV File, Excel, etc.

Please see the revised RFP

35 35 RFP(3.5.2.1, page 35) Client OS support : Windows XP

XP will be end of support shortlyfrom the OEM. Does the existingapplication support windows 7,what are the alternatives in place. 

Please see the revised RFP

36

35 Page No. 35

It mentions 'Application to be developed under Vahan'.  Does this mean that NIC be working in parallel ?

Yes

Page 81: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

37 38 3.5.2.2 / page 38 Weight of Vehicle

Requirement of weighbridge ismentioned, but not a part of BoQ.Shall the SI supply and installweighbridge? Please confirm.

No 

38 38Oracle DatabaseLicenses

Oracle Database Licenses

If the new application calls forUpgradation of Oracle DB onwhich VAHAN & SARATHI arerunning, then the same will bedone by Bidder or NIC?

Please see the revised RFP

39

38

3.5.2.2 Sec III page no. 38 During the contract period of five years, the selected SI shall be responsible to provide the platform for other department’s application for fetching the master database and restoring and upgrading database in master storage (as and when required) : What other Department applications would need access to the data/ Integration?

SI has to develop small value added application/interface for Police Department.

Page 82: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

40

38

Section 3.5.2.2 Page No 38Checkposts

Automatic Checking of all attributes Listed attributes are : weight, length, Height, Bredth. Are there any other attributes like number of axles, fuel etc?

Only listed attributes

41 39

Clause 3.4/Page 31

Clause 3.5.2.2/Page39

The real time video of all theCheckposts lanes will be stored atCentral Monitoring Centre (CMC),which will be located at RTO,Ahmedabad/Gandhinagar.

The SI shall also be responsible forsetting up a Central Monitoring Cell(CMC) at Ahmedabad/ Gandhinagar tomonitorCheckposts operations based on livefeedback. The images will be requiredto be stored for a pre‐defined period

We believe that, Bidder has tosupply only server and networkcomponent to setup CMC. Clientwill provide necessaryinfrastructure like Power, Cooling,space, furniture, telephone linesetc to setup the CMC.

Please see the revised RFP

42

39

Sec III page no. 39 What kind of Barrier devices is in place as of now ‐ Is new Barrier Devices to be suggested.

New devices will be put up by CoT.   Operations and system control to be provided by S.I.

Page 83: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

43

39

3.5.2.2 Sec III page no. 39

Tax or National Permit Verification: Which databases will be used to fetch the "tax paid' and 'National Permit" data? Are these databases updated in real time?

The application to be developed by SI shall have the interface to fetch data on Tax & National Permit from concerned server to SDC and than decentalized server at Checkpost

44

39

3.5.2.2 Sec III page no. 39

Vehicle Registration Recording System: It is mentioned in the RFP that 'In the event of availability of software which should read and recognize the number' . Is the provision of this software part of the current scope?

Yes

45

39

3.5.2.2 Sec III page no. 39

Automatic Video Camera controlled Surveillance System: For how long are the images/videos to be stored? 

Please see the revised RFP

Page 84: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

46 41

Whether HW ( servers, desktops etc)to be quoted for RTO, Checkposts etsas part of the proposal ? Why thisquestion arises because in page 41 ofRFP, Sec 3.5.4 it is written that SI isexpected to study the existing HWused for VAHAN and SARATHIapplication at RTO and al check postsand propose IT infrastructure for next5 years. If were to Quote for IT HW,then the study has to happen beforethe the Quote is made. Please clarify? 

Servers ‐ Yes

Desktop ‐ No

47 41

VAHAN and SARATHI application willbe retained , however the SI has topropose the DB for decentralised RTOoperations , Centralised RTOoperations , checkposts ? Is thisstatement correct? Should wepropose new DB licenses at all theselocations?

Please see the revised RFP

Page 85: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

48 41If the SI has to propose the new DB asper above question , can we proposeopen source DB ?

‐Please see the revised RFP

49 41

Refer Question in S.no 3‐ If answer isdata of VAHAN and SARATHI has to bemigrated to new DB , NIC has toprovide the data structure of bothapplications? COP to ensure the same.

Please see the revised RFP

50 41 3.5.4 / page 41

SI shall propose the IT Hardwareinfrastructure whichshall cater the need of CoT for next 5Years.

For preparing networking andpassive infra BoQ, the SI need tohave a clear picture of the campussize of all the BCPs, distancebetween the buildings in BCPswhere IT equipments will beplaced and no of end pointsplanned at BCPs and RTOlocations. Please provide us thesame.

Please see the revised RFP

51 41 3.5.4 / page 41Indicative list of the IT HardwareInfrastructure required is as follows

Clarification is required if SI canimplement virtualizationtechnology in servers to reducethe physical server qty.

Yes, SI shall meet SLA

Page 86: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

52 41LC is required to integrate AVCC,boombarriers and weighbridges tothe software. Please confirm.

Yes

53 41 Clause 3.5.4    

IT infrastructure ‐ At Central Site(State Data Centre (SDC) and DisasterRecovery (DR) Site):‐Network Switch ‐ L3

Request to provide the detailedspecification of networkcomponents as required anddetails of Make/model required ifany, this would enablecompetition to be available as anofferings for the solution stack.

SLA based 

54 41 Clause 3.5.4    IT infrastructure ‐For 12 checkpostsworking on Decentralized Mode:‐Router / Network Switch

Request to provide the technical specifications of networkcomponents as required anddetails of Make/model required ifany, this would enablecompetition to be available as anofferings for the solution stack.

SLA based 

Page 87: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

55 41 Page No. 41Indicative list of the IT HardwareInfrastructure required is as follows:

We request the customer to define the minimum specificationrequired for the server, storage &Tape Library.Should the server's & Storage beprovisioned with NSPOF.

Please see the revised RFP

56 41Clause 3.5.3 / Page41

Database Migration and Management ‐SI shall be responsible for migratingthe existing database of the VAHANand SARTHI application developed byNIC and management of the same for5 years.

What is the size of existingdatabases of VAHAN & SARATHI?

Is there any existing databaseavailable for checkpost? If yes,what is the size of the database tobe migrated.

Please see the revised RFP

57 41 Clause 3.5.3/Page 41

The centralized database should bereplicated on the NIC server forintegration with GoI web applicationsas and when required.

Please clarify that how replicationwill be done between central andNIC servers. Also clarify the scopefor replication bandwidth betweencentral and NIC servers.

Please see the revised RFP

Page 88: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

58 41Clause 3.5.4 / Page‐41,42

10.Network Switch ‐ L3Please provide specifications forthe L3 switch.

Please see the revised RFP

59 41 Page No.41  SDC & DR BOQ

• Preferred make for passivecabling.• Cabling on Cat6. Please confirm• Fiber is on OM‐3 MM or SMplease confirm.

No Change

60 41Details of existinghardware at each ofthe locations

Details of existing hardware at each ofthe locations

Please help with the details ofexisting compute infrastructure(Servers configuration like CPU,Cores, Memory, HDDs etc., SANStorage Space requirement,Backup Methodology used etc. 

Please see the revised RFP

61 41Details on Databasesynchronization

Details on Database synchronization

How does Databasesynchronization happen currentlyfrom RTOs/Checkposts to Centralsite Is it through SAN basedreplication or through log shippingor application level?

Please see the revised RFP

Page 89: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

62

41 Clause 3.5.3 page 41 Database Migration and Management

How is the current data installed by NIC going to be transferred into the new System. Is GIL ok with tool which can ensure seemless migration without distrubing the application

Please see the revised RFP

6341 Clause 3.5.3 page 41 Database Migration and Management

How is the synchronization of database from various location to DC going to happen ?

Please see the revised RFP

64

41 Clause 3.5.4 page 41 It Infrastruture

Backup software proposed at DC & DR only, what about the various locations having Database servers ?

Please see the revised RFP

65

41

Section 3.5.3 Page No 41Database migration and management

SARTHI developed by NIC and provide 5 years support including database

can you pls. elaborate whether migration here means the technology level migration from Oracle 11g to higher version, compatible for supplied application (or) does this represent to functionality level.

Please see the revised RFP

Page 90: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

66 42Clause 3.5.4 ITinfrastructure (42)

SAN Storage (with capacity to caterthe need for next 5 years) .

Pls confirm about 5 year storagecapacity requirement. Is wholestorage procurement would onetime or year by year. 

Scalability should be provided with 100% head room

67 42Clause 3.5.4 ITinfrastructure (42)

SAN Storage (with capacity to caterthe need for next 5 years) .

There are various kind of appsavailable in setup which requireddiffernt kind of storage env likeSAN or NAS. for example videoservilleance setup; storage boxshould support ip based protocol.There are different kind of storagebox available in market whichsupport different protocol.Request you to change clause asunified which stores any kind ofdata on in single storage array.

Please see the revised RFP

68 42Clause 3.5.4 ITinfrastructure (42)

Router/ Network SwitchPlease provide specifications forthe router and switchspecifications at RTO offices.

Please see the revised RFP

Page 91: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

69 42Clause 3.5.4 ITinfrastructure (42)

Router/ Network SwitchPlease provide the specificationsfor the routers and switches atcheck posts. 

Please see the revised RFP

70 42 Page No.42 SDC & DR BOQDo we need to factor cable trays,conduit for cabling?

Please see the revised RFP

71 42 Page No. 42 SDC & DR BOQIt is mention 60 min backup, is iton full load or (kindly confirm theexact load)

Please see the revised RFP

72 42 Page No. 42RTO Decentralized & Centralized ,check post decentralized & CMC

• Cabling on Cat6. Please confirm• Fiber is on OM‐3 MM or SMplease confirm.• Do we need to consider digging (hard , soft or concrete ) pleaseconfirm

Please see the revised RFP

73 42 Page No. 42SDC & DR BOQ , RTO Decentralized &Centralized , check post decentralized& CMC BOQ

20 years certification is requiredfor passive cabling. Please confirm.

As per RFP

74 43 3.5.4 / page 43 PTZ 20 X 1.3 MP Camera

Is 1 PTZ camera enough to monitorboth the sides of the BCP? Wesuggest 1 PTZ camera should beconsidered for either side.

Please see the revised RFP

Page 92: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

75 43Clause 3.5.4 / Page43

Video Wall Unit of 46 inches withmatrix of 3X3 (LCD display andassociated accessories)

Electrification and other necessarycabling

Any other Equipments to fulfil thescope of work

Please specify the qty required forVideo Wall. Also elaborate on"other equipments".

Please see the revised RFP

7643

Clause 3.5.4 / Page43

Network Monitoring SoftwareHow many nodes are to bemonitored by using this software?

Please see the revised RFP

77

44 3.5.4 / page 44

Supply of SSL certificates for the entiresystem with 5 years validity from dateofFAT.

Clarification required for whichsystems/transactions, SSLcertificate is required.

Please see the revised RFP

78

44 Pg 44 , point 9 

SI manpower have to collaborate withapplication provider of CoT to ensurethat the entire IT setup providessuitable compatible platform forrunning the existing applications anddeliver the performance metrics ofresponse time.

COT to provide minimum IThardware specification requiredfor existing application to deliverthe reponse time 

No change

Page 93: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

79 44 Clause 3.5.4 /page 44 Supply of SSL certificatesSSL VPNSSL vpn is required for user leveror device level?

Please see the revised RFP

80

44Clause 3.5.4 / point4/page 44

Supply signing and verificationcomponents for servers as may beapplicable for verification and displayof the verification on both applicationserver as well as portal as per bestpractices and standard processadopted by professional and financialinstitutions in country

Please clarify whether client wantsPKI HSM hardware device or It canbe software components only.

SI may propose

Page 94: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

81

46Clause 3.5.5.2 / Page46‐47, 33

The selected SI shall be responsible toprovide the connectivity betweenCheckposts to CMC.

As per Clause 3.5.5.2 , the SI isresponsible for providingconnectivity between Checkpostsand CMC (as also shown inDiagram on Page 33 of RFP).

But, there is no clarity on followingInternet connectivity (asmentioned on Page 47 of RFP) ‐

Internet Bandwidth:1) Providing dedicated andunshared Internet bandwidth atSDC – Gandhinagar – at least 4Mbps.2) Providing dedicated andunshared Internet Leased Lineconnectivity at DR site – at least 2Mbps.

Kindly Clarify whether the abovementioned Internet Connectivity 

Please see the revised RFP

Page 95: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

82

46Clause 3.5.4 / point 3/ page 46

The proposed solution will includeUPS, switches, racks and powerrelatedinfrastructures at CMC, check postsand RTO

Please clarify the UPS and powerrelated infrastructure like(electrical cabling, MCB, industrialsocket) scope for other locationlike DC, DR.

Please see the revised RFP

83

47SI connectivityProvider’s Scope ofWork page 47

The Intranet connectivity between allcheck posts to CMC on Point to PointLeased Circuit connectivity isenvisaged as main link.

Can MPLS be proposed forcheckposts connectivity which canbe manageable, scalable etc?Please clarify. Point to Point linkwould be difficult to manage.

Please see the revised RFP

84 47 Page No. 47‐48

In case extra cabling/installations due to new servers or  extra A/C , then whose scope of work would be that ?

Please see the revised RFP

85 47

3.5.5.2 pg 47

Point to Point Leased Line Connectivity

Request you to consider L3 MPLS VPN connectivity which provides better manageability options

Please see the revised RFP

Page 96: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

86 47

Clause 3.5.5.2/point1 / page 47

Presently, CoT wishes to connect 12 Checkposts except Bhavnagar Checkposts with CMC (RTO, Ahmedabad) with Point to Point Leased Circuit connectivity with at least 2 Mbps dedicated b/w at each Office. Further, based on the load and requirement of each and every Checkposts SI shall quote higher bandwidth in the multiple of 2 Mbps. Number of office may be increased or decreased at the time of order to be awarded.

Please provide the geographical co‐ordinates of the Check posts & RTO / ARTO Offices.

Can bidder propose MPLS option for connecting remote offices to central site?

Please see the revised RFP

87

48 Page No.48 Network monitoring

1>Please clarify if existing networkand servers are also need to bemonitored by Proposed EMSSolution. 2>If Yes we request to provide theexisting Network and serverdevices detail (count,OEMs,type),if any.

Please see the revised RFP

Page 97: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

88

50

3.5.6.2 Operationand MaintenanceSupport for ITHardware Infrastructure.page No.50

provide IT Asset tracking solutionwhich also track their associatedcontracts throughout their lifecycle.

1>Please confirm whether yourequire any tool for IT assetlifecycle tracking, if yes pleaseprovide the technicalspecifications of the same.2> Do you want the system totrack IT & Non IT Assets?3> Do you want System forProposed IT/Non IT Assets or forexisting IT Assets only. If Yesplease define the count. 

Please see the revised RFP

89

50

3.5.6.2 Operationand MaintenanceSupport for ITHardware Infrastructure.page No.50

Health and Performance Monitoringof entire web Application along withexisting application

1>Please confirm whether yourequire any monitoring tool forapplication performance, if yesplease provide the technicalspecifications of the same.2>Do you want Real userapplication monitoring or syntheticuser application monitoring orBoth?3> Do you want deep dive(codebased)monitoring tool forapplication?

Please see the revised RFP

Page 98: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

90 51 Page No. 51 Primary to DR site Replication Please confirm the RPO & RTO. Please see the revised RFP

91

575. Central Site atGSDC Gandhinagar/57

Primary to DR site Replication

HCL requests GIL to provide a timeframe of when the DR should beup & running. Is the entire DR builtin Delhi (Physical, IT , Non ‐ITcomponents and connectivity) tobe provided by SI.

Please see the revised RFP

92

57cluase: Central Site atGSDC Gandhinagarpage 57

Server, Client and Network deviceconfiguration management includingPatch Management

Please confirm whether yourequire any automation tool forconfiguration management ofserver,client ,network devices. ifyes please provide the technicalspecifications of the same.2>please clarify, do you want thepatch management for operatingsystems like Linux or windows orboth ?

Please see the revised RFP

Page 99: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

93

57cluase: Central Site atGSDC Gandhinagarpage 57

Server, Client and Network deviceconfiguration management includingPatch Management

1>what is the configuration ofexisting PCs/Laptop and 2>what isthe Operating system versionrunning on these ?

Please see the revised RFP

94

57cluase: Central Site atGSDC Gandhinagarpage 57

Capacity Utilisation, Monitoring andreporting

Please confirm whether yourequire any tool for capacityutilisation and reporting, if yesplease provides the technicalspecifications of the same.

Please see the revised RFP

95

58 Clause 3.6 / Page 58The application software modules tobe developed by the SI should supportGujarati, Hindi and English languages.

Only static content to be availablein multiple languages or evendynamic content with Data Entryin multiple languages to besupported ?

Please see the revised RFP

96 58

Section 3.6 Page No 58Language of the Application Software

The application software modules to be developed by the SI should support Gujarati, Hindi and English languages.

1. Is this applicable only to web portal or even internal apps2. Is this applicable to data as well?

Please see the revised RFP

97 62 Clause 4.1.2 page 62 Availability Criteria

Is GIL looknig for high availbility for application and Infra both local and site level.

Please see the revised RFP

Page 100: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

98

63 Clause 4.1.3/page 63

Commissioner of Transport’sapplication security will be of utmostpriority. The forms should beprotected from improper data input,both in the user's browser and at theremote server. The e‐mail addressespresented on the website should alsobe protected with antispam measures.

Please clarify whether bidder hasto supply mailing solution with anti‐spam features?

Please see the revised RFP

99 63 Clause 4.1.3 page 63 Security Criteria

Is GIL looking for high security and prevention from any kind of intrusion for their servers hosting critical applications

Please see the revised RFP

100 65 Clause 4.3 Hosting Criteria

Is GIL looking to manage the assets also. 6. Which and how is the inventory of the hardware going to get managed ?

Please see the revised RFP

Page 101: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

101

66Clause 4.3.4 ‐Security

The bidder must take rigorousprovisions to prevent unauthorizedalteration or damage to theapplications and all related modulesand databases. The bidder mustdescribe in detail all measures to betaken, including the use of firewalls,monitoring for intrusion detection,etc.

As per understanding the Firewalland IPS mentioned here refer toexisting Firewall and IPS alreadydeployed at GSDC. The bidderdoes not need to provisionseparate Firewall and IPS for thesame. Kindly confirm.

Request you to share technicalspecifications if bidder has toprovision Firewall and IPS.

Please see the revised RFP

102113

page 113‐ section‐9.11

Details of Transactions (SARATHI andVAHAN)

what is the maximum data size &volumes of VAHAN SARATHI ateach RTO to be migrated?

Please see the revised RFP

103113

Clause 9.11 / Page113

Details of TransactionsPlease provide database size ofcurrent systems ‐ SARATHI andVAHAN.

Please see the revised RFP

104General Query

Please confirm if DR Setup of EMSSolution is required or not.

as per RFP

Page 102: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

105

General Query

what is total internal employeescount who will access the helpdesktool's web based portal to registerIT related problems ? Also sharethe concurrent employeesstrength for helpdesk tool ?

Please see the revised RFP

106

General Query3.5.1 Indicative System Architecture :Replication

How much RPO & RTO is requiredfor each application Replicationfrom Central Site to DR Site, 8RTOto Central Site, 12Checkpost toCentral Site.

Please see the revised RFP

108

Can we offer MPLS VPN platform instead of Point to Point DLC circuits for the requirement? MPLS VPN platform shall enable Intranet connectivity to Mobile Users through Data Card connectivity & also offer highest scalability – both in terms of locations as well as bandwidth. 

Please see the revised RFP

Page 103: Response to theTender related Pre bid queries - · PDF fileContent of RFP requiring clarification Points of Clarification required ... we request you to kindly allow consortium for

S.No.

Page No.

Bidding Document Reference (Clause /page)

Content of RFP requiring clarification Points of Clarification required Response to Queries

Response to the Technical related Pre‐bid queries

109

Need the Latitude / Longitude co‐ordinates of the Check posts & RTO / ARTO Offices.

Please see the revised RFP