scheduled caste and scheduled tribes - SC & ST Welfare
Transcript of scheduled caste and scheduled tribes - SC & ST Welfare
Page 1 of 83
GOVERNMENT OF BIHAR
SCHEDULED CASTE AND SCHEDULED TRIBES WELFARE DEPARTMENT
OLD SECRETARIAT PATNA-1.
FAX NO 0612- 2215265, 2217251 PHONE NO 0612-2203707, 2217526
[email protected] , [email protected] Web: www.scstwelfare.bih.nic.in
REQUEST FOR PROPOSAL (RFP)
FOR SELECTION OF SYSTEM INTEGRATOR
INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT
UNDER SPECIAL CENTRAL ASSISTANCE (SCA) TO MONITORING
SCHEMES
TENDER DOCUMENT NO: _______________________ DATE : 15/10/2013
Page 2 of 83
Table of Contents
1. DISCLAIMER ................................................................................................... 4
2. IMPORTANT INFORMATION ...................................................................... 6
3. LIST OF ABBREVIATIONS...................................................................................... 7
4. NOTICE INVITING TENDER ................................................................................. 9
5. DEFIINITIONS..................................................................................................... 10
6. INSTRUCTIONS ................................................................................................... 14
1. Late Bids ..................................................................................................................... 15 2. Bid Forms ................................................................................................................... 15 3. Amendment of Bid Documents .................................................................................... 15 4. Pre bid Conference (PBC) .......................................................................................... 15 5. Response to Bidder’s Enquiries .................................................................................. 16 6. Cost of Bidding ........................................................................................................... 16 7. Cost of Bid Document ................................................................................................. 16 8. Earnest Money/Security Deposit: ............................................................................... 16 9. Local Conditions ......................................................................................................... 17 10. Purchaser’s Right to Terminate RFP Process ............................................................ 17 11. Contacting the Tenderer ............................................................................................. 18 12. Bid validity .................................................................................................................. 18 13. Period Of Project ........................................................................................................ 18 14. Supplementary Information / Corrigendum / Amendment to the RFP ......................... 18 15. Arbitration .................................................................................................................. 18 16. Disqualification .......................................................................................................... 19 17. Conflict of Interest ...................................................................................................... 19 18. Commercial Proposal ................................................................................................. 20 19. Language of Proposal ................................................................................................. 21
7. OVERVIEW OF DEPARTMENT OF SC&ST WELFARE ..................................... 22
7.1 KEY OBJECTIVES ................................................................................................ 22
7.2 SCHEME UNDER SC&ST WELFARE DEPARTMENT. ............................................ 23 7.2.1 Stipend Scheme......................................................................................................... 23 7.2.2 Residential Schools .................................................................................................. 23 7.2.3 Hostel Scheme .......................................................................................................... 23 7.2.4 Special Central Assistance to Special Component Plan ........................................... 23 7.2.5 Bihar State Scheduled Caste Co-operative Development Corporation .................... 24 7.2.6 Bihar State Mahadalit Vikas Mission Schemes......................................................... 24
8. SCOPE OF WORK .......................................................................................... 27
8.1 SC&ST PORTAL DEVELOPMENT........................................................................ 27
8.2 APPLICATION SOFTWARE DEVELOPMENT ........................................................... 30
8.3 GRIEVANCE REDRESSAL CENTER – ...................................................................... 35 8.3.1 Helpdesk for Employees & Citizens ......................................................................... 35
8.4 PRINTING SERVICES ..................................................................................... 36
8.5 TRAINING SERVICES ........................................................................................... 37
8.6 MANPOWER SUPPORT ......................................................................................... 38
8.7 DATA CENTRE SETUP .......................................................................................... 42 8.7.1 Application Server and Web Server .......................................................................... 42
Page 3 of 83
8.7.2 Database Server ....................................................................................................... 42 8.7.3 Mailing & Messaging Server .................................................................................... 42 8.7.4 SAN (Minimum 5 TB) ............................................................................................... 42 8.7.5 Firewall & Intrusion Prevention System .................................................................. 43 8.7.6 Specification for Data Centre Hardware Setup ........................................................ 43
8.8 ENTERPRISE MAILING SOLUTION:....................................................................... 46 8.8.1 Mailing Solution specifications to cater to 250 users ............................................... 46
8.9 DATA MIGRATION & DATA ENTRY .......................................................... 47
8.10 HANDHOLDING SUPPORT .................................................................................... 47
8.11 POST-IMPLEMENTATION PHASE / OPERATE AND MAINTAIN PHASE .................... 48 8.11.1 Scope of Services during Post Implementation Phase ......................................... 49
9. SOLUTION ARCHITECTURE AND REQUIREMENTS ......................... 52
9.1 SOLUTION ARCHITECTURE.................................................................................. 52
9.2 VARIOUS MODULES/SERVICES REQUIREMENT ................................................... 54
10. REQUIREMENT OF SLSS ................................................................................... 56
10.1 MOBILE APPLICATION ........................................................................................ 58
10.2 REQUIREMENT FOR ADHERENCE TO STANDARDS ............................................... 59
11. PRE-QUALIFICATION CRITERIA ........................................................................ 60
12. BID OPENING AND EVALUATION PROCESS ....................................................... 62
12.1 OVERALL EVALUATION PROCESS ....................................................................... 62
13. EVALUATION OF PRE-QUALIFICATION BIDS .................................................... 63
13.1 EVALUATION OF TECHNICAL PROPOSALS ........................................................... 63
13.2 TECHNICAL EVALUATION METHODOLOGY: ......................................................... 63
13.3 EVALUATION OF TECHNICAL BIDS ...................................................................... 63
13.4 EVALUATION OF TECHNICAL PROPOSALS ........................................................... 64
14. EVALUATION OF COMMERCIAL BID ................................................................. 65
14.1 DETERMINATION OF THE BEST VALUE BID ......................................................... 65
15. ROLES AND RESPONSIBILITIES ......................................................................... 66
16. IMPLEMENTATION SCHEDULE: ......................................................................... 67
17. APPLICABILITY OF MSA ................................................................................... 68
18. TECHNICAL REQUIREMENT OF SCOPE OF WORK (ANNEXURE -1 ) ............... 70
18.1.1 Specification for Data Centre Hardware Setup .................................................... 70 18.2 HARDWARE AND SOFTWARE FOR OTHER SC&ST OFFICES ............... 74
19. COMMERCIAL BID FORMMAT AS PER SUMMERY OF SCOPE OF WORK
(ANNEXURE -2 ) ................................................................................................................ 76
20. PAYMENT TERMS AS PER ANNEXURE-2 .................................................................. 82
21. DEPLOYMENT LOCATIONS (UNDER SEC.19.E) ................................................. 83
Page 4 of 83
1. DISCLAIMER
i. The information contained in this Request for Proposal document (RFP) or subsequently
provided to bidders, whether verbally or in documentary or any other form by or on behalf
of the Purchaser or any of their employees or advisers, is provided to bidders on the terms
and conditions set out in this RFP and such other terms and conditions subject to which
such information is provided.
ii. This RFP is not an agreement and is neither an offer nor invitation by the Purchaser to the
prospective bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in the formulation of their Proposals
pursuant to this RFP. This RFP includes statements, which reflect various assumptions and
assessments arrived at by the Purchaser in relation to the Project. Such assumptions,
assessments and statements do not purport to contain all the information that each bidder
may require. This RFP may not be appropriate for all persons, and it is not possible for the
Purchaser, its employees or advisers to consider the objectives, technical expertise and
particular needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not be complete, accurate, adequate
or correct. Each bidder should, therefore, conduct its own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this RFP and obtain independent
advice from appropriate sources.
iii. Information provided in this RFP to the bidders is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The Purchaser accepts no responsibility for the accuracy or otherwise for
any interpretation or opinion on the law expressed herein.
iv. The Purchaser, its employees and advisers make no representation or warranty and shall
have no liability to any person including any bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
reliability or completeness of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way in
this selection process.
v. The Purchaser also accepts no liability of any nature whether resulting from negligence or
otherwise however caused arising from reliance of any bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being under
any obligation to do so, update, amend or supplement the information, assessment or
assumption contained in this RFP.
Page 5 of 83
vi. The issue of this RFP does not imply that the Purchaser is bound to select a bidder or to
appoint the selected bidder, as the case may be, for the Project and the Purchaser reserves
the right to reject all or any of the Proposals without assigning any reasons whatsoever.
vii. The bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by the Purchaser or any other costs incurred in connection with or relating to its
Proposal. All such costs and expenses will remain with the bidder and the Purchaser shall
not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by an bidder in preparation of submission of the Proposal, regardless of the
conduct or outcome of the Selection Process.
Page 6 of 83
2. IMPORTANT INFORMATION
Important Information about the RFP
Non Refundable Tender Cost
Rs.10000/- in cash or through demand draft from a scheduled
bank/Nationalised bank, drawn in favour of “Director , Scheduled
caste and Scheduled Tribes Welfare Department ”, payable at
Patna.
EMD
Rs. 15,00,000/ in the form of Demand Draft /Bank Guarantee in
favour of “Director , Scheduled caste and Scheduled Tribes
Welfare Department ”,payable at Patna from any
scheduled/nationalized bank.
Last Date of Submission of
written queries on Bid document
for pre bid conference
Any clarification and queries relating to tender document. Bidder s
have to submit their written clarifications & queries on before
17:00 hrs 21/10/2013. Bidder can submit their quarries by hand or
by email on [email protected] , [email protected]
Pre bid Conference At 16:00 hrs. on 22/10/2013 Venue: Conference hall , SC&ST
Welfare Department, Old Secretariat Patna-1.
Last date for submission of Bids Up 15:00hrs on 11/11/2013.
Opening of General Cum
Technical Bids 15:30 hrs on 11/11/2013
Opening of Financial Bids Only those bidders who qualified will be informed about the
Financial bid opening dates.
Page 7 of 83
3. LIST OF ABBREVIATIONS
PMS Post Metric Scholarship
Pre MS Pre Metric Scholarship
CFC Citizen Facilitation Center
CTI Computer Telephonic Integration
CTP Chief Town Planner
DC Data Center
DHCP Dynamic Host Configuration Protocol
DNS Domain Name Services
DR Disaster Recovery Site
EMS Enterprise Management Software
EO Executive Officer
EQMS Electronic Queue Management System
FIFO First In First Out
G2B Government To Business services
G2C Government To Citizen services
G2G Government To Government services
Gbps Gigabits per second
GIS Geographical Information System
GOI Government of India
H/W Hardware
HOD Head Of Department
ICT Information and Communication Technology
IEEE Institute of Electrical and Electronics Engineers
IMAP Internet Message Access Protocol
ISO International Organization for Standards
ITIL Information Technology Infrastructure Library
ITSM IT Service Management
ITSM Information Technology Services Management
IVRS Interactive Voice Response System
Kbps Kilobits per second
LAN Local Area Network
LDAP Lightweight Directory Access Protocol
Mbps Megabits per second
MIS Management Information System
MLLN Managed Leased Line Network
MPLS Multiprotocol Label Switching
N/W Network
NIS Network Information Service
NMS Network Monitoring System
NOC No Objection Certificate
O & M Operations & Maintenance
PDA Personal Digital Assistance
Page 8 of 83
POP Post Office Protocol
PPP Public Private Partnership
BSWAN Bihar State Wide Area Network
RFP Request for Proposal
RTI Right To Information
S/W Software
SDC State Data Center
SLA Service Level Agreement
SMS Short Messaging Services
SMTP Simple Mail Transfer Protocol
TCP /IP Transmission Control Protocol/ Internet Protocol
UID Unique Identification
SC&ST SC&ST Welfare Department
VPN Virtual Private Network
WAN Wide Area Network
XML Extensible Markup Language
SDA Software Development Agency
SI System Integrator
Page 9 of 83
4. NOTICE INVITING TENDER
GOVERNMENT OF BIHAR
SCHEDULED CASTE AND SCHEDULED TRIBES
WELFARE DEPARTMENT
OLD SECRETARIAT PATNA-1.
FAX NO 0612- 2215265, 2217251 PHONE NO 0612-2203707, 2217526
[email protected] , [email protected] Web: www.scstwelfare.bih.nic.in
NOTICE INVITING TENDER(NIT)
Sealed Tenders are invited in two bid system from reputed companies by the Director , Scheduled
caste and Scheduled Tribes Welfare Department ,Government Of Bihar for an integrated IT
solution at all welfare ,Corporation offices, data centre setup at the Patna HQ office of the
Department of SC&ST Welfare on a turnkey basis.
Quotation forms including terms and conditions, specifications etc can be obtained from the office
of Director , Scheduled caste and Scheduled Tribes Welfare Department ,Government Of Bihar on
all working days (Monday to Friday) between 11.00 hours to 16.00 hours by payment of a demand
draft of Rs 10000/- drawn in favor of Director, Scheduled Caste And Scheduled Tribes Welfare
Département Patna. It may also be downloaded from the website http://scstwelfare.bih.nic.in. in
case of a downloaded form D.D of Rs 10000/- to be attached with the form.
The last date for submission of the completed bid will be on or before 15.00 hrs on 11-11-2013 and
there will be a pre bid meeting on 22-10-2013.The bids will be opened on 11-11-2013 at 15.30 hrs
in presence of the bidders or their authorized representatives.
The undersigned reserves the right to cancel the bid without assigning any reasons.
Director ,
Scheduled caste and Scheduled Tribes Welfare Department
Page 10 of 83
5. DEFIINITIONS
i. "Bidder” means any firm offering the solution(s), service(s) and for materials required in
the RFP. The word Bidder when used in the pre award period shall be synonymous with
Bidder or operator or service provider, and when used after award of the Contract shall
mean the successful Bidder or operator or service provider.
ii. "Agreement" means this Master Service Agreement together with the Service Level
Agreement and the contents and specifications set out in all the volumes of the RFP;
which constitute an integral and inseparable part of the Agreement.
iii. "Applicable Laws" includes all applicable statutes, enactments, acts of legislature or
parliament, laws, ordinances, rules, by-laws, regulations, notifications, guidelines,
policies, directions, directives and orders of any Governmental authority, tribunal,
board, court or other quasi-judicial authority;
iv. "Bespoke Software" means the software designed, developed, tested and deployed
by the Implementing Agency for the specific and exclusive purposes of rendering the
Services to the Stakeholders of the Project and includes the source code along with
associated documentation, which is the work product of the development efforts
involved in the Project and the improvements and enhancements effected during the
term of the Project, but does not include third party software products (except for the
customization components on such products), proprietary software components and
tools deployed by the Implementing Agency, and which, i.e., the bespoke software,
shall be solely owned by the managing Director;
v. "Confidential Information" means all information including Project Data (whether
in written, oral, electronic or other format) which relates to the technical, financial
and business affairs, customers, suppliers, products, developments, operations,
processes, data, trade secrets, design rights, know-how and personnel of each Party
and its affiliates which is disclosed to or otherwise learned by the other Party
(whether a Party to this MSA or to the SLA) in the course of or in connection with
this MSA (including without limitation such information received during
negotiations, location visits and meetings in connection with this MSA or to the
SLA);
vi. "Control" means possession, directly or indirectly, of the power to direct or cause
the direction of the management or policies of any entity, whether through the
ownership of voting securities, by contract or otherwise;
vii. "Data Centre" or "DC" means the primary centre where data, software, computer
systems and associated components, such as telecommunication and storage systems,
redundant or backup power supplies, redundant data communications, environment
controls and security devices are housed and operated from;
viii. "Disaster Recovery Centre" or "DRC" means the centre that is designed to act as
Page 11 of 83
the Data Centre on occurrence of a disaster / non-functioning of the DC
"Deliverables" means the products, infrastructure and services required to be
delivered by the Implementing Agency in pursuance of the Agreement as defined
more elaborately in RFP in relation to the Project Implementation Phase and the
Operations and Maintenance Phase and includes all documents related to the solution,
user manual, business designs, training materials, technical manual, design, process
and operating manuals, service mechanisms, policies and guidelines and source code
and all respective modifications ;
ix. "Effective Date" means the date on which the MSA is signed by both the Parties;
x. "Implementing Agency Proprietary Information" shall mean Proprietary
Information of the Implementing Agency and shall include all modifications,
enhancements and other derivative works of such Implementing Agency;
xi. "Implementation Sites" or "Project Locations" shall mean any or all the locations
(including DC), where E-Scholarship Project is to be implemented by Implementing
Agency pursuant to the Agreement;
xii. "Intellectual Property Rights" means and includes all rights in the Application
Software, its improvements, upgrades, enhancements, modified versions that may be
made from time to time, database generated, compilations made, source code and
object code of the software, the said rights including designs, copyrights, trademarks,
patents, trade secrets, moral and other rights therein;
xiii. "Listed Assets" means entire hardware and software, network or any other
information technology infrastructure components which are to be provided by the IA
for and on behalf of Project Director, in the name of the Project Director.
xiv. "Material Adverse Effect" means material adverse effect on (a) the ability of the IA
to perform/discharge any of its duties/obligations under and in accordance with the
provisions of this MSA and/or SLA; and/or (b) the legal validity, binding nature or
enforceability of this MSA and/or the SLA.
xv. "Operations and Maintenance" or "O&M" means the services to be rendered, as
per the SLA, during the period commencing from the "Go-Live date" till the expiry or
termination of the Master Service Agreement;
xvi. "Operations and Maintenance Phase" means the phase in which O&M is to be
carried out by the IA.
xvii. "PBG" or "Performance Guarantee" or "Performance Bank Guarantee" shall
mean an unconditional and irrevocable bank guarantee provided by a Nationalized/
Scheduled Bank to Project Director on behalf of the Implementing Agency amounting
to 5% of the Project Value calculated on annual basis. The Performance Guarantee
shall be valid for three years from the date of work order/Agreement, unless extended
pursuant to the Agreement;
Page 12 of 83
xviii. "PMU" means Project Monitoring Unit that would work as the extended arm of
SC&ST Welfare Department to implement the project. It would be primarily
responsible for supporting Government in supervising, monitoring and evaluating the
"Project Assets" or "Assets" shall mean to include (i) Listed Assets and (ii) entire
hardware and software, network or any other information technology infrastructure
components used for the E-SCHOLARSHIP Project and other facilities leased / owned
by the Implementing Agency to be used for the delivery of the Services pursuant to the
Agreement.
xix. "Project Data" means all proprietary or other data of the Project generated out of the
Project operations and transactions, documents and related information including but
not restricted to user data which the Implementing Agency obtains, possesses or
processes in the context of providing the Services to the users pursuant to this MSA
and the SLA;
xx. "Project Director, means an officer of the Government of Bihar, who is to be
responsible for discharging all the responsibilities under the computerization of Project.
xxi. "Project Implementation" means the implementation of this Project as per the
testing standards and acceptance criteria prescribed in the Agreement;
xxii. "Project Implementation Phase" means the period between the Effective Date and
the Go-Live date;
xxiii. "Proprietary Information" means processes, methodologies and technical and
business information, including drawings, designs, formulae, flow charts, data and
computer programs already owned by party recreates or granted by third parties to a
Party hereto prior to its being made available under this MSA, or the SLA;
xxiv. "RFP" or "Request for Proposal" means the documents containing the Technical,
Functional, Operational, Commercial and Legal specifications terms and conditions
for the implementation of the Project and includes the clarifications, explanations and
amendments issued by Project Director from time to time.
xxv. "Service Level" means the level of service and other performance criteria which will
apply to the Services ; "Service Level Agreement" or "SLA" means the Agreement
on service levels between Implementing Agency and Project Director, in terms of the
Service Level requirements as per the model set out in MSA;
xxvi. "Services" means the services to be rendered during the Project Implementation
Phase and the Operation and Management Phase including but not limited to the
services to be delivered to the Stakeholders, seeking information with respect to
SC&ST Welfare sale and distribution, procured, installed, managed and operated
by the Implementing Agency including the tools of information and communications
technology;
Page 13 of 83
xxvii. "Stakeholders" means the Key Important stakeholders and other stakeholders, as
defined in RFP and the citizens of India;
xxviii. "Third Party Systems" means systems (or any part thereof) in which the Intellectual
Property Rights are owned by a third party and to which Implementing Agency has
been granted a license to use and which are used in the provision of Services;
xxix. "Third Party Agency" means the agency appointed by the Project Director for the
purpose of certification of the hardware and software by conducting various types of
tests.
xxx. “E-Scholarship Solution" means integrated solution for supply of Core IT
infrastructure, Security Software’s, IT Professionals and Web Portal System
Application System hosted at Service Provider’s Data Centre aiming to act as a
single point of reference for the departments (i.e. Department of SC&ST Welfare
and Allied Departments SC&ST Head office s) users and citizens to retrieve
information from the central database based on user roles and permissions. And also
facilities to enhance the involvement of citizens through easier access to information
as well as registration and tracking of grievances.
xxxi. "Project" means project involving design, development, implementation, and
maintenance across all the locations as per terms and conditions laid down in the RFP
in conformance to SLA.
Page 14 of 83
6. INSTRUCTIONS
There are two parts of tender document papers namely: -
General Bid cum Technical Bid
Financial Bid
a) The tender should be submitted by Post/hand only. No other form of tender submission will
be valid for evaluation. The bidders can submit the EMD in form of DD or Bank Guarantee
along with general bid of tender.
b) The Technical Bids of only the Bidder s short listed from the General bids will be opened.
Similarly, The Financial Bids of only the Bidder s short listed from the Technical bids will be
opened.
c) Tenders should be fully in accordance with the requirements of the Terms and Conditions as
specified in this RFP.
d) Appropriate forms furnished with this specification shall be used in filling quotation.
Incomplete, illegible form will be rejected.
e) All offers should be made in English. Conditional offers and offers qualified by such vague
and indefinite expression such as "Subject to immediate acceptance", "Subject to prior sale"
etc. will not be considered.
f) The Price and conditions of the offer should be valid for at least a period of 180 days from the
date of tender opening. Quotations/ Bids with validity of less than 180 days may be rejected.
g) Modification of specifications and extension of closing date of tender, if required, will be
made by an Addendum. Copies of Addenda will be sent to those who have purchased the
tender document. This shall be signed and shall form a part of the tender in full and /or part
thereof.
h) Bidders shall carefully examine the tender documents and the technical specification and fully
inform themselves as to all the conditions and matters, which may in any way, affect the work
or the cost thereof. The terms of payments, delivery and acceptance applicable in this case and
indicated in the Terms and Conditions of this RFP.
i) In comparing tenders and in making awards, Corporation/ Department may consider such
factors as compliance with the specifications, relative quantity of supply, ability to provide
repairs and maintenance service, the time of delivery and such other conditions as it may
consider relevant.
j) Request from the bidder in respect of additions, alterations, modifications, corrections etc. of
both terms and conditions or rates after opening of the tender will not be considered.
Page 15 of 83
k) The bidder shall make its own arrangements, for supply, installation and commissioning of
materials at destination.
l) While tenders are under consideration, bidders and their representatives or other interested
parties, are advised to refrain from contacting by any means Purchaser's personnel or
representatives, on matters relating to the tenders under consideration. The purchaser if
necessary will obtain clarification on tenders by requesting such information from any or all
the bidders either in writing or through personal contact as may be necessary. Any attempt by
any bidder to bring pressure of any kind, may disqualify the bidder for the present tender and
the bidder may be liable to be debarred from bidding for Corporation/Department tenders in
future for a period of three years. General conditions
1. Late Bids
Any bid received by the Tenderer after the time and date for receipt of bids prescribed in the
RFP document will be rejected and returned unopened to the Bidder.
2. Bid Forms
i. Wherever a specific form is prescribed in the Bid document, the Bidder shall use the
form to provide relevant information. If the form does not provide space for any
required information, space at the end of the form or additional sheets shall be used to
convey the said information.
ii. For all other cases, the Bidder shall design a form to hold the required information.
iii. Department shall not be bound by any printed conditions or provisions in the Bidder ’s
Bid Forms
3. Amendment of Bid Documents
The amendments in any of the terms and conditions including technical specifications of
this RFP document will be notified to all prospective bidders through publish in the
given website or via email.
4. Pre bid Conference (PBC)
i. Tenderer shall hold a pre bid conference (PBC) after the sale of the RFP document as
per schedule mentioned in this RFP. In this PBC, Tenderer would address the
clarifications sought by the bidders with regard to the RFP document and the project.
The bidders would be required to submit their queries to the Director SC&ST
Department in writing to be received at least 2 days prior to the PBC or E-Mail at
[email protected]. Queries not submitted within this deadline will not be taken
up at the PBC.
ii. Tenderer reserves the right not to respond to any/all queries raised or clarifications
sought if, in their opinion and at their sole discretion, they consider that it would be
inappropriate to do so or do not find any merit in it.
Page 16 of 83
5. Response to Bidder’s Enquiries
All enquiries from the bidders relating to this RFP must be submitted in writing exclusively to
the contact person two days prior to the date specified for pre-bid meeting in the RFP Data
Sheet. Any query received after the due date shall not be entertained. The queries should
necessarily be submitted in the following format:
BIDDER’S REQUEST FOR CLARIFICATION
Name of Organization
submitting request
Name & position of person
submitting request
Complete address of the
organization including phone, fax
and email points of contact
Tel:
e-Mail:
FAX:
Sr. Bidding Document Reference(s)
(section number/ page)
Content of RFP
requiring
clarification
Points of clarification
1.
2.
All enquiries should be sent either through email or Fax. Purchaser shall not be responsible for
ensuring that bidders’ enquiries have been received by them. Purchaser shall provide a
complete, accurate, and timely response to all questions to all the bidders. However, Purchaser
makes no representation or warranty as to the completeness or accuracy of any response, nor
does Purchaser undertake to answer all the queries that have been posed by the bidders. All
responses given by Purchaser will be distributed to all the bidders through publication at web
site.
6. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its
Proposal, including the cost of presentation for the purposes of clarification of the bid, if so
desired by the Government of Bihar. The Government of Bihar will in no case be
responsible or liable for those costs, regardless of the conduct or outcome of the bid process.
7. Cost of Bid Document
The cost of Bid document is Rs. 10000/ Rupees Ten thousand only, (Non refundable) the
document will be available on website http://scstwelfare.bih.nic.in. The Fee of downloaded
RFP document has to be submitted as a Demand Draft in favor of Director SC&ST
Welfare payable at Patna. Bidders who have deposited the fee of bid document will only
be eligible to attend the pre bid conference.
8. Earnest Money/Security Deposit:
i. The General Bid should also contain relevant supporting documents and Earnest Money
Deposit (EMD) as per details given below, by Demand Draft /Irrevocable Bank
Guarantee (valid for six month) of any nationalized/ scheduled bank or drawn /
Page 17 of 83
deposited in favor of Director SC&ST Welfare. Patna EMD for the entire project Rs.
15,00,000/-(Rupees Fifteen Lakhs only). The Earnest Money Deposit of the
unsuccessful bidders will be refunded without any interest after issuance of LOI on
successful bidder.
ii. In the case of bidders whose bids are accepted for undertaking the work assigned for this
tender, the successful bidder will submit a Performance Security deposit, which will be
equal to 5% (five percent) of the project Value on Annual Basis renew every Year
before expiry of Existing BG under this tender that the bidder has quoted in his
Financial Bid. The same would have to be in form of irrevocable valid Bank Guarantee
and have to be submitted within 15 days from the issuance of the LOI.
iii. The successful bidder will also submit an acceptance of the LOI within three days from
the awarding of the Contract.
iv. Earnest Money Deposit of the successful bidder will be refunded on receipt of
Performance Security Deposit from the bidder.
9. Local Conditions
i. Each Bidder is expected to fully get acquainted with the local conditions and factors,
which would have any effect on the performance of the contract and /or the cost.
ii. The Bidder is expected to know all conditions and factors, which may have any effect
on the execution of the contract after issue of Letter of Award as described in the
bidding documents. The Tenderer shall not entertain any request for clarification from
the Bidder regarding such local conditions.
iii. It is the Bidder’s responsibility that such factors have properly been investigated and
considered while submitting the bid proposals and no claim whatsoever including those
for financial adjustment to the contract awarded under the bidding documents will be
entertained by the Tenderer. Neither any change in the time schedule of the contract nor
any financial adjustments arising thereof shall be permitted by the Tenderer on account
of failure of the Bidder to know the local laws / conditions.
iv. The Bidder is expected to visit and examine the locations and obtain all information that
may be necessary for preparing the bid at their own interest and cost.
10. Purchaser’s Right to Terminate RFP Process
a. The Purchaser reserves the right to accept or reject any proposal, and to annul the RFP
process and reject all proposals at any time prior to award of contract, without incurring
any liability to the affected bidder or bidders or any obligation to inform the affected
bidder or bidders of the grounds for Purchaser’s action. The Purchaser makes no
commitment, expressed or implied that this process will result in a business transaction
with anyone.
b. This RFP does not constitute an offer by the Purchaser. The bidder's participation in this
process may result in Purchaser selecting the bidder to engage in further discussions and
negotiations toward execution of a contract. The commencement of such negotiations
does not, however, signify a commitment by the Purchaser to execute a contract or to
continue negotiations. The Purchaser may terminate negotiations at any time without
assigning any reason.
Page 18 of 83
c. Failure to execute the Agreement with the selected bidder within the defined period may
result in award of the same work to another agency at the risk and cost of the Bidder.
11. Contacting the Tenderer
i. Any effort by Bidder influencing the Tenderer’s bid evaluation, bid comparison or
contract award decisions may result in the rejection of the bid.
ii. Bidder shall not approach Bihar officers after office hours and/ or outside Bihar office
premises, from the time of the bid opening till the time the Contract is awarded.
12. Bid validity
The bids shall remain valid for a period of 180 days from the last date of submission of
tender.
13. Period Of Project
This IT integration Project shall come into effect on the Effective date and shall continue for a
period of Five (3+2) years from the “Go-live” date of the E-portal and e-governance, unless
terminated earlier .The request and the response thereto shall be made in writing for extension
term. The Performance Bank Guarantee provided shall also be suitably extended.Contract
singned for Three Year and renue 2 year further after review.
14. Supplementary Information / Corrigendum / Amendment to the RFP
a. If Purchaser deems it appropriate to revise any part of this RFP or to issue additional data
to clarify an interpretation of the provisions of this RFP, it may issue
supplements/corrigendum to this RFP. Such supplemental information will be made
available on website www.scstwelfare.bih.nic.in. Any such supplement shall be deemed
to be incorporated by this reference into this RFP.
b. At any time prior to the deadline (or as extended by the Purchaser) for submission of
bids, Purchaser, for any reason, whether at its own initiative or in response to
clarifications requested by prospective bidder may modify the RFP document by issuing
amendment(s). All bidders will be notified of such amendment(s) by publishing on the
websites, and these will be binding on all the bidders.
c. In order to allow bidders a reasonable time to take the amendment(s) into account in
preparing their bids, Purchaser, at its discretion, may extend the deadline for the
submission of bids.
15. Arbitration
SC&ST Welfare Department and the selected bidder shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute arising between them
under or in connection with the Contract. If, after ninety (90) days from the commencement
of such informal negotiations, State and the selected Bidder have been unable to amicably
Page 19 of 83
resolve dispute, either party may require that the dispute be referred for resolution to the
formal mechanisms, which may include, but are not restricted to, conciliation mediated by a
third party acceptable to both, or in accordance with the Arbitration and Conciliation Act,
1996. All Arbitration proceedings shall be held at Patna, Bihar State, and the language of
the arbitration proceedings and that of all documents and communications between the
parties shall be in English.
16. Disqualification
The proposal is liable to be disqualified in the following cases or in case bidder fails tomeet the
bidding requirements as indicated in this RFP:
a. Proposal not submitted in accordance with the procedure and formats prescribed in this
document or treated as non-conforming proposal
b. During validity of the proposal, or its extended period, if any, the bidder increases his quoted
prices
c. The bidder qualifies the proposal with his own conditions
d. Proposal is received in incomplete form
e. Proposal is received after due date and time at the designated venue
f. Proposal is not accompanied by all the requisite documents
g. If bidder provides quotation only for a part of the project
h. Information submitted in technical proposal is found to be misrepresented, incorrect or false,
accidentally, unwittingly or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period, if any
i. Commercial proposal is enclosed with the same envelope as technical proposal
j. Bidder tries to influence the proposal evaluation process by unlawful/corrupt/fraudulent
means at any point of time during the bid process
k. In case any one bidder submits multiple proposals or if common interests are found in two or
more bidders, the bidders are likely to be disqualified, unless additional proposals/bidders are
withdrawn upon notice immediately
l. Bidder fails to deposit the Performance Bank Guarantee (PBG) or fails to enter into a contract
within stipulated date of notice of award of contract or within such extended period, as may be
specified in the RFP.
m. while evaluating the proposals, if it comes to Purchase Committee’s knowledge expressly or
implied, that some bidders may have colluded in any manner whatsoever or otherwise joined
to form an alliance resulting in delaying the processing of proposal then the bidders so
involved are liable to be disqualified for this contract as well as for a further period, as
decided by the Purchaser, from participation in any of the tenders floated by the Purchaser.
17. Conflict of Interest
SI shall furnish an affirmative statement as to the absence of, actual or potential conflict of interest
on the part of the SI or any prospective subcontractor due to prior, current, or proposed contracts,
engagements, or affiliations with the Purchaser. Additionally, such disclosure shall address any and
all potential elements (time frame for service delivery, resource, financial or other) that would
adversely impact the ability of the SI to complete the requirements as given in the RFP. Please use
form given in Annexure for making declaration to this effect.
Page 20 of 83
18. Commercial Proposal
i. The Bidder is expected to price all the items and services proposed in the Technical Proposal.
Purchaser may seek clarifications from the Bidder on the Technical Proposal. Any of the
clarifications by the Bidder on the technical proposal should not have any commercial
implications. The Commercial Proposal submitted by the Bidder should be inclusive of all the
items in the technical proposal and should incorporate all the clarifications provided by the
Bidder on the technical proposal during the evaluation of the technical offer.
ii. Unless expressly indicated in this RFP, bidder shall not include any technical information
regarding the services in the commercial proposal. Additional information directly relevant to
the scope of services provided in Vol. I may be submitted to accompany the proposal. However,
this information will not be considered for evaluation purposes.
iii. The Commercial Proposal must be detailed and must cover each year of the contract term. The
bidder must provide the Commercial Proposal in hardcopy only.
iv. Correction of Error
a. Bidders are advised to exercise adequate care in quoting the prices. No excuse for
corrections in the quoted figures will be entertained after the commercial proposals are
received by Purchaser. All corrections, if any, should be initialed by the person signing the
proposal form before submission, failing which the figures for such items may not be
considered.
b. Proposals will be checked by the Purchaser for any arithmetic errors during the evaluation
of the Financial Proposal.
v. Prices and Price Information
a. The Bidder shall quote a price for all the components, the services of the solution to meet
the requirements as listed in the Volume I of this RFP. All the prices will be in Indian
Rupees.
b. No adjustment of the price quoted in the Commercial Proposal shall be made on account of
any variations in costs of labour and materials, currency exchange fluctuations with
international currency or any other cost component affecting the total cost in fulfilling the
obligations under the contract.
c. The price quoted in the Commercial Proposal shall be the only payment, payable by the
Purchaser to the successful Bidder for completion of the contractual obligations by the
successful Bidder under the Contract, subject to the terms of payment specified as in the
proposed commercial bid or the one agreed between the Purchaser and the Bidder after
negotiations.
d. The price would be inclusive of all taxes, duties, charges and levies as applicable
e. The prices, once offered, must remain fixed, and must not be subject to escalation for any
reason whatsoever within the period of the validity of the proposal and the contract. A
Page 21 of 83
proposal submitted with an adjustable price quotation or conditional proposal may be
rejected as non-responsive.
f. Bidder should provide all prices, quantities as per the prescribed format given in Format for
Bid Response – Commercial Bid. Bidder should not leave any field blank. In case the field
is not applicable, Bidder must indicate “0” (zero) in all such fields.
g. It is mandatory to provide the break-up of all components in the format specified for
detailed Bill of Material. The commercial bid should include the unit price and proposed
number of units for each component provided in the Bill of Material in the commercial bid.
In case of a discrepancy between the Bill of Material and the commercial bid, the technical
Bill of Material remains valid. In no circumstances shall the commercial bid be allowed to
be changed / modified.
h. It is mandatory to provide break-up of all taxes, duties and levies wherever applicable
and/or payable.
i. The bid amount shall be inclusive of packing, forwarding, transportation, insurance till Go
Live, delivery charges and any other charges as applicable.
19. Language of Proposal
The proposal and all correspondence and documents shall be in English. All proposals and
accompanying documents received within the stipulated time will become the property of
the Purchaser and will not be returned. The hardcopy version will be considered as the
official proposal.
Page 22 of 83
7. OVERVIEW OF DEPARTMENT OF SC&ST WELFARE
The ST&SC Welfare Department is the nodal Department for the welfare of the Scheduled Caste
and Scheduled Tribes of the state. The main task of SC&ST welfare Department is to ensure the
economic ,educational and social up-liftment of persons belonging to Society’s underprivileged
sections as below :
1. Scheduled Caste
2. Scheduled Tribes
The department run lot of programs for providing better education facility, training, capacity
building schemes for beneficiaries form these sections of society so that complete their rightful
education and earn their breads. This will help them support their family and live a better life.
7.1 Key Objectives
SC&ST Welfare Department, Govt. of Bihar has embarked on ambitious plans for enabling in
Bihar to deliver end-to-end services to its stakeholders in a user-centric way bringing about high
levels of accountability and transparency in its service delivery supported by a high degree of
efficiency and effectiveness in the department's internal operations.
The department is targeting to install e-Governance at the forefront in SC&ST Welfare
Departments and other arms of Bihar by setting up strong IT infrastructure and using best-in class
state level software solution for harnessing the benefits of Information and Communication
Technology for improving the quality of services being delivered to the various stakeholders and
optimizing MIS for better planning and implementation of policies and schemes.
Department is envisaging to procure a web-based State Level Software Solution on multi-tenancy
catering to the requirements of the department is envisaged including applications and services
through mobile devices as described in this document.
To implement the above recommendations, SC&ST Welfare Department, Govt. of Bihar, referred
to as the purchaser, intends to engage a IT Integration and Software Development Agency, referred
to as the vendor that will design, develop and implement the complete solution for Department as
specified in the RFP document as well as operate & maintain it as specified in this RFP.
The SC&ST Welfare Department, Govt. of Bihar has ambitious plans to reach out to its citizens by
providing integrated end-to-end services utilizing advanced tools of Information and
Communication Technology (ICT) both for citizen-facing service delivery and back-office
computerization. The idea is to provide integrated services to citizens in a transparent, effective and
efficient manner to bring about high levels of citizen satisfaction.The primary goal of the project is
to provide municipal services to citizens through online / Single Window service delivery channel
and ensure accessible, convenient, transparent and timely delivery of services.
The main objective of this project is to help in strengthening and managing good governance by
leveraging ICT to improve its internal processes to serve the citizens in an effective and efficient
manner. E-Governance is a further step in this evolution that results in making the citizens a part of
Page 23 of 83
the process of governance through a consultative and inclusive approach. Implementation of the
project is envisaged to bring substantial benefits to the stakeholders i.e. State SC&ST department,
Corporation , SC&ST Schools and SC&ST Hostels ,Citizens/Business, Communities etc. Expected
benefits of the project can be listed as follows:
a. Ease in Information accessibility to all the stakeholders
b. Various services like online Scholarship management
c. Faster handling of public grievances
d. Computer Education in SC&ST Schools.
e. Hostel Management and Canteen Management
f. Automation of Departmental Functions and SC&ST Scheme and services.
g. Common information base across departments on a single integrated platform.
h. Better co-ordination between departments and agencies.
i. Creation of effective management information system (MIS).
j. Better mobilization and utilization of resources.
k. Improvement in fund Allocations and Disbursement.
l. Real time monitoring and reporting.
m. Objectiveness in decision-making.
7.2 Scheme Under SC&ST Welfare Department.
7.2.1 Stipend Scheme
Welfare department is running a number of stipend schemes for the welfare of SC&ST
students. These schemes have been so designed that it can fulfill the needs of the students.
The rates of stipend are as below:
7.2.2 Residential Schools
Welfare Department is running 80 residential schools for scheduled caste and scheduled
tribes Students are admitted on the basis of merit in these schools and they are provided
free boarding, lodging and education. Those who wish to get admission in those schools
should either contact the Head Master of the school or the District welfare Officer of the
district. Otherwise admissions are advertised in leading news papers during the beginning of
academic year.
7.2.3 Hostel Scheme
Welfare Department is running hostels scheme for SC, ST. In these hostels, only residential
facility is provided to the students. The students in these hostels run mess by themselves.
7.2.4 Special Central Assistance to Special Component Plan
Govt. of India provides SCA grants to the State Govt. for the economic upliftment of the
SCs. This grant is an additive to this Special Component Plan of the State Govt. As per the
new guidelines issued by GOI, this scheme is to be implemented on the lines of
Swarnjayanti Gram Swarojgar Yojna and there is provision to give up to Rs. 10,000/-
only maximum subsidy. To avail the benefit of the scheme, the SC person should contact
Page 24 of 83
the BDO, SDO, DWO, or DDC of the concerned districts and apply for getting the scheme
sanctioned.
7.2.5 Bihar State Scheduled Caste Co-operative Development Corporation
This corporation was established at the state capital to provide financial assistance to the SC
people. It is a society registered under the Society Registration Act. Different schemes being
run by the corporation for the benefit of SC people are as follows:
i. Subsidy Scheme.
ii. NSFDC Scheme.
iii. Training Scheme.
iv. NASLAR Scheme ( Garima).
7.2.6 Bihar State Mahadalit Vikas Mission Schemes
1. Land for housing scheme
Most of the Mahadalits do not have their own residential land. The scheme will
facilitate in providing land to each landless Mahadalit families. State Govt. has
already got surveyed the families having land and without land. At the same time, the
information of the availability of Govt. land and other lands has already been collected.
2. Mahadalit Awas Yojna
Mahadalit families will be provided houses as per the Govt. norms. Those families
who have their own land will get the houses constructed on that land and those families
who do not have their land will be given land first and then the houses will be constructed.
3. Mahadalit Water-supply Scheme
Drinking water facility is one of the basic needs of the Mahadalit families. Many such
families do not have access to safe drinking water facility. State Govt. will provide
water sources for the Mahadalit tolas on certain norms fixed by the Govt.
4. Mahadalit Toilet Construction Scheme
There is a big problem of toilet facility in Mahadalit Tolas. Under the scheme of Total
Sanitation Campaign, the toilets are constructed for the Mahadalit families after
contributing Rs. 300 in this scheme.
5. Mahadalit Basti Link Road Scheme
Many Mahadalit families live in isolated places where connectivity is a great problem.
State Govt. has planned to connect the Mahadalit tolas with link roads. If funds for rural
roads are not enough then, additional funds will be provided for this scheme. This scheme
will facilitate them for their overall development and improvement of their socio
economic conditions.
6. Mahadalit Anganwadi
Govt. is running Anganwadi centers under the normal ICDS programme. It has been
observed that more such Anganwadi Centers are required for the benefit of Mahadalits.
Additional Anganwadi centers will be opened as per the needs. These centers will act as
the hub for the nutritional supplement for the children of Mahadalits. These centers will
also take care of the health of the children and provide other facilities provided in these
Page 25 of 83
Anganwari centers.
7. Mahadalit Creche
It is a common practice that most of the Mahadalit women wish to work for their
families. Many women face the problem of keeping their children a safe place and
work without any worry. Keeping in mind the scheme of Creche was conceived.
There is no creche facility in the unorganized sector. The creche will have the
facility to nurture the children in the age group of 0-3 years. This will facilitate the young
couple to continue with their work as well as it can also ensure the other children to
continue their education.
8. Special School / Hostel for Mahadalits
The concept of special school for Mahadalits is to promote the inherent skills of the
community. Their skills and expertise are still not much promoted although there are
immense scopes of development. These special schools will provide technical know-
how to the beneficiaries and make them expert in the skills which normally they possess.
After being trained in their respective skills they will be able to make standard articles
and will be marketable.
9. Mukhyamantri Mahadalit Poshak Yojna
To make the children of Mahadalits attracted towards education, a scheme for providing
dress and other materials is being launched. This scheme will be known as
"Mukhyamantri Mahadalit Poshak Yojna" Under this scheme the Mahadalit children
will be provided school uniforms and other articles @ Rs. 500 per child who are
studying in class 1 to 5 in Govt. schools. This initiative will motivate the children to
continue their education.
10.Dashrath Manjhi kaushal Vikas Yojna
It has been proposed to establish institutes for providing training in different trades which
has high acceptability in the market. State Govt. will provide all kinds of infrastructure for
the establishment of the institute. Experts of different fields will be engaged to impart
training to the Mahadalit youths. The majority of Mahadalit communities are
involved in labour related activities. The training institute will facilitate them in
developing or sharpening their current skills and thus meeting market demand at the
higher wage rate.
11.Mukhyamantri Nari Jyothi Programme
Self help groups are the tools to economically empower men & women. Under this
scheme the women of Mahadalits will be roped in for Self help groups. Under the
scheme of "Mukhyamantri Nari Jyothi Programme" Self Help Groups of Mahadalit
women will be formed. Adequate funds will be provided for nurturing and sensitizations
of the groups.
12. Dhanvantari Mobile Ayurvedic Chikitsha
Ayurvedic Chikitsha System is very popular among the Mahadalit communities. To
facilitate the Ayurvedic Chikitsha among Mahadalits, Mobile van equipped with the
essential medical kits will be arranged. This system will provide Ayurvedic Medical
facility at the remote Mahadalit Tolas.
13. Mobile Public Distribution System
The concept of Mobile Public Distribution System is to support the Mahadalit
Communities living at the remotest area with all the essential goods such as rice,
Page 26 of 83
wheat, Kerosene etc. Under the scheme Mobile vans will be equipped with all the
essential goods and thus it can reach the remotest area.
14. Eradication of Scavenging System
The Govt. is committed to eradicate scavenging and engage them in dignified trade
activities so that the Mahadalits become self sustainable. All the identified persons will be
rehabilitated with the close coordination of Urban Development Department.
15. Construction of Community Hall cum Work-shade
The Mission proposes to construct one Community Hall cum Work-shade in Mahadalit
Tolas. This will facilitate in providing a common place for the different social and cultural
function.
16. Mukhyamantri Jeevan Drishti Programme
Apart from other activities, communication is one of the important tools to uplift any
person or family. To make the Mahadalit communities aware of the happenings of the
country and World the most common gadgets are Radio and Television. It has been
proposed to provide Radio(Transistor sets) to Mahadalit families and provide TV sets in
the proposed community centres.
17.Establishment of District & Block Resource Centre for Training and Research
The Mission will establish a District & Block Resource Centre to provide the
schemes related information to the Mahadalit Communities. These centers can be used
as a training centre for those officials who are involved in the Mahadalit Vikas Mission.
These centres will also function as a data centres for information to Mahadalit persons.
18.Vikas Mitra
Vikas Mitra is a very important concept of the Mission. The Vikas Mitra will
function as an intermediary between the District or Block Resource Centre and the
Mahadalit Tolas. It will facilitate and ensure that the services and facilities should reach
to the Mahadalit Communities in its real form.
19. Community Radio
It is observed that the Mahadalit Community does not have the normal conversation
with the general society. Therefore, it is an essential requirement to develop a radio
programme consisting of their social and cultural values.
Page 27 of 83
8. SCOPE OF WORK
Procurement, Installation & Commissioning of Hardware, System Software at all District locations
of SC&ST Welfare Department covering its Head Office. All the hardware installed and
commissioned shall be maintained by the system integrator up to contract period. Computerization
of the all Divisional ,District Welfare Offices, Corporations is also to be undertaken along with
computerization of the Department. The Department also runs training programs for the SC&ST
candidates from time to time. The service provider has to understand the requirements of the
Department and digitize the data related to these above schemes and also make relevant software
for monitoring these schemes. Manpower, hardware and software requirements have to be taken
care of by the service provider. Solution based on Open source will not accepted.
8.1 SC&ST Portal Development
The current website needs to be upgraded to a more elaborate web portal which would facilitate the
two way communication between citizens and the administration. It is necessary to build a detailed
user-friendly website. Work can be done on the existing website as most of the features have
already been incorporated in the Department’s website hosted at http://scstwelfare.bih.nic.in.
The current website though interactive still lacks a lot of features which need to be incorporated for
it to be a smooth delivery gateway for the services. To cater to a large audience it is essential for the
department to have a multilingual website specifically covering English and Hindi .The application
software that is envisaged to be developed for faster, transparent and efficient delivery of services
is to be integrated with the department’s website, which would act as the front end for availing /
requesting any service / information from SC&ST Welfare.
The project aims to design and develop portals for SC&ST Department. Generic portal shall have
general information about the department & its allied wings and it shall also fetch data (tender/news
etc.) From the CMS and show it under appropriate sections. Portal shall be bilingual – English &
Hindi. It shall be developed in web 2.0 architecture and conform to W3C standards and standards
published by DoT, GOI.
The scope of work for the selected agency shall be, but not limited to, as below -
Preparing an outline structure/site map of the portal.
Design and development of Integrated portal.
Content Management System for the portal.
Post implementation maintenance of portal for project duration.
The portal should provide full text search facility within the portal and global search.
Database creation and facility for updating the portal including any software component
required for the purpose.
Provide training for portal operation to users
Integration of portal with other Govt. websites
Integration of portal with other Govt. websites
Ensuring search engine optimization of portal
Page 28 of 83
The State SC&ST Portal would be the front end for all the services delivery in SC&ST
Department computerization. All stakeholders would typically come to portal to find information /
avail any service through CSC / Internet/mobile etc. Portal would be in local language, Hindi as
well as in English, and have easy to use navigation, search and browse features. Portal would be
connected to the State gateway and BSWAN (in future) / Internet and would be accessible to
department and to various service delivery channels like CSCs /internet for public access. The State
SC&ST Portal is a conceptual design of service delivery channel at the state level. The Portal
would be developed as a e-Governance plan of the department.
The objective behind the Portal is to provide a single window access to the information and
services being provided by the Department of SC&ST and all its related departments for the
citizens and stakeholders. An attempt has been made through this Portal to provide comprehensive,
accurate, reliable and one stop source of information about SC&ST and its various facets. Links to
other websites and sources of information too will be provided.
The content in this Portal will be a collaborative effort of various Indian Government Ministries
and Departments, at the Central/State/District level. The scheme orientation that has traditionally
been the mechanism for addressing the needs of the beneficiaries has been changed in light of
achieving the overall objectives of the project by providing a service orientation to them. This
essentially means that the government under the SC&ST would provide services in addition to the
existing schemes and programs of the central and state governments, which would be integrated in
nature. This also implies that in the proposed scenario no matter if the services originate from the
central or the state government, they would be provided through a single delivery interface to the
all stakeholders.
The key recommendations for the services, in the proposed project provide the accessibility to the
following information and sub services to the Stakeholders:
About Bihar - History of SC&ST department
Providing latest News
Providing Information on Important SC&ST Links on Bihar
Providing Information on Important SC&ST Links of India and World
Providing Information on Institutes
Providing Information on Information on SC&ST Courses and Universities
Providing Information on Information on scholarship schemes
Providing Information on Employment
Providing Information on Tenders
Providing Information on Departmental orders
Providing Information on Notices
Providing Information on Transfer orders
Providing Information on Budget
Providing Information on Scholarship details
Providing Information on Loan section
Providing Information on Downloadable Forms
Providing Information on Grievance Management
Providing Information on Expert Advisories System
Page 29 of 83
Providing Information on Blog
Providing Information on FAQ
Providing Information on Search
Providing Information on Sitemap
Providing Information on RTI
Providing Information on Department Offices and Officers
Email Login
4.1.1 SC&ST Portal Sections View
Section wise detailed view of each section on the home page of the State SC&ST Portal is as
illustrated in this Section. The various sections are
History
About us
Tenders
Departmental orders
Notices
Transfer orders
Budget
Link with associated department
Corporation details
Scholarship Corner
E-scholarship application
Offices and Officers Corners
DMS
Student Registration
Update Static Information for Scholarship
Update Dynamic Information for Scholarship
Mail/SMS sent to student to update information (Dynamic Information)
Related Website
Good SC&ST Practices
Scholarship details
Loan section
Downloadable Forms
Grievance Management
New Grievance Registered
View Grievance and Take Action
Resolution of Grievance
Escalation of Grievance
Expert Advisories System
Add New Query
Query Acceptance & Expert Advice
Blog
FAQ
Search
Sitemap
Page 30 of 83
RTI
Contact Us
8.2 Application Software Development
SC&ST Welfare Department covering its Head Office. ,Directorate, all Divisional ,District
Welfare Offices, Bihar State Scheduled Caste Co-operative Development Corporation,Bihar
Mahadalit Vikas Mission is also part of the Department. All these wings provide following schemes
for beneficiaries from underprivileged section of the society. This is not a comprehensive list, the
bidder is expected to finalize all the schemes during SRS phase.
A. Online Modules :
1. Beneficiary Management Module
This module manages applicant’s data across different schemes; it depict a
single window view of the applicant as beneficiary of various benefits
UID Compatible Beneficiary Profile
Beneficiary Benefits Details
Probable Duplicates Identification
2. Scholarship Management Module
Scholarship Schemes such as
i. GOI Matric Scholarship
ii. Pre Matric Scholarship
iii. Chief Minister SC ST Merit Scholarship
iv. Scholarship for students belonging to Mushahar & Bhuiya caste
v. Technical Training Scholarship
vi. Scholarship to the Children of those engaged in Unclean Occupation
vii. Sports Scholarship
The On-line e-scholarship application suite should at a minimum cover following
functionality & capabilities.
a. On-line Student Registration- Citizen should be able to register itself using unique
identifier like UID etc. so that they can apply for the required scholarship scheme.
Unique identifier will help in restricting duplicate student registrations.
b. On-line Institution Registration- Any institution which provides education to under
privileged section of the society should be able to register itself using its unique
registration details.
c. On-line Scholarship Application- Registered citizen should be able to fill the
scholarship application form from any corner of the state. In case of students like
those studying in primary & secondary schools who cannot apply on-line, school
authorities should be able to fill the application form on the behalf of the student.
Page 31 of 83
d. On-line Verification & Approval- Authorities from institution and authorities from
district and block offices should be able to verify & approve the scholarship
application on-line.
3. Awards and Incentives
The Awards and Incentives Module is designed to manage the end to end approval to
disbursement process.
o On-line candidate registration
o On-line application and its Processing
o Award and Incentive calculation engine
o Award & incentive disbursement
4. Certificates and Licenses
The Certificates and Licenses Module is designed to manage the end to end approval to hand
over process.
o On-line applicant registration
o On-line application and its Processing
o Certificate & License printing
o Certificate & License disbursal
5. Pensions
o On-line registration
o On-line application and its Processing
o Application Verification
o Pension Calculation engine
o Pension Disbursement
6. Facilities Management
The Facilities Management Module is designed to manage the end to end approval to hand
over process of non-cash benefits offered.
o On-line registration
o On-line application and its Processing
o Application Verification
o Facilities allotment
7. Compensations, Training and Stipend Management
o On-line registration
o On-line application and its Processing
o Application Verification
o Allowance Calculation engine
o Allowance Disbursement
8. Hostel and Residential School Management
o On-line Student Registration
o On-line Application for Hostel Admission
Page 32 of 83
o On-line Application Verification & Approval
o On-line Hostel Allotment
o Inventory Management
o Item Procurement & Receipt Management
o Treasury Bill Generation
o Treasury Reports Generation
o EFT Payment Directly into Account
9. Tribal Sub Plan
o Plan & Non-Plan Scheme Mgmt.
o Centrally Sponsored Scheme Mgmt.
o Special Action Plan Scheme Mgmt.
o Scheme Wise Budget Outlay Mgmt.
o Scheme Wise Demand Mgmt.
o Scheme Wise Budget Estimates Mgmt.
o Scheme Wise Released Budget Mgmt.
o Scheme Wise Expend Budget Mgmt.
o MIS & Dashboard Reports
10. Skill development Programme
11. Loan & Finance
The Finance Module is designed to manage the end to end approval to disbursement to
recovery of Loan process.
o On-line registration
o On-line application and its Processing
o Application Verification
o Loan approval
o Loan Disbursement
o EMI calculation
o Recovery Management
12. On-line Treasury Bill Generation - Department users should be able to generate the
treasury bill for the selected institutions and all the required reports in pre-defined format
should get generated automatically.
13. Electrical Fund Disbursement - The proposed system should have capabilities to
disburse the monies directly into the beneficiaries’ bank account to make fund
disbursement more effective and efficient.
14. Atrocities Module – Module for submitting crime date regarding atrocities on SC/ST
for the 44 Police districts across Bihar. The module should have online as well as offline
capabilities.
Page 33 of 83
15. Integration Capabilities
a. On-line Treasury System - Whenever Treasury system provides the required on-
line interface, the proposed system should be able to interface with it for the required
on-line date exchange.
b. Direct Benefit Transfer (DBT) – The proposed system should be able to interface
with DBT for the required on-line data exchange.
c. CPSMS Integration – The Central Plan Scheme Monitoring System (CPSMS) is a
Central Sector Plan Scheme of the planning Commission and is being implemented
by the Office Controller General of Accounts. The Scheme aims at establishing a
suitable on-line Management Information System and Decision Support System for
the Plan Schemes of the Government of India. CPSMS aims to track almost
Rs.4,00,000 Corers under different schemes. The system is envisaged to track
almost disbursement from Government of India up to the last beneficiary under Plan
Schemes and ultimately report on fund utilization at different levels of
implementation on a real time basis. This makes monitoring of the Plan Schemes
more effective but also augments efficiency of financial management in the public
sector. The proposed system should have capabilities to integrate with CPSMS
system (Developed & maintained by NIC, Delhi) for centrally sponsored plan
schemes so that central reporting is automated.
d. SMS/Email
e. UID/NPR The Aadhaar Field has been declared optional for the beneficiaries of few
Districts applying under Post Matric scholarship. This will ensure DBT(Direct Benefit
Transfer) to the eligible beneficiaries. So application vender must develop 100%
AADHAAR/DBT compatible modules & AADHAAR linking of the Bank Accounts of all
the possible Beneficiaries It must be given utmost priority as AADHAAR would be the
working base for this Software / Website.
20. Social Impact- The proposed system should have capability to measure and record the social
impact of the proposed system.The following modules also need to be developed as part of
Application Software. These are only indicative modules however the vendor is free to propose
the module features as deemed fit within the boundaries of the envisaged system:
1. Role based Access Management System- Proposed User management module shall have
following categories of Users:
a. Super User- SC & ST Welfare Department
b. Master Admin- 1 each with Directorate & Secretariat Office
c. Regular / Anonymous Users- Citizens filling applications
Page 34 of 83
Available information and user options will vary on all page throughout the site
depending on page requirements and privileges assigned to the users.
2. Admin Section- This section should be privilege restricted and should have the facility to:
a. Create, modify delete Users and Groups
b. Assign and remove privileges to individual and groups
c. Administer restricted sections / modules / web pages
Selected pages may be password protected by a user login. The login accounts should be
manually controlled to provide necessary access to a particular page or secured area of the
website, based on following two factors:
a. Type of User / Group
b. Privilege assigned to User / Group
3. MIS Module / Decision Support System – for real time reports, both pre defined and
custom, as required, for monitoring and decision making.
4. Personalized dashboard for employees / department staff throughout the hierarchy
B. Other SC&ST Schemes Monitoring Modules- Vendor should develop on-line project
monitoring software during the execution of the project. This will help all the stake holders to
access the project status on-line and to initiate appropriate action, if required.
a. Stipend Scheme Monitoring Modules
b. Residential Schools Monitoring Modules
c. Uniform to Girls Monitoring Modules
d. Hostel Scheme Monitoring Modules
e. Medical and Legal Aid Monitoring Modules
f. Assistance under SC, ST Atrocities Prevention Act, 1989 Monitoring Modules
g. Special Central Assistance to Special Component Plan Monitoring Modules
h. Bihar State Scheduled Caste Co-operative Development Corporation
This corporation was established at the state capital to provide financial assistance to the SC
people. It is a society registered under the Society Registration Act. Different schemes being
run by the corporation for the benefit of SC people are as follows:
1. Subsidy Scheme Monitoring Modules
2. NSFDC Scheme Monitoring Modules
3. Training Scheme Monitoring Modules
4. NASLAR Scheme ( Garima) Monitoring Modules
i. Bihar State Mahadalit Vikas Mission Schemes Monitoring Modules
i. Land for housing scheme Monitoring Modules
ii. Mahadalit Awas Yojna Monitoring Modules
iii. Mahadalit Water-supply Scheme Monitoring Modules
iv. Mahadalit Toilet Construction Scheme Monitoring Modules
Page 35 of 83
v. Mahadalit Basti Link Road Scheme Monitoring Modules
vi. Mahadalit Anganwadi Monitoring Modules
vii. Mahadalit Creche Monitoring Modules
viii. Special School / Hostel for Mahadalits Monitoring Modules
ix. Mukhyamantri Mahadalit Poshak Yojna Monitoring Modules
x. Dashrath Manjhi kaushal Vikas Yojna Monitoring Modules
xi. Mukhyamantri Nari Jyothi Programme Monitoring Modules
xii. Dhanvantari Mobile Ayurvedic Chikitsha Monitoring Modules
xiii. Mobile Public Distribution System Monitoring Modules
xiv. Eradication of Scavenging System Monitoring Modules
xv. Construction of Community Hall cum Work-shade Monitoring Modules
xvi. Mukhyamantri Jeevan Drishti Programme Monitoring Modules
xvii. Establishment of District & Block Resource Centre for Training and
Research Monitoring Modules
xviii. Vikas Mitra Monitoring Modules
xix. Community Radio Monitoring Modules
8.3 Grievance redressal center –
SC&ST Welfare department (GOB) in Bihar has its presence across 38 districts. There is a
requirement of establishing the centralized Grievance Redressal Cell for the different running
schemes through Department. The selected agency has to design, develop and deploy an Integrated
Grievance Redressal Software application for the SC&ST Department, Govt of Bihar, as per the
following, but not limited to, details:
8.3.1 Helpdesk for Employees & Citizens
A. Helpdesk for Employees
Helpdesk and call management services that will automate processes to consolidate, log, track,
manage and escalate incidents and problems. The Service will act as a single point of contact Help
Desk tool for all users\employees of department who will record an incident. It will help the
department to accelerate detection and problem resolution, maintain accurate configuration details,
and minimize the risk caused by any change. The centralized helpdesk would also facilitate
resolution of day to day technical issues faced by the technical coordinators at the remote level
through call ticket management system. Following activities shall be carried out at the help desk:
i. Log user calls related to application and IT infrastructure in the Data Centre and
assignment of a call ID number.
ii. Assign severity level to each call
iii. Track each call to resolution
iv. Escalate the calls, to the appropriate levels, if necessary as per escalation matrix, which
can be defined at the time of award of contract
v. Escalate the call related to usage of application software to respective application
owners
vi. Provide feedback to callers.
vii. Analyze the call statistics
viii. Creation of knowledge base on frequently asked questions to aid users.
Page 36 of 83
B. Helpdesk for Citizen
A Centralized Grievance Redress Cell (CGRC) is being established at SC&ST Head office to
deliver information services to the citizens and provide them with a platform to register their
queries/feedback/complaints and seek resolution about the same. CGRC is envisioned to be a
critical interface between the citizen and the SC&ST Department and remote Offices .
CGRC has been envisaged to be for the entire state and will be connected to Data Center and
Disaster Recovery Site. Call / Service Request received for a specific OFFICE would be
forwarded accordingly. The selected SDA would be responsible for providing the training to the
call center agents and integrating the facility with the SLSS.
8.4 PRINTING SERVICES
i. SC&ST Department GOB estimates to print approximately 20-30 lacs Documents pages
every year approximately. This work is expected to be calculated on across 38 districts as
per the volume of applications received for post metric scholarship.
ii. Bidder is expected to have the ability to ramp up to 25% more per year printing capacity
than the existing capacity within 4-6 weeks of intimation of the same by SC&ST
WELFARE Department . This ramp up in printing capacity shall be within the overall
printing volume allocation and will not entitle the bidder for any additional volume
allocation.
iii. The data for printing shall be available to the bidder in Unicode XML (Extensible Mark-up
Language), HTML file format or an equivalent electronic format as specified by SC&ST
Department . The estimated size of each file is expected to be approximately 100-150 KB.
iv. The Bidder shall provide a dedicated leased line between the print facility/facilities and the
Data Center of service provider during project period. The bandwidth of the lease line
should be capable of transferring electronic data, equivalent to the day’s printing, in 10 to
15 hours. The data transfer shall be on SFTP (Simple File Transfer (Protocol). The SFTP
download/upload client shall be provided or specified, as the case maybe, by the SC&ST
Department to the bidder and the bidder shall install the same SFTP client at its printing
premises and use it for download/upload of data from/to SC&ST Department. The so
installed SFTP client shall be used exclusively for SC&ST Department work.
v. Ensuring Security of electronic data provided by the SC&ST Department is of paramount
importance. In addition to the standard guidelines of the Government of India on Data
Security, the Security Guidelines issued by SC&ST Department on the subject needs to be
followed. Any other instructions on Data Security issued by the SC&ST Department from
time to time will have to be adhered strictly.
vi. The bidder shall be provided post metric scholarship Documents in 2 (two) varieties viz:
a. Enrollment Document (New candidates Enrollment Document)
b. Attached credentials (typically in JPEG, BMP ,Tiff ,Pdf etc format)
Page 37 of 83
vii. The Bidder is expected to identify each document type and process and print it according
to the defined process for the document type. The document identifier shall be provided in
the data file.
viii. The Bidder is expected to have in-place sophisticated ‘Collating and Sorting software’
which is capable of collating and sorting the electronic data to ensure high efficiencies in
printing and dispatch of PMS Documents. The variables for sorting of data may be specified
by SC&ST Department from time to time and the same needs to be complied by the bidder .
For each PMS document printed, corresponding to an EID (PMS Enrollment Identification)
number.
ix. The PMS Documents needs to be printed to the 600 dpi quality and 70 GSM A4 Size Paper
Only .The printing of PMS documents will be done on Black & White. The variable data
would include Hindi and English languages. The bidder will be required to print documents
in both languages. However, if any record/s does not have the “Identifier” the same shall be
treated as ‘Individual’ record/s and is to be printed individually.
8.5 Training Services
i. Training of staff is essential for ensuring that the software developed is actually put to use.
Hence, the selected bidder shall also ensure a proper hands-on training to the designated
end-users on the solution implemented so as to make them well conversant with the
functionalities, features and processes built in the solution.
ii. Training could have multiple sessions as per the need and requirement of the
project/application. Hence, selected bidder shall conduct Training Needs Analysis of all the
concerned staff and draw up a systematic training plan. There should be sufficient number
of trainers in every training session for conducting the training program.
iii. Training methodology will be an interactive workshop. The success of the training will be
determined by the ability of the participants to clearly understand how to use the system
with minimal help.
iv. The content of the training plan and schedule shall be mutually decided by the department
and the selected bidder later at an appropriate time period.
v. The space for training will be provided by the department. The requisite training
infrastructure like computers, projector with screen shall be provided the Service Provider.
vi. The selected bidder shall provide training material (role base), the language of
training material shall be in Hindi and English.
vii. The bidder shall ensure that all the training documentation in Hardcopy and Softcopy is in
place (user training, operation procedures, visual help-kit etc.).
Page 38 of 83
8.6 Manpower support
a. Manpower support at Head office
Considering the low IT capabilities at SC&ST Department, Bidder is required to deploy
experienced and trained manpower for smooth functioning of the project. Suitable manpower need
to be deployed at centralized infrastructure and Back-office infrastructure, during the project period
to meet the project objectives and outcomes. IA would also be responsible to provide services of
Database Administrator during contract period.
8.6.1 Qualifications for manpower: The Bidder would need to ensure that adequate &
sufficiently trained resources are deployed to manage the Centralised Infrastructure components to
meet the SLA and functional requirements of the project. The minimum qualifications and skills
requirements are given in the table below:
Sr. Manpower Minimum Qualification & Skills
1 Database
Administrator
Qualification: B. E. / B Tech. (Computer Science/IT) / MCA / MS (IT)
from recognized institute
Experience: Minimum 5 years of experience
Certifications: Relevant Database Administration certifications
Key Experience / Skill Set
Build and manage database schema, tables, procedures and permissions
Knowledge of PL/SQL programming
Maintain data standards
Control access permissions and privileges;
Analyze, consolidate and tune database for optimal efficiency and
preventive maintenance as required
Develop, manage and test backup and recovery plans and ensure they are
functioning correctly
Implement and monitor data security and encryption
Perform daily backup operations, ensuring all required data are
successfully backed up to the appropriate media, recovery tapes or disks
are created, and media is recycled and sent off site as necessary.
Write database documentation, including database architecture, data
standards, procedures and definitions for the data dictionary
(‘metadata’);
Develop database utilities and automated reporting
Create shell scripts for task automation
Install and test new versions of the database management system
Page 39 of 83
Sr. Manpower Minimum Qualification & Skills
(DBMS) as and when necessary with minimum downtime
Storage management including installation and configuration of the
storage system, management of storage environment to maintain
performance at desired optimum levels, development of storage
management policy, configuration and management of disk array, SAN
fabric / switches, tape library, etc., configuration of SAN
Work closely with IT project managers, database programmers and web
developers;
Communicate regularly with technical, applications and operational staff
to ensure database integrity and security;
Support for commissioning and installing new applications.
Supervise, coach, and mentor support resources.
Should have experience of implementing appropriate security standards
Good communication skills
2 Program Manager Qualifications - (B.E. / B Tech./ MCA)
Experience – 6+ years of experience in management of large IT System
projects;
3 Project Manager Qualifications: (B. E. / B Tech./ MCA)
Experience: minimum 5 years of experience in IT/ software
development/ IT System projects.
Area of Expertise:
Experience of project management of minimum 3 IT turnkey projects
involving delivery of G2C services from multiple locations with value
minimum INR 1Crore (successfullycompleted or in O&M phase)
Experience of managing a team of minimum 5 members for at least the
last 4 years
Expertise in web applications, application development, Training and
Change Management, Portal Development etc.
System level and holistic understanding of Technical concepts
Good people management, coaching and mentoring skills and Team
building skills.
Experience in Computerization of large organizations involving
Technology selection issues desirable.
4 Application
Development
Lead
Qualifications: B.E. / B Tech./ MCA / Graduate in any discipline
Experience: Minimum 4+ years of experience
Area of Expertise:
Experience of solution architecting for minimum 2 large IT turnkey
projects involving delivery of G2C services from multiple locations
(successfully deployed)
Page 40 of 83
Sr. Manpower Minimum Qualification & Skills
Hands on experience in Open Standard Platforms and Technologies
Strong experience in application of UML, Design Patterns in design and
architecting of solutions
Conversant with Technology Platforms such as J2EE, XML etc.
Strong Database skills including Oracle, SQL Server, Open source
databases etc.
Conversant with the latest technological developments including SOA
and Agile Methodologies
Conversant with BPM & Portal suite of products.
Conversant with platforms, tools and frameworks used in application
development
Experience on the use of software development best practices, tools and
technologies.
Experience in Conducting Architectural & Design Reviews
Ability to identify the Co-existence and Interoperability Requirements
Experience to Identify performance, reliability, security & integration
bottlenecks and suggest recommendations
Good communication skills
Ability to do Code and Documentation Review
5 Computer
Training
Manager
Qualifications: B.E. / B Tech./ MCA/Graduate in Computer Science +
MBA
Experience:
Minimum 5+ years of experience in in delivery of user/School training
programs (to upto 300 participants)
Should have experience of handling large scale projects in e-Governance
domain
Should have an understanding of project risks, likely resistances to the
project and proposed strategies for overcoming them
Should have experience in understanding training requirements and
develop training plans
Should be able to monitor training effectiveness.
Should have exposure to government projects and change issues
Should have experience in identification of communication needs and
preparation of communication plan
Should have an understanding of government orders, notifications,
letters and other communication medium in government
Deep understanding of Business Processes as well as Technical concepts
Page 41 of 83
Sr. Manpower Minimum Qualification & Skills
related to the proposed Project.
6 Network
Administrator
Qualification: B. E. / B Tech. (Computer Science/IT) / MCA / MS (IT)
from recognized institute
Experience: Minimum 5 years of experience
Certifications: Minimum CCNA /CCNP Administration certifications
Key Experience / Skill Set
Build and manage Blade Server Installation and Maintenance
Maintain data standards
Implement and monitor data security and encryption
Perform daily backup operations, ensuring all required data are
successfully backed up to the appropriate media, recovery tapes or disks
are created, and media is recycled and sent off site as necessary.
Write database documentation, including database architecture,
development of storage management policy, configuration and
management of disk array, SAN fabric / switches, tape library, etc.,
configuration of SAN
Work closely with IT project managers, database programmers and web
developers; Communicate regularly with technical, applications and
operational staff to ensure database integrity and security;
Should have experience of implementing appropriate security standards
Good communication skills
7 Help Desk
Executives
Diploma/ Graduate in Computer applications / Hardware/ Networking
with 3-4 years’ experience in troubleshooting with good communication
skills in English and Hindi and with extensive experience on computer.
8 Handholding
and Software
Maintenance
Qualification: B. E. / B Tech. (Computer Science/IT) / MCA / MS (IT)
from recognized institute
Experience: Minimum 2 years of experience in software Maintenance
and Handholding Support
8.6.2 Manpower at SC&ST Department and Corporation Offices: The Bidder would need to
ensure that the resources as required in this RFP are deployed at the SC&ST Department to
provide support on various activities. This manpower shall directly be reporting to the respective
Page 42 of 83
SC&ST Department for all related services. Manpower in the SC&ST Departments shall be
deployed one month prior to the Go-Live of Software Solution in any particular SC&ST
Department. The minimum qualifications and skills requirements are given in the table below:
Sr. Manpower Minimum Qualification & Skills Qty
Requirement
01 Technical
Supervisor
Diploma/ graduate/BCA in Software/ Networking with 3-4
years’ experience with good communication skills in
English and Hindi and with extensive experience on
computer and minimum typing speed of 40 words per
minute.
As per Need
8.7 Data centre Setup
To run the application successfully on the network Web Server, Application Server, Database
Server, Mail Server etc. will be hosted in the SC&ST DC for all application..The followings are
description of major servers and other items provided at data center-
8.7.1 Application Server and Web Server
Application server would be used as middle tier for various web based applications. It
would take care of the necessary workflow and Web server would be required for the
interfacing with the end user. Both the web and application server would be seamlessly
integrated to provide high availability and performance. These servers would be installed
and operated in clustered configuration to ensure high availability and reliability.
8.7.2 Database Server
The application will be hosted on database which will contain all the data of the application.
Since this data will be centralized and is very critical, the server would be installed and
operated in clustered configuration to ensure high availability and reliability. The data
would be physically stored on an External FC based Storage (SAN). These will be
Mid/High Range Enterprise servers.
8.7.3 Mailing & Messaging Server
Mailing & Messaging Infrastructure would provide workflow functionality and email
services to ULB Employees. The Mail Server would provide a highly scalable, reliable, and
available platform for delivering secure communication services. This server would be
installed and operated in clustered configuration to ensure high availability and reliability.
This server will also act as Instant Messaging Server.
8.7.4 SAN (Minimum 5 TB)
A SAN (Storage Area Network) will be used for storage of data from all the locations. This
will act as central repository for data, documents and records.. The Database cluster
connects to SAN through a redundant fiber switch to ensure no single point of failure.
Page 43 of 83
8.7.5 Firewall & Intrusion Prevention System
Firewall with Intrusion Prevention System has been proposed to stop intrusion attempts
before it enters the network. Firewall integrated with Gateway Antivirus/Intrusion
Prevention Service would inspect traffic from numerous protocols to identify attacks against
the network; by blocking malicious traffic.
8.7.6 Specification for Data Centre Hardware Setup
Specifications for Blade Chassis
Sl. No Features Specifications Required
1 Description Blade enclosure should be 7U and above
2 Blade Bays
Blade Chassis to accommodate minimum of six 2 CPU Full
Height Hot Plug-gable Blade Servers with Dual I/O
Connectors as well as Power Connectors for Redundancy. To
be supplied with 4 Blade Server
3 1GB Ethernet
Switch Modules
Chassis should be configured with hot Swappable Ethernet
Pass through Modules connecting to each Blade server inside
the chassis
4 I/O Path for all
Fabrics
Chassis should have dual I/O connections from every blade
server to help provide maximum uptime
5 Management
Modules
Chassis should be configured with integrated IP KVM switch
module for managing the Blade chassis locally as well as
remotely
6 Storage
Chassis should be configured with Internal/External storage
with 5 TB of Usable capacity with SAS disk drives. Should be
configured with 1GB of battery backed cache across dual
controllers.
7 Power Modules Chassis should be fully configured with all the Power supplies
of highest capacity
8 CD/Diskette/USB
Chassis should be configured with Internal/external CD-
ROM/DVD-ROM drive which can be shared among all the
blade servers.
8.7.6.1 Minimum Specification of Blade Servers
1. Application Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 2 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 128 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
Page 44 of 83
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
2. Web Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 1 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 64 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
Page 45 of 83
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
3. Database Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 1 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 128 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
4. Mail Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 1 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 32 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Page 46 of 83
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
17 OS Server should be supplied with latest version of Redhat
Enterprise Linux
8.8 Enterprise Mailing Solution:
Mailing & Messaging Infrastructure would provide workflow functionality and email services to
SC&ST Department Officer and Employees. The Mail Server would provide a highly scalable,
reliable, and available platform for delivering secure communication services. This server would be
installed and operated in clustered configuration to ensure high availability and reliability. This
server will also act as Instant Messaging Server.
8.8.1 Mailing Solution specifications to cater to 250 users
The solution should provide centralized granular support for control/configuration of email
and PIM client to minimize client side visits
The solution should provide a full functional offline email and PIM client with local store
which can be installed at the desktop and supports multiple desktop OS versions
The solution should provide support encryption for all messaging components including
local store of data. Local Store encryption shall be customizable for various levels of
encryption required. Encryption shall not mean password protection.
The solution should provide built in support for digital certificates and anti spam.
The solution should provide support for de-duplication of attachments at the server level to
reduce storage TCO
The solution should provide support for complete customization including themes, branding
of the Client and Browser interfaces for the email and instant messaging interface.
The solution should provide support for detailed API's, Web Services, Widgets which can be
Page 47 of 83
used to extend the functionality of the said solution
The solution should provide support for Group Calendaring and also federation of calendar
services
The solution should provide support for built-in journaling and archiving for compliance and
retention purposes.
The solution should provide support for a built-in productivity suite allowing you to
open/save/edit documents, presentations and spreadsheets natively and in ODF format
with/without needing external applications.
The solution should provide support for Self-monitoring capabilities to monitor essential
services and resources. Service monitoring agents integrated with service control programs
to prevent accidental restarts. Monitor the messaging queues for stuck/jammed queues.
The solution should provide support a manageability solution which will be able to
proactively detect the health issues and provide recommendations to resolve the same.
The solution should provide support for a pre-configured and prepackaged set of
management rules , policies and probes along with event co-relation to efficiently manage
events and alerts from the messaging solution.
The solution should provide support and integrated interface for instant messaging from the
email and PIM client both on the browser and desktop.
The solution should provide support to initiate rich text chat directly by click on a user name
(live name ).
The solution should provide support online awareness across the entire solution both on the
desktop and browser.
The instant messaging solution should provide fully functional support on the browser
integrated with the messaging interface
The mail solution should provide a built in directory for authentication elevating the need to
deploy a separate directory server.
The solution should provide separate mailbox for each individual and maintenance on one
mailbox should not impact other users.
8.9 DATA MIGRATION & DATA ENTRY
1. The selected Agency expected to carry out independent exercise for assessment of
data source, data format, and data fields and no of records before migration at the time of
SRS..
2. Bidder should develop a migration strategy for migration of digitized data available
with the department.
3. Verification of the migrated data will be done by the competent staff of the department.
4. More importance will be provided to tool based migration of the data to ensure less errors.
8.10 Handholding Support
Software Development Agency would be required to provide Handholding support to the purchaser
once the department has commissioned SC&ST Software solution in the project OFFICEs. As part
of handholding support the Software Development Agency will ensure that the staffs in that
OFFICEs are able to use SC&ST Software on their own by the end of the handholding period.
Page 48 of 83
Handholding support would be required only after the successful commissioning of Application
and the necessary infrastructure and completion of capacity building and change management
initiatives in respective offices. The deployed qualified trained person should support the office
during the office hours on all weekdays and may remain off from duty on Sundays. However, if
situation demands the trained person shall remain present late during the day or on the holidays
(including Sundays).
As part of handholding the SDA will be required to provide training to the concerned staff
members of the purchaser and other concerned officers regarding implemented SC&ST Software
solution on continuous basis for a period of one year and help them to resolve their issues with the
new system on a day to day basis to meet the Service Levels mentioned for Handholding
supporting in the annexure to this RFP document. The training should be focused on providing
knowledge transfer to the staff members of the offices so as to increase their awareness and
acceptability of the application and the new computerized system as a whole. The scope in terms of
providing training shall include the following:
The SDA will be required to provide training to the staff members of the SC&ST Department
and other concerned officers (as required by conducting workshops) on the software
applications to be developed as a part of this project. The training should cover both the general
aspects of the computer educations as well as about the application software.
The SDA will bear the cost of providing the training; supply of course material, any
consumables, and IT infrastructure required for training etc. while purchaser will provide the
training premises.
Continuity of operations
o As and when newer versions of system or application software are introduced within the
currency of handholding support, SDA will provide required training documentation along
with each release of patch / upgrade and will provide training to the concerned officers.
o In case of new additions to the staff members in the offices, the SDA will be required to
provide the aforementioned training to them as well, during the currency of handholding
support.
8.11 Post-Implementation Phase / Operate and Maintain Phase
The SDA shall be responsible for the overall management of the Application, IT infrastructure and
enabling infrastructure maintenance services/ facility management services at all offices, for
ensuring adherence of SLAs. SDA shall provide the Operations and Maintenance Services for
period of five years following the deployment and “Go-Live” of the complete solution in the
offices.
Page 49 of 83
8.11.1 Scope of Services during Post Implementation Phase
As part of the Operate and Maintain services, the SDA shall provide support for the software, and
other infrastructure provided as part of this RFP. SDA shall also provide five (3+2) years of
comprehensive AMC, comprising of but not limiting to the following:
1. Warranty support
2. Maintinence Support (MAINTINENCE) of System Software.
3. Handholding Services
a. Helpdesk for employees – for five years from Go-Live of complete technology solution.
b. Support for the end users at each of the locations including deployment of manpower for 5
years (3+2)for handhold the Offices.
c. SLSS maintenance and support services - for Five (3+2) years from Go-Live of complete
technology solution.
d. Application functional support services – for Five (3+2) years from Go-Live of complete
technology solution.
The services shall be rendered onsite from the designated premises of purchaser. To provide the
support for the locations across the project Offices where the software and other infrastructure will
be rolled out, SDA is expected to provide experienced and skilled personnel at each location.
As part of the warranty services SDA shall provide:
1. SDA shall provide a comprehensive warranty and on-site free service warranty for 5 years
from the date of Go Live for all equipment being installed and implemented by the SDA as
part of this project.
2. SDA shall obtain the five year product warranty and five year onsite free service warranty
from OEM on all licensed software for providing warranty support/MAINTINENCE to
purchaser.
3. SDA shall provide the performance warranty in respect of performance of the installed
software to meet the performance requirements and service levels in the RFP.
As part of the MAINTINENCE services SDA shall provide
1. SDA shall maintain data regarding entitlement for software upgrades, enhancements,
refreshes, replacements and maintenance.
2. If the Operating System or additional copies of Operating System are required to be
installed / reinstalled / de-installed, the same should be done as part of MAINTINENCE.
3. SDA should carry out any requisite adjustments / changes in the configuration for
implementing different versions of Application Software.
4. Software License Management. The SDA shall provide software license management and
control. SDA shall maintain data regarding entitlement for software upgrades,
enhancements, refreshes, replacements, and maintenance.
5. SDA shall have complete manufacturer’s technical support for all the licensed software
problems and/or questions, technical guidance, defect and non-defect related issues. SDA
shall provide a single-point-of-contact for software support and provide licensed software
support including but not limited to problem tracking, problem source identification,
problem impact (severity) determination, bypass and recovery support, problem resolution,
and management reporting.
Page 50 of 83
The SDA would be responsible for arrangements with OEMs for all the technical support which
shall at a minimum include but not limiting to online technical support and telephone support
during the Office’s business hours (Business hours in Office will be from 10:00 AM to 18:00PM
from (Mon-Sat) with access for SDA to the manufacturer’s technical support staff to provide a
maximum of 4 hour response turnaround time. There should not be any limits on the number of
incidents reported to the manufacturer by SDA as part of provisioning of support services to
purchaser. SDA shall have access to the online support and tools provided by the manufacturer as
well as should have 24x7 access to avariety of technical resources including the manufacturer’s
knowledge base with complete collections of technical articles specifically for purchaser/Offices.
As part of the Handholding services to provide Helpline for employees and Support for end users at
head office of SC&ST Department location SDA shall provide:
1. The service will be provided in the local language of the purchaser.
2. The help desk service that will serve as a single point of contact for all ICT related incidents
and service requests. The service will provide a Single Point of Contact (SPOC) and also
resolution of incidents. Purchaser requires the SDA to provide Help Desk services to track and
route requests for service and to assist end users in answering questions and resolving problems
related to the software application, , Client side infrastructure, and operating systems at all
locations. It becomes the central collection point for contact and control of the problem, change,
and service management processes. This includes both incident management and service
request management.
3. SDA shall provide such type of IT training to the staffs that SDA remains responsible for
providing a second level of support for application and technical support at offices where the
software, hardware, and other infrastructure will be rolled out. However, this does not absolve
SDA from providing first level of support for the aforementioned activities.
4. For all the services of purchaser within the scope of this RFP, SDA shall provide the following
integrated customer support and help.
5. Establish 10X6 Help Desk facilities for reporting issues/ problems with the technology solution
6. SDA shall provide functional support on the application components to the end users.
7. SDA shall also provide system & database administration, maintenance and management
services
As part of the Handholding services to provide software maintenance and support services
SDA shall provide:
1. The Software Maintenance and Support Services shall be provided for all software procured
and implemented by the SDA. The SDA shall render both on-site and off-site maintenance and
Page 51 of 83
support services to purchaser to all the designated locations. The Maintenance and Support
Services will cover, all product upgrades, modifications, and enhancements.
2. Tuning of application, databases, third party software’s and any other components providedas
part of the solution to optimize the performance.
3. Amendments in the applications implemented as part of the project to meet the requirements of
purchaser
4. The SDA shall apply regular patches/ updates/upgrades to the licensed software including the
operating system and databases as released by the OEMs.
5. Software Distribution. SDA shall formulate a distribution plan prior to rollout and
distribute/install the configured and tested software as per the plan.
6. The SDA shall undertake regular preventive maintenance of the licensed software.
As part of the Handholding services to provide application functional support services SDA
shall provide:
1. The Application Functional Support Services shall be provided for all software procured and
implemented by the SDA. The SDA shall render both on-site maintenance and support
services to purchaser.
2. Enhancements and defect fixes. SDA shall incorporate changes, and provide enhancements as
per the requests made by purchaser. SDA shall perform changes, bug fixes, error resolutions
and enhancements that are required for proper and complete working of the application.
Routine functional changes that include user and access management, creating new report
formats, and configuration of reports.
3. The SDA shall perform user ID and group management services.
4. The SDA shall maintain access controls to protect and limit access to the authorised End Users
of the purchaser.
Page 52 of 83
9. SOLUTION ARCHITECTURE AND REQUIREMENTS
9.1 Solution Architecture
This section gives a brief introduction of overall solution architecture. The details of each
component are described in subsequent sections. The following figure depicts the indicative multi-
tiered or layered Solution architecture for SLSS that is built with the key principles of modularity,
scalability and manageability. Each layer provides a distinct set of functionalities that is
independent of the functionalities provided by the other layers. The individual layers and the
functionalities they would provide are detailed below.
i. Client/ Access Layer
The client layer will consist of the required software components to be used by the end user
as the front-end to access and use the underlying business applications for carrying out the
required business activity. Typically the client layer will be a Personal Computer (PC)
running a desktop operating system. The software component to access the underlying
business applications will be a Web browser such as Internet Explorer or Mozilla Firefox or
Chrome. The client desktops will be connected to the servers hosting the business
applications either locally within the premises on a LAN (Local Area Network) or over
longer distances on a WAN (Wide Area Network).
ii. Presentation Layer
Those software components that render the results of the business applications in a format
that will be viewable by the end user form the Presentation layer components which will be
Page 53 of 83
typically web servers and Portal servers. There can be multiple web or portal servers serving
different categories of users – Intranet portals or web servers which serve users within an
Intranet and Internet portals or web servers which serve the general Internet users.
iii. Business Applications Layer
Applications layer will comprise of all relevant business applications of the SLSS. This
container framework and its associated components will form the ―Technology stack for
the business components and they together will provide the necessary technology
infrastructure to run the business applications. This shall consist of, an Application server,
Rules engine, Workflow engine, Content Manager, etc.
iv. Integration Layer
This layer comprises of systems and software components that will integrate disparate
applications to provide a complete business flow. Components deployed in the Integration
layer will aid in smooth end-to-end data transfer and there by complete the business process.
The communication between the disparate applications will happen by passing data in the
form of synchronous or asynchronous messages.
v. Data Layer
The data layer is where all business critical data are stored in the form of databases and
files. This layer will consist typically of the Database servers. Once the data is processed in
the application layer, the same will be stored permanently in this layer. Since this layer
contains data which is critically important to the business of SC&ST s, it should be secure
and direct access to servers on this layer should be highly restricted to allow only authorized
users.
vi. Infrastructure Layer
The infrastructure layer will consist of all the physical systems that form part of the entire
solution. They will comprise servers, storage subsystems, network devices, communication
links, etc. In addition, this layer will also consist of software components that provide
Directory services, Mail and messaging services, Document Management services, etc., in
general.
vii. Security Layer
As the name implies, all security components form part of this layer. This will include the
Internet and Intranet firewalls, Network IDS/IPS devices, two-factor authentication systems,
single sign-on systems, etc. The components in this layer will encompass and govern all the
layers described above.
viii. Management Layer
Like the Security layer, the Management layer will also encompass and govern all other
layers. It will consist of software components and systems that will be required to manage
and monitor all components deployed in each of the layers described above. It can be used
to manage and monitor both software and hardware components. Thresholds and limits will
be set for those components that are required to be monitored and the Management layer
components continuously monitor and alert the administrators of any changes so that
Page 54 of 83
immediate corrective actions can be taken. The components deployed in this layer will help
to correctly assess and monitor the Service levels of the business systems (hardware and
software) that will be deployed for SC&ST s in Bihar.
9.2 Various Modules/Services Requirement
The following Section depicts the various modules/services requirement for the Software Solution
project:-
I. Enterprise Portal: Enterprise Portal will provide a secure unified access point in the form
of a web-based user interface, and will be designed to aggregate and personalize
information through application-specific portlets/ webparts.
II. Application Modules: The various application modules are identified the Functional
Requirement Specification is given in Annexure-A.
III. Gateway Service: This will include Web Gateway, XML gateway, SMTP gateway and
SMS gateway. The role of the Gateway would be to provide a focal point for processing
outgoing and incoming requests for web application services to and from external entities.
For outgoing requests, the gateway would be responsible for receiving requests from the
application, forwarding them to third parties systems and receiving and disposing of the
response. For incoming requests, the gateway would be responsible for receiving requests
from external systems, invoking the necessary Adaptors to perform the business logic, and
finally for composing a response and sending it back to the requesting system.
IV. DNS Services: This service is required to Support integration with other network services
like DHCP, directory etc. support DNS zone storage in Directory, support conditional DNS
forwarders e.g. forwarding based on a DNS Domain name in the query, allow clients to
dynamically update resource records secure and non-secure, Support incremental zone
transfer between servers, provide security features like access control list, support new
resource record (RR) types like service location (SRV) etc. and to support Round robin on
all resource record (RR) types.
V. DHCP Services: DHCP would be assisting the System administrators for dynamic IP
allocation to devices/ users. Furthermore, the key users, who would be connecting using
remote access, would be requiring a valid IP address after successful authentication.
VI. Directory Services: These services will be used to register, authenticate and manage users
and their security privileges. These services will authenticate the Government users and
find out user specific privileges. LDAP (Lightweight Directory Access Protocol) is an
Internet protocol that Government portal users use to look up information from a server.
User password validation will be done from LDAP. Authentication should be conducted
using the standards based LDAP meta-directory server. The user directory capable of
providing a unified view of all user profiles. Directory services shall be able to define
centralized authentication & authorization mechanisms for all network users.
VII. Web Application Services: The Web Application Services would be a container to manage
the presentation and application logic. It will provide transactional integrity, scalability and
availability services. In addition it manages the session, the requests and responses to and
from its clients and resources.
VIII. Indexing & Search Services: This tool would be used for indexing and searching all the
repositories of knowledge repository maintained across the portal infrastructure.
Page 55 of 83
IX. Workflow: Mailing & Messaging Infrastructure would provide workflow functionality and
email services to Government Employees.
X. MIS Reporting: The following types of reports, but not limited to, are required to be
generated from this sub module. The report should be generated in standard formats like
pdf, xls, doc, etc.
Fixed Format Reports: Application should provide robust reporting capabilities.
Application should publish reports using tools such as Microsoft Word or Adobe Acrobat
and the publishing engine can generate output in multiple formats including PDF, HTML,
and Excel etc. The output can also be delivered through email or can be printed or faxed.
Ad-hoc Reports: Application should provide business users with ad hoc query & analysis
capability. Application should create new analyses from scratch or modify existing analyses
in dashboard pages. Business users do not need to understand physical data storage to
combine data from multiple enterprise information sources intuitively, quickly, & easily.
Tools and utilities should be provided to facilitate design layout using MS Excel, Adobe
Acrobat etc.
XI. Mailing & Messaging Services: This would be used for sending the alerts as mail message
to the registered users of the Portal and will be used for messaging and calendaring
services. The Mail Server should provide a highly available, scalable and reliable platform
for delivering secure communication services. It would be required to cluster this Server to
ensure high availability and reliability. This server will also act as Messaging Server.
a. It should provide with extensive security features ensuring the privacy of users and the
integrity of communication through user authentication, session encryption, and content
filtering to help prevent spam and viruses, and mechanisms to monitor and enable
regulatory compliance. It should support standard SMTP, IMAP and POP3 services. The
Messaging system should provide a secure messaging and collaboration – email solution
with standard features like calendaring, contacts and tasks, Archiving, Directory and
LDAP address book, web based access to emails and support for data storage. Other
features to be supported include – per-user filtering policies, user management, mailing
list manager and synchronization with MS Outlook / Lotus Notes/equivalent.
b. Mailbox Management Services should provide the facility to manage the mail store on
the SAN. The actual mailboxes would reside on the SAN. Any downtime of this server
would affect all the users, and the communication would come to a stall.
XII. Anti-Virus and Anti-Spam Services: Anti-Virus and Anti-Spam would be provisioned to
keep the other servers and application secure from the attack of virus, Trojans and spam.
Page 56 of 83
10. REQUIREMENT OF SLSS
The application software components would be simple to use for stakeholders. The total set of
software components would be uniform in their user interface, being consistent in their use and
meaning of keystrokes and sequences and in their visual presentations to the user. The user
interface for all kinds of users (Citizen, Business, Government employee, etc.) should be the
SC&ST Portal, key requirements for which are explained in the subsequent section.
a. Project Requirements Study: The vendor shall study and understand the requirements of the
project for designing the workable technology solution. Based on the requirements study,
vendor shall submit a project plan for application development which should be agreed upon
with Purchaser through a formal sign off. The vendor has to submit a detailed project plan.
b. Solution Design: The vendor shall design the solution, which includes portal solution
framework, application software solution, security architecture, network architecture, data flow
requirements, data storage requirements, encryption at various levels of the solution etc. The
solution design should be based on system standards to enable the interoperability and
integration of solution with external solutions. The vendor will submit the System
Requirements Specifications (SRS), Solution Design Document (SDD) and Information
Security Plan (in conformity with ISO 27001) to Purchaser and should obtain the sign off on the
design document before commencing the development of the solution.
c. Solution Development: The vendor would develop the solution based on the system
specifications frozen during systems requirements study and design phase.
d. Application Software Testing: The vendor shall identify various testing requirements of the
solution and shall design test cases for the identified testing requirements including Unit
Testing, System Testing, and Regression testing, Acceptance testing etc. The vendor shall
obtain the sign-off from Purchaser on solution testing approach and plan. The vendor shall
perform the testing of the solution based on the approved test plan, document the results and
shall fix the bugs found during the testing.
e. Solution Implementation: The vendor shall be responsible for implementation of the solution,
which includes implementation of application software in all the project sites (all SC&ST
s/Kiosks).
f. Documentation: Preparation of documents will include technical and user manuals, operational
manual, maintenance manuals, etc. vendor shall obtain the sign-off from Purchaser for all the
documents submitted for the solution.
g. Integration with State Service Delivery Gateway and UID would be the responsibility of the
vendor.
Page 57 of 83
h. It will be the responsibility of the vendor to arrange the necessary development tools and
hardware/software required. During the implementation and commissioning, circumstances
may arise when some of the functions (applications) at site have been computerized and some
are still manual. The vendor must state how the proposed applications will function in this
interim period and how the applications will cater for circumstances where a site that is
computerized or manual will communicate with other computerized or manual sites.
i. Application Software Architecture: The indicative Application software architecture is depicted
below:
The application architecture would be designed to provide modular and efficient framework
that
i. Will support multi-tenancy
ii. Will be multi-user and provide help facility through use of Function keys
iii. Automatic session time out
iv. Prompt facility in searching for the correct code for coded parameters
v. Ability to discard all data when the transaction is incomplete (Should not save)
vi. To carry forward data from a previous screen
vii. An audit trail for all transactions must be generated
viii. Procedures for data exchange with interfaced applications
ix. Web based GUI for all the business functionality
x. Integrated web based Workflow System
xi. Optimal response time
xii. Unicode Standard based dual language interface
xiii. Highly available, reliable and scalable application
xiv. Highly transactional as well as MIS capable for all data elements
xv. Capability of Integration with third-party authentication devices like Biometrics etc.
Page 58 of 83
j. Various layers of the Application software architecture is described as below:
i. Client: The client end application of the Software Solution would be web-enabled and
would run on any web browser. The system framework would support all widely used web
browsers as per industry standards.
ii. Application Container: This will be deployed in a cost effective and robust technology
keeping in mind the interoperability and portability of the system.
iii. Presentation Layer: Presentation tier should enforce uniform header, footer and standard
side bar items and navigation in each screen to maintain uniform look and feel of the data
across various departments and services and is supported by Unicode standard including
English and Hindi for content viewing and entering the data in online forms. In Presentation
layer, custom tag library and scripting language may be used for partial form submission
and client side validations.
iv. Business Layer: Business Layer will implement the business process flow and logic that
drives the business functionality. Inter-operable and open standard/protocols like web
service, APIs, a standard framework like UML may be used for development to make
business layer a platform independent application. Business layer will implement the
application functionalities. This layer would also give functionality for data exchange using
web service based component or database synchronization with external agency. This will
have provision to keep all the user activity to be audited and logged during the business
process.
v. Persistence Layer: It has been visualized that the application would manage very high
volume of data, and store a large amount of data into the database for long term preservation
of records at various repositories. It is mandatory to ensure faster access and better
manageability of every repository in the database.
vi. External System: System would require communicating with external applications or
legacy systems running in other organizations. Web service interface would be provided to
communicate with external systems. Offline data exchange using files would also supported
by this layer.
10.1 Mobile Application
a. With rapidly increasing levels of mobile penetration and continuous improvement in
bandwidth, and requirements of accessibility and citizen convenience, it has been envisaged to
offer more and more services over mobile devices. The vendor must build strong interfaces,
technologies, applications etc. for mobile devices. In order to maximize citizen convenience and
bring about business process improvements, the vendor must continuously innovate, upgrade
and incorporate such new technologies that emerge. It is also assumed that Vendors will attempt
to include as many services over mobile devices as possible, beyond the ones explicitly
mentioned in this document. Mobile based services shall be implemented once the basic
functionality of all modules is completed and implemented.
b. The mobile application must be based on latest technology. A mobile application should
normally be structured as a multi-layered application consisting of user experience, business,
and data layers.
Page 59 of 83
c. These layers are same as described in the previous sections. The mobile application should be
designed in such a manner that it should address the following key issues:
i. Authentication and Authorization-Failing to authenticate in occasionally connected
scenarios
ii. Caching-Caching unnecessary data on a device that has limited resources
iii. Communication- Failing to protect sensitive data over any carrier
iv. Data Access-Failing to implement data-access mechanisms that work with intermittent
connectivity
The proposed mobile application should be integrated with main application. There should be
facility to PUSH through and PULL through mechanism to get and receive information using SMS
service.
10.2 Requirement for Adherence to Standards
The following Technology and standards should be used while developing and implementing the
overall solution for Software System:
Application Standard
Portal Development W3C Specification
Information access / transfer
Protocols
SOAP, HTTP/HTTPS, UDDI, WSDL, XML
Interoperability Web Services, Open Standard
Photograph JPEG(minimum resolution 640 X 480 Pixels
Scanned Documents TIFF ( Resolution of 600 X 600 dpi)
Information Security ISO 27001 certified System
Operation ISO 9001 Certified
Project Documentation IEEE/ISO Specifications for documentation
Data Standards All important data entities would be in line with
standards published by DIT
(http://egovstandards.gov.in)
Localization Standards All Applications would comply with standards
published on http://egovstandards.gov.in to ensure
common look and feel.
Page 60 of 83
11. PRE-QUALIFICATION CRITERIA
A. The invitation for bids is open to all entities registered in India under companies act 1956
who fulfill prequalification criteria as specified below.
B. Given that a wide variety of skills and resources are required to implement the Project, it is
expected that a consortium of Companies may bid for the project. However, number
of members in a consortium shall be restricted to maximum two companies. Both
consortium partner must be an ISO 9001-2008 Certified Company/Organization.
C. One of the members of the consortium should act as the lead bidder and be
responsible to the Purchaser for discharging project responsibilities. The bid should
contain details of all the members of the consortium including their legal status and specify
their roles and responsibilities in the project. The members of the consortium shall enter into
an Agreement for the purpose of submitting the proposal and the same shall be submitted
with the proposal, failing which bid will be summarily rejected.
D. Projects executed for bidder’s own or bidder’s group of companies or bidder’s
consortium companies shall not be considered.
E. The Bidders (Both Bidder in case of Consortium) must submit self attested copies of
Service Tax , VAT , Company PAN Card , Incorporation under Company Act 1956
certificates
F. The Bidder (Lead Bidder in case of a Consortium) should be an established IT Solution
Provider company, and should have been in operation for a period of at least 10 years as on
March 31, 2013, as evidenced by the Certificate of Incorporation;
G. The bidder (Lead Bidder in case of a Consortium) must have an office in Patna, Bihar or
should furnish an undertaking that the same would be established within one month of
signing the contract.
H. The Bidder (Lead Bidder in case of a Consortium), should be a profitable Bidder for the last
three years as on 31st March 2013 and must have average annual turnover of Rs. 75 Crores
during last three financial years (as on 31st March 2013) from IT business only, as
evidenced by the audited accounts of the company.
I. The Bidder (Lead Bidder in case of a Consortium), should have a positive net worth.
J. The Bidder (Lead Bidder in case of a Consortium) must have been assessed and must
possess a valid certification for CMMi Level 3 or better as on the date of submission of bid
and the certificate should be valid.
K. The bidder (both members of the consortium) must have been assessed and must
possess a valid ISO 9001:2008 or above certificate for Management Services for
Information & Communications Technology Solutions, as on the date of submission of bid
and the certificate should be valid.
L. The bidder (Lead Bidder in case of a Consortium) must possess a valid ISO 27001
certificate. as on the date of submission of bid and the certificate should be valid.
M. The bidder (Lead Bidder in case of consortium) must have prior experience of working on
at least two (2) Application Software Projects for any Indian e-governance Project
anywhere in India. Each project must be worth at least Rs 40 Lacs. Bidder must provide as
Page 61 of 83
a supporting documentary proof in form of work order and/or Completion Certificate.
Project Executed in Indian Government , Government PSUs, State Government will
be Considered.
N. The Consortium partner must have at least one project in e-governance Project anywhere in
India. Project must be worth at least Rs. 7.00 Cr.. Bidder must provide as a supporting
documentary proof in form of work order etc and/or Completion Certificate. Project
Executed/under execution in Indian Government , Government PSUs, State
Government will be Considered.
O. The bidder (Lead Bidder in case of consortium) must have prior Experience to handle
minimum 100 Manpower in multi-location Indian Government/PSUs/State Govt. setup and
Project duration must be at-least three years. Any of the consortium partner or Bidder must
provide supporting documentary proof in form of work order and/or Completion certificate
by Client. . Project Executed/under execution in Indian Government , Government
PSUs, State Government will be Considered.
P. The Bidder (Lead Bidder in case of a Consortium) should have experience of
implementation of at least two (2) turnkey IT projects for Indian Government/PSUs/State
Govt (Involving software development & implementation with/Without Hardware
procurement ,installation, Maintenance etc.) with a project cost each of Rs.5.00 Cr or above,
as evidenced by the certificate issued by a competent authority of the concerned government
organization(s). . Project Executed/under execution in Indian Government,
Government PSUs, State Government will be considered.
Q. The Bidder (Lead Bidder in case of a Consortium) should have at least 150 IT
Professionals working on IT and IT Enabled Services (IT & ITES) on its rolls as on March
31,2013. Document To be provided by Bidder: Certificate issued by the authorized person
of Bidder s HR department.
R. The bidder should not have been blacklisted by any State / Central Government in India
during last ten years for corrupt, fraudulent or any other unethical business practices or for
any other reason. Bidder Should be submit the affidavit along with technical document.
A Pre-Qualification Proposal needs to be submitted to conclusively demonstrate that the
Bidder completely meets all the eligibility criteria mentioned above.
Page 62 of 83
12. BID OPENING AND EVALUATION PROCESS
A. Purchaser reserves the rights at all times to postpone or cancel a scheduled bid opening.
B. The bids will be opened in two parts, one for pre-qualification & Technical and one
for Commercial bid of those bidders whose technical bid qualifies, in the presence of
bidders representatives who choose to attend the bid opening sessions on the specified date,
time and address.
C. The bidder’s representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of bid opening being declared a holiday, the
Bids shall be opened at the same time and location on the next working day. However if
there is no representative of the bidder, Purchaser shall go ahead and open the bids.
D. During bid opening preliminary scrutiny of the bid documents will be made to
determine whether they are complete, whether required bid security has been furnished,
whether the documents have been properly signed, and whether the bids are generally in
order. Bids not conforming to such preliminary requirements will be prima facie rejected.
12.1 Overall Evaluation Process
a) A Three Stage evaluation procedure will be adopted for evaluation of proposals, with the
technical evaluation being completed before the commercial proposals are opened and
compared.
b) Purchaser will review the technical bids of the short-listed bidders to determine whether
the technical bids are substantially responsive. Bids that are not substantially responsive are
liable to be disqualified. Purchaser may seek inputs from their professional, external
experts in the technical and commercial evaluation process.
c) Purchaser shall assign technical score to the bidders based on the technical evaluation
criteria. The bidders with a technical score above the threshold as specified in the
technical evaluation criteria shall technically qualify for the commercial evaluation stage.
d) The commercial bids for the technically qualified bidders will then be opened and
reviewed to determine whether the commercial bids are substantially responsive.
Page 63 of 83
13. EVALUATION OF PRE-QUALIFICATION BIDS
a) For the evaluation of Pre - qualification Bid the documentation furnished by the Bidder will
be examined to check if all the eligibility requirements stated in Pre - qualification Section d
furnished in accordance with the RFP. The Purchaser may ask the Bidder (Lead Bidder, in
case of a Consortium bid) for additional information whenever the Supplier feels that such
information would be required. This may also include reference checks to verify credentials
submitted by the Bidder.
b) Proposals not meeting the pre-qualification criteria will not be processed further beyond this
stage.
13.1 Evaluation of Technical Proposals
The evaluation of the Technical bids will be carried out in the following manner:
a) The bidders' technical solution proposed in the bid document is evaluated as per the
requirements specified in the RFP and adopting the evaluation criteria spelt out in this RFP.
The Bidder s are required to submit all required documentation in support of the evaluation
criteria specified (e.g. detailed project citations and completion certificates, client contact
information for verification, profiles of project resources and all others) as required for
technical evaluation.
The committee may seek clarifications from the bidders. The primary function of clarifications in
the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of
the bid documents.
13.2 Technical evaluation methodology:
a) Each Technical Bid will be assigned a technical score out of a maximum of 100 points.
b) Only the bidders, who score a total Technical score of 70 (Seventy) or more, will qualify
for the evaluation of their commercial bids.
c) The commercial bids of bidders who do not qualify technically shall be returned
unopened to the bidder’s representatives after the completion of the evaluation process.
d) The technical scores of the bidders will be announced prior to the opening of the financial
bids.
e) The technically shortlisted bidders will be informed of the date and venue of the opening of
the commercial bids through a oral/ written (e mail) communication.
13.3 Evaluation of Technical Bids
a) The evaluation of the Technical bids will be carried out as follows for that Bidder s who
meets the Pre-Qualification requirements.
b) Consequent upon the evaluation, each Technical bid will be assigned a Technical Score (T)
out of a maximum of 100 points. Bidder s who scores 70% or more will qualify for the
evaluation of their commercial bid.
Page 64 of 83
13.4 Evaluation of Technical Proposals
Following outlines the broad parameters based on which evaluation of technical proposals of the
bidders shall be carried out by Purchaser:
S.no Particulars Max Score
1
Experience in web based Application Software Projects for India/State
Government Departments / Corporations/ PSUs etc with Application software
component value of Rs 40Lakhs each. Max 3 Project Considered
For 1 Order =5 Marks
15
2 Experience of implementation of turnkey IT projects for Government/PSU
(involving Software development, Manpower Support & implementation and /or
Hardware procurement ,installation, Maintenance etc.) Max 4 Project will
Considered.
Order with order value of >=05 Cr. = 5 Marks
20
4 Multi location rollout experience of e-governance project with software, Hardware
and manpower support in turnkey basis Max 3 Project Considered.
Experience in Three State = 15 Marks
Experience Two State = 10 Marks
Experience in One State = 05 Marks
15
5 Bidder must have at least one Scholarship e-governance Project in anywhere in
India /State Government .Project includes Manpower Deployment , Software
Development and IT Integration.
Order with order value of >=2 Cr. = 5 Marks
05
6 Understanding of the Project and conceptualization of the solution including
functional requirements. Bidder shall give detailed write-ups on at least 2 case
studies and the marking will be made based on this.
15
7 Design & Architecture of overall Proposed Solution (Proposed Tools,
Technologies and Products, Availability, Scalability, Interoperability, Architectures).
15
8 Project Plan
Comprehensiveness
Training and Change Management Plan
Conformance to timelines
15
Total 100
Note : Project Executed in Indian Government , Government PSUs, State Government will be Considered.
Global or overseas orders not considered.
Only the bidders, who score a total Technical score of 70 (Seventy) or more, will qualify for
the evaluation of their commercial bids.
Page 65 of 83
14. EVALUATION OF COMMERCIAL BID
a) The Commercial Bids of only the technically qualified bidders will be opened for
evaluation. The bidder with lowest Total Commercial Quote (L1) will be awarded 100%
score.
b) Commercial Scores for other bidders will be evaluated using the following Formula:
c) Commercial Score (C) = (Total Commercial Quote of L1/ Total Commercial Quote of the
Bidder ) X 100.
14.1 Determination of the Best value Bid
In determination of the best value bid, the following weightage shall be given for the
technical and commercial scores of the bidders in a Quality and Cost Based Selection
methodology (QCBS):
Technical Score: 70%
Commercial Score: 30%
For every Bidder the Final Total Score (F) will be calculated using the formula
F = 0.7 X T + 0.3 X C
The bidder with the best value of F shall be selected as the successful bidder.
Page 66 of 83
15. ROLES AND RESPONSIBILITIES
Responsibly of Work SC&ST
Department
Service
Provider or
SDA
Infra Setup at Offices (PC+ Printer + UPS+ Furniture+ Scanner) Y
Infra Setup for Helpdesk and Operational Work(PC+ Printer +UPS+
Scanner)
Y
Space Allocation , Electric Power/solar / Gen set at Offices and HQ Y
Internet Connectivity with Backup to head office at Patna
Based on MPLS Minimum 8 MBPS and 4 MBPS
Y
Hi speed Internet Connectivity (Min 1 MBPS )to Departmental
Divisional and Districts offices at Bihar Based on MPLS
/VSAT/BSWAN/OFC/WiMax for online access.
Y
Online and Offline Application Development Y
Backup and Recovery of Database Y
Installation of Necessary System and application Software in Offices ,
HQ and in Service Provider Data Centre
Y
Deployment Of Manpower at Offices and HQ Y
Data Migration Related Work Y
Maintenance of System Software, Application Software, Hardware till
(3+2) years from date of LOI
Y
Monitoring of work flow Y Y
Reporting on completion Y Y
Exit Management Y Y
Sign off Certificate on completion of Contract and successful Exit
Management
Y Y
Data Availability from other department in .xml or .xls format for
migration.
Y
Page 67 of 83
16. IMPLEMENTATION SCHEDULE:
S.
No
Milestone Completion
Time
1 Requirement Study, Business Process re-engineering for best fit solution and
preparation of SRS
T+ 6 WEEKS
2 Design of Web Based Integrated portal application T+ 20 weeks
3 Development of Web Based Integrated application T+ 24 Weeks
4 Set up Installation & commissioning of DC T+ 18 weeks
5 User Acceptance T+ 25 weeks
6 Go live (Successful deployment of Application and User Acceptance ) T+ 26 weeks
7 Training of the staff on application T+ 26 weeks
8 Requisite Hardware Installation and commissioning at Offices and HQ Level T+ 16 Weeks
Note: - T means date of Issue of Signing of contract.
Page 68 of 83
17. APPLICABILITY OF MSA
Apart from the provisions as set out in this schedule, the terms and conditions stated in the MSA
shall apply mutatis mutandis to this SLA. In the event of a conflict in interpretation of any Article
in the MSA and the SLA, the provisions of the MSA shall prevail. The Table below summarizes the
Indicative Performance Indicators for the services to be offered by the Service Provider. The
detailed description of the performance indicators, SLA Terms and their definitions are discussed in
the following sections.
S.l No. Indicative SLA Parameter SLA Target
1 Availability of business operation i.e. Working of Application
Software ,PCs & Accessories, Networking equipment’s and
Manpower during Working Hours
98%
2 Availability in PCs & Accessories, Networking equipment’s during
Working Hours
98%
3 Online /Offline Software Availability 98%
4 Availability of Data Entry Operator Personals Retention capacity to
be optimized
98%
5 Availability of Data Centre and Server setup (Except notified and
Approved downtime ie Maintenance of DC).
98%
6 Availability of Help Desk during Prime Business Hours. 98%
Note:
In case any failure identified is not attributable to IA the penalty shall not be imposed as
enforced by the SLA. Decision of committee comprising of SC&ST and IA shall final and
bindings to all stakeholders.
a. Client Application Availability Standard: Client Application Available 99% of the time
for the entire calendar month.
Penalty: Failure to meet above availability requirement will result in a penalty payment of
5% total charges of the Monthly Payments to be paid in that concerned Location /category.
Failure to meet above availability requirement for a second consecutive month will result in
a penalty payment of 7.5% of the Monthly Payments to be paid in that concerned Location
/category. Failure to meet the above availability requirement for “n” consecutive month will
result in maximum penalty of 10% from monthly payment.
b. Hardware Availability Standard: All Hardware including District and Divisional , HQ
and Data centre must be available without error 99% of the time for the entire calendar
month.
Penalty: Failure to meet above availability requirement will result in a penalty payment of
5% total charges of the Monthly Payments to be paid in that concerned Location /category.
Failure to meet above availability requirement for a second consecutive month will result in
Page 69 of 83
a penalty payment of 7.5% of the Monthly Payments to be paid in that concerned Location
/category. Failure to meet the above availability requirement for “n” consecutive month will
result in maximum penalty of 10% from monthly payment.
c. Manpower Availability Standard: manpower including District and Divisional , HQ and
Data center must be available for the entire calendar month. Attendances of the manpower
should be submitted to SC&ST for SLA calculation. Project Head and Project manager
may be given advantage for this on consent of SC&ST .
Penalty: Failure to meet above availability requirement will result in a penalty payment of
5% total charges of the Monthly Payments to be paid in that concerned Location /category.
Failure to meet above availability requirement for a second consecutive month will result in
a penalty payment of 7.5% of the Monthly Payments to be paid in that concerned Location
/category. Failure to meet the above availability requirement for “n” consecutive month will
result in maximum penalty of 10% from monthly payment.
Page 70 of 83
18. TECHNICAL REQUIREMENT AND SUMMERY OF SCOPE OF WORK
(ANNEXURE -1 )
18.1.1 Specification for Data Centre Hardware Setup
Specifications for Blade Chassis
Sl. No Features Specifications Required
1 Description Blade enclosure should be 7U and above
2 Blade Bays
Blade Chassis to accommodate minimum of six 2 CPU Full
Height Hot Plug-gable Blade Servers with Dual I/O
Connectors as well as Power Connectors for Redundancy. To
be supplied with 4 Blade Server
3 1GB Ethernet
Switch Modules
Chassis should be configured with hot Swappable Ethernet
Pass through Modules connecting to each Blade server inside
the chassis
4 I/O Path for all
Fabrics
Chassis should have dual I/O connections from every blade
server to help provide maximum uptime
5 Management
Modules
Chassis should be configured with integrated IP KVM switch
module for managing the Blade chassis locally as well as
remotely
6 Storage
Chassis should be configured with Internal/External storage
with 5 TB of Usable capacity with SAS disk drives. Should be
configured with 1GB of battery backed cache across dual
controllers.
7 Power Modules Chassis should be fully configured with all the Power supplies
of highest capacity
8 CD/Diskette/USB
Chassis should be configured with Internal/external CD-
ROM/DVD-ROM drive which can be shared among all the
blade servers.
18.1.1.1 Minimum Specification of Blade Servers
1. Application Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 2 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 128 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
Page 71 of 83
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
2. Web Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 1 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 64 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
Page 72 of 83
3. Database Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 1 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 128 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
4. Mail Server Qty -1
Specification for 2 way Blade Server
Sl. No Features Specifications Required
1 CPU 1 x Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600/Latest Intel Chipset
4 Memory 32 GB DDR-3 ECC Memory Upgradeable to 256 GB
5 Memory protection ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware
Raid RAID 0, 1, 1E, and 10
7 Disk Drives Minimum 2 x 600GB 6Gbps10K SAS Hard Disk Drive
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of Gigabit
Ethernet ports.
10 I/O Expansions Server should support 2 Number of PCI Express 3.0 Slots
Page 73 of 83
11 Power Supply From the Blade Chassis via Dual Redundant Power
Connectors
12 Warranty 3 Years Onsite Comprehensive Warranty
13 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components covered
under alerting mechanism should at least include Processor,
memory and HDDs
14 Blade Form Factor Full Height Blade Server with Dual Redundant I/O and Power
Connectors
15 Server Management
Software
Server should be supplied with OEM Server Management
software
16 OS Support Server should support latest version of Microsoft windows,
Redhat, Novell and Vmware
17 OS Server should be supplied with latest version of Redhat
Enterprise Linux
i. Laser Printer (Reputed Make)
Print speed minimum 30 ppm
Processor 400 MHz or higher
Resolution Up to 1200 X 1200 dpi
Duty Cycle Min. 50,000 page / month
Memory 2 MB RAM
Paper Handling Tray
150-sheet adjustable main input tray
100-sheet output bin
Manual two-sided printing
Paper Size Legal, A4
Interfaces USB 2.0 (High Speed) with USB Cable, Parallel , 10/100
Drivers Yes (MS-Windows XP/ Vista/ 7)
ii. SAN Storage (Reputed Make)
Operating System &
Clustering Support
Windows Server latest Version, Linux and proposed RED HAT
LINUX standard and enterprise edition.
Capacity &
Scalability
5 TB Usable space using 300/450/600 GB Disk drive scalable to 40
TB
Raid Support Offered Storage Subsystem shall support Raid 0, 1, 1+0, 4/5 and 6
iii. Enterprises UTM /Firewall with anti hacking
The UTM/Firewalls should be Hardware based, Reliable, purpose-built security appliance or
modules in core switch with hardened operating system that eliminates the security risks
associated with general-purpose operating systems with 6 No. of 10/100/1000 Base Tx
interfaces.,Should be redundant supporting Active/Active or Active/Standby Firewall for High
Availability & Scalability. ,Software Features,Application Security Services
i. Network Containment and Control Services,Secure Connectivity Services ,
Page 74 of 83
ii. High-Availability Services ,Intelligent Networking Services,
iii. Flexible Management Solutions
Desktop Computers for Data Centre
Operating system & Software Genuine Windows 7 Professional 64-bit
Processor Intel(R) Third generation Core(TM) i3 processor
Memory 4GB DDR3-1333MHz SDRAM
H61 OEM Motherboard or AMD 760G
Hard drive 500GB 7200 rpm SATA 3Gb/s hard drive
Integrated Graphics Card ,Primary optical drive 16x max. DVD RW
LED monitor 18.5” Wireless-N LAN card , Memory card reader , USB 2.0 6
ports minimum ,Integrated Sound Card, Multimedia keyboard ,
Optical mouse , Network interface Integrated 10/100/1000 Mbps (Ethernet)
Desktop Management Software, DMI 2.0, ACPI 1.0 & PCI Complaint ,
MS Windows® 7, Linux, ISO 9001 & ISO 14001 certified
18.2 HARDWARE AND SOFTWARE FOR OTHER SC&ST OFFICES
S.no Minimum Specification
1 Desktop Computers
Software Genuine Windows 7/8 64-bit
Processor Intel(R) Third generation Core(TM) i3 processor Processors,
Memory 4GB DDR3-1333MHz SDRAM
H61 OEM Motherboard or AMD 760G
Hard drive 500GB 7200 rpm SATA 3Gb/s hard drive
Integrated Graphics Card
Primary optical drive 16x max. DVD RW
LED monitor 18.5”
USB 2.0 6 ports , Integrated Sound Card
Multimedia keyboard , Optical mouse
Network interface Integrated 10/100/1000 Mbps
(Ethernet) Desktop Management Software, DMI 2.0,
ACPI 1.0 & PCI Complaint , MS Windows® 7, Linux,
ISO 9001 & ISO 14001 certified
2 Laptop System
Windows 7/8 64-bit OS
Processor Intel(R) second generation Core(TM) i3 processor Processors,
Memory 4GB DDR3-1333MHz SDRAM
Hard drive 500GB 7200 rpm SATA 3Gb/s hard drive
Integrated Graphics Card /Primary optical drive 16x max. DVD RW
LED 14” or above/USB 2.0 6 ports , Integrated Sound Card
Extra Multimedia keyboard , Optical mouse
Network interface Integrated 10/100/1000 Mbps
(Ethernet) Desktop Management Software, DMI 2.0,
ISO 9001 & ISO 14001 certified
Page 75 of 83
3 Laser printer
Minimum 16 PPM (A4)
400 MHz or higher
Min. 1200 X 1200 dpi
Min. 5,000 page / month
USB 2.0 (High Speed) with USB Cable,
Legal, A4
4 Scanner ,1200 x1200 Dpi , 6 PPM Color Flatbed
5 UPS 800 VA Offline with 30 Minutes Backup (Optional With Laptop)
6 Furniture Table size 4x2 with 2 Chairs
Page 76 of 83
19. COMMERCIAL BID FORMMAT AS PER SUMMERY OF SCOPE OF WORK
(ANNEXURE -2 )
19.A One Time Hardware and Software Purchase Server and Software (CAPEX )
Name of Bidder
S
N Description of Product Qty
Unit Price (in
Rs.) (a)
Taxes
(b)
Unit Price
in Rs.
c=a+b
Total Price
(in Rs. )
A. HARDWARE (Installed at datacenter Location )as per Technical BOM Annexure 1
1 Application Blade Server Xeon Based 1
2 Database Blade Server Xeon Based As 1
3 Web Server Blade Xeon Based 1
4 Enterprise Blade Email Server As per 1
5 Laser Printer 2
6 UTM /Firewall with anti hacking 1
7 Managed hi Speed Switch 24 Port Cisco 1
8 Storage: 5 TB SAN As per Annexure 1 1
9 Rack : 42 U with all accessories 1
10
UPS 10 KVA with 60 Minutes Backup
IGBT Based and SMF Battery with 18 Month
Warranty
2
11 Cat -6 Networking at HO Approx 30 Points 30 Points
12 Split AC 2 KVA For Central Server Room +
Stabilizer with 4 Star 3
13 Electrical Wiring Cost for Server room with 20
KVA 3 Phase Load
35 Points 15
AMP
14 Desktop Computers Core i3 for Head office DC
as As per Annexure 1 . 10
B. SOFTWARE (Installed at datacenter Location )
15 RDBMS with 3 Year onsite Support (Processor
Based License ) ORACLE 11G/ /IBM DB2 4
16 Enterprises Linux /MS Windows 2012 Server
License 4
17 Linux /Windows Server 2012 CAL (As required
at Client Side) 20
18 Antivirus Server Licenses with 3 Year Support 04
19 Exchange Server or Lotus (As required ) 250 User
20 Any other System Software required
(details to be enclosed in technical bid) 1
Total Value
VAT As applicable
Service Tax as applicable
Total Amount with Taxes
Page 77 of 83
19.B: Application Development Cost A. Application Development Cost
Sr. Category Name of the Module Rate Additional
Cost
Taxes &
Other
Duties
Total
Cost
1. Systems Study
2. Design and
Development cost of
SC&ST software Suite
and Portal
SC&ST Portal
3. Beneficiary Management Module
4. Scholarship Management Module
5. Beneficiary Management Module
6. Scholarship Management Module
7. Awards and Incentives
8. Certificates and Licenses
9. Pensions
1. Facilities Management
2. Compensations, Training and
Stipend Management
3. Hostel and Residential School
Management
4. Tribal Sub Plan
5. Skill development Programme
6. Loan & Finance
7. Atrocities Module
8. SMS/Email
9. Role based Access Management
System
10. MIS Module / Decision Support
System
11. Personalized dashboard
12. Stipend Scheme Monitoring
Modules
13. Residential Schools Monitoring
Modules
14. Uniform Distribution Monitoring
Modules
15. Hostel Scheme Monitoring
Modules
16. Medical and Legal Aid
Monitoring Modules
17. Assistance under SC, ST
Atrocities Prevention Act, 1989
Monitoring Modules
18. Special Central Assistance to
Special Component Plan
Monitoring Modules
19. Subsidy Scheme Monitoring
Modules
20. NSFDC Scheme Monitoring
Modules
21. Training Scheme Monitoring
Page 78 of 83
Modules
22. NASLAR Scheme ( Garima)
Monitoring Modules
23. Land for housing scheme
Monitoring Modules
24. Mahadalit Awas Yojna
Monitoring Modules
25. Mahadalit Water-supply Scheme
Monitoring Modules
26. Mahadalit Toilet Construction
Scheme Monitoring Modules
27. Mahadalit Basti Link Road
Scheme Monitoring Modules
28. Mahadalit Mess Management
Monitoring Modules
29. Mahadalit Creche Monitoring
Modules
30. Mess Management Monitoring
Modules
31. Mukhyamantri Mahadalit Poshak
Yojna Monitoring Modules
32. Dashrath Manjhi kaushal Vikas
Yojna Monitoring Modules
33. Mukhyamantri Nari Jyothi
Programme Monitoring Modules
34. Dhanvantari Mobile Ayurvedic
Chikitsha Monitoring Modules
35. Mobile Public Distribution
System Monitoring Modules
36. Eradication of Scavenging
System Monitoring Modules
37. Construction of Community Hall
cum Work-shade Monitoring
Modules
38. Mukhyamantri Jeevan Drishti
Programme Monitoring Modules
39. Establishment of District & Block
Resource Monitoring Modules
40. Vikas Mitra Monitoring Modules
41. Community Radio Monitoring
Modules
42. Grievance redressal center
43. Printing Solution Modules
44. Mail & Massaging Modules
45. Stationary Distribution Modules
46. Health Management Modules
Total Cost A
Page 79 of 83
B : Data Centre Setup Cost
S.n
o
Services Provided During Post Implementation Phase Duration Unit Rates Taxes
3 Year Cost
1 Deployment of requisite
infrastructure at State
Data center
Installation & testing charges One
Time
2 Others (Insert each item in a
separate row as required)
One
Time
3. O & M Charges Maintenance of the system
software
36
Month
4. Maintenance of the IT
Infrastructure
36
Month
Sub-Total A+B :
C : Services Provided During Post Implementation Phase (Opex)
S.no Services Provided During Post Implementation
Phase Annual
Rate
Additional
Cost
Taxes &
Other
Duties
Total
Cost
1. Operations and Maintenance Services for the 1st year
after “Go-Live”
2. Operations and Maintenance Services for the 2nd
year
after “Go-Live”
3. Operations and Maintenance Services for the 3rd
year after “Go-Live”
Sub-total for Services Provided During Post
Implementation Phase (Sum of items 1-3):
Total C:
D: Training of staffs
Sr. Type of Training
No. of
Resource
s (a)
Cost per
resource
(b)
Sub-
Total
(a*b)
Taxes
&
Other
Duties
Total
Cost
1. Change Management Trainings 100
2. Trainings on the Application modules 100
3. Basic Computer Training 200
Total D:
E: Helpdesk for Employee & Citizen as per 8.3.1
Sr. Name of the Service Person Duration Rate Rate
/Annum
Total
1. Helpdesk for Employee as per Technical
Document 8.3.1 A
05 36 Months
2. Helpdesk for Citizen as per Technical
Document 8.3.1 B
05 36 Months
3.
Total Cost(19 B) =: A+B+C+D+E
Page 80 of 83
19-C Data Digitization, Data Cleansing & Data Migration
Sr. Component Qty Approx
Lump some
Rate /Unit Total
1. Cost of Data Cleansing and Migrating Data from existing system to new
system
2000000
2. Testing of migrated data 2000000
3. Data entry of forms and applications 2000000
Sub Total
Service Tax @12.36%
Total
19 D : PRINTING COST FOR POST METRIC SCHOLARSHIP APPLICATION
Sl.No. Description of Work Unit
Unit Rate A4-
Paper And
Printing
Total Price
(In Rs)
/Annum
Total Price (in Rs.) for 3
Years for the purpose of bid
Evaluation
1
Printing of Post Metric
scholarship application 30 Lakh
A4 pages approx. cost of Toner
and A4 size 70+GSM Paper
included
Lump
sum
Approx.
30 Lac
Sub Total
Service Tax @12.36%
Total
Cost of Extra page with
printing cost beyond 25 L 1
*Quantity may vary based on actual assessment.
19.E MANAGED SERVICES AT OTHER SC&ST OFFICES ON MONTHLY BASIS
Sl.
No. Description of Product Qty
Unit
Rate/
Month
(in Rs.)
Total Price
/Month
(in Rs.)
Total Price
/Annum
(in Rs.)
Total Price
(in Rs.) for 3
Years for the
purpose of
bid
Evaluation
1
Technical IT supervisor for all SC&ST offices
PG-Diploma/graduate/BCA in Software with 3 years’
experience with good communication skills with
extensive experience on computer and minimum
typing speed of 40 words per minute.
126
2
Rental Of Computer hardware + Printer +UPS+
Furniture+ Scanner Minimum Specification of
Hardware and Other Accessories as per Annexure 1
126
Sub Total
Service Tax @ 12.36%
Total For Services
Page 81 of 83
19.F MANAGED SERVICES AT HEAD OFFICE ON MONTHLY BASIS
Sl.
No. Description of Product Qty
Unit Rate/
Month
(in Rs.)
Total Price
/Month
(in Rs.)
Total Price
/Annum
(in Rs.)
Total Price (in
Rs.) for 3 Years
for the purpose
of bid
Evaluation
1: IT Managed Services for Head Office, Data Center
and Help desk
1
Project Manager with Laptop/ Computer MCA/B.E/
B.Tech with 6 year Experience (PMP/MCSE/MBA
Certified Preferable)
1
2
Project Coordinator with Laptop/ Computer
MCA/B.E/ B.Tech with 5 year Experience
(PMP/MCSE /J2ee Certified Preferable)
1
3
Database Service Administrator
Qualification: B. E. / B Tech. (Computer Science/IT) /
MCA / MS (IT) with 5 year Experience
1
4
Network Admin With Laptop.
Qualification: MCSE/CCNP + MCA\BE \B.Tech with
3 years Experience
1
5 Communication Expense Rs. 1000/- per
Mobile/Telephone connection 10
6 Printing Cost + FAX Cost 10000 page /Month per
month 1
7
Application Software Lead: MCA/ B.E/ B.Tech with 4
Years Experience for Application software
Maintenance Services
2
8
Project Management Cost Includes Training of
Manpower, Meeting , Travel Exp Etc for Remote Data
Management
1
9
Expenses for Backup of system software/ Application
Software and Database at HO and District Locations
with standard Backup software & Hardware with
standard media
1
10 IT Supervisor at HO for implementation and
handholding support as per RFP 5
Subtotal
Service Tax @12.36%
Total
TOTAL COST : A+B+C+D+E+F= Rs.
Page 82 of 83
20. PAYMENT TERMS AS PER ANNEXURE-2
19-A One Time Hardware and Software Purchase Server and Software (CAPEX)
a. No Advance payment shall be made.
b. 90% on Successful Delivery (Original, Duly sealed & signed), after receipt of duly
acknowledged delivery challan(s) and invoice(s)
c. 10% on Installation, commissioning and verification thereof at the specified
locations..
19-B: Application Development Cost
a. 25% on approval of SRS by Department
b. 65% on installation and Go live.
c. 10% against Performance Bank Guarantee valid for project period
a. Data Centre Setup Cost a. 90% on installation and Go live.
b. 10% against Performance Bank Guarantee valid for project period
b. Services Provided During Post Implementation Phase (Opex)
a. The selected service provider shall be paid on Monthly basis at the end of each
Month based on the Monthly invoices raised by the Service Provider, at the rates
specified in the Contract.
c. Training of staffs a. 90% on successful training.
b. 10% against Performance Bank Guarantee valid for project period
d. Helpdesk for Employee & Citizen as per 8.3.1
a. The selected service provider shall be paid on Monthly basis at the end of each
Month based on the Monthly invoices raised by the Service Provider, at the rates
specified in the Contract.
19-C Data Digitization, Data Cleansing & Data Migration
a. No Advance payment shall be made.
b. 100% on Successful Delivery (Original, Duly sealed & signed), after receipt of duly
acknowledged delivery challan(s) and invoice(s) on pro data basis.
19-D Printing Cost For Post Metric Scholarship Application
a. No Advance payment shall be made.
b. 100% on Successful Delivery (Original, Duly sealed & signed), after receipt of
duly acknowledged delivery challan(s) and invoice(s) on pro data basis.
19-E Managed Services At Other SC&ST Offices On Monthly Basis
a. The selected service provider shall be paid on Monthly basis at the end of each
Month based on the Monthly invoices raised by the Service Provider, at the rates
specified in the Contract.
19-F Managed Services At Head Office On Monthly Basis
a. The selected service provider shall be paid on Monthly basis at the end of each
Month based on the Monthly invoices raised by the Service Provider, at the rates
specified in the Contract.
Page 83 of 83
21. DEPLOYMENT LOCATIONS (UNDER SEC.19.E)
Divisions Districts Divisional
Offices
District
Offices
Mahadalit
Offices
Corporation
offices
Total
Manpower
1 Patna Patna 1 2 1 1 5
2 Nalanda 2 1 1 4
3 Bhojpur 1 1 1 3
4 Rohtas 1 1 1 3
5 Buxar 1 1 1 3
6 Kaimur 1 1 1 3
7 Tirhut Muzaffarpur 1 1 1 1 4
8 Champaran (E) 1 1 1 3
9 Champaran(W) 1 1 1 3
10 Sitamarhi 1 1 1 3
11 Sheohar 1 1 1 3
12 Vaishali 1 1 1 3
13 Saran Saran 1 1 1 1 4
14 Siwan 1 1 1 3
15 Gopalganj 1 1 1 3
16 Darbhanga Darbhanga 1 1 1 1 4
17 Madhubani 1 1 1 3
18 Begusarai 1 1 1 3
19 Samastipur 1 1 1 3
20 Kosi(Saharsa) Saharsa 1 1 1 1 4
21 Madhepura 1 1 1 3
22 Supaul 1 1 1 3
23 Purnia Purnia 1 1 1 1 4
24 Katihar 1 1 1 3
25 Araria 1 1 1 3
26 Kishanganj 1 1 1 3
27 Bhagalpur Bhagalpur 1 1 1 1 4
28 Banka 1 1 1 3
29 Munger Munger 1 1 1 1 4
30 Jamui 1 1 1 3
31 Khagaria 1 1 1 3
32 Lakhisarai 1 1 1 3
33 Sheikhpura 1 1 1 3
34 Magadh Gaya 1 2 1 1 5
35 Nawada 1 1 1 3
36 Aurangabad, 1 1 1 3
37 Jehanabad 1 1 1 3
38 Arwal 1 1 1 3
Total
Manpower 9 41 38 1 126
*Manpower Quantity may increased /decreased after actual assessments