scheduled caste and scheduled tribes - SC & ST Welfare

83
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

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