m p state electronics development corporation ltd document/tender... · 2015-04-08 · 1. m.p....
TRANSCRIPT
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD
(A Govt. of M.P Undertaking.)
Tender Document
For
Supply and implementation of software solution as a bridge software for various developmental schemes implemented at the Panchayat level
(Tender no. MPSEDC/Mkt-S/2013/246)
(All pages of this document except for Commercial-bid to be submitted in original duly signed on each page along with
the technical bid envelope. The Commercial bid in original is to be enclosed in a separate sealed envel ope)
M P State Electronics Development Corporation Ltd. State IT Center, 47-A, Arera Hills, Bhopal-462011 (M.P)
Ph.0755-2518603, Fax No.: 0755-2579824, website www.mpsedc.com
2
INDEX
Topic Page No.
Invitation of bid 3
Letter for Submission of tender 4
General information and EMD details for consortium leader/member 5
Eligibility Criteria 6
Amendment in Bidding Document by the Competent Authority 6
Bid Price 6
Earnest Money Deposit (EMD) 6
Alterations / Erasure / Overwriting 7
Scope of Work 7
Functional Requirements 10
Payments and Billing 10
Service Level Support Requirement 10
Submission of Bids 11
Proposal Evaluation 14
Preliminary Examination 14
Performance Security 15
Contacting the Competent Authority 16
Statutory Obligations 16
Applicable Law 16
General Instructions 16
Form TECH-1: Letter of Proposal Submission 19
Bidder’s Authorization Certificate 20
Financial Proposal Submission Letter 21
ANNEXURE “A” - Scope of work 22
ANNEXURE “B” - Technical Evaluation Criteria 28
ANNEXURE “C” - Data Sheet & Technical Compliance Matrix 30
ANNEXURE “D” - Financial Bid Format – FIN 1 36
ANNEXURE “E” - format for Bid Security 38-40
3
Technical Bid
INVITATION FOR BIDS
1. M.P. State Electronics Development Corporation Ltd., (here after referred to as MPSEDC) on behalf of Department of Panchayat and Rural Development, Govt. of M.P.
(here after referred to as DOPR) invites sealed bids, under two envelopes system,
from bidders for supply and implementation Software solution as a Bridge Software for various developmental schemes implemented at the Panchayat level Interested
bidders may obtain further information from the office of MPSEDC ltd., Bhopal .
Sl. No.
Items
Description
a Scope of Work Tender for Supply and Implementation of Software
solution as a Bridge Software for various
Developmental Schemes implemented up to the Panchayat level
b Cost of bid document Rs.5000.00 (non-refundable) by Demand Draft/Cash
c Sale of bid documents Date 01.07.2013 to 19.07.2013 (working hours
10.30 AM to 5.30 PM) d Last date of submission of bid Date 22.07.2013 up to 3.00 PM.
e Date of opening of technical bid Date 22.07.2013 at 4.00 PM. f EMD Rs. 10,00,000/- (Rupees Ten Lakh Only)in the form of
Demand Draft payable to MPSEDC Ltd at Bhopal/ Irrevocable Bank Guarantee from Nationalized
/scheduled Banks
g Address for communication & opening of bids:
MPSEDC LTD. State IT Center, 47-A, Arera Hills, BHOPAL (M.P.)
Note - Tender Document can be downloaded from the website www.mpsedc.com. In case
tender form has been downloaded from the website, the bidder will be required to enclose a Demand Draft of Rs.5000/- (Rupees five Thousand only) of any Nationalized / scheduled bank
in favor of MPSEDC Ltd. payable at Bhopal along with the tender.
*Any future Corrigenda/Information shall be posted only on our website www.mpsedc.com
4
Letter for Submission of tender on letter head of the Bidder
To Dated.
Addl. Chief General Manager, MPSEDC Ltd.
State IT Center 47-A, Arera Hill,
Bhopal (M P)
Ref: “Tender for Supply and Implementation of Software solution as a Bridge Software
for various developmental schemes implemented up to the Panchayat level as per tender No. MPSEDC /MKT/S/2013/246 dated 01.07.2013 due for opening on
22.07.2013.
Dear Sir,
Having examined the tender document relating to the Supply of Software as detailed
in your tender, Conditions and scope of work etc. and having understood the provisions and requirements relating to the Supply and all other factors governing the tender, We hereby
submit our offer for the Supply of the proposed software in accordance with terms and
conditions and confirm our acceptance to execute the order within the time period specified in the tender document, at the rates quoted by us in the accompanying Technical & commercial
Bid.
If after the tender document is accepted, we fail to complete the Supply of the software as per
the order. We agree that, M/s. MPSEDC LTD. Bhopal shall have full authority to forfeit the earnest money and cancel our order with no obligation on their part.
We confirm having deposited earnest money of Rs 10,00, 000/- (Rupees Ten Lakhs only) by
Demand Draft No ………………… dated ………………. drawn on …………………………………. Branch / in the form of Irrevocable Bank Guarantee no ----------------------- dated ------------issued by --
--------------------attached here to, and general information required is as per annexure
attached.
We further confirm that – i. We have successfully executed orders of similar nature and we have sufficient
experience and financial strength in handling orders of this value.
ii. We have sufficient qualified manpower and after sales support to execute the order efficiently in the specified time schedule.
iii. The quoted rates shall be valid for 120 days from the due date of submission of bid. iv. We further confirm that all chapters of the tender documents have been read,
understood and signed and there is no deviation/discrepancy. v. We also noted that any future Corrigenda/Information shall be posted only on
MPSEDC website www.mpsedc.com
Signature of the Tenderer With stamp and date
5
GENERAL INFORMATION AND EMD DETAILS FOR CONSORTIUM LEADER/MEMBER
1 EMD Details Amount in Rs.
In Case of Demand Draft :
DD No date:
Name of the Bank:
In Case of Bank Guarantee :
Guarantee No. Issue dt.
Issuing Bank& Branch Expiry dt.
Rs 10,00,000/=(Rs Ten Lakh only)
2 Name and Address of the Tenderer:
3 Contacts:
4 Telephones:
5 Fax:
6 E-mail:
7 Mobile No:
8 Category of the tenderer
(Whether company, partnership firm or Proprietary concern,
consortium )
9 Name of Chief Executive Officer
and Telephone No.
10 Year of Establishment
11 Sales Tax/Commercial Tax/ CST
nos.
12 Income Tax PAN/GIR No.
13 Service Tax No.
14 Yearly Turnover of the Last 3 years.
2012-13 2011-12
2010-11
15 Name and Address of the Banker
16 List of major Clients and the size
of orders executed
Note:
1. Attach Separate sheet for (Information 2-16) all the members of consortium 2. Separate sheets may be attached wherever necessary.
Signature of the Tenderer
With stamp and date
6
Terms and Conditions
Contents of Bidding Documents for Tender for Supply and Implementation of Software solution
as a Bridge Software for various Developmental Schemes implemented up to the Panchayat level, the bidding procedures and the terms & conditions are prescribed here in under:
1. ELIGIBILITY CRITERIA
a. A bidding firm should be a Indian corporation/ company/ firm or consortium of Indian companies/corporations or its subsidiary, registered in India as per Indian Companies
Act 1956. In case of a consortium the same shall not consists of more than two companies/ corporations/subsidiaries. where lead bidder should have been in operation
for at least five years as on 31st March, 2013 (Incorporation/Registration Certificate
required)
b. The bidder must have a minimum average turnover of at least Rs. 5 Cr for last 3
consecutive years from software development and related IT services excluding
Hardware supply (Audited Accounts/Certificate from Auditors required)
c. The bidder should have a well-established network in Madhya Pradesh and should have
a development centre and help-desk setup in Madhya Pradesh.
d. The Bidder or its consortium partner should have proven experience in implementing
multi level projects in Panchayat and Rural Development domain of central/state Govt.
at the level of gram Panchayats. The bidder or its consortium partner should have
deployed successfully at the District Level at least 1 similar projects in last 5 years for
any state government.
e. The Bidder should have proven experience in executing projects of readily available
software (Commercially of the shelf solution with customisation) for value of Rs. 1 Crore
or above (Excluding Hardware Supply) in last 5 financial years in government sector.
f. The Bidder should be registered with Service Tax and Provident Fund. The Bidder should
enclose the certificates.
2. AMENDMENT IN BIDDING DOCUMENT BY THE COMPETENT AUTHORITY
a. At any time prior to the deadline for the submission of bids, the competent authority may, for any reason, whether on it’s own or in response to a clarification requested for
by a prospective bidder, modify the bidding document by way of amendment(s). b. The prospective bidders having received the bidding documents will be notified of the
amendment(s) so made in writing or by Fax and such amendments shall be binding on them.
c. In order to allow reasonable time to the prospective bidders for taking into account such
amendment(s), in the preparation of their bids, the competent authority, at its discretion, may extend the deadline for the submission of bids.
3. BID PRICE
The bidders shall indicate on the prescribed Price Schedule. Prices quoted by the Bidder
shall be fixed during the Bidder’s performance of the contract and shall not be subject to variation on any account.
A bid submitted with an adjustable price will be treated as non-responsive and rejected.
4. EARNEST MONEY DEPOSIT (EMD)
7
a. The Bidders must submit an Earnest Money deposit of Rs.10,00,000/- (Rupees
Ten Lakhs Only) in the form of a Bank Draft/irrevocable Bank Guarantee (Format as per Annexure-“E” ) from a nationalized/scheduled bank drawn in
favour of MPSEDC LTD. payable at Bhopal along with their proposal. b. The EMD shall be in Indian Rupees only.
c. Unsuccessful Bidder’s EMD will be discharged/refunded as promptly as
possible, but not later than 120 days after the final selection. No interest will be applicable on EMD.
d. The successful Bidder’s EMD will be discharged only after the signing of the contract papers and on furnishing the Performance Guarantee within stipulated
time.
e. The EMD shall be forfeited:
I. If a Bidder withdraws its bid during the period of Bid validity specified
by the Bidder on the Bid Form.
II. Or in case of a successful Bidder, if the Bidder fails to sign the
contract; or
III. If a bidder fails to furnish the Performance Guarantee within stipulated
time.
f. Proposals not accompanied by tender fee and EMD will not be considered for
Technical and Financial evaluation.
5. ALTERATION/ ERASURES /OVERWRITING Any alterations, erasures or overwriting shall be valid only if the person or persons
signing the bid initial them.
6. Scope of Work
A. Background
Most of the programs and projects of the Department of Panchayat and Rural Development involves huge funds which are disbursed to the implementing agencies. These implementing
agencies may be Gram Panchayats, Village Committees, Block Level and District level authorities and agencies. These agencies are generally not able to keep manual record of the
fund provided and spent on program objectives, these results into delay in getting timely, reliable and relevant financial information which is basis for better decisions, speeding up the
physical progress of the program and the availability of funds and reducing delays and
bottlenecks. The main objective of the proposed solution is to get the required data and information online, quickly, accurately and verifiable as and when needed basis in respect of
each programs and implementing agencies as well sector wise consolidated information to ensure efficient and transparent working.
B. Current System and Expectations from the Proposed System:
Presently in Department of Panchayat and Rural Development several software are being
used for MIS reporting , physical monitoring and financial reporting. Separate software’s
are used for plan preparation and physical progress monitoring for different schemes which
renders these software working in ‘SILOS’. This situation also leads to repetitive data entry
requirement in different software for different schemes, which is often resisted by the users.
Additionally this software have many limitations in terms of capturing accounting transactions
with desired classifications and have limited facilities for proper data interpretation. Not only
the quality of compilation of accounts is poor, most of the reports generated also do not meet
the requirement of reporting at various levels which leads to considerable manual efforts in
preparing various MIS reports.
8
One other major problem faced currently is that all the software available is completely web
based. Since implementing agencies in this case are Panchayati Raj Institutions (PRIs) which
are usually located at remote places and the connectivity at these locations is poor which leads
to a situation where it becomes impossible to operate on this software.
In the backdrop of this, MPSEDC invites bids for “Supply and Implementation of readily
available Software solution as bridge software for various developmental schemes
implemented up to the Panchayat level. The bidder is expected to provide a comprehensive
solution which is a web based solution with store-and-forward tool at the client- end so that
client can store data offline and transfer it once the Internet connectivity is available or upload
file is generated and data is merged at district or block level.
This software should be capable of capturing the activities related to transfer of fund and its
expenditure as per the requirement of funding agencies. The software should have inbuilt
facility for maintaining books of accounts on double entry system. The software should
provide for facility for Accounting and electronic fund management system, Works
Management, Beneficiary database, Reporting , HR Management, Training monitoring, Micro
Data Monitoring System (MDMS) and Citizen Service Interface etc as given in scope of work
Annexure-“A”. Periodic, reliable and verifiable reporting, based on the entries made in the
books of accounts, can be generated from the software to help the program managers and
State/Central governments to plan and implement the projects/schemes, monitor compliance
with agreed procedures, and appraise progress toward its objectives. Software required should
be in a “Ready to go live” stage with required customization . This software should also be
capable to provide Data online in the required format to PriaSoft and NAREGASOFT (Software
packages developed by NIC) . Scope of work includes :
I. Customisation & Implementation
Customisation of Readily available software solution as per scope of work and functional requirement specification. The solution provider should ensure and plan
well in advance about the increase in data volume and therefore should keep
provisions in the hardware and software. Solution implementation and deployment at Data Centre including security audit from
CERT-IN empanel agencies. Deployment of offline software in Gram Panchayats system and Tablet PCs at block
level Integration of third party components like payment gateway, SMS, GPS tools
II. Testing & Acceptance
The Solution Provider must build up an overall plan for testing and acceptance of system, in which specific methods and steps should be clearly indicated and approved
by Department. The acceptance test plan will be defined by the Solution Provider,
agreed and approved by Department and will include all the necessary steps to ensure complete functionality, operation and performance of the system. The Department will
also carry out User Acceptance Test at its own sites.
III. User Training
The Solution Provider is required to give user training for the identified users from
each PRI at an district head quarter in a batch size of 20 participant for a duration of 2 days. Training infrastructure/facility shall be provided by DOPR.
IV. Digitization
As a part of the digitization, the solution provider has to do the following:
9
i. Collection and entry of beneficiary details
ii. Entry of bank details iii. Collection and entry of other required master data e.g opening balance of
banks and ongoing work data. iv. Verification of the beneficiary data provided on hard copy by the respective
panchayat.
While assessing the scope of digitization following points should be taken for
consideration: • There are approximately 400-450 Panchayats in every district
• Each panchayat is having approx 3000 beneficiaries under various schemes • Each panchayat is implementing 27(Approx) schemes which are either center
or state government supported
V. Hand Holding Support
For successful roll out of software handholding support to update current data is also
need to provide at Gram Panchayat level. To accomplish specialized tasks team of professional consisting one C.A. or CWA, MBA with 10 – 15 years post qualification
experience, one commerce post graduate and 10 data entry operator with relevant
hands on experience in accounting reforms in rural local bodies., trained accounting personal and data entry operators will be placed with time bound target of six month
in pilot district. At panchayat level generally 300 accounting transactions are enacted under all schemes in a year. Other than this Payments to beneficiary is also
made based on list of payments ( 1000 to 1500 beneficiary in a panchayat). One of the very essential requirement is to record work information ( Approx 30-40
works in a panchayat) and its integration with the payment i.e. Work wise
disbursement and expenditure need to enter in the software .
VI. Solution Documentation
Preparation of documents including Technical and User Manuals, Operational Manual,
Maintenance Manuals Solution Provider shall obtain the sign-off from Department for all the documents submitted for the solution.
VII. Operational Support and Maintenance (O and M)
a. Online Software The Solution Provider will provide the Operational Maintenance and Support for
providing on-going assistance for a period of 5 (five) years for the proposed system and its users from Go- Live date. The support phase will include the three major
activities and the Solution Provider will need to perform the following activities under
these phases: Perform maintenance activities: Service, support & fix existing errors, improve
the system operations and conduct post implementation system review both for the proposed system as well as for the existing hardware
Monitor system performance: Checking system efficiency and reliability Assess system security: Checking threat impact on hardware, software, data,
people and procedures besides securing the system from external and internal
threats b.Offline Software
The solution provider is also required to provide the Operational Maintenance and
Support for providing on-going assistance for a period of 5 (five) years for the
proposed system and its users from Go- Live date (To be implemented at district and
block level)
10
7. FUNCTIONAL REQUIREMENTS
Bridge Software should be based on double entry accounting system with an inbuilt facility for financial monitoring, budgeting, HR Management, monitoring of works and trainings,
monitoring of payment to village households and reporting etc.
Maintenance of project/scheme based books of accounts is the most important feature of the product, any user handling more than one project or receiving grants for various
schemes/programs should be able to keep separate books of accounts in respect of each project/schemes without creating the separate data base for each projects and product should
have inbuilt facility for consolidating the various schemes. User interface to add new schemes or projects is a required feature.
Product is intended to be used by the implementing agencies at various level therefore it
should have the facility for maintaining the accounts at least up to 5 level that may be State, District, Block, Gram panchayats, Village or Self Help Groups. Product should have the facility
for keeping the separate accounts of various levels in a centralized data base further as and when required consolidated reports of various desired level can be generated from the
software.
It is pertinent to note that at the place of implementing agencies resources are limited therefore at some place software may be used in off line mode and subsequently data will be
merged at central data base, therefore in online software provision to merge offline data is must.
Product should have the facility for using the ledger accounts created under one in other schemes/projects. Software should provide the facility to produce the accounts as per the
instructions given by C&AG for Simplified format of accounts for PRIs.
Under the program fund are spent for various activities called categories/component, under these categories several heads of expenses are kept for budgeting, monitoring and accounting
product should have appropriate module for creating categories/component. BRIDGE SOFTWARE should have features as detailed in Annexure -“A”. All the features are an
integral part of the product and reporting requirement laid down for the product is an essential
feature.
8. PAYMENTS AND BILLING
Supplier shall present his bills after supply to MPSEDC in duplicate along with the following papers/documents:
Report of installation from the concerned department certified by the user department, dully signed and complete in all respects.
Payment to the supplier shall be made by MPSEDC only on receipt of receipt of the
payment from the Department concerned, after deducting due amounts that may be
owed by supplier to MPSEDC on any account.
Payments shall ordinarily be made by MPSEDC only through crossed Account payee cheque drawn on Banks located in Bhopal.
9. SERVICE LEVEL SUPPORT REQUIREMENT
a. Service Level Agreement (SLA) for Application
Supplier should make provision in software for service call log and system based report should be generated for SLA compliance.
Category /
Priority of Support
Request (SR)
Description (Severity)
Impact Response Time Resolution
Time
11
Critical System, major subsystem or feature
failure of being Inoperative
Product cannot be used for any
period of time
2 working hours
8 working hours
Major Service – affecting system or feature
problem /deficiency
Feature cannot be used
4 working hours
2 working days
Minor Other violations of
agreed upon specified functionality
Conditionally
usable: workaround
is available
6 working
hours
1 working
week
Irritant Non-service affecting
feature deficiency
Irritant to end-
user
12working
hours
2 working
weeks
Enhancement Enhancements
required, new features required and cosmetic
changes
Irritant to end-
user
3 working days Based on the
effort required
Clarification Clarification on System
or feature or specific
functionality
Feature cannot be
used
1 working day Not
Applicable
Service Window: • Monday to Friday 9:30 am to 5.30 pm
• Does not include public / Company holidays
Note: The SLA is only for Application support and would not include Connectivity, OS,
Hardware, and any third party solutions / integration..
b. Penalty for Non-Adherence of the Application SLA
1% of cost for Supply and Implementation of Software for various developmental schemes implemented at the Panchayat level (Part A of the financial bid) per week of delay which can
be attributed to reasons within the control and purview of bidder. The maximum penalty would
be 5% of the cost for Supply and Implementation of software for various developmental schemes implemented at the Panchayat level (Part A of the financial bid)
10. SUBMISSION OF BIDS
A. Technical Proposal
Bidders are required to submit an original Full Technical Proposal (FTP) along with a soft copy
(in the form of a CD) The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being
deemed non-responsive. The Technical Proposal shall provide the information indicated in the following paragraphs from (a) to (e) .
a. Format of letter to be submitted by the Bidder along with the Proposal ( Form - TECH-
1)
b. A brief description of the Bidders’ organization and an outline of recent experience of
the Bidder, assignments of a similar nature are required. For the assignment, the
outline should indicate the size of the team who participated, duration of the
assignment, Contract amount, and bidder’s involvement. Information should be
provided only for those assignments for which the bidder or its consortium partner was
earlier awarded Contract as an individual company or as a partner in a Consortium.
Assignments completed by individual Professional staff working privately or through
12
other Companies cannot be claimed as the experience of the bidder, or that of the
Company’s associates, but can be claimed by the Professional staff themselves in their
CVs. Bidders should be prepared to substantiate the claimed experience, if so
requested by MPSEDC.
c. A description of the proposed solution, approach, methodology is to provided with the
technical bid.
d. The work plan should be provided with the bid document which will show in the form
of a bar chart showing the timing proposed for each activity.
e. The proposed team composition should be submitted.
The Technical Proposal shall not include any financial information. A Technical Proposal
containing financial information shall be declared non responsive.
B. Financial Proposals
a. The bidder should submit the financial bid as per the format indicated in Form - FIN 1 in a separate sealed envelope.
b. The quote should be in Indian Rupees and any applicable taxes should be quoted separately.
c. The bid is exclusive of hardware component. d. L1 will be calculated for total project cost including roll out in all 50 district, however,
initial order will be given only for pilot implementation in two districts.
e. The Bridge Software solution, if runs successfully and desired results are achieved by MPSEDC on behalf of DOPR in pilot district; it is expected to roll out in other districts
also. Bidder should keep this fact in mind while bidding for the project.
C. Sealing and Marking Of Bids
The original proposal (Technical Proposal and Financial Proposal) shall contain no interlineations or overwriting, except as necessary to correct errors made by the bidders
themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the prescribed
formats.
It is proposed to have the following Envelope System for this bid: a. Envelope 1:
i. Demand Draft / BG for Earnest Money Deposit
ii. Demand Draft for Bid Processing Fee in case of bidders who download the RFP
from the website
iii. Letter of Authorization of Signatory.
iv. Proof of Pre-Qualification criteria.
v. Technical Proposal and CD
a. Envelope 2: Financial Bid
b. Envelope 3: Both the above envelopes in Envelope 3
Envelope 1: EMD, Pre- Qualification Proposal & Technical Proposal • The Bidder must submit an EMD which shall be in the form of a Demand Draft in Indian
Rupees only. The Bank Draft should be drawn in favour of MPSEDC and payable at
Bhopal
• The Pre-Qualification Proposal shall be prepared in accordance with the requirements
specified in the data sheet of this RFP. The Pre-Qualification Proposal should be
submitted in hard copy and 1 non-rewritable CD format only. The words “Pre-
Qualification Proposal – MPSEDC Bridge Software Project” shall be written on the
hardcopy and CD. The Technical Proposal shall be prepared in accordance with the
requirements specified in para 10.A.
13
• The Technical Bid should be submitted in hard copy and on 1 non- rewritable CD format
only. The words “Technical Proposal – for Supply and Implementation of Software
solution as a Bridge Software for various developmental schemes implemented up to the
Panchayat level ” shall be written in on the hardcopies and CD. CD should contain PDF
version of the signed Technical Proposal submitted by the Bidder in hard copy.
• The hardcopy and CDs shall be put in the envelope which shall be sealed and super
scribed “Pre-Qualification & Technical Proposal – MPSEDC Bridge Software Project”. This
envelope and CDs should not contain the financial bid, in either explicit or implicit form,
in which case the bid will be rejected.
Envelope 2: Financial bid
• The Financial bid shall be submitted in a sealed envelope as per the format prescribed in
Annexure “D” of this RFP.
• The Financial bid shall be submitted on Hard Copy only. NO CD WILL BE SUBMITTED.
• The words “Financial bid– for Supply and Implementation of Software solution as a
Bridge Software for various developmental schemes implemented up to the Panchayat
level” shall be written on the hardcopy. The Hard Copy shall be signed by the authorized
signatory on all the pages before being put in the envelope and sealed. The envelope
should also be super scribed “Financial bid- for Supply and Implementation of Software
solution as a Bridge Software for various developmental schemes implemented up to the
Panchayat level (Not to be opened with the Technical Proposal)”
• Note: Unsigned Hard Copy of the financial bid will lead to rejection of the bid.
Envelope 3:
Both the above 2 should be put in envelope 3 which shall be properly sealed. The outside of
the envelope must clearly indicate the name of the project (“Proposal for Supply and Implementation of Software solution as a Bridge Software for various developmental schemes
implemented up to the Panchayat level”) This outer envelope shall bear the submission address, reference number (mentioned in Data
Sheet) and be clearly marked “DO NOT OPEN BEFORE Due Date…………………………………….)”
MPSEDC shall not be responsible for misplacement, loss or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be a case for
Proposal rejection. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-
responsive.
D. Deadline for Submission of Bids
Bids must reach to the competent authority at the address specified but not later than
the time and date specified in the invitation of Bids. In the event of the specified date for the submission of bids being declared a holiday for the office of the competent
authority, the bids will be received up to the appointed time on the next working day.
E. Late Bid Any bid received after the deadline for submission of bids prescribed by the competent
authority, will not be accepted and returned unopened to the bidder.
11. PROPOSAL EVALUATION
14
Since it is a Two-bid system, Technical and EMD envelope will be opened first by the
Committee constituted for this purpose.
The Committee will open the bids, in the presence of Bidders’ representatives who choose to attend on the date specified at the following location:
M.P. State Electronics Dev. Corp. Ltd
State IT Centre, 47-A Arera Hills, BHOPAL-462011
The financial bid of the technically qualified bidders only will be opened . The date,
time and place of opening of financial bid will be intimated to the technically qualified bidders.
12. PRELIMINARY EXAMINATION
Before starting evaluation, the bids will be examined to determine whether they are complete, whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly signed, and
whether the bids are generally in order. In case of computational error the basic price will prevail.
If bid is determined as not substantially responsive, the competent authority will reject
it and only the substantially responsive commercial bids will be considered.
The process of evaluation of bid is as follows:
A. Evaluation of Technical Proposals
a. Proposals which are not supported by adequate proof of the Signatory’s Authority or
are not accompanied by Tender fee and EMD will not be evaluated. b. The Evaluation Committee shall evaluate the Technical Proposals only for those
bidders who satisfy the pre-qualification criteria. The technical proposals will be evaluated on the basis of their responses, applying the evaluation criteria and point
system specified in the Annexure”B”. Evaluations will be based on documentary evidence submitted by the bidder with respect to pre-qualification / evaluation /
selection criteria. Each responsive proposal will be given a technical score (Ts) A
Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum
technical score of 70 marks . The Technical proposals which are unsigned and incomplete shall not be evaluated.
c. The proposal shall be rejected if bidder does not fulfill the eligibility criteria or the
validity period of the proposal is less than 120 days. d. During the process of evaluation of the technical proposal, will be required to make
presentation on its Proposal covering Experience/Technical Proposal including Implementation Methodology, Team Composition, Work Schedule, available solution.
The date and time of the presentation will be intimated. e. Bidders who score a minimum of 70% will qualify for the next stage of Opening of the
Financial Proposals.
B. Opening and Evaluation of Financial Proposals
a. After the technical evaluation is completed, the bidders who score a minimum of 70%
in the Technical Proposal Evaluation round shall be informed about the time and
location for opening the Financial Proposals. Bidder’s attendance at the open ing of Financial Proposals is optional but it shall be recorded and signed by all present.
b. Financial Proposals shall be opened in the presence of the bidder’s representatives who choose to attend. The name of the bidders whose technical proposal is found
15
responsive (i.e. identified bench mark) shall be read out. The Financial Proposal of the
bidders who meet the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals of the bidders
who meet the qualifying mark as indicated in the Data Sheet shall be then opened, and the prices read aloud and recorded.
C. Commercial Evaluation Criteria
a. Financial proposals of only those bidders will be evaluated, who secure a minimum of 70% marks in the technical evaluation.
b. The proposal with the lowest total bid value (Part A + Part B + Part C ) as given in
Form - FIN 1. shall be designated as Lowest (L1) and will be awarded a Commercial
Score of 100.
c. The Commercial Scores (rounded off to 2 decimal places) for all technically qualified bidders will be evaluated using the following formula –
Commercial Score of Bidder (Cs) = (L1 / Price quoted by the Bidder) X 100 %
D. Final Evaluation
A composite score (S) shall be calculated for technically qualified bids only. The weight-
age for the composite evaluation is as described below: a. Technical–55%
b. Commercial – 45%
The Bidder getting the highest composite score based on S = Ts x 55% + Cs x 45% will
be considered as the successful bidder for award of contract. MPSEDC reserves the right not to consider / accepting the services of any one or more
of the components (Parts A to C) offered by the bidders as mentioned in the format
FORM FIN 1.
13. PERFORMANCE SECURITY
• For the due performance of the assignment in accordance with the terms and conditions specified, the selected Company shall on the day or before signing the
contract which shall not be later than 30 (thirty) days of the issue of the Letter of
Award, furnish to MPSEDC a performance security in the form of an irrevocable Bank Guarantee for an amount equal to ten percent (10%) of cost .
• This irrevocable performance guarantee will be released upon fulfillment of all responsibilities for completion of application customization, implementation and
hosting of the solution for 5 years & should be valid of additionally 6 months for
realization. This bank guarantee will be discharged after successful completion of the whole project.
• The irrevocable Bank Guarantee shall be in favors of MPSEDC LTD., issued by any
Nationalized or scheduled Indian Bank, approved by the Reserve Bank of India and acceptable to MPSEDC. The Bank Guarantee shall be on the Performa given in
Annexure- ‘E’.
• It is expressly understood and agreed that the performance security is intended to
secure performance of entire contract. It is also expressly understood and agreed that the performance security is not intended to cover all the damages detailed / stipulated
in various clauses in the Contract document.
• Should the assignment period, for whatever reason be extended, the bidder, shall at
his own cost, get the validity period of Bank Guarantee in respect of performance
16
security furnished by him extended and shall furnish the extended / revised Bank
Guarantee to MPSEDC before the expiry date of the Bank Guarantee originally furnished.
14. CONTACTING THE COMPETENT AUTHORITY
Any effort on part of a Bidder to influence the Competent Authority or members of
Technical/Monitoring committee, in its decisions on bid evaluation; bid comparison or contact award may result in rejection of the bidder’s bid.
15. STATUTORY OBLIGATIONS
The agency has to ensure that the statutory obligations as per requirement of different rule and regulation. Any expenditure required shall be to the vendor’s
account. The agency shall submit the related documentary proof as and when required by MPSEDC.
16. APPLICABLE LAW:
The contract will be interpreted in accordance with the Laws of the union of India and Govt of MP.
17 GENERAL INSTRUCTIONS
Bidder may undertake all the activities required to implement the Project as a single entity or a group of entities (hereinafter referred to as “Consortium”). However, no
Applicant applying individually can be member of any Applicant Consortium. A consortium agreement with clear work responsibility shall be attached with the bid
documents.All parties to consortium shall be jointly & severally responsible for the
total project. MPSEDC reserves the rights to accept or reject any or all proposal in its discretion and
may ask for any additional information or vary its requirements, add to or amend the terms, procedure and protocol set out in RFP for bona fide reasons, which will be
notified to all the Bidders. Further MPSEDC hereby reserves its right to annul the selection process at any time prior to the Contract award without incurring any liability
towards the Tenderer.
A. Documents part of RFP The Request for Proposal (RFP) document for the project consists complete
Bidding Terms and the Requirement of MPSEDC. The prospective bidders are expected to examine all instructions, forms,
terms, project requirements, and other information in the RFP documents.
Failure to furnish all information required as mentioned in the RFP documents or submission of a proposal not substantially responsive to the RFP documents
in every respect will be at the prospective bidder’s risk and may result in rejection of the proposal.
B. Fraud / Corruption
MPSEDC requires that the bidders participating in the selection process adhere to the highest ethical standards, both during the selection process and throughout the
execution of the Contract.
C. Only One Proposal
Bidders are required to submit only one proposal. If a Bidder submits or participates in
more than one proposal, all such proposals shall be disqualified.
D. Proposal Validity
17
The Bidders’ proposals must remain valid for 120 days after the submission date. During this period, Bidders shall ensure the availability of professional staff nominated in the
Proposal. Should the need arise; MPSEDC may request Bidders to extend the validity period of their proposals. Bidders who agree to such extension shall confirm that they
maintain the availability of the professional staff nominated in the Proposal, or in their
confirmation of extension of validity of the Proposal, Bidders could submit new staff in replacement, which would be considered in the final evaluation for Contract award.
Bidders, who do not agree, have the right to refuse to extend the validity of their proposals.
E. Clarification of RFP Documents
Any request for clarification must be sent in writing, or by standard electronic means to MPSEDC’s address. MPSEDC will respond wherever necessary on its web site
www.mpsedc.com. Clarification should be submitted before three working days of due date MPSEDC will not be entertain any clarification sought within three working days
before the due date .
F. Preparation of Proposals
In preparing their Proposal, bidders are expected to examine in detail all the documents comprising the RFP. Material deficiencies in providing the information
requested may result in rejection of a Proposal The numbers of Professional staff-months required for the assignment have to be
estimated by the Bidders. MPSEDC will not be liable for additional cost compensation
in case bid proposal is based on inadequate or under-estimated staff months. The Bid may be signed either by the Principal Officer of the Company or his duly
Authorized Representative, in which case the bid shall be accompanied by a certificate of authority. A bid which does not full fill this criterion will be treated as non-
responsive and will be liable to be rejected.
G. Conflict of Interest
MPSEDC policy requires that bidders should provide professional, objective, and impartial advice and at all times hold MPSEDC interests paramount and strictly avoid conflicts with
other assignments or their own corporate interests.
H. Intellectual Property Rights
a. The Intellectual Property Rights in all Standard Software and Standard Materials
shall remain vested in the owner of such rights. The Purchaser agrees to restrict use, copying, or duplication of the Standard Software and Standard Materials,
except that additional copies of Standard Materials may be made by the Purchaser for use within the scope of the project of which the System is a part, in the event
that the Solution Provider does not deliver copies within thirty (30) days from
receipt of a request for such Standard Materials. The Purchaser’s contractual rights to use the Standard Software or elements of the Standard Software may not
be assigned, licensed, or otherwise transferred except in accordance with the relevant license agreement. The Purchaser may assign, license, or otherwise
voluntarily transfer its contractual rights to use the Standard Software or elements of the Standard Software, without the Solution Provider’s prior written consent.
b. The Intellectual Property Rights in all Custom Software and Custom Materials
except to “Pre existing Works” shall vest in the MPSEDC when agreed maintenance period elapse. The Solution Provider shall do and execute or arrange for the doing
and executing of each necessary act, document, and thing that the MPSEDC may consider necessary or desirable to protect the right, title, and interest of the
Purchaser in and to those rights. The MPSEDC and Solution Provider’s rights and
obligations with respect to Custom Software or elements of the Custom Software are subject to following conditions:
18
The MPSEDC will hold the Intellectual Property Right and the Source code for
all software system and sub system developed / modified as per the needs of MPSEDC/Dept jointly with the Solution Provider.
I. Negotiations
No negotiations will be allowed. However, after the bidder is finally se lected, the detailed
work-plan and sequence of activities will be finalized in consultation with MPSEDC.
j . Taxes
The bidder need to quote in Bid Price and applicable taxes separately The Financial Proposal shall include all commercial implications
Bid/Contract price shall remain fixed for the entire Contract period. L1 shall be calculated on total bid value including applicable taxes and roll out cost
in all 50 districts.
k. Award of Contract
The Bidder getting the highest composite score will be considered as the
successful bidder for award of contract.
MPSEDC shall by issue of Letter of Award (LOA) to the selected bidder.
The selected bidder is expected to commence the assignment on the date and at
the location specified in the LOA/ Contract.
If the selected bidder does not sign the Contract within the stipulated period or
does not submit the Performance Guarantee within time, the LOA may be cancelled and the bidder securing the next higher composite score will be
considered for award of Contract on L1 Rates.
19
(On Bidder’s Letter-head)
Form TECH-1: Letter of Proposal Submission [Location, Date]
To: The Addl. CGM
M.P. State Electronic Development Corporation Ltd.
(MPSEDC) State Data Center
47- A Arera Hills, Bhopal (MP)-462011
Dear Sir,
We, the undersigned, offer to provide the complete solution for Customisation, Deployment,
Hosting and Maintenance of Bridge Software, in accordance with your Request for Proposal dated[Insert Date]. We are hereby submitting our Proposal, which includes this Technical
Proposal, and also the Financial Proposal sealed under a separate envelope. We undertake the total responsibility for performance of the Contract, if awarded to us.
We hereby declare that all the information and statements made in this proposal are true and
accept that any misrepresentation contained in it may lead to our disqualification. We understand that MPSEDC is not bound to accept any proposal it receives.
We remain, Yours faithfully,
*Authorized Signatory]: Name and Designation of Signatory:
Name of Bidder:
Address:
* Please Note: Authorization in form of power of Attorney is required on a non-judicial Stamp
Paper.
20
Bidder’s Authorization Certificate*
[Location, Date]
To:
The Addl. CGM M.P. State Electronic Development Corporation Ltd.
(MPSEDC) State Data Center
47- A Arera Hills, Bhopal (MP)-462011
<Bidder’s Name> _______________________________, <Designation>________________ is hereby authorized to sign relevant documents on behalf of the company in dealing with
Proposal of reference <Reference No. & Date>____________________. He is also authorized to attend meetings and submit technical& financial information as may be required by you in
the course of processing above saidproposal.
Thanking you,
Authorized Signatory. _________________________
<Company Name> Date:
Location:
Company Seal * Please Note: Authorization in form of power of Attorney is required on a non-judicial Stamp
Paper.
21
Form FIN-1: Financial Proposal Submission Letter
[Location, Date]
To: The Addl. CGM
M.P. State Electronic Development Corporation Ltd.
(MPSEDC) State Data Center
47- A Arera Hills, Bhopal (MP)-462011
Dear Sir,
We, the undersigned, offer to provide the Assignment/job for [Insert title of Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal.
Our attached Financial Proposals (in one sealed envelope) is for the sum of [Insert amount(s) in words and figures]. This amount is exclusive of all taxes which shall be payable additionally
at applicable rate . We hereby confirm that the financial proposals are unconditional and we
acknowledge that any condition attached to financial proposal shall result in rejection of our financial proposals.
Our Financial Proposals shall be binding upon us up to expiration of the validity period of the Proposal.
We understand that you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized Signature [In full and initials]: Name and Designation of Signatory:
Name of Company: Address:
22
Annexure -“ A”
SCOPE OF WORK
The Bridge Software should be based on double entry accounting system with an inbuilt facility
for financial and physical monitoring, budgeting and reporting. User interface is required to be both in Hindi and English language/Multi Language.
The proposed bridge software should have the following features:
1. Accounting and electronic fund management system :
1.1 Budgeting
a. Budget Approval/Monitoring system through committee of GP/JP/ZP/ State level.
b. Allotment of fund and setting the expenditure limit as per approved budget.
c. Direct fund transfer from state to different PRIs depends on their eligibility.
d. Online demand for re-setting the credit limit of the PRIs bank accounts.
e. Acceptance and rejection of PRI fund request fund for work based on eligibility.
f. Payment system through single debit account at State or District using authorised digital signature with secured payment gateways.
g. Integration of Districts/PRIs accounts with CPSMS system.
h. Head wise and category wise budget (Plan, Non Plan).
1.2 Account Head (Ledger A/c)
a. In Bridge Software new head of expenditure, income, assets and liabilities can be
created.
b. Some expenditures are incurred under various categories therefore Bridge
Software should have inbuilt facility for this so that duplication can be avoided.
c. Mapping of Account Head with various central and state scheme.
1.3 Functionary, Minor Head, Sub Head and Object Head
To create new functional heads, Major, Minor, Sub head and object heads as per the users requirements (4 Tier/ n Tier). Heads created should be modifiable and can also
be deleted, if not required.
1.4 Schemes
a. In the program fund are received for central supported, state supported & other
UNDP/DFID schemes. Bridge Software should have the facility for providing
information in respect of each program separately as well as all schemes put
together.
b. It should have facility to add new schemes also. User interface is must for this
along with account head.
c. Schemes can be classified under plan or non plan schemes.
d. Umbrella Scheme to add groups scheme along with expenditure (convergence)
components.
23
1.5 Voucher Entry module should have facility for
a. Provision for receipt, payment and adjustments and bank deposit/withdrawal
entry (Contra Voucher).
b. With voucher entry facility to feed MIS data as optional data entry fields is also
provided, however this should not complicate voucher entry.
User defined data entry fields for MIS should be dynamically
changeable.
Client interface is need to change data entry field on voucher
entry form.
c. A simplified voucher entry form for grass root agencies is required. User need
not to select any Major, Minor, Object or account head he will have a list of
payment heads for all scheme with one pop up entry form to enter amount
and save the list.
Double entry based Accounting transactions should get
completed automatically.
All MIS and financial reports should be generated alike any
other double entry based accounting software.
2. Works Management /Assets Register module :
a. Works registration system with estimates based on SoR or item rate based.
b. System generated technical and administrative sanctioned system.
c. District SoR and its updation.
d. Provision for GPS based Mobile device/PDA based Electronic measurement
system integrated with district SoR.
e. Integration of proposed system with existing nrega-Soft, Indira-awas, Panch
Parmeshwar, Awas-soft and PRIASOFT, BRGF/Plan-plus and other departmental software’s.
f. Generation of assets register and its integration with accounting system of the gram Panchayats,Blockpanchayat and district panchayat.
g. Works expenditure linked with bank reconciliation.
h. e-payments with specified PRI debit account.
i. Works management with Work progress tracking system.
j. Quality control and work inspection system.
k. Works photographs and works social audit.
l. System generated work completion certificate.
m. Tender Notice Publication and allotment of work to Agency/Contractor (full
process till allotment).
n. Work wise fund demand and fund allotment with in built monitoring.
o. Measurement
p.
q. Deduction/Retention Tax/Deposits.
24
r. Work report with estimated cost and actual expenditure incurred.
s. Physical report with work category.
3. Beneficiary module :
a. Maintenance of beneficiary (Household & Family members) database to capture socio economic data integrated with national population register,
AADHAR (UIDAI), NREGA Job-cards or as proposed by the department.
b. Budget management with facility to check budget availability and alerts at the
time of payments.
c. Database of validated beneficiary’s bank and post office accounts.
d. Beneficiary authentication system with biometric system.
e. Beneficiary eligibility database mapping and integration with accounting and electronic fund management system with different govt. schemes.
f. Beneficiaries application processing and generation of eligibility certificate for
getting the scheme benefits.
g. Periodic activation of beneficiaries eligibility.
h. Direct Cash transfer from State or districts to beneficiaries accounts using
secured payment gateway using Digital signature certificate.
i. SMS push & pull services.
j. Work wise fund demand and fund allotment with in built monitoring.
k. Adjustment of Advance from bill.
l. Capitalization of work and assets register.
m. Integration of beneficiaries response with Interactive voice response system
(IVRS)
n. SMS alerts facility will be an added advantage. (This feature is not required
since start up of project, however software should be upgradable to include any such alerts)
o. A simplified form for Assistance/subsidy to Households is required and this should work as an voucher entry form and payment list for banks or should be
used as e-payment form.
p. Voucher entry form should have facility for integration to works/trainings.
q. Facility to upload supporting bills and documents is required on voucher entry
form.
4. Reporting
From Bridge Software following report in respect of each scheme separately as well as
all scheme put together are required. Report should have flexibility for selecting a reporting period. Bridge Software is intended to be used by agencies at grass root
level, therefore it is very important that reports generated are able to demystify the
financial data and format is very simple.
a. Double Column Cash Book - Cash book being primary book of accounts and one of the most important documents kept at all the level. BRIDGE SOFTWARE
generated cash book should be in the format which is most popular among
these parties i.e. double column.Cash book have separate columns for cash, bank, Post office and Treasury transactions.
b. Head and Component/Category wise report-Bridge Software reporting module
should generate report for head of account under a category within a selected
period. In accounting terminology it should have facility for generating head and category wise trial balance scheme wise/monthly/yearly and Consolidated
Trial Balance scheme wise/monthly/yearly .
25
c. Budget Expenditure report- Reporting module shall be able to generate head
and category wise budget, actual expenditure and balance available report both for physical and financial data. It should have the facility for reporting
the data of whole project duration. Drill down reports is also required to display state, districts, blocks, panchayats/Cluster and village/PTA/SHG’s data
on budget and expenditure
d. Receipt & Payment Account and Income & Expenditure account - In the project
of development sector financial statement are slightly different from commercial units and therefore should generate a receipt and payment
account and also income and expenditure account as per CAG/ Panchayat A/c
Rules as per MPAG.
e. These financial statements are required to be generated for each scheme separately.
f. Recording and monitoring fund Disbursed - It has arrangements to record the fund disbursed to the parties involved in program implementation and also
receive information of utilization.
g. Report on financial Position - Drill down reports is also required to display
state, districts, blocks, panchayats/Cluster and village/SHG’s data on budget and expenditure
h. Utilisation Certificate - Utilisation certificate in generally accepted form by
government parties from any level
i. Balance sheet: It should also generate balance sheet as per CAG/ Panchayat
Formats.
j. Asset Creation: Moveable/Immoveable Register /report.
k. Stock register of consumable items.
l. Cheque Issue Register
m. Ledger A/c Report
n. Journal Ledger Report
o. Reports in 4 Tier/n Tier formats as per requirements.
5. HR Management.
a. Employee Data Base and facility for maintaining Service Book, Asset
deduction, PF book.
b. Facility for creating pay scale.
c. Facility for automatic increment, increment withheld.
d. Promotion and Transfer, attachment, suspension, demotion, deputation.
e. Leave Management.
f. Pay BillDesign and Generation as per Forth/Fifth/Sixth Pay
commission/collector rate/ minimum wage .
g. Facility for integration of pay bill with accounts books.
h. Generation of PFChallans and reports (GPF/CPF/EPF).
i. TDS & form 16 report generation.
6. Training monitoring
a. Integration of existing training software for
Preparation of Training Plan.
26
Training Status monitoring.
Training Reporting.
Training expenditure.
7. Micro Data Monitoring System (MDMS)
In software provision is required for SMS based data punching. User interface to create registered users. UI for various kind of PULL messages. MIS reports based on
messages pulled. MDMS should work with any telecom service provider.
8. Citizen Service Interface.
AtPanchayatlevel various citizen services provided by the rural local bodies like issue of
birth/death certificate, Family Assistance, Social Security Pensions. Citizen apply for these assistance /certificate at Panchayat therefore at their level computer based
monitoring system is required (CBMS). CBMS should have following features
To provide facility for applying online from any place.
Deposit requisite fees and obtain acknowledgement with documents filed and
also date of Disposal of application.
A mechanism in which various applications are automatically reached to
concerned gram panchayat and JanpadPanchayat to save valuable time of citizen and officer in ascertaining and explaining the status of application.
Inbuilt monitoring system for adhering to time limit for providing assistance.
CBMS should be integrated to financial module i.e. Once application is sanctioned list for payment can be generated
Accounting transaction is recorded in the books
MIS reports are generated
9. Local Tax Management and collection
Rural local bodies are self Government and they have been entrusted with the power
to generate their own resources. Hence the software should have provision for tax collection and management. In Software this feature should be integrated to finance
module. This needs full support to PRI.
10. Dynamic web pages for Panchayats
An independent web site for each Panchayat for displaying their information. Portal should code less , easy to use and updatable dynamically and also with static
information periodically updatable. It should have following broad features :
a. General information of Panchayats
b. Demographic Data.
c. Office Bearers information.
d. Assets Directory.
e. On Going work information.
f. Grant received .
g. Payment to Beneficiary under various schemes.
11. Audit check
Facility to freeze transactionsonce Concurrent and statutory audit is completed.
12. Data Upload and Merge
27
Store-and-forward tool at the Grampanchayat / Block level to store data offline and transfer it once the Internet connectivity is available or upload file is
generated. Off line entry for transactional data as per the Department’s requirements.
Automatic data merging/docking at servers/workstations located at district or
block level.
13. Provision to Upload the Audit report.
Concurrent audit of PRIs and their observation and compliances.
CAG compliance reports for accounting system.
14. Payment Gateways. In due course of time Department may require implementation of the Payment
Gateways to facilitate financial transactions. The proposed Bridge Software should be capable of interfacing with various payments gateways.
15. Compatibility with Android based Tablet PC
The Department currently have approximately 50000 Tablet PCs provided by BEL for Socio-economic and Caste Census. Department intends to use these Tablet PCs for
Data entries pertaining to monitoring of various developmental schemes implemented at the Panchayat level though Bridge Software.
The proposed software solution has to be completely compatible with these Andoid 2.2 based Tablet PCs .The solution provider is expected to provide additional mobile
version of the software which runs on these Tablet PCs and facilitate seamlessness the entire data collection process all the above listed modules.
Technical specifications of Tablet PCs are given below as a reference.
.
Technical Specifications of Tablet PC s
No. Description Specifications of Tablet PC Hardware
1 Processor T1 Processor 450 MHz
2 Memory (RAM) 256 MB DDR2
3 Storage(Internal) 2GB
4 Storage(External) SD card support upto 32GB
5 Peripherals USB 2.0 ports (2 nos.)
6 Audio out 3.5mm jack or integrated speakers
7 Audio in 3.5mm jack for external headphones/speakers or integrated MIC
8 Display 7” LCD Display with touch
9 Resolution 800X480
10 Input Devices Stylus
11 Connectivity and Networking Ethernet 10/100Mbps(RJ45)
12 Power and Battery 3.7 V,4000mAH for continuous operation of 3 hours
13 Operating System Android2.2
14 Document Rendering Formats DOC, DOCX,PPT,PPTX,XLS,XLSX,ODT,ODP,ODS
PDF Viewer
Text Editor
15 Multimedia and Image Display Image Viewer to support PNG, JPG, BMP, Tiff and GIF
Display
16 Audio MP3, AAC, AC3, WAV, WMA
28
17 Video MPEG2, MPEG4(AVI Container, available through ffmpeg), FLV (Flash lite version 3 or later)
18 Communication and Internet Web browser(xHTML 1.1 compliant, JavaScript 1.8 compliant) Optional Flash 9 or later support (through
plugin) Optional Java support (through plugin)
19 CE Certification Compliant for CE Certification
20 RoHS Certification Compliant for RoHS Certification
16. Facility of capturing GPS tagged Photographs
The proposed bridge software should have additional facility of capturing GPS tagged
photographs using external devices connected to Tablet PCs through USBs.
The Department would provide necessary APIs and Device Drivers for these additional USB based GPS Loggers and Digital Cameras.
The Bridge Software should also have the capabilities of linking such GPS tagged
Photographs of developmental sites and related places with respective schemes.
17. User interface for the Bridge Software is required to be both in Hindi and English language and it should support Unicode
29
Annexure “B”
Technical Evaluation Criteria
Technical Evaluation Criteria Max Marks
1 Experience of bidder in implementing software projects related with physical and financial monitoring of schemes (executed/ in progress)
10
More than 03 projects 10
02 Projects 6
01 Projects 3
0 Projects 0
2
Experience of bidder in implementing multi level projects in Panchayat
and Rural Development domain of central/state Govt. at the level of gram Panchayats.
10
More than 03 projects 10
02 Projects 6
01 Projects 3
0 Projects 0
3 Experience in executing projects of readily available software for
value of Rs. 1 Cr. and above in government sector . 10
More than 03 projects 10
02 Projects 6
01 Projects 3
0 Projects 0
4 Approach and Methodology 10
Adequacy of the proposed approach and methodology in responding to
the TOR 5
Work Plan and Time Schedule:
Appropriateness of prescribed Time Frames for compliance and justifications with specific focus on deployment plan, and hand-holding.
5
5 Capability of Proposed readily available Solution
5.1 Accounting and electronic fund management system : 15
5.1.1 Budgeting 5
5.1.2 Schemes ,Account Head (Ledger A/c) , Functionary, Minor Head, Sub
Head and Object Head
5
5.1.3 Voucher Entry module should have facility for 5
5.2 Works Management /Assets Register module : 5
5.3 Beneficiary module : 5
5.4 Reporting as per model accounting formats prescribed by C&AG 5
5.5 HR Management. 5
5.6 Training monitoring– Integration of existing training software 5
5.7 Micro Data Monitoring System (MDMS), Citizen Service Interface & Dynamic web pages for Panchayats
5
30
5.8 Local Tax Management and collection.
5
6 Presentation 10
Overall understanding of the project requirements and demonstration
of proposed readily available solution to evaluate compliance to
scope of work.
Total Marks (TS) 100
31
Annexure – C Data Sheet
1 Name of the Client: MPSEDC
Method of Selection: QCBS (Quality cum Cost basis Selection) system for
Technically qualified bidder
2 Pre-Qualification Criteria
a. The bidder must be a Firm/Company registered under the Indian Companies Act 1956. Bidder may be a
consortium of maximum two firms or companies
b. The bidder should have been in operation for at least five years as on 31st March, 2013
(Incorporation/Registration Certificate required)
c. The bidder must have a minimum average turnover of
at least Rs. 5 Cr for last 3 consecutive years from
software development and related IT services excluding Hardware supply (Audited
Accounts/Certificate from Auditors required)
d. The bidder should have a well-established network in
Madhya Pradesh and should necessarily have a development centre and help-desk setup in Madhya
Pradesh. ( Proof of Set-up required)
e. The Bidder or its consortium partner should have proven experience in implementing multi level projects
in Panchayat and Rural Development domain of central/state Govt. at the level of gram Panchayats. The
bidder or its consortium partner should have deployed
successfully at the District Level at least 1 similar projects in last 5 years for any state government.
f. The Bidder should have proven experience in executing projects of readily available software for value of Rs.
1 Cr. and above in government sector. The Bidder should have executed at least 1 projects of readily
available software deployment and maintenance
(Excluding Hardware Supply) of value Rs 1 Cr and above in last 5 financial years in Government sector.
g. The Bidder should be registered with Shops and Establishments, Service Tax and Provident Fund. The
Bidder shall enclose the certificates
Documentary proof with respect to the above criteria is essential without which the proposal will be rejected. All
documentary proof submitted should be self-attested. Technical and Financial evaluation will be done only for the
bidders satisfying the above criteria. If desired MPSEDC, Bhopal would carry out inspection of the development/help
desk setup to assess the capacity.
32
3 Earnest Money Deposit requested:
Yes. The Bidders must submit an Earnest Money deposit of Rs.10,00,000/- (Rupees Ten Lakhs Only) in the form of a
Bank Draft/Bank Guarantee (Format as per annexure E ) from a nationalized/scheduled bank drawn in favour of
MPSEDC LTD. payable at Bhopal along with their proposal.
4 Technical and Financial
Proposals requested:
Yes
Name, objectives, and
description of the assignment:
As detailed in TOR (Section 5)
5 Name address and telephone no. of the
MPSEDC official(s):
ADDL. CGM M.P. State Electronic Development Corporation Ltd.
(MPSEDC) State Data Centre
47-A, Arera Hills, Bhopal (MP)-462011
Phone No. 0755-2518602,2518603
6 Number of days during
which clarifications to be sought before the
Bid submission date:
No clarifications will be entertained within the last three
working days from the last date of submission of the bid
7 Address for requesting
clarifications is:
M.P. State Electronic Development Corporation Ltd.
(MPSEDC) State Data Centre
47-A, Arera Hills,
Bhopal (MP)-462004 [email protected]
8 Language(s) of the
submitted proposals:
English
The Contract to be signed with the successful Company
shall be written in the English language, which shall be the language that shall govern the contractual relations
between MPSEDC and the successful Company.
9 Training is a specific
component of this assignment:
Yes
10 Taxes:[Specify
Company’s liability:]:
Amounts payable by the MPSEDC to the
Company under the Contract
Prices quoted would be exclusive of taxes, all applicable
taxes would be quoted separately in financial proposal.
11 Bidder to state cost in the national currency:
Yes in Indian Rupees
12 Proposal Validity
Period
Proposals must remain valid for one hundred twenty (120)
days after the bid submission date.
13 Address for Bid
Submission
M.P. State Electronic Development Corporation Ltd.
(MPSEDC) State Data Centre
33
47-A, Arera Hills, Bhopal (MP)-462011
14 Proposals submission date & time:
Not later than the due date and time:
15 Address to send
information to
MPSEDC:
M.P. State Electronic Development Corporation Ltd.
(MPSEDC)
State Data Centre 47-A, Arera Hills,
Bhopal (MP)-462004
16 Technical Evaluation Criteria:
Description of each evaluation Maximum Marks with Break up evaluation criteria has been given in Annexure - “B”.(Based on Technical proposal, these marks will be
assigned)
17 The bidder might be required to make presentation on its Proposal covering
Experience / Technical Proposal including product features, Implementation Methodology, Team Composition, Work Schedule, Pert and Activity Schedule. In case
the presentation is required, the date and time for the same will be intimated individually.
18 Financial Evaluation
MPSEDC shall shortlist all the Companies who secure the minimum required marks.
The minimum cut off will be 70 % (Seventy Percent) Financial proposals of only the Companies scoring 70% in technical bid will be evaluated. The Bidder getting the
highest composite score as per QCBS criteria will be considered as the successful bidder for award of contract
19 Address for correspondence:
M.P. State Electronic Development Corporation Ltd. (MPSEDC)
State Data Centre 47-A, Arera Hills,
Bhopal (MP)-462011
20 Terms of Payment The financial bid is invited in 3 parts (PART A, PART B & PART
C ) The payment for the three parts would be made separately.
Customisation of “Bridge Software and Implementation. (As
per A1 & A2 of PART A and B1 PART B of in Financial Bid Proposal Sheet, Form Fin 1)
a) Customisation and Deployment: 40% on Documentation of functional requirements, specifications, Customisation
of software and Deployment of the software at the Data
Centre
b) User Acceptance of Software Application: 30% on Pilot
Testing, Validation and acceptance.
c) 30% on training & against submission of User &
Administrative Manuals in the desired format and medium.
End Use Training (As per B.2 of PART B in Financial Bid Proposal Sheet, Form Fin 1)
Charges shall be payable periodically after completion of
34
successful training.
Cost of operations, maintenance & support ( As per A.2 of
PART A & B.3 of PART B in Financial Bid Proposal Sheet, Form Fin 1)
The post warranty cost of operations, maintenance, support,
modification of any part of the Software shall be payable on quarterly basis after successful provision of services in each
quarter.(APR-JUNE, JULY-SEPT,OCT-DEC,JAN-MAR)
Charges for Digitisation and Handholding Support (As per C.1
& C.2 of PART C in Financial Bid Proposal Sheet, Form Fin 1)
Charges shall be payable on quarterly basis after successful provision of services in each quarter. .(APR-JUNE, JULY-
SEPT,OCT-DEC,JAN-MAR)
21 Commencement of assignment:
On the date and at the location specified in the LOA/Contract
22 Expected Timelines:
(i) Customisation and Deployment 3 months from signing of contract
(ii) Complete Digitisation, implementation and training
of Bridge Software in pilot districts
6 months from signing of
contract
(iii) Maintenance of software 5 years from the date of
successful implementation
35
Technical Compliance Matrix
Feature Required Comply/Not Comply
The proposed hosted Software technology would include all commercial software, hardware, and data centre services, DRC and an integrated,
modular hosted Software technology interface accessible through internet.
The solution should be Unicode Compliant.
The solution should be available on an Industry Standard platform that
supports SOA and is extendable for further future enhancements?
All the modules of the proposed solutions should be integrated and
available on the same platform to allow interoperability.
The solutions must be on the platform that supports handling of various
master data components centrally and gets harmonized with various systems separately.
The solution should support various user interface options like Portal,mobile
and user friendly forms all built into the platform.
The hosted Software technology Solution should have
Implementation/Support tool, which is integrated seamlessly and will be used during the implementation life cycle to carry on the critical activitiesof
the project.
The solution should have the ability to restrict data updating
/deletion/creation only through hosted Software technology layer.
The hosted Software technology should have ability to support role based
access control.
The hosted Software technology should have the ability to configure the
number of permissible log-in attempts.
The hosted Software technology vendor should provide 24/7support to resolve product related issue if any of the hosted Software technology.
The hosted Software technology solution should have a tool to enable all end user to log in issue and seek support from the hosted Software
technology support help Desk.
Security Standards
The hosted Software technology solution should have the highest standards
in intrusion detection, secure facilities management, data protection,
identity management, and user authorization. At the same time, the Application should provide the flexibility to manage user security based on
their own internal processes and policies. The Solution shall comply with
36
ISO 27001
The Solution should support SSL using AES for encryption using 128 bit
encryption keys.
All transmissions should be 128-bit or higher SSL encrypted over HTTS
Ability to support remote operation of Security Management
Ability to provide access level security for reports.
Ability to provide automatic time out for entry transactions
Ability to provide time restriction on transactions
Ability to provide user login with time restriction
Ability to provide automatic time out (log out) for user.
Data Backup
Data files, including access rules, should be regularly/automatically backed up and tested to ensure their integrity. In addition, all customer data, up to
the last committed transaction, should be replicated in near real time to
disk at the disaster recovery data center, and then to disk and tape at the laboratory/archive data center.
Data Backup at Client Location: Should have a Weekly Export Service,
whereby a copy of their data for archival purposes should be sent to
MPSEDC. The data should be provided in a series of comma separated value files with primary keys so that it can also be used to import data from
Software into another application, if the customer requires it.
Disaster Recovery: Software should perform remote data vaulting of all
production data from the main production facility to the backup facility. Should there be a catastrophic failure of the main facility or another type of
disaster affecting that facility, Software should initiate its disaster recovery process. Accepted recovery time delay is 36 hours. This should be available
as a published record.
UP time: The hosted Software technology should have virtually integrated
data center. Should one data center fail the other should seamlessly take over. Over all the solution should guarantee a minimum uptime of 99.50 %.
Screen Shots and Process Flow: As part of the backup strategy complete Business process followed in creation of the two modules along with screen
shots of all the reports and forms should be submitted.
37
ANNEXURE “D” FINANCIAL BID FORMAT- FIN 1
Name of the work: Supply and Implementation of Software solution as a Bridge Software for
various developmental schemes implemented at the Panchayat level. Quotes submitted
towards providing complete solution to MPSEDC, in accordance with the scope of work and terms & conditions mentioned in the RFP.
PART A. Customisation of “Bridge Software and Implementation
S.no Particulars Rate (a)
Unit Quantity (b) Total cost
A.1 Customisation of Bridge Software and its
Implementation including the followings
a) Documentation of functional requirements
specifications.
b) Customisation of Readily available software solution
as per scope of work and FRS.
c) Deployment at data
centre d) Integration of third party
components like payment gateway, SMS, GPS tools
e) Provisioning of user manual and video of virtual
tour of solution usage in
Hindi for the benefit of users at the Panchayat Level
ONE TIME COST
Unlimited users
A.2 Maintenance of Online
Software Application for 5
years from “go-live” date.
Per Year 5 Years
PART B. Deployment of offline software and End Users Training
S.N. Particulars Rate (a)
Unit Quantity (b) Total cost per District
B.1 Deployment of offline software in Gram
Panchayats system and Tablet PCs at block level
Per district 1 District
B.2 End User Training at District HQ
(Batch Size: 20 participants per batch; Duration: 2 days
per batch) Note – MPSEDC/DOPR to
provide necessary
infrastructure to conduct the training sessions.
Per batch 25 batches
B.3 Maintenance of Offline
Software Application at
District Level for 5 years
Per district
per year
5 Years
38
PART C. Data Digitisation and hand holding support
S.N. Particulars Rate (a)
Unit Quantity (b) Total cost per District
C.1 Digitization of master data, beneficiary details and its
verification at District & Block level
Per district 1 District
C.2 Handholding support for data updating at District & Block
level
Per District per month
6 months
1. Please note that initially implementation will be done for 2 districts as a pilot project . 2. On successful implementation of pilot phase in 2 districts the project can be rolled out in
the remaining 48 districts. While bidding, bidder should quote accordingly. 3. Calculation of the total Bid value for financial evaluation would be done as per the following
formula TOTAL BID VALUE =Cost of PART A +( 50 nos of districts)*{Cost of PART B +PART C
} 4. MPSEDC reserves the right not to consider / accepting the services of any one or more of
the components (Parts A to C) offered by the bidders as mentioned in the format FORM FIN 1.
Signature of the Authorized Signatory: Place: Name:
Date: Designation: Name & Address of the Bidder:
39
ANNEXURE – ‘E’
FORMAT FOR PERFORMANCE BANK GUARANTEE
PERFORMANCE GUARANTEE
Ref. No. ______ Bank Guarantee No ___________ Dated_________ ____
To, The Managing Director M P State Electronics Development Corporation Limited 147, Zone I, Maharana Pratap Nagar, Bhopal 462011, Madhya Pradesh, India (A) Whereas Madhya Pradesh State Electronics Development Corporation Limited (MPSEDC) has declared [M/s ……………… the “Prime Bidder /Consortium”] as successful Bidder for ------------------- -------- ----------- --------- -------- as per Tender No. --------------- ------------, [the “Prime Bidder / Consortium”] and MPSEDC have agreed to enter into an Agreement (the “Agreement”) in accordance with the provisions of the TENDER including all subsequent amendments thereof. (B) The TENDER requires the Prime Bidder / Consortium to furnish a Performance Security to MPSEDC in a sum of Rs.------------------------ (Rupees ----- ------------) (the “Guarantee
Amount” i.e equivalent to 10% of the bid value) as security for due and faithful performance
of its obligations, under and in accordance with the Agreement, during the execution Period (as defined in the Tender).
(C) We, ________ through our Branch at __________ (the “Bank”) have agreed to furnish this Bank Guarantee by way of Performance Security. NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Prime Bidder / Consortium’s obligations during the execution Period, under and in accordance with the Agreement, and agrees and undertakes to pay to
MPSEDC, upon its mere written demand from time to time, and without any demur,
reservation, recourse, contest or protest, and without any reference to the Prime Bidder /
Consortium, such sum or sums upto an aggregate sum of the Guarantee Amount as
MPSEDC shall claim, without MPSEDC being required to prove or to show grounds or
reasons for its demand and/or for the sum specified therein.
2. A letter from MPSEDC, under the hand of the Managing Director of MPSEDC or it’s
authorized representative that the Prime Bidder / Consortium has committed default in the
due and faithful performance of all or any of its obligations under and in accordance with
the Agreement shall be conclusive, final and binding on the Bank. The Bank further agrees
that MPSEDC shall be the sole judge as to whether the Prime Bidder / Consortium is in
default in due and faithful performance of its obligations during the Construction Period
under the Agreement and its decision that the Prime Bidder / Consortium is in default shall
be final, and binding on the Bank, notwithstanding any differences between MPSEDC and
the Prime Bidder / Consortium, or any dispute between them pending before any court,
tribunal, arbitrators or any other Corporation or body, or by the discharge of the Prime
Bidder / Consortium for any reason whatsoever.
3. In order to give effect to this Guarantee, MPSEDC shall be entitled to act as if the Bank
were the principal debtor and any change in the constitution of the Prime Bidder /
40
Consortium and/or the Bank, whether by their absorption with any other body or
corporation or otherwise, shall not in any way or manner affect the liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for MPSEDC to
proceed against the Prime Bidder / Consortium before presenting to the Bank its demand under this Guarantee.
5. MPSEDC shall have the liberty, without affecting in any manner the liability of the Bank
under this Guarantee, to vary at any time, the terms and conditions of the Agreement or
to extend the time or period for the compliance with, fulfillment and/ or performance of all
or any of the obligations of the Prime Bidder / Consortium contained in the Agreement or
to postpone for any time, and from time to time, any of the rights and powers exercisable
by MPSEDC against the Prime Bidder / Consortium, and either to enforce or forbear from enforcing any of the terms and conditions contained in the Agreement and/or the
securities available to MPSEDC,and the Bank shall not be released from its liability and
obligation under these presents by any exercise by MPSEDC of the liberty with reference to
the matters aforesaid or by reason of time being given to the Prime Bidder / Consortium or
any other forbearance, indulgence, act or omission on the part of MPSEDC or of any other
matter or thing whatsoever which under any law relating to sureties and guarantors would but for this provision have the effect of releasing the Bank from its liability and obligation
under this Guarantee and the Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security now or which may hereafter be held by MPSEDC in respect of or relating to the Agreement
or for the fulfillment, compliance and/or performance of all or any of the obligations of the
Prime Bidder / Consortium under the Agreement.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
for the period specified in paragraph 11 below (including the period of agreement and six months period for demand or claims) and unless a demand or claim in writing is made by
MPSEDC on the Bank under this Guarantee, not later than the date of expiry of this
Guarantee, all rights of MPSEDC under this Guarantee shall be forfeited and the Bank shall
be relieved from its liabilities hereunder.
8. The Performance Security shall cease to be in force and effect upto Six Months after the
agreement period provided the Prime Bidder / Consortium is not in breach of this Agreement. Upon request made by the Prime Bidder / Consortium for release of the
Performance Security along with the particulars required hereunder, duly certified by a statutory auditor of the Prime Bidder / Consortium, MPSEDC shall release the Performance
Security forthwith. 9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of MPSEDC in writing, and declares that it has the power to issue
this Guarantee and the undersigned has full powers to do so on behalf of the Bank. 10. Any notice by way of request, demand or otherwise hereunder may be sent by hand, Fax
or post addressed to the Bank at its above referred Branch, which shall be deemed to have
been duly authorized to receive such notice and to effect payment thereof forthwith, and if
sent by post it shall be deemed to have been given at the time when it ought to have been
delivered in due course of post and in proving such notice, when given by post, it shall be
sufficient to prove that the envelope containing the notice was posted and a certificate
signed by an officer of MPSEDC that the envelope was so posted shall be conclusive.
11. This guarantee will remain in force up to (Date) and any demand in respect thereof should reach the Bank not later than the above date.
41
12. Our liability under this Bank Guarantee shall not exceed and is restricted to Rs._______________ (Rupees _________________ only).
13. Unless the demand/claim under this guarantee is served upon us in writing before ---- day
of
_________ all the rights of MPSEDC under this guarantee shall stand automatically forfeited and we shall be relieved and discharged from all liabilities mentioned herein above."
14. This Guarantee shall come into force with immediate effect and shall remain in force and
effect up to ____day of____ or until it is released earlier by MPSEDC pursuant to the
provisions of the Agreement.
We undertake to pay the MPSEDC up to the above amount upon receipt of its first written demand, without the MPSEDC having to substantiate its demand.
Signed and sealed this _____day of _____, 20_____ at______.
SIGNED, SEALED AND DELIVERED For and on behalf of the BANK by: (Signature) (Name, Designation & Address)
WITNESS -------------------------- ------------------------- (Signature) Full name and official Full name, designation and Address with Bank stamp