request for proposal (rfp) document for selection of

27
S. No. RFP (before pre bid) Page No. Clause No Clause Details Query/ Suggestion/ Clarification Response 1 16 2.1.7 (3) Responsibilities of Third Party Vendor a. Provide support to the Selected Bidder for integration of application b. Provide all kind of API's and Database Integration Services for Application Integration c. Provide the resources, if required by the selected bidder for integration d. Provide the support in application integration testing e. Provide the support in data migration and data digitization f. Ensure successful integration of the application and their component Please confirm if RISL has such arrangement with exiting Third Party vendor’s for providing such support in their existing scope of work or the RISL would ensure that the same would be provided by Third Party Vendor. As per our experience with existing project this results in huge resource kill and lot of coordination issues. To estimate the cost for the same is difficult. It is proposed that RISL at each such 3rd party integration cycle should get the effort estimate from bidder and approve the same and it can be paid at the team rate quoted in financial bid rather keeping it component of part of the Fin bid. No Change 2 22 2.2.3 (1.b) Application Design and Development b) Platform flexibility: Open Standards and Interoperability (Usage of standard APIs) shall be considered Web-centric, multi-tier architecture shall be used Limiting the choice of OS and other technologies to Microsoft as per Annexure 3, goes against the Interoperability requirement of the RFP. This will lead to the development of integrated eGovernance application locked-in specifically to MS Platform and might cause challenges arising out of Vendor Lock-in Please refer amended clause- 8.3(3) of Annexure-3 of Final RFP (after pre bid) 3 30 4.4 Office Management (Table 4.1: Phase-wise distribution of Modules & Features of Integrated Raj e-Office Application) For Sizing Purposes, Please Clarify on the number Of Employees who will be given the service of HRMS across the department Please provide employee count Please refer amended clause- 8.3(4.ii) of Annexure-3 of Final RFP (after pre bid) 4 30 4.4 Progress/ Monitoring Management (Table 4.1: Phase-wise distribution of Modules & Features of Integrated Raj e-Office Application) For Sizing Purposes, Please Clarify on the number Of Employees who will be given functionality access of Progress/ Monitoring Management Please provide employee count Please refer amended clause- 8.3(4.ii) of Annexure-3 of Final RFP (after pre bid) 5 30 4.4 Generic Bill Generator (Table 4.1: Phase-wise distribution of Modules & Features of Integrated Raj e-Office Application) For Sizing Purposes, Please Clarify on the number Of Employees who will be given functionality access of Generic Bill Generator Please provide employee count Please refer amended clause- 8.3(4.ii) of Annexure-3 of Final RFP (after pre bid) 6 30 4.4 Smart Office (Table 4.1: Phase-wise distribution of Modules & Features of Integrated Raj e-Office Application) For Sizing Purposes, Please Clarify on the number Of Employees who will be given functionality access of Smart Office Please provide employee count Please refer amended clause- 8.3(4.ii) of Annexure-3 of Final RFP (after pre bid) Request for Proposal (RFP) Document for Selection of Implementation Agency for Design, Development, Testing, Implementation and Maintenance of Integrated Raj e-Office Application for Government of Rajasthan to shortlisted bidders (Reference No. F4.3 (125)/ RISL/Tech/14/10982 dated: 24.02.2015) Responses to Pre-bid Queries/Clarifications Page 1 of 27

Upload: others

Post on 05-Feb-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

1 16 2.1.7 (3)

Responsibilities of Third Party Vendor

a. Provide support to the Selected Bidder for integration of

application

b. Provide all kind of API's and Database Integration Services

for Application Integration

c. Provide the resources, if required by the selected bidder for

integration

d. Provide the support in application integration testing

e. Provide the support in data migration and data digitization

f. Ensure successful integration of the application and their

component

Please confirm if RISL has such arrangement with exiting Third Party vendor’s for

providing such support in their existing scope of work or the RISL would ensure that

the same would be provided by Third Party Vendor.

As per our experience with existing project this results in huge resource kill and lot

of coordination issues. To estimate the cost for the same is difficult. It is proposed

that RISL at each such 3rd party integration cycle should get the effort estimate from

bidder and approve the same and it can be paid at the team rate quoted in financial

bid rather keeping it component of part of the Fin bid.

No Change

2 22 2.2.3 (1.b)

Application Design and Development

b) Platform flexibility: Open Standards and Interoperability

(Usage of standard APIs) shall be considered Web-centric,

multi-tier architecture shall be used

Limiting the choice of OS and other technologies to Microsoft as per Annexure 3,

goes against the Interoperability requirement of the RFP. This will lead to the

development of integrated eGovernance application locked-in specifically to MS

Platform and might cause challenges arising out of Vendor Lock-in

Please refer amended clause-

8.3(3) of Annexure-3 of Final

RFP (after pre bid)

3 30 4.4

Office Management

(Table 4.1: Phase-wise distribution of Modules & Features of

Integrated Raj e-Office Application)

For Sizing Purposes, Please Clarify on the number Of Employees who will be given

the service of HRMS across the department

Please provide employee count

Please refer amended clause-

8.3(4.ii) of Annexure-3 of Final

RFP (after pre bid)

4 30 4.4

Progress/ Monitoring Management

(Table 4.1: Phase-wise distribution of Modules & Features of

Integrated Raj e-Office Application)

For Sizing Purposes, Please Clarify on the number Of Employees who will be given

functionality access of Progress/ Monitoring Management

Please provide employee count

Please refer amended clause-

8.3(4.ii) of Annexure-3 of Final

RFP (after pre bid)

5 30 4.4

Generic Bill Generator

(Table 4.1: Phase-wise distribution of Modules & Features of

Integrated Raj e-Office Application)

For Sizing Purposes, Please Clarify on the number Of Employees who will be given

functionality access of Generic Bill Generator

Please provide employee count

Please refer amended clause-

8.3(4.ii) of Annexure-3 of Final

RFP (after pre bid)

6 30 4.4

Smart Office

(Table 4.1: Phase-wise distribution of Modules & Features of

Integrated Raj e-Office Application)

For Sizing Purposes, Please Clarify on the number Of Employees who will be given

functionality access of Smart Office

Please provide employee count

Please refer amended clause-

8.3(4.ii) of Annexure-3 of Final

RFP (after pre bid)

Request for Proposal (RFP) Document for Selection of Implementation Agency for Design, Development, Testing, Implementation and Maintenance of Integrated Raj e-Office Application for

Government of Rajasthan to shortlisted bidders (Reference No. F4.3 (125)/ RISL/Tech/14/10982 dated: 24.02.2015)

Responses to Pre-bid Queries/Clarifications

Page 1 of 27

Page 2: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

7 33 4.6 (4)Integration with 3rd Party Application and other e-gov.

applications

We expect Procurement team to cite example for level of integration desired as per

our understanding every service provided by e-mitra as backend process flow in

each department for example, online application from e-mitra for mining lease.

Granting mining lease is long process, which involves multiple processes to approve

the application for grant of lease, how it is expected to create that workflow in e-

office seamless integration as mentioned above. Similarly for Local bodies say

booking a community hall through e-mitra etc. etc. Or a bill processing of PWD,

which uses project work management application at backend. Pls. explain.

Workflow should be

configurable to meet all kind of

requirements.

8 33 4.6 (4)Integration with 3rd Party Application and other e -gov.

applications

Integration via Enterprise Service Bus does not include Process/Workflow based

integration.

It is hence recommended that a SOA based Process/Workflow engine be included as

part of the proposed solution with out of the box support for adapter based

integration and Business Rules

Please refer amended clause-

8.3(3) of Annexure-3 of Final

RFP (after pre bid)

9 34 4.9 Data Digitization and Migration Please provide approximate volume of data that is required to be migrated.

Please refer amended clause-

4.9(1) of Chapter-4 of Final RFP

(after pre bid)

10 35 4.10 (5)

The selected bidder shall obtain sign-off from the Purchaser on

the UAT for each Phase of Integrated Raj e-Office Application

after successful implementation of all the changes/

recommendations received from Purchaser & its designated

authority/ TPA (if any).

As per the clause, we assume bidder has to obtain UAT from the Purchaser for each

phase. UAT from each Department will not be responsibility of bidder. Hence, we

assume penalty deductions based on late approval of UAT from Departments

without any fault of bidder would not be imposed on selected bidder.

Please refer amended clause-

6.18(3.c) of Chapter-6 of Final

RFP (after pre bid)

11 40 4.13 (4.b)

Purchaser may arrange for the security audits of the

application through a third party agency on timely basis. Based

on the findings of security audits, the selected bidder will have

to bring in the necessary changes in the application to ensure

the compliance of the security of the application.

Please provide frequency of security audits that will be conducted during project

tenure.

The security audits of

developed Integrated Raj e-

Office Application may be

performed as part of UAT for

Phase-1,2 & 3 and as & when

required as per RSDC policy.

12 85 6.24 (2.b)

Transfer of Assets:

B) The selected bidder, if not already done, will transfer all the

Software Licenses under the name of the RISL as desired by

the procuring entity during the exit management period.

How RISL will address Application software license policy if application is being used

by other than RISL.

Request to consider that:-The application software solution licenses shall not be

restricted based on location and the Department should have the flexibility to use

the software licenses for other requirements, if required. With such clause RISL free

to use expand uses of application software licenses to other department.

Please refer amended clause-

8.3(3&4) of Annexure-3 of

Final RFP (after pre bid)

Page 2 of 27

Page 3: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

13 91 7.1 (1)Payment Terms and Schedule

General

Payment terms are not at all favourable as it involve huge funds with no definite

timeframe for fund inflow including 24% development payment distributed over 12

quarters @ 2% . This will result in huge working capital requirement by bidder and

uncertainty in payments adds to interest burden on cost.

No Change

14 91 7.1 (1)Payment Terms and Schedule

Detailed Project Plan based on High Level System Study

The payment during System study in each of the phase I, Phase II and Phase III is not

defined in RFP.

The payment terms before GoLive can be either project based or man-month basis

as department has asked for onsite manpower during Development phase.

No Change

15 95 7.1 (1)

Payment Terms and Schedule

Operations & Maintenance (O&M)/ Facility Management

Services (FMS)

RFP has been structured for onsite development by providing certain minimum

numbers of resource during the development phase of e-office application, including

clauses for monitoring their attendance and applicability of penalty on absenteeism,

while the payments are not in sync with the same as it is proposed to be paid on

achieving the milestones. This leads to lot of digressions in control of the bidder on

the development team and the team gets engaged in works allocated by project

monitoring team, resulting in huge cost overruns for bidders. If development is to

done onsite with fixed team deployment than the payment terms should be

monthly of the team and not on milestone basis.

No Change

16 102 7.2 (7.d) Penalty for attrition of key resources during the O&M period

IT industry faces Manpower attrition problem and which is beyond bidder’s control,

the RFP is based on resource development and heavy penalty is being imposed for

manpower attrition during the project period. The same should be relaxed and

timeframe for resource replacement be provided in RFP.

No Change

17 104 8.1 ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION

The technology details of each third party application should be mentioned in the

RFP. Also, who will be the responsible for providing APIs required for communication

with Third Party Applications must be defined.

Please refer clause-2.1.7(3) of

Chapter-2 of Final RFP (after

pre bid)

18 120 8.2 ANNEXURE-2: RESOURCE DEPLOYMENT

Domain expert having detailed understanding of government business processes

and with System design expertise is required for developing such large enterprise

application. It is assumed that the same resource would be provided by RISL/DOIT&C

during the development and study phase.

Please refer clause 8.2 of

Annexure-2 of Final RFP (after

pre bid)

19 126 8.3

Annexure 3: Technology Stack

Integrated Raj e-Office Application shall leverage the following

technology stack available with RISL as part of RSDC

Infrastructure :

o MS-SQL Server 2014 Enterprise Edition x64

As per our understanding department is having ORACLE RDBMS also.

Application solution proposed in EoI is on non Microsoft RDBMS. Migration to SQL

will have technical issues and it will increase our cost.

Request you to kindly allow SI to choose among ORACLE / MS SQL RDBMS to avoid

technical and commercial issues

Please refer amended clause-

8.3(3) of Annexure-3 of Final

RFP (after pre bid)

Page 3 of 27

Page 4: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

20 126 8.3

Annexure 3: Technology Stack

For additional software (which are not covered above or are

proposed by bidder for use in Raj e-Office application), Bidder

is required to provide enterprise wide perpetual licenses, as

applicable, without any client/ user access license limitation

along with 5 years OEM support, as applicable, for at least

10,000 concurrent users, in the name of Purchaser at no

additional cost to purchaser

Request to consider that proposed application/solution should be capable of 10,000

concurrent user but however bidder should The licenses should be perpetual and

enterprise wide for the application, without any restriction on access / usage of any

kind of functionality (including read/write/update ) for any of the users. This to avoid

beyond 10,000 concurrent user.

Please refer amended clause-

8.3(3&4) of Annexure-3 of

Final RFP (after pre bid)

21 43 4.15 Project Deliverables, Milestones & Timelines

Timeline proposed are also not feasible even during study and requirement phase as

we are required to study 5 different type of government organization to gather their

requirement and study the individual departmental workflow. Please revise the

same.

Please refer amended clause-

4.15 (Table 4.3) of Chapter-4 of

Final RFP (after pre bid)

22 76 6.15

Copyright - The copyright in all drawings, design documents,

source code and other materials containing data and

information furnished to the Purchaser by the Supplier/

Selected Bidder herein shall remain vested in the Purchaser.

Please add the following in the end of the para:

"Notwithstanding the above, it is agreed that nothing contained herein above shall

be applicable to Consultant's pre-existing materials and working papers (i.e

Materials owned by the Consultant which were created and developed prior to this

Agreement without direct reference to the deliverables under this Agreement)

which may now be incorporated by the Consultant into the final deliverables/reports

or the like, supplied to the Client hereunder in the course of delivering the Services

pursuant to this Agreement. However, in the event any such pre-existing material is

used in the deliverables/reports provided to the Client by the Consultant, the

Consultant hereby agrees to grant the Client an irrevocable, non-transferable, non-

exclusive, paid-up, royalty free and perpetual license to use such pre-existing

material as it exists in the deliverable/ reports prepared by the Consultant as a part

of this Agreement."

Please refer amended clause-

6.15 of Chapter-6 of Final RFP

(after pre bid)

23 77 6.16 (6)The provisions of this clause shall survive completion or

termination, for whatever reason, of the Contract

Please add the following in the end of the clause:

“for a period of three years from the date of termination/expiration of Services.“No Change

24 83 - 84 6.23 Termination & Sub Clauses

Please add the following in the end of the clause:

“Upon termination bidder shall be entitled to receive payments of the Services

performed, work in progress and expenses incurred by it, till the date of such

termination.”

No Change

Page 4 of 27

Page 5: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

25 89 6.25 Settlement of Disputes

We are proposing in the case of dispute following should be followed:

“Any dispute, controversy or claim of any kind whatsoever between the parties

arising under, out of or in connection with this Agreement (including, without

limitation, any question regarding its construction, validity or termination) shall be

resolved by arbitration under the Rules of Arbitration and Conciliation Act 1996. The

place (seat) of arbitration shall be in India. The arbitral tribunal shall be comprised of

three (3) arbitrators appointed in accordance with the Rules of Arbitration and

Conciliation Act 1996. The language of arbitration shall be English. Any judgement or

determination rendered shall be final and binding upon the Parties thereto. Subject

to above Parties agree to submit themselves to the exclusive jurisdiction of the

Courts in India.”

No Change

26 97 - 103 7.2 (7)Service Level Requirements/ Agreement for Operations &

Maintenance (O&M) and Sub Clause

There should be an upper limit to the overall Service Level Penalties. Accordingly,

you may please add the following in the end of the clause pertaining to Service Level

Agreements:

"It is agreed that overall limit for Service Level Penalties that may be levied under

this clause shall not exceed 10% of the total fees paid to the Consultant."

Please refer amended clause-

7.2(7.f) of Chapter-7 of Final

RFP (after pre bid)

27 140 - 142 8.13 ANNEXURE-13: BANK GUARANTEE FORMATWe suggesting that, these documents should have a fixed end date (fix validity)

mentionedNo Change

28 143 - 144 8.13 BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)We suggesting that, these documents should have a fixed end date (fix validity)

mentionedNo Change

29 81 6.2 Limitation of LiabilityPlease clarify the % of uncapped liability for Gross Negligence, Wilful Misconduct,

cost of repairing or replacing defective equipment or breach of IPRsNo Change

30 17 2.2.2 Integrated Raj e-Office Application Architecture - Overview

About no of Users

As per mentioned in the RFP document, the solution should support at least 10,000

concurrent users.

So request you to please provide clarity about the no of users who will use the

proposed applications as mentioned below:

* Module wise no of users

* Complete system users

Please refer amended clause-

8.3(3&4) of Annexure-3 of

Final RFP (after pre bid)

31 113 8.1.

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Email/SMS

Regarding Email Server integration

Request you to please provide the clarity about the use case of integration of e-

Office application with Yahoo and Gmail server.

Please refer amended clause-

8.1(S.No. 152) of Annexure-1

of Final RFP (after pre bid)

32 113 8.1.

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Email/SMS

Regarding Email Server integration

Request you to please provide the clarity which kind of data needs to be synced

from Gmail, Yahoo and NIC mail server.

Please refer amended clause-

8.1(S.No. 152) of Annexure-1

of Final RFP (after pre bid)

Page 5 of 27

Page 6: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

33 106 8.1.

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Knowledge Management

Regarding Scanning Solution

As department has the requirement for creating the Knowledge Repository wherein

multiple documents need to be scanned and upload in the repository. So we

recommend that, there is a key requirement of capture/scanning solution for

scanning the documents/records with support for following:

• Both bulk & web scan capabilities

• Automatic file and document separation using blank page separator, barcode

separator and fix page

• Automatic correction of parameters like improper resolution, format/

compression not proper, skew, wrong orientation, error in automatic cropping,

punch hole marks etc during scanning

Please confirm our understanding is correct.

Yes

34 22 2Technology Standards

Regarding Mobile capture solution

As per mentioned in the RFP document, solutions availability on mobile/tablet

device is one of the key requirement.

So request you to please clarify, that the department requires the mobile capture

solution for scanning/capturing the documents through mobiles/tablets. Please

clarify.

Please refer amended clause-

8.1 (Note) of Annexure-1 of

Final RFP (after pre bid)

35 42 4.13 (6)Operations & Maintenance Reports-

Regarding uptime of applicationRequest you to please provide the clarity about the uptime of the proposed solution.

Please refer clause-7.2(2, 3 &

7a) of Chapter-7 of Final RFP

(after pre bid)

36 105 8.1

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

File Management System

Regarding File Management System

As per mentioned in the RFP document, department may use NIC e-Office solution

for File Management system. However while submitting the EOI response, vendors

have formed the consortium based on requirements given in the EOI document

where NIC e-Office was not mentioned to fulfil the requirement of File Management

System.

So request you to please clarify whether vendors are allowed to propose other File

Management System which are better than NIC e-Office solution.

We strongly recommend to look for alternate options available in market for File

Management as:

1. NIC is not platform independent.

2. NIC lacks document capture capabilities

3. NIC is point solution (not a frame work based) so future compatibility to transform

to BPMS lacks.

4. NIC lacks quality analysis and document quality enhancement.

5. Lacks inbuilt viewer, document has to be downloaded before viewing.

Challenges in using NIC application:

1. Any change management in NIC's application would not in our scope.

2. Report generation from NIC's application would not be in our scope, however the

tool for the same can be designed but may not cater to the future requirements of

report generation.

3. In order to integrate with NIC application with our application, we expect RISL to

Please refer amended clause-

8.3(4) of Annexure-3 of Final

RFP (after pre bid)

Page 6 of 27

Page 7: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

37 106 8.1ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Knowledge Management Regarding Knowledge Management

As per mentioned in the RFP document under Knowledge Management System,

department require that it should have provision for creating the knowledge

repository based on workflow which should be taken from NIC e-Office. However

RFP also has the requirement for workflow management system. So we recommend

that same workflow management system should be used for creating the Knowledge

repository which is being used across all other modules rather using the workflow

module of NIC e-Office. Please confirm.

It is expected that single

workflow engine/platform be

used across application.

38 114 8.1

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION, e-

Form

Regarding e-Forms

Is there any existing e-Form application available in department or vendors need to

deliver e-Form application as part of the current project scope. As mentioned on

page 127, department is already having Adobe e-Forms.

So please clarify whether Adobe e-Forms will be used for catering the requirements

given in e-Form section under Functional Requirement specification or separate

module needs to be proposed for the same.

Please refer amended clause-

8.3(1.vii) of Annexure-3 of Final

RFP (after pre bid)

39 116 8.1

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Common Requirements

Regarding Workflow solution

As this RFP aims to procure a workflow management system for the automation of

various modules. Our recommendation is that you need a Business Process

Management (BPM) platform which has the capabilities of graphically modelling the

processes or workflows, in built Form designer, process simulator, configurable

Business Activity Monitoring tool (Dashboards). Please confirm our understanding is

correct.

Yes

40 21 2.2.3

Application Standards:

1. Application Design & Development

Regarding Workflow standard

Request you to include the following specification to ensure best of breed solution:

The required workflow solution should complies to various open workflow standards

such as BPMN, BPEL, WFMC.

Please refer amended clause-

8.3(4) of Annexure-3 of Final

RFP (after pre bid)

41 32 4.6.

Integration with 3rd Party Application and other e-gov.

applications

Regarding 3rd Party module integration

As the proposed solution needs to be integrated with various 3rd party and other

eGov application. So with this our understanding is that RajComp will provide the

documentation/integration APIs/adaptors to vendors so that integration can be

done efficiently. Please confirm.

RISL will coordinate & would

arrange to extend necessary

support required for

integration.

42 111 8.1

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Bill/ Invoice Processor Bill Processor

Regarding Billing/Accounting Application

As per mentioned in the RFP document, the proposed solution for billing application

should have the provision to calculate all applicable deductions based on Pre-

defined library based upon particular deduction type (LD/ SLA/ Income Tax/ LIC/

GPF/ other etc.).

So is there any existing billing/ accounting system available in the department which

will be used for doing the respective calculation.

Please Clarify.

Generalized module needs to

be developed to accommodate

the different requirements.

43 111 8.1

ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,

Bill/ Invoice Processor Bill Processor

Regarding Billing/Accounting Application

Request you to please provide the clarity that once the billing calculation is done and

finalized then where this billing data needs to be pushed for further processing.

Please provide clarity.

Would be finalized during SRS

Stage

Page 7 of 27

Page 8: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

44 76 6.15. Copyright

Regarding Source Code of application

As per mentioned in the RFP document, the copyright in all drawings, design

documents, source code and other materials containing data and information

furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain

vested in the Purchaser.

With this our understanding is that, the department requires the source code of the

Custom development done for this project. However if Source Code of COTS based

solution is required then same can be kept under the Escrow Agreement.

Please confirm our understanding.

Please refer amended clause-

6.15 of Chapter-6 of Final RFP

(after pre bid)

45 34 4.9. Data Digitization and Migration

Regarding Data Migration volume

As per mentioned in the RFP document, the migration of digitised data into

Integrated Raj e-Office Application will be performed by the Selected Bidder at No

additional Cost. So request you to please provide the clarity about the volume of the

data & type of data which need to be migrated as part of the current project scope.

Please refer amended clause-

4.9(1) of Chapter-4 of Final RFP

(after pre bid)

46 126 8.3ANNEXURE-3: TECHNOLOGY STACK

Regarding Licensing for already existing stack

Please confirm that technology stack mentioned under section 8.3 ANNEXTURE-3

has sufficient number of licenses as per the current RFP requirement (10,000

concurrent users), in case bidder uses the same stack customer will provide the

licenses for the same as per the bidder sizing recommendation, in case bidder needs

to provide the licenses than please share the current licensing details of the

TECHNOLOGY STACK which can be re-used.

Please refer amended clause-

8.3 of Annexure-3 of Final RFP

(after pre bid)

47 20 2.2.2 (4.f) Integration Scope

Please confirm the following:

1) List of Applications mentioned in the RFP (existing e-GOV Applications page 20)

are the only scope for integration.

2) Proposed Existing applications in RFP to be integrated supports SOA architecture

and capable of exposing web services, any web services required from legacy

applications is out of scope for this RFP and needs to be developed by those

application owners.

3) Please share the technology on which proposed applications which needs to be

integrated are developed.

1) List of exiting e-Gov

applications mentioned in RFP

is indicative.

2) Yes

3) Details would be shared

during system study.

48 126 8.3ANNEXURE-3: TECHNOLOGY STACK

Regarding LicensesWho will bear the cost of licenses, bidder or RISL.

Please refer amended clause-

8.3 of Annexure-3 of Final RFP

(after pre bid)

49 General Query NIC Modules\Application Please provide the scope of work for NIC Modules/application

Please refer amended clause

8.1 (Note) of Annexure-1 of

Final RFP (after pre bid)

50 General Query Exisiting SystemWill bidder be provided some time for study of existing system before submission of

bid

Please refer amended clause-

4.15 (Table 4.3) of Chapter-4 of

Final RFP (after pre bid)

Page 8 of 27

Page 9: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

51 General QueryKindly provide the list of modules which is to be provided by RISL/NIC lie file

management, HR.

Details would be shared during

system study.

52 18 2.2.2 (4.b)

Rajasthan SSO is being implemented using Microsoft platform

and includes the following:

1) Identity Provider: MS-Active Directory Services (ADS) on MS-

Windows Server 2012 R2 Standard Edition.

2) SSO Application: MS .Net Framework 4.x based web

application that provides a secure SSO Application Interface

including interface and secure web services for Identity and

Application management lifecycle.

We assume that required CALs for all department users will be provided by RISL.

Please clarify.

CALs required, if any, for SSO

application, shall be provided

by RISL.

53 23 2.2.3 (2.d)

The technology must be scalable with Department’s emerging

requirements and must continue to be reliable as the

information handling needs of the government increases. The

architecture must be scalable and flexible for modular

expansion. The IA shall plan and provide for horizontal

scalability in such a manner that a new server can be added

(or removed) dynamically, as and when required in future,

without disturbing the normal functioning of production

system. The vertical scalability in servers in terms of additional

processors and RAM will have to be provided for handling

future growth in transactions.

Since eOffice application is to be hosted on RSDC servers procured by RISL, we

assume that server scalability will be handled by RISL/RSDC. Please clarify.

Please refer clause-4.5 of

Chapter-4 of Final RFP (after

pre bid)

54 27 4.1 (2)

For the scope of this project, Purchaser has categorised

government organizations as follows:

a. Administrative Departments

b. Corporation/ boards/ societies etc.

c. Service oriented departments

d. Works departments

e. Local Bodies

Request to provide list of departments, corporations, local bodies, etc. to be covered

as part of e-Office application

Please refer amended clause-

8.16 of Annexure-16 of Final

RFP (after pre bid)

55 99 7.1 (3) Helpdesk Support We assume that RISL will provide helpdesk tool for logging calls. Please clarify

Please refer amended clause-

4.13 (5.d & 5.e) of Chapter-4 of

Final RFP (after pre bid)

56 99 7.1 (5) Monitoring and Evaluation

We assume that access to required EMS interfaces for system, database, application

and network monitoring will be provided by RSDC/RISL to our O&M Staff.. Please

clarify

Yes

57 113 8.1 Email/SMS and Instant MessagingWe assume that all costs related to email/SMS and instant messaging will be borne

by RISL. Please clarify.Yes

Page 9 of 27

Page 10: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

58 120 8.2

The selected bidder shall deploy minimum following resources

for the development of Integrated Raj e-Office Application

within 30 days from the date of signing of agreement between

Purchaser and the Selected Bidder for the period as specified

in below mentioned Table Ann 2.1.

There are some resources in Table Ann 2.1 and 2.2 that are mentioned as optional.

Does this mean that the bidder need not provide such resources are all resources

are to be provided for the minimum number mentioned since penalties are liable for

absence of staff?

Minimum number of

Resources need to be deployed

as per Annexure -2 of Final RFP

(after pre bid)

59 126 8.3

Integrated Raj e-Office Application shall leverage the following

technology stack available with RISL as part of RSDC

Infrastructure.

o MS-Windows Server 2012 R2 w/SP1 x64

o MS-SharePoint Server 2013 w/SP1 x64

o MS-SQL Server 2014 Enterprise Edition x64

o MS-Exchange Server 2013 w/SP1 x64

o MS-Lync Server 2013 x64

o IBM Enterprise Service Bus

o Adobe e-Forms Application

Since MS SharePoint Server is already present in the RSDC, can we utilize the same

for workflow engine for Integrated e-Office application or a separate workflow

engine needs to be provide separately for e-Office solution?

Please refer amended clause-

8.3 of Annexure-3 of Final RFP

(after pre bid)

60 126 8.3

Integrated Raj e-Office Application shall leverage the following

technology stack available with RISL as part of RSDC

Infrastructure.

o MS-Windows Server 2012 R2 w/SP1 x64

o MS-SharePoint Server 2013 w/SP1 x64

o MS-SQL Server 2014 Enterprise Edition x64

o MS-Exchange Server 2013 w/SP1 x64

o MS-Lync Server 2013 x64

o IBM Enterprise Service Bus

o Adobe e-Forms Application

Kindly clarify whether RISL shall provide for CALs for all these software’s or bidder

has to provide the same.

Please refer amended clause-

8.3(2) of Annexure-3 of Final

RFP (after pre bid)

61 76 6.15The copyright in all drawings, design documents, source code

and other materials containing

If bidder is proposing COTS Product and customized the product to suit requirement

of RFP then the purchaser will take ownership of IPR of customized portion

proposed product.

Please refer amended clause-

6.15 of Chapter-6 of Final RFP

(after pre bid)

62 76 6.15

data and information furnished to the Purchaser by the

Supplier/ Selected Bidder herein shall remain vested in the

Purchaser.

In case product has been built from scratch the complete IP Rights will rest with

Purchaser"

Please refer amended clause-

6.15 of Chapter-6 of Final RFP

(after pre bid)

63 56 Table 5.3

Technical Qualification Criteria: Hard Copy of presentation & a

document (max 10 pages) detailing the Technical qualification

criteria mentioned at S. No 1 & 2 of Table 5.3

Please confirm whether 10 pages of each presentation and document separately

required.

Please refer amended Table

5.3 of Chapter 5 of Final RFP

(after pre bid)

64 39 4.13 (3.j)Implementation support/ assistant (as and when needed for

deploy and configure the application at other locations)

Kindly suggest number of locations and details for better understanding of Project

implementation.

Will be intimated to selected

bidder well in time.

Page 10 of 27

Page 11: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

65 75 6.9 (3)

Delivery & Installation: The Supplier/ Selected Bidder shall

arrange to supply, install and commission the software/

system as per specifications within the specified delivery/

completion period at various departments and/ or their

offices/ locations mentioned in the PO/ WO

Kindly suggest number of locations and details for better understanding of Project

implementationAt RSDC only.

66 86 6.24 (2.d.iv)

That the products and technology delivered to RISL during the

contract term or on expiry of the contract duration should not

be sold or re-used or copied or transferred by selected bidder

to other locations apart from the locations mentioned in this

bidding document without prior written notice and approval

of RISL.

Kindly suggest number of locations and details for better understanding of Project

implementationNo Change

67 43 4.15 Project Deliverables, Milestones & Timelines

Timeline of delivery is very stiff in respect to scope of work. Kindly request to

provide more time for requirement gathering (at least 3 months) and due diligence

phase. This will help the bidder to build the solution as per exact requirement

Please refer amended clause-

4.15 (Table 4.3) of Chapter-4 of

Final RFP (after pre bid)

68 91 7.1 (1) Table 7.1: Payment Terms & Schedule

Software Application Development -

We request you to please release Payment on the following stages

SRS stage: 15% of total cost of application phase wise.

UAT stage: 50% of total cost of application phase wise.

Go Live: 15% on Go Live stage of total cost of application phase wise. and remaining

in the quarterly payment

No Change

69 10 1INVITATION FOR BIDS (IFB) AND NOTICE INVITING BID (NIB) -

Table

INR 6 crore budget is very low. (32 onsite resource for development and 22 onsite

resource for support)

This is an estimated cost.

Bidder may quote as per its

own assessment.

70 13 2.1.3 (4.a)

Perform detail study of selected State Government

Departments/ Offices of different type to understand the

requirements of each modules & features proposed to cover

in Integrated Raj e-Office Application.

Do we have a list of selected department/offices? Or is there any list according to

preference?

Please refer amended clause-

8.16 of Annexure-16 of Final

RFP (after pre bid)

71 14 2.1.3 (4.d)

Assist RISL in assessing the current status of existing data/ old

records w.r.t. digitisation and define the strategy of Data

digitisation (if applicable) of legacy data required to be migrate

into the proposed database.

It's always a good practice to go for Document Management System (DMS) to store

digitized legacy data. Database can be used to store metadata of the same. Please

confirm if there is any plan to consider DMS.

DMS is a component of overall

solution.

Page 11 of 27

Page 12: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

72 14 2.1.3 (4.d)

Brief Technical solution requirements and Scope of Work

"Assist RISL in assessing the current status of existing data/ old

records w.r.t. digitisation and define the strategy of Data

digitisation (if applicable) of legacy data required to be migrate

into the proposed database"

Which (or how many) departments data need to be migrated and checked for

digitization.

Please refer amended clause-

2.1.3(4.d) of Chapter-2 of Final

RFP (after pre bid)

73 14 2.1.3 (4.d)

Brief Technical solution requirements and Scope of Work.

"Migration of all digitized records & Data of Legacy application

(if any) into the proposed database and maintaining the

database in coordination with RISL."

An estimate of the volume of the data digitization can help in the data migration

strategy and costing component in terms of manpower deployed.

Please refer amended clause-

2.1.3(4.d) of Chapter-2 of Final

RFP (after pre bid)

74 14 2.1.3 (4.d)

Migration of all digitized records & Data of Legacy application

(if any) into the proposed database and maintaining the

database in coordination with RISL

As stated in the "Section 2.1.7 Roles & Responsibilities >> 3a & 3b", integration with

legacy application will be done with the help of Third Party Vendor. Why do we need

to migrate data of legacy application?

Please refer amended clause-

2.1.3(4.d) of Chapter-2 of Final

RFP (after pre bid)

75 16 2.1.7 (3.e) Provide the support in data migration and data digitization

After data has been migrated, will these application point to new database or they

will still point to their respective old data source. In latter case, what would be

future data migration? Will it be periodic sync up process?

Would be finalized during SRS

Stage

76 17 2.2.2 (2)

The proposed Integrated Raj e-Office application would be a

comprehensive centralized reusable software suite based on

Service-Oriented Architecture (SOA) and would be accessed by

all the users (Employees of various Government Departments -

Administrative, Works, Service, and Corporations) across the

state.

For in-house usage by various employees of govt department, will it be required to

be internet application or intranet will be suffice?Both Internet & intranet

77 18 2.2.2 (4.a)

Integrated Raj e-Office Application services shall be accessed

online through Web and Kiosks via several end-user devices

(PC, Tablets, Smartphones, etc.).

Will it be accessible via app of Smartphone or tab? If yes, as per assumption,

development of such app is out of scope. Please clarify.

Please refer amended clause

8.1 (Note) of Annexure-1 of

Final RFP (after pre bid)

78 18 2.2.2 (4.b) Single Sign On (SSO)

User authentication & authorization will be provided by custom .Net based

application. E-Office application just need to integrate with that application via

API/web service. Please confirm.

API with re-usable methods,

which would be provided

during integration.

Page 12 of 27

Page 13: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

79 18 2.2.2 (4.b) Single Sign On (SSO)User data upload, role mapping will be done by custom .Net application & is outside

the scope of e-Office application.

Selected Bidder will access &

finalise the scope of

integration of proposed

Integrated Raj e-Office

Application with Raj SSO in

consultation with SSO

implemenation team during

System Study & SRS phase.

80 19 2.2.2 (4.b.v)

The audit trail of all the actions performed by an

authenticated user on Rajasthan SSO would be maintained in a

separate database.

Maintaining audit trail in a separate database is in the scope of the custom .Net

application. It will NOT be done by e-Office application. Please confirm.

The audit trial for all the

functions/ operations

pertaining to the Integrated Raj

eOffice application shall be

maintained within the eOffice

application only.

81 19 2.2.2 (4.d) Workflow EngineWill the workflow execution rule is fixed across various departments or it would be

varying? Please confirm.

The workflow execution rule

may varying from department

to department.

82 32 4.5 & 4.6

Procurement & Deployment of High end Infrastructure at

Rajasthan SDC

Integration with 3rd Party Application and other e-gov.

applications

At many places including the cited clauses, it is mentioned

that: "Bidder has to extend support"

It would help if the exact scope of support is quantified. No Change

83 33 4.7Software Solution Testing:

Performance and Load testingWill the department provide tools and licenses required for testing? Please clarify Yes, at RSDC only.

84 34 4.9

Data Digitization and Migration: "The Selected Bidder shall be

responsible to migrate the data from existing database and

applications (if any) of at least 2 government organisations

and associated offices to new

application and database of Integrated Raj e-Office

Application"

1.> When will the 2 government organizations be finalized? Are the organizations

already shortlisted?

2.> In case the TPA is not able to complete digitization till the time of migration, then

that event needs to be factored in.

1) Will be intimated to selected

bidder well in time.

2) Please refer amended clause-

6.18 (3.c) of Chapter-6 of Final

RFP (after pre bid)

Page 13 of 27

Page 14: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

85 37 4.12 (2)

Training:

Training shall be conducted either at Purchaser office in Jaipur

or any other location identified by Purchaser in Jaipur only.

Training may be divided into multiple sessions as per the need

and requirement of the project/ application.

Quantifying the number of training sessions and batch size would help in factoring

the training costs.

The bidder shall provide hands-

on training to the team of

selected trainers & end-users

(approx. 100 users) designated

by Purchase. The preferred

batch size is 25-30 persons in a

batch.

86 43 4.15 Project Deliverables, Milestones & Timelines

Timelines for SRS preparation and submission for Phase I , II III are quite stringent

and need to be revised upwards; the remaining associated timelines to be

accordingly adjusted

Please refer amended clause-

4.15 (Table 4.3) of Chapter-4 of

Final RFP (after pre bid)

87 61 5.24

Right to vary quantity: At the time of award of contract, the

quantity of goods, works or services originally specified in the

bidding documents may be increased, but such increase shall

not exceed 50% of the quantity specified in the bidding

documents. It shall be without any change in the unit prices or

other terms and conditions of the Bid and the bidding

documents

It is assumed that if there is an increase in quantity ordered due to which there is

requirement of additional hardware/licenses / system software/other items, then

the increase in these costs will be paid additionally to the bidder.

No such clause exist in the RFP

88 61 5.24

Right to vary quantity: If the procuring entity does not procure

any subject matter of procurement or procures less than the

quantity specified in the bidding documents due to change in

circumstances, the bidder shall not be entitled for any claim or

compensation

Suggestion: There should be a Minimum Commitment e.g. 80% of the project value.

We must have separate rates for software or hardware installationNo Change

89 91 7.1 (1) Table 7.1 Payment Terms and Schedule

Payment terms are very stringent.

Suggestion:

(a) At T+140, please make payment as 20% instead of 10% and reduce in later stages

preferably in O&M phase.

(b) The payment to be released after 1 month instead of 3 months (sr. nos. 12, 16,

23, and 30) and 1 month instead of 6 months (sr. no. 31).

(c) In case there is a delay in conducting acceptance / UAT, then payment to bidder

should not be delayed beyond 2 months (after completion of the milestone by the

bidder).

No Change

90 101-103 7.2 (7)

Penalty Clauses:

Clause d. Penalty for attrition of key resources during the

O&M period:

Clause c. Penalty for non-availability of deployed personnel/

resources/ manpower during O&M Period.

Since the timelines of the deliverables are to be met by the IA, it should be at IA's

discretion to deploy suitable resources and ensure milestones are achieved on time.

To levy penalty on resources is not required as it is not a T&M based project.

No Change

Page 14 of 27

Page 15: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

91 102 7.2 (7.d)

Penalty for attrition of key resources during the O&M period:

The Selected Bidder shall make sure that the key personnel

involved in the study, design, development, testing,

deployment and operation & maintenance of the software

solution are designated to the project for the entire project

duration. In case, any key person listed below leaves the

project without one months’ notice and approval from RISL,

the following penalties shall be applicable

Suggestion - Approval should be replaced by intimation. No Change

92 100 7.2 (7.a) Penalty for Downtime of Application S/w

7 a. Penalty for Downtime of Application S/w > 48 is mentioned as " No payment for

the Quarter " However as per 7f. It is mentioned that "The maximum total penalty in

any quarter (excluding non-availability of deployed manpower/ resources/

personnel) shall not be more than 20% of the total amount due for the quarter."

Clarity to be provided on this

Please refer amended clause-

7.2(Table 7.3) of Chapter-7 of

Final RFP (after pre bid)

93 100 7.2 (7.a) Penalty for Downtime of Application S/w

7 a. Penalty for Downtime of Application S/w > 48 is mentioned as " No payment for

the Quarter " This is quite stringent considering a quarter of operation of the

application software.

Please refer amended clause-

7.2(Table 7.3) of Chapter-7 of

Final RFP (after pre bid)

94 120 8.2ANNEXURE-2: RESOURCE DEPLOYMENT: Requirement of

"Resource on Bidders payroll"

While the project manager may be required from the bidding firm, the rest of the

resources can be made optional. This will help in optimization from cost perspective.

Also, since responsibility lies with the bidder, the bidder will ensure appropriate and

relevant people are deployed.

No Change

95 GeneralThere is a dependency on different govt offices for finalization

of SRS and for implementation.

While the bidder will make all efforts to ensure discussions and coordination with all

stakeholders, there has to be a risk mitigation required if the different govt offices

do not provide information on time or delay the implementation of the project.

Please refer amended clause-

6.18(3.c) of Chapter-6 of Final

RFP (after pre bid)

96 17 2.2.2 (2)

The bidder shall develop Integrated Raj e-Office Application

using proposed Technology Stack specified in Annexure - 3 of

this RFP.

We understand that the RISL wants to utilize its existing software technology stack

available with them in order to reduce cost. Is RISL open to have open source

database like PostgreSQL or MySQL for the implementation of integrated Raj e-

Office solution.

Please refer amended clause-

8.3(3) of Annexure-3 of Final

RFP (after pre bid)

97 56 5.14 (3.f)

In case of contract being awarded to a prospective bidder, the

resources proposed by the bidder during technical

presentation for deployment under the said project shall

essentially become the part of project development team.

We would propose resources as per the skills set and qualification mentioned in the

RFP. But the resources would be allotted to the project based on their availability at

the time of award of contract to the bidder. Please confirm.

Please refer amended clause-

5.14(3.f) of Chapter-5 of Final

RFP (after pre bid)

Page 15 of 27

Page 16: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

98 76 6.15

The copyright in all drawings, design documents, source code

and other materials containing data and information furnished

to the Purchaser by the Supplier/ Selected Bidder herein shall

remain vested in the Purchaser.

IPR of the Core solution which is already available and matured over the years will

be the owned by the Bidder. Any customization or new development can be owned

by the purchaser

Please refer amended clause-

6.15 of Chapter-6 of Final RFP

(after pre bid)

99 98 7.2 (1)

Critical: Incidents which impact the overall solution like outage

of Integrated Raj e-Office Application and which has a high

impact on service delivery to end user of respective

Departments. No workaround is available. Any incident which

is affecting a majority of users (over 80% of users including

concurrent users).

What would be expected total number of Users accessing the solution?

Please refer amended clause-

8.3(4.ii) of Annexure-3 of Final

RFP (after pre bid)

100 99 7.2 (3)

The Helpdesk Call Management System should be operational

24x7x365. However, the helpdesk manpower support should

be available for 16 Hrs (9 Hrs shift on roaster basis) from 7:00

AM to 11:00 PM on all 7 days in a week

1) We understand that Helpdesk Management System would be the part of the

application software and users would be able the log the tickets in the Helpdesk

Management System. Please confirm.

2) Also Helpdesk Call Management System would be integrated with Helpdesk

Management System and IVRS system for attending the calls of the Users. Please

clarify.

3) We understand that the infrastructure required to setup the Helpdesk Centre

would be provided by RISL. Please confirm

Please refer amended clause-

4.13 (5.d & 5.e) of Chapter-4 of

Final RFP (after pre bid)

101 100 7.2 (7) Penalty for Downtime of Application S/wWill the Penalty be calculated on the number of incidents in a quarter or on the total

downtime hrs in a quarter? Kindly provide it in more detail.

Total downtime hrs in a

quarter.

102 104 8.1 FUNCTIONAL REQUIREMENT SPECIFICATION

As per the Functional Requirement specification table stated in the RFP, the details

about the source system for eOffice, HRMS and Payroll is provided in the

requirements. Do we need to only integrate these applications with integrated Raj e-

Office OR we need to provide all these applications in Raj e-Office taking reference

from all these existing applications?

Does RISL has any plans to discontinue with these existing applications and shift to a

single integrated Rajasthan e-Office solution? Please clarify.

Please refer amended clause-

8.3(4) of Annexure-3 of Final

RFP (after pre bid)

103 104 8.1 HRMS and Payroll

Please provide the expected total numbers of users for whom the HRMS would be

used and total number of employees for whom Payroll will be generated from the

system.

Please refer amended clause-

8.3(4.ii) of Annexure-3 of Final

RFP (after pre bid)

104 119 8.1In addition to application portability for different smart

devices the bidder would also require developing mobile apps.

Kindly provide the List of all the Mobile Apps which needs to be delivered as a part

of scope.

Would be finalized during SRS

Stage

Page 16 of 27

Page 17: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

105 123 8.2

The above mentioned development team shall work from

onsite. The selected bidder shall increase the team size as per

requirement and ensure compliance to the prescribed Project

timelines. The selected bidder may depute additional

resources to work from offshore, if needed.

To leverage to our experience of wider pool of resources with similar

implementation we proposed an optimal Onsite and Offshore delivery model where

major technical development team (Senior Developer and Developer) will be based

at Offshore location. Project Manager, Business Analyst, System Administrator,

Database Administrator, Test Lead, Tester, Helpdesk Manager, Helpdesk resources

will be based at Onsite. Please confirm.

We would ensure an excellent collaboration with the RISL, TCS Onsite Team and

Offshore Team.

No Change

106 34 4.9 Data Digitization and Migration

As per the RFP, Data Digitization would be carried out by Third Party and will provide

the Soft Copy of the Data. After this, Bidder will have to migrate the data to actual

database.

We propose there should be defined SLAs between the Third Party and RISL.

We assume that there will be no impact on bidder’s payment terms and conditions

with respect to Third Party Vendor's performance.

Kindly provide the size and volume of records which need to be digitized and

migrated

Please refer amended clause-

4.9(1) of Chapter-4 of Final RFP

(after pre bid)

107 32 4.6Integration with 3rd Party Application and other e-gov.

applications

Bidder will provide the solution with Good integration capability. However the

integration with the third party system depends upon

1) License arrangement of the Third Party system if any

2) Technology Stack

3) Required Technical support and knowledge of third party system etc.

So while the Bidder's solution would provide the integration capability we propose

the effort of integration should be evaluated on case by case basis and considered

through change management procedure.

We suggest GO-LIVE Certificate for the entire project should be independent of the

Third Party system integration.

No Change

Page 17 of 27

Page 18: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

108 38 4.13 (2)

The selected bidder shall be responsible for doing any kind of

new development including:

a. Addition of new functionalities/ features/ modules

envisaged by the procuring entity

b. Third-party Application integration

c. Modification/ up-gradation/ enhancement in the Process or

functionality to fix some complex problem requests or defect

fixing to upgrade the application performance.

d. Update Web-portal & Application: design & content, layout,

colour schema, input forms, etc.

e. Business Intelligence Analytics & MIS Reports as per new

format defined by procuring entity as per their requirement

We propose to have mentioned clause valid in implementation period only. After Go

Live any new requirement/customization will be considered through Change

Management Procedure. Please confirm.

No Change

109 34 4.8

The Selected Bidder shall configure the deployed application

for the offices of at least 2 government organisations and

associated offices.

As per the details provided in the RFP, the scope of the Bidder is to configure and

deploy the solution for 2 Government Organizations only. So does it mean that after

implementation in 2 Government Organization, Client would provide Bidder the GO-

LIVE Certificate? Require more clarity on it.

On addition of more than 2 Government organizations, additional efforts and cost

would be incurred through Change Management Procedure during the 3 Years of

Support Phase. Please confirm.

No change

110 126 8.3

Integrated Raj e-Office Application shall leverage the following

technology stack available with RISL as part of RSDC

Infrastructure.

Is this available technology stack is used by any existing system?

Please refer amended clause-

8.3(2) of Annexure-3 of Final

RFP (after pre bid)

111 126 8.3

Integrated Raj e-Office Application shall leverage the following

technology stack available with RISL as part of RSDC

Infrastructure.

We assume that the OEM Support for the available technology stack would be taken

care by RISL for the entire implementation and support period of Integrated Raj e-

Office solution. Please confirm

Please refer amended clause-

8.3(2) of Annexure-3 of Final

RFP (after pre bid)

112 126 8.3

Integrated Raj e-Office Application shall leverage the following

technology stack available with RISL as part of RSDC

Infrastructure.

We assume that RISL will provide the necessary licenses for using the mentioned

available technology stack at development center of the Bidder. Please confirm.At RSDC only.

113 19 2.2.2 (4.d) Workflow EngineDoes RISL expect any software technology stack for the implementation of the

Workflow engine?

Please refer amended clause-

8.3 of Annexure-3 of Final RFP

(after pre bid)

Page 18 of 27

Page 19: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

114 43 4.14

It is mentioned that Go-live will happen within 12 months

from issuance of work order. It is also mentioned that

Operation & Maintenance phase will start from the Date of Go-

live of Phase-II (9 months from issuance of work order) and

will continue for 3 years from Date of Go-live of Phase-II of

Integrated Raj e-Office Application.

It is understood from this clause, that total contract period will be 3 years 9 months

(comprising of 12 months Go-live + 3 years support), which indicates that 3 months

period for Go-live and support will run parallel. Please confirm the understanding to

avoid any confusion in total contract period, Go-live duration & support duration.

Please refer amended clause-

4.14 & 4.15 (Table 4.3) of

Chapter-4 of Final RFP (after

pre bid)

115 10 & 50 1 & 5.8

Bid Security of Rs. 12 lacs is required in the form of Banker

Cheque / Demand Draft / Bank Guarantee from Scheduled

Commercial Bank and should be valid for 30 days beyond

original or extended validity period of bid.

It is recommended to waive this requirement for submission of Bid Security as TCS

can't submit the same.No Change

116 61 5.24

It is mentioned that Repeat orders for extra items or

additional quantities may be placed on the rates and

conditions given in the contract.

It is recommended that given prices are valid for quantities mentioned in the

contract. Prices for any additional requirement shall be mutually discussed

between the buyer and TCS.

No Change

117 61 5.25

Performance Security equivalent to 5% of amount of supply

order, is required in the form of Banker Cheque / Fixed

Deposit Receipt / Bank Guarantee from Scheduled Bank and

should be valid for 60 days beyond the date of completion of

all contractual obligations.

It is recommended to waive this requirement for submission of Performance

Security as TCS can't submit the same.No Change

118 81 6.2

It is mentioned that "Aggregate liability of supplier / selected

bidder to the purchaser, under this contract, shall not exceed

the amount specified in the contract" under Limitation of

liability clause.

It is recommended that liability of TCS should not exceed 10% of contract value

under this clause.No Change

119 91 7.1 (1) Payment Methodology are mentioned under this clause.

It is recommended to change the payment terms as mentioned below, because RFP

terms given in clause 7.1 are not favourable to TCS.

- 100% payment for Hardware and Software on delivery and Installation.

- 100% payment for Implementation Services till Go-live

- 100% payment of training cost upon completion of training

- Payment for Infra AMC as equated quarterly instalment in Advance.

- Payment for Services AMC as equated monthly instalment in Arrears.

No Change

120 138 8.11 Financial Bid Format

It is understood from Financial Bid Format "that prices to be quoted by bidder are

inclusive of all taxes and duties".

It is recommended that TCS prices shall be tax exclusive only and taxes shall be

payable @ rates prevailing on the date of invoicing.

No Change

Page 19 of 27

Page 20: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

121 143 8.13 Bank Guarantee Format - Performance Security (PBG)

It is recommended to add below paragraph in BG format of Performance Security.

"This Bank Guarantee issued by ____________________Bank, on behalf of Tata

Consultancy Services Limited / Vendor /Bidder /Service Provider / System Integrator

in favor of _____________________________/Customer/Client is in respect of a

new Contract / extension of Contract dated________________.

As communicated by Tata Consultancy Services Limited / Vendor /Bidder /Service

Provider / System Integrator, on the date of execution of this Bank Guarantee an

amount of Rupees ______________ (Rupees ______________________________

only) is outstanding and payable to Tata Consultancy Services Limited / Vendor

/Bidder /Service Provider / System Integrator by

_____________________________/Customer/Client , in respect of pervious

contracts between Tata Consultancy Services Limited / Vendor /Bidder /Service

Provider / System Integrator and

_____________________________/Customer/Client

As communicated by Tata Consultancy Services Limited / Vendor /Bidder /Service

Provider / System Integrator on the date of execution of this Bank Guarantee , there

are no outstanding disputes related to any pervious contracts / between Tata

Consultancy Services Limited / Vendor /Bidder /Service Provider / System Integrator

No Change

122 Credit Period

Credit Period is nowhere given in RFP.

It is recommended to pay the invoices raised by TCS within 30 days of receipt of

invoices, failing which interest @ 2% per month shall be charged.

No Change

123 Ownership of Equipments

There is no clause for transfer of ownership for H/W & S/W to customer. It is

recommended that ownership of H/W, S/W and equipments shall be transferred to

customer upon delivery.

Please refer clause-6.24 of

Chapter-6 of Final RFP (after

pre bid)

124 35 4.10. User Acceptance Testing

We request addition of a detailed clause on deemed acceptance if the Purchaser

does not provide review comments or sign off within a period of one (1) week from

the date of delivery of the deliverables or if the Purchaser starts using the

deliverables for production purposes without communicating the acceptance of such

deliverables to Bidder.

Also request that the cost of correction/ reworking of the deliverables shall be to the

account of the Purchaser if the failure is determined to be due to reasons not solely

and entirely attributable to the Bidder.

No Change

125 36, 41 4.12, 4.13 (5) Training

We request that all training under the Agreement shall be mutually agreed

costs.Training materials to be provided in 3 hard copies and the rest in soft copies

only.

Please refer amended clause-

4.12 (4.e) of Chapter-4 of Final

RFP (after pre bid)

Page 20 of 27

Page 21: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

126 40, 864.13.4.b,

6.24.2.b

1. Performance Monitoring & Enhancement:

2. Exit Management

All audits shall be with a prior written notification of at least 15 days at the cost of

Purchaser during the regular working hours of the Bidder and subject to Purchaser

or third party agency (which shall not be a competitor of the Bidder) complying with

the confidentiality and security terms of the bidder.

No Change

127 51 5.8 (9) Bid SecurityWe request that the bid security shall be forfeited 5.8.9(b) and 5.8.9(c) if the failure

is for reasons solely and entirely attributable to Bidder.No Change

128 60 5.20 (3.b) Exclusion of Bids/ Disqualification We request deletion of this provision. No Change

129 60, 63 5.21 (7), 5.26 Acceptance of the successful Bid and award of contract

We request that the agreement format mentioned in the provision must be mutually

agreed to by the parties.

Also request that the period of 15 days may be mutually extended by the parties if

they are unable to finalise the agreement within the aforementioned period of 15

days.

No Change

130 62 5.25 (5) Forfeiture of Security Deposit: We request deletion of this provision. The Purchaser shall have recourse to the

security deposit after exhausting all the remedies provided for in the Agreement.No Change

131 63 5.26 (3) Execution of agreement

We request that if the bidder, who’s Bid has been accepted, fails to sign a written

procurement contract for reasons solely and entirely attributable to it then the

procuring entity shall take action against the successful bidder as per the provisions

of the bidding document and Act.

No Change

132 66 5.29 (3.f)

Code of Integrity for Bidders

Debarment from participation in future procurements

We request deletion of the provision. No Change

133 69 5.35 Debarment from Bidding We request deletion of the provision. No Change

134 71 5.36 (6) Sub contractorWe request that the permission for sub contracting shall unreasonably not be

withheld by the Purchaser.No Change

135 76 6.13 (2) Recoveries from Suppliers/ Bidders

We request deletion of the provision of withholding of amount to the extent of short

supply, liquidated damages/ penalties, as applicable. Liquidated damages/ penalty (if

any) shall be deducted from the bills).

No Change

136 76 6.14 (3) Taxes & Duties

We request that all fees payable to Bidder are exclusive of any sales, use, value

added tax, service taxes, GST or taxes of a similar nature measured by the services,

deliverables or charges thereon. Purchaser shall be responsible to pay or reimburse

Bidder the amount of such taxes.

No Change

Page 21 of 27

Page 22: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

137 76 6.15 Copyright

We request deletion of the word “source code” from the clause. Also request that

the clause shall be subject to the following:

Bidder shall retains all rights to its pre-existing intellectual property including any

modification customization, enhancement, interface development etc. thereto.

To the extent any pre existing intellectual property of the Bidder is incorporated in

any deliverable the same shall be under a separate license agreement to be

executed between the parties.

Similarly all the Intellectual Property Rights (IPR) in the third party software used in

providing services including those forming part of or incorporated into the

deliverables shall remain with the respective third party owners/ contractor’s

licensor and Purchaser shall have user rights in accordance with end user license

agreement (EULA) as applicable to use of such software.

Each Party shall be entitled to use in the normal course of its business and in

providing same or similar services or development of similar deliverables for its

other clients, the general knowledge and experience gained and retained in the

unaided human memory of its personnel in the performance of this Contract.

Please refer amended clause-

6.15 of Chapter-6 of Final RFP

(after pre bid)

138 77 6.16 (4) Confidentiality

We request addition of the following exclusions to confidentiality:

e. is independently developed by or for the receiving party without the use of

confidential Information.

f. is required to be provided under any law, or process of law duly executed.

No Change

139 77 6.16. (6) ConfidentialityWe provisions of confidentiality shall survive completion or termination of the

Contract for a period of 2 years thereafter.No Change

140 77 6.17 Sub-contractingWe request that the permission for appointment of the sub contractor shall not

unreasonably be withheld by the Purchaser.No Change

141 78 6.18.1 – 6.18.3 Extension in Delivery Period and Liquidated Damages (LD)

We request that liquidated damages shall be imposed for reasons solely and entirely

attributable to the Bidder.

We also request that Delivery and installation/ completion period shall be extended

with liquidated damages, if the delay in the supply of goods or service is on account

of hindrances beyond the control of the supplier/ selected bidder.

Also request that imposition of liquidated damages shall be the exclusive remedy

available to the Purchaser if the Bidder fails to deliver any or all of the Goods or

perform the Related Services within the period specified in the Contract.

Please refer amended clause-

6.18(3.c) of Chapter-6 of Final

RFP (after pre bid)

142 79 6.18 (4) Extension in Delivery Period and Liquidated Damages (LD)We request that the penalty mentioned in points (a) to (d) shall be 1%, 2%, 3%, and

5% of the delayed Services.No Change

Page 22 of 27

Page 23: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

143 79 6.18 (5) Extension in Delivery Period and Liquidated Damages (LD)

We request deletion of the penalty provisions if the bidder fails to depute/ ensure

the availability of development team. As Bidder shall already be liable to penalty for

late delivery under clause 6.18.4.

No Change

144 80 6.18 (6) Extension in Delivery Period and Liquidated Damages (LD)We request that maximum amount of liquidated damages shall not exceed 10% of

the total fees paid by the Purchaser to the Bidder under the Contract.No Change

145 80 6.19 (1.b) Patent IndemnityWe request deletion of the provision “the sale in any country of the products

produced by the Goods” as it is not applicable.No Change

146 806.19 (1-2

nd

para)Patent Indemnity

We request addition of the following indemnity exclusions:

(ii) any change, not made by Bidder, to some or all of the Goods; or (iii) if the

deliverables have been tampered with, altered or modified by the Purchaser without

the written permission of Bidder; or (iv) defects in components or materials

provided to Bidder by Purchaser in connection with the preparation of the Goods.

No Change

147 81 6.20.

Limitation of Liability

Except in cases of gross negligence or wilful misconduct: -

1. neither party shall be liable to the other party for any

indirect or consequential loss or damage, loss of use, loss of

production, or loss of profits or interest costs, provided that

this exclusion shall not apply to any obligation of the supplier/

selected bidder to pay liquidated damages to the Purchaser;

and

2. the aggregate liability of the supplier/ selected bidder to the

Purchaser, whether under the Contract, in tort, or otherwise,

shall not exceed the amount specified in the Contract,

provided that this limitation shall not apply to the cost of

repairing or replacing defective equipment, or to any

obligation of the supplier/ selected bidder to indemnify the

Purchaser with respect to patent infringement.

We request the clause to be modified as follows:

Except in cases of gross negligence or wilful misconduct: -

1. neither party shall be liable to the other party for any special, incidental,

exemplary, punitive indirect or consequential loss or damage, loss of use, loss of

production, or loss of profits or interest costs or loss of revenue or loss of data,

whether in contract, tort or other theories of law, even if such party has been

advised of the possibility of such damages.; and

2. the aggregate liability of the supplier/ selected bidder to the Purchaser, whether

under the Contract, in tort, or otherwise, shall not exceed the amount paid by the

Purchaser to the Bidder under the relevant statement of work in the last 12 months

for the services that gives rise to such liability as of the date such liability arose,

provided that this limitation shall not apply to indemnify the Purchaser with respect

to patent infringement.

Bidder shall not be responsible for any delay or failure, to the extent that such delay

or failure has arisen as a result of any delay or failure by BPCL or its employees or

agents or third party service providers to perform any of its duties and obligations as

set out in this Contract. Vendor shall be entitled to invoice BPCL for additional costs

incurred in connection with correction or remedy the delay or failure at time &

No Change

148 82 6.21 Force MajeureWe request that the Bidder shall be entitled to all the payments till the termination

of the Contract pursuant to a Force Majeure event.No Change

149 83 6.22 (4) Change Orders and Contract Amendments

We request deletion of the words “shall not exceed the prevailing rates charged to

other parties by the supplier/ selected bidder for similar services” from the sub

clause.

No Change

Page 23 of 27

Page 24: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

150 83 6.23 (1.a) Termination for Default

We request that the Purchaser shall exercise the right of termination for default if

the Bidder fails to rectify the breach/ default within 30 days of written notification

by the Purchaser.

Also request deletion of the words “in the judgment of the Purchaser” from

6.23.1.a.iii.

No Change

151 83 6.23 (1.b) Termination for Default

We request deletion of the provision that if RISL terminates the contract in whole or

in part, amount of PSD may be forfeited.

We also request addition of a ground for termination for default by the Bidder if the

Purchaser is in breach of any of the terms of the Contract and fails to rectify the

same within 30 days of written notification by the Bidder.

No Change

152 83 6.23 (2) Termination for InsolvencyWe request deletion of the provision that termination for insolvency will be without

compensation to the Bidder.No Change

153 84 6.23 (3) Termination for Convenience

We request that termination for convenience shall be with a written notice of at

least 90 days to the bidder.

Also request that for Clause 6.23.3.c, the period for delivery of the Good shall be

mutually agreed to by the parties and not 28 days.

No Change

154 83 6.23 TerminationWe request that in case of termination of the Contract the bidder shall be entitled to

all the payments for the services rendered till such date of termination.No Change

155 85 6.24 (2)Exit Management

Transfer of Assets

We request clarification as to whether these assets referred to the assets provided

by the Purchaser to the Bidder?

We request that the transfer of assets shall be subject to reasonable wear and tears.

6.24.2.d.ii We request that expenses occurred during transfer of assets shall be

borne by the Purchaser.

6.24.2.d.iv We Supplied hardware (if any), software & documents etc., used by

selected bidder specifically for Purchaser shall be the legal properties of Purchaser

on payment of all fees to the bidder.

No Change

156 86 6.24 (4) Exit Management We request deletion of 6.24.4.a No Change

157 87 6.24 (5) Transfer of Assets

We request that transfer shall be made only on respect of those agreements which

are executed specifically for the Purchaser. It shall be subject to the consent of the

third party vendor and at agreed costs.

No Change

Page 24 of 27

Page 25: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

158 906.25 (3), 6.25

(4)Transfer of certain agreements

We request deletion of clauses 6.25.3 and 6.25.4 and be replaced by arbitration. The

arbitration shall be carried by a Board of 3 arbitrators, each party shall appoint an

arbitrator each and third arbitrator is to be appointed by the two arbitrators. The

arbitration shall be carried on according to the procedure laid down under the Indian

Arbitration and Conciliation Act of 1996.

No Change

159 97 7.1 (7) Payment Terms and Schedule

We request that all payments shall be made by the Purchaser within 30 days of

receipt of invoice. All payments due for more than thirty (30) days will attract an

interest at the rate of 2 percent per month on the invoice amount. Purchaser also

reserves the right to withhold the provision of services till such time all the

payments due to it under this Contract have been made by Purchaser.

No Change

160 100 7.2 (7)Service Level Requirements/ Agreement for Operations &

Maintenance (O&M)

Penalty Clauses

We request addition of standard uptime exclusions.

Also request that the imposition of penalties shall be for reasons solely and entirely

attributable to the Bidder.

Also imposition of penalties shall be exclusive remedy available to the Purchaser in

case of breach of service level by the bidder.

Also request for the purposes of clause 7.2.7f that total cumulative penalty shall not

exceed 5% of the fees paid by the Purchaser to the bidder in the quarter in which

the service level default arises. Also request deletion of the provision “The tendering

authority may also forfeit the PSD and also debar the Selected Bidder from bidding

(for all types and form of bids) for at least three years in RISL and DoIT&C.”

Further, we request deletion of 7.2.7c and 7.2.7d as the Purchaser has adequate

remedies under clauses 7.2.7a and 7.2.7b.

Please refer amended clause-

7.2(7.a & 7.f) of Chapter-7 of

Final RFP (after pre bid)

161 129 8.6 Para 3

Annexure-6: COVERING LETTER OF THE BID

I/ we hereby submit our token of acceptance to all the tender

terms & conditions without any deviations. Hence, we are

hereby submitting our Bid and offer to provide services to

Purchaser for carrying out the project in accordance with your

RFP.

We request the paragraph to be modified as follows:

I/ we hereby submit our token of acceptance to all the tender terms & conditions

and along with the recommendations and comments made in the bid document and

accepted by RISL. Hence, we are hereby submitting our Bid and offer to provide

services to Purchaser for carrying out the project in accordance with your RFP.

No Change

Page 25 of 27

Page 26: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

162 134 8.9, Para 2

Annexure-9: CERTIFICATE OF CONFORMITY/ NO DEVIATION

Also, I/ we have thoroughly read the bidding document and by

signing this certificate, we hereby submit our token of

unconditional acceptance to all the terms & conditions of the

bidding document without any deviations.

We request the paragraph to be modified as follows:

Also, I/ we have thoroughly read the bidding document and by signing this

certificate, we hereby submit our token of unconditional acceptance to all the terms

& conditions of the bidding document along with the recommendations and

comments made in the bid document and accepted by RISL.

No Change

163 137 8.11, Last para

Annexure-8.11: FINANCIAL BID COVER LETTER & FORMAT

We agree to all the terms & conditions as mentioned in the

bidding document and submit that we have not submitted any

deviations in this regard.

We request the paragraph to be modified as follows:

We agree to all the terms & conditions as mentioned in the bidding document and

submit that we have not submitted any deviations in this regard other than the

recommendations and comments made in the bid document and accepted by RISL.

No Change

164 140 8.13 Annexure-8.13: BANK GUARANTEE FORMAT- BID SECURITYWe request that the period mentioned in Para 8 to be made 45 days after the Bid

validity date.No Change

165 143 8.13Annexure-8.13: BANK GUARANTEE FORMAT – PERFORMANCE

SECURITY (PBG)

We request addition of the following with Para 8:

b) This Bank Guarantee shall remain in force up to and including _________

(including claim period of forty five days)

Also we request addition of the following at the end of the PBG:

As communicated by Contractor, on the date of execution of this Bank Guarantee

an amount of Rupees ______________ (Rupees

______________________________ only) is outstanding and payable Contractor by

RISL , in respect of pervious contracts between Contractor and RISL.

As communicated by Contractor on the date of execution of this Bank Guarantee,

there are no outstanding disputes related to any pervious contracts between

Contractor and RISL.

No Change

166 146 8.14, Para 5 Annexure-8.14: DRAFT AGREEMENT FORMAT

We request that the penalty mentioned in points (a) to (d) shall be 1%, 2%, 3%, and

5% of the delayed Services.

We request Para 5.iii. to be modified as follows:

Delivery period may be extended without liquidated damages if the delay in the

delivery of services in on account of hindrances beyond the control of supplier.

No Change

167 1468.14, Para 6

and 7Annexure-8.14: DRAFT AGREEMENT FORMAT

We request deletion of Para 6 as Bidder shall already be liable to penalty for late

delivery as stated in Para 5 above.No Change

168 147 8.14, Para 8 Annexure-8.14: DRAFT AGREEMENT FORMATWe request that total liquidated damages shall not exceed 5% of the fees paid by

the Purchaser to the bidder under the Contract.No Change

Page 26 of 27

Page 27: Request for Proposal (RFP) Document for Selection of

S. No.

RFP

(before

pre bid)

Page No.

Clause No Clause Details Query/ Suggestion/ Clarification Response

169 No Change

170 43 4.15 Project Deliverables, Millstone and Timeline

Schedule: The duration of the Development and UAT for Phase 1 (6 Months) and

Phase 2 & 3 months each are very short timelines looking at the complexity of the

system and functional requirements.

Suggestion: These timelines must be extended.

Please refer amended clause-

4.15 (Table 4.3) of Chapter-4 of

Final RFP (after pre bid)

171 43 4.15 Project Deliverables, Millstone and Timeline

Data Migration: There is Phase wise data migration for Phase I,II & III.

Question

1. What is the legacy system database and how much is data size.

2. What is quantum of the Legacy Data

3. Who will be responsible for Data digitations which is not there is any database or

not in compatible export format.

Please refer amended clause-

4.9(1) of Chapter-4 of Final RFP

(after pre bid)

172 32 4.6Integration with 3rd Party application and Other eGov

application

Question: Who will provide the web service for all kind of integrations as

mentioned?

Note: Delay in getting the web services or access to Deepened system might lead to

schedule variance of the project.

Please refer clause-2.1.7(3) of

Chapter-2 of Final RFP (after

pre bid)

173 91 7.1 (1) Payment Terms

Payments terms are not in line with Delivery Schedule and terms.

Suggestion : Payment schedule should be considering the milestone of SRS and

Design Approvals

No Change

We request addition of the following sub clauses:

General Indemnity

Purchaser indemnify and hold Bidder harmless from any loss, injury, claim or damage resulting from any death or injury to any person or property of Bidder arising out of the

use or possession of the equipment or location of Purchaser by Bidder or its personnel, unless caused by the negligence of Bidder personnel and the limitation or liability

provided herein shall not apply to such loss, injury, claim or damages.

Nonexclusively

Bidder shall be free to do similar business either for itself or for any other party or offer similar services to any third parties but without in any way affecting the services agreed

to be offered by Bidder under this Contract.

Non-employment

Purchaser will neither offer to employ nor employ, directly or otherwise, any Bidder employee, associated for the purpose of, or with the Contract, during the period between

the date of this Contract and two years from the completion of the assignment arising here from.

Entire Understanding

This Contract executed by the parties hereto constitutes the entire understanding between the parties hereto with respect to the subject matter hereto and supersedes and

cancels all previous negotiations thereof. To the extent permitted by applicable law, a party is not liable to another party in contract or tort or in any other way for a

representation or warranty that is not set out in this Contract.

Page 27 of 27