rfp for design, development and implementation of it

25
Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page No. RFP Clause no. Clause details Query/Suggestion/clarification Response 1 RFP Vol I, page 15 4.1.1 Web application and Web Portal "The Software Solution for RIICO is conceptualized as a centralized application to be accessed by all the users (Citizen, Entrepreneurs and Government) across the state." No of user's for Citizen, Entrepreneurs and Government if possible. Refer "1.1.4 Data Sizing, Named Users & Concurrency of Data" of Annexure-1 of the ameded RFP 2 RFP Vol I, page 15 4.1.1 Web application and Web Portal "however SI will propose & supply the software stack inclusive of COTS (if any), middleware, database, security system while proposing the detailed architecture. Bidder" Kindly confirm that RIICO have any preferences for Out of Box/ COTS based solution or be-spoke application. Refer "1.1.3 Approach and Methodology to be followed" of Annexure-1 of the amended RFP 3 RFP Vol I, page 19 4.2.1 Web Application and Web Portal Development "The bidder shall procure, provide and also prepare required external interfaces for integration with following gateways/ applications (as defined in this RFP): please confirm that SI only need to integrate SMS/Payment/Email gateway only. The per transaction cost need to bone by RIICO only. Refer "1.1 RIICO Software Solution" of the Annexure-1 and " 4.3 c) Responsibilities of RIICO"of the Amended RFP 4 RFP Vol I, page 21 e) Deployment & Configuration of Web Portal & Software Application "Configuration with RSDC infrastructure: The selected bidder shall be responsible to configure the web portal and application with existing infrastructure at RSDC like DNS Server, backup server, EMS server etc." Kindly confirm RSDC will provide the require licenses of existing infrastructure at RSDC like DNS Server, backup server, EMS server etc to configure the proposed web portal and application. or SI need to configure only. Refer Annexure-2, Annexure-3 and Annexure-21 of the Amended RFP 5 RFP Vol I, page 22 4.2.3 Data Digitization and Migration "b) Following data migration needs to be done by the bidder (customized for RIICO) in Windows FoxPro and which shall be imported by the bidder to proposed solution. allotted plots in Postgre SQL. Bidder shall import the data into the new system. sanctioned loan data and Employees Term Loan data in FoxPro which shall be imported to proposed solution. imported in the proposed solution. " if possible kindly confirm the volume of data/Size for same. and also confirm their will be no integration of proposed system with these application. Refer "4.1.3 Data Digitization and Migration" of the amended RFP 6 RFP Vol I, page 27 v. Change Request Management Services "The requirement for integration with existing and new application(s) shall be finalized in consultation with RIICO as and when these application(s) become operational. The required integration shall be done through change request management system. Following are envisaged existing application but not limited to these to be considered for change request: o Integration with UIDAI oIntegration with SSDG o Integration with e-Mitra o Integration with LITES o Integration with Rajasthan Sampark o Integration with SRSAC Application(s) o Any other application " Kindly define the clear scope of change management, integration complexity , technology details of said application. This is not a part of current scope and shall be considered as change request Further this shall only be taken forward based on RIICO's requirement. 7 RFP Vol I, page 96 ANNEXURE 2 –BILL OF MATERIAL (BoM) Item No. and Description "Blade Server with Chassis: A. Blade Chassis B. Database Blade C. Application Blade D. Web Server Blade E. DMS Blade " and Total Qty 4 kindly confirm that item no A is Chassis only not a server. Refer Annexure-2 of the amended RFP 8 RFP Vol I General Modules OF Web Application (General) if possible kindly provide modules wise users(Internal/External) for proposed web application. Refer "1.1.4 Data Sizing, Named Users & Concurrency of Data" of Annexure-1 of the ameded RFP RFP for Design, Development and Implementation of IT solution on turnkey basis for IT Enablement of RIICO F 4.2(135)/RISL/Tech/2014/13948 Dated: 13-02-2014

Upload: others

Post on 23-Mar-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP

S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

1 RFP Vol I,

page 15

4.1.1 Web application and

Web Portal

"The Software Solution for RIICO is conceptualized as a

centralized application to be accessed by all the users (Citizen,

Entrepreneurs and Government) across the state."

No of user's for Citizen, Entrepreneurs and Government if possible. Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the ameded

RFP2 RFP Vol I,

page 15

4.1.1 Web application and

Web Portal

"however SI will propose & supply the software stack inclusive

of COTS (if any), middleware, database, security system while

proposing the detailed architecture. Bidder"

Kindly confirm that RIICO have any preferences for Out of Box/ COTS based

solution or be-spoke application.

Refer "1.1.3 Approach and Methodology to be

followed" of Annexure-1 of the amended RFP

3 RFP Vol I,

page 19

4.2.1 Web Application and

Web Portal Development

"The bidder shall procure, provide and also prepare required

external interfaces for integration with following gateways/

applications (as defined in this RFP):

please confirm that SI only need to integrate SMS/Payment/Email gateway

only. The per transaction cost need to bone by RIICO only.

Refer "1.1 RIICO Software Solution" of the

Annexure-1 and " 4.3 c) Responsibilities of

RIICO"of the Amended RFP

4 RFP Vol I,

page 21

e) Deployment &

Configuration of Web Portal

& Software Application

"Configuration with RSDC infrastructure: The selected bidder

shall be responsible to configure the web portal and application

with existing infrastructure at RSDC like DNS Server, backup

server, EMS server etc."

Kindly confirm RSDC will provide the require licenses of existing

infrastructure at RSDC like DNS Server, backup server, EMS server etc to

configure the proposed web portal and application. or SI need to configure

only.

Refer Annexure-2, Annexure-3 and Annexure-21 of

the Amended RFP

5 RFP Vol I,

page 22

4.2.3 Data Digitization and

Migration

"b) Following data migration needs to be done by the bidder

(customized for RIICO) in Windows FoxPro and which shall be

imported by the bidder to proposed solution.

allotted plots in Postgre SQL. Bidder shall import the data into

the new system.

sanctioned loan data and Employees Term Loan data in FoxPro

which shall be imported to proposed solution.

imported in the proposed solution. "

if possible kindly confirm the volume of data/Size for same. and also confirm

their will be no integration of proposed system with these application.

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

6 RFP Vol I,

page 27

v. Change Request

Management Services

"The requirement for integration with existing and new

application(s) shall be finalized in consultation with RIICO as

and when these application(s) become operational. The required

integration shall be done through change request management

system. Following are envisaged existing application but not

limited to these to be considered for change request:

o Integration with UIDAI oIntegration with SSDG

o Integration with e-Mitra

o Integration with LITES

o Integration with Rajasthan Sampark

o Integration with SRSAC Application(s)

o Any other application "

Kindly define the clear scope of change management, integration complexity ,

technology details of said application.

This is not a part of current scope and shall be

considered as change request Further this shall only

be taken forward based on RIICO's requirement.

7 RFP Vol I,

page 96

ANNEXURE 2 –BILL OF

MATERIAL (BoM)

Item No. and Description "Blade Server with Chassis:

A. Blade Chassis B. Database Blade

C. Application Blade D. Web Server Blade

E. DMS Blade " and Total Qty 4

kindly confirm that item no A is Chassis only not a server. Refer Annexure-2 of the amended RFP

8 RFP Vol I General Modules OF Web Application (General) if possible kindly provide modules wise users(Internal/External) for proposed

web application.

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the ameded

RFP

RFP for Design, Development and Implementation of IT solution on turnkey basis for IT Enablement of RIICO

F 4.2(135)/RISL/Tech/2014/13948 Dated: 13-02-2014

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

9 RFP Vol

I,17

4.1.3 Anti – Virus software will be provided on all the PCs / servers Please confirm that Antivirus along with antivirus server, swicthing, routing

at DC/RSDC would be provided by RSDC

Refer 1.1.2 Proposed Security Architecture of

Annexure-1 of the RFP, Annexure--2, Annexure-3

and Annexure-21 of the Amended RFP10 RFP Vol

I,22

d) Data Digitization: Please confirm Dizitiation hardware to be provided by SI or RIICO. What is

the size of each document like A3/A4 etc Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP11 RFP Vol

I,98

All Blade server 2x 500 GB SAS HDD at 7200 RPM, we recommond to chage it with 2*300 GB SAS 6G 15K RPM for better

performance and relaybility

Refer Annexure-3 of the Amended RFP

12 RFP Vol

I,98

All Blade server Microsoft Windows Server 2008 R2 Microsoft Windows Server 2008 R2 is older version request you change the

windows 2012 Server

Refer Annexure-3 of the Amended RFP

13 RFP Vol I Generic Storage Please confirm that SAN storage will be provided by RSDC Refer Annexure-21 of the amended RFP.

14 RFP Vol I Generic Backup server please confirm Backup server/software/Tape Library will be provided by

RSDC along with Tapes

Refer Annexure-21 of the amended RFP.

15 RFP Vol

I,16

4.1.2 Proposed Deployment Architecture Please confirm required Bandthwidth and networking equipment like

Router/switchs will be provided by RIICO, SI need to provide the Bandwidth

sizing only

Refer "1.1.1 Proposed Deployment Architecture" of

Annexure-1 of the amended RFP.

16 RFP Vol

I,16

4.1.3 Proposed Security Architecture.256 bit SSL certificate shall be

provision by SI.

How Many SSL certificate need to procure for RIICO Refer "1.1.2 Proposed Security Architecture" of

Annexure-1 of the amended RFP.

17 RFP Vol

I,17

4.1.3 e) Infrastructure Level Security: Application infrastructure shall

be hosted in a DMZ & firewall and IPS shall be installed to

detect malicious activities.

Please confirm that IPS and Firewall will be provided by RSDC Refer Annexure-21 of the amended RFP.

18 RFP Vol

I,17

4.1.3 Annual IT audits, security audits, application audit,

vulnerability assessment and penetration testing will be

undertaken by TPA as and when required by RIICO.

Who will bear the cost of TPA Refer Section 4.1.1 e "Assistance to Third Party

Auditor (TPA) appointed by RIICO" of the

Amended RFP19 RFP Vol

I,17

4.1.3 Server Load Balancer&UPS/Power Etc please confirm RSDC infra will be used Refer Annexure-21 of the amended RFP.

20 RFP Vol

I,19

4.2.1 Integration with already existing Email Solution with RIICO Which Email solution currently running in RSDC, how many users need to be

configured

Refer "1.1 RIICO Software Solution" of the

Annexure-1 of the Amended RFP

21 RFP Vol

I,19

4.2.1 Payment gateway Who will bear tansaction charges Refer "1.1 RIICO Software Solution" of the

Annexure-1 and " 4.3 c) Responsibilities of

RIICO"of the Amended RFP 22 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

2. Proposed technical

specifications of the Web

Server software:

Like RDBMS, please confirm if the webserver should be available on standard

operating systems like Windows, Linux, and Unix

Refer Annexure-3 of the Amended RFP

23 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

2. Proposed technical

specifications of the Web

Server software:

4) The application server should be capable of supporting

clustering and load balancing.

In view of clustering requirement, please confirm is dynamic cluster support

is required to provide elasticity for Application Server growth ie.

Creating/Starting/Stopping nodes automatically on a need basis

As per RFP

24 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

1) RDBMS licenses should be unrestricted and full use licenses

(read, write and modify) in name of RIICO

Please confirm is full use database licenses adequate to run the specific COTS

applications will suffice the requirement

As per RFP

25 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

3) RDBMS should provide continuous availability features to

address hardware failures, instance failures, human errors like

accidental deletion of data, tables, able to repair at block  level.

These features should be available on all the platforms as

mentioned in point no. (2)

The word 'block level' mentioned here is specific to a RDBMS vendor.

Request you to kindly modify the clause 'RDBMS should provide continuous

availability features to address hardware failures, instance failures, human

errors like accidental deletion of data, tables, able to repair at the lowest level'

Refer Annexure-3 of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

26 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

3) RDBMS should have native clustering with objectives of

scalability, high availability and load balancing. The solution

should provide single image database concurrently accessed by

multiple database servers, without repartitioning or changes to

the database objects or 3rd party transaction routing mechanism.

This clustering solution should have previous successful

deployments in at least three departments of States or Central

Government of India

Parts of the clause is vendor specific. Request you to modify the clause as

below to make it vendor neutral.

'RDBMS should have native clustering with objectives of scalability, high

availability and load balancing. The solution should provide single image

database concurrently accessed by multiple database servers, without

repartitioning or changes to the database objects. This clustering solution

should have previous successful deployments in at least three departments of

States or Central Government of India'

Refer Annexure-3 of the Amended RFP

27 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

3) RDBMS should have native clustering with objectives of

scalability, high availability and load balancing. The solution

should provide single image database concurrently accessed by

multiple database servers, without repartitioning or changes to

the database objects or 3rd party transaction routing mechanism.

This clustering solution should have previous successful

deployments in at least three departments of States or Central

Government of India

The binding clause 'This clustering solution should have previous successful

deployments in at least three departments of States or Central Government of

India' has not been sought for the COTS Application or Web Server or

Application server. This clause cannot be validated easily by the Department

or OEM as in most cases System Integrators do the installation configuration.

Also, it will not be easy for OEMs to get this certified from various state and

central Government Departments. Request the department to kindly remove

this contentious clause.

Refer Annexure-3 of the Amended RFP

28 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

21) Database should support option of different partitioning

schemes within the database (Range, List, Hash &

combinations) to split large volumes of data into separate pieces

or partitions, which can be managed independently. It should

support both physical and virtual columns. The partitioning

should enhance the performance, manage huge volumes of data

and should provide foundation for Information Life Cycle

Management (ILM).

Parts of the clause is vendor specific. Request you to modify the clause as

below to make it vendor neutral.

'Database should support option of different partitioning schemes within the

database to split large volumes of data into separate pieces or partitions,

which can be managed independently. It should support physical columns.

The partitioning should enhance the performance, manage huge volumes of

data and should provide foundation for Information Life Cycle Management

(ILM).'

Refer Annexure-3 of the Amended RFP

29 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

22) RDBMS should have native spatial capabilities for storing,

retrieving the location based and spatial data. It should also

support r-tree indexes for spatial data.

There are more than 10 kinds of common spatial indices used for optimizing

spatial queries in RDBMS. The clause "It should also support r-tree indexes

for spatial data" will qualify only a single RDBMS vendors. Request that this

clause be removed.

Refer Annexure-3 of the Amended RFP

30 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

The Database server specifications seek support for Hypervisor and VMWare.

Hence request the department to amend a clause on Virtualization support.

Kindly recommend that the following clause be added:

"Virtualization support clause: The proposed RDBMS will support VMWare

and HyperV without the requirement of 3rd party tools"

As per amended RFP

31 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

4. Proposed technical

specifications of the

Database Server:

The Database server specifications seek support for Hypervisor and VMWare.

Hence request the department to amend a clause on Virtualization support and

protecting RIICOs investment on RDBMS licenses on virtual environment.

Kindly recommend that the following clause be added:

"Virtualization support clause: The supplied RDBMS licenses should be valid

on same deployment size in physical and virtual servers"

As per amended RFP

32 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

1.B. DataBase Server

specifications

Hard Disk Capacity & Type : 2x 500 GB SAS HDD at 7200

RPM

SAS drives comes with 600GB SAS 10K RPM, requesting to chage the same. Refer Annexure-3 of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

33 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

1.C. Application Server

specifications

Hard Disk Capacity & Type : 2x 500 GB SATA HDD at 7200

RPM

Requesting to change it to SAS drives : 600GB SAS 10K RPM. Refer Annexure-3 of the Amended RFP

34 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

1.C. Web Server

specifications

Hard Disk Capacity & Type : 2x 500 GB SATA HDD at 7200

RPM

Requesting to change it to SAS drives : 600GB SAS 10K RPM. Refer Annexure-3 of the Amended RFP

35 RFP vol.1

Page-97

ANNEXURE-3

–TECHNICAL

SPECIFICATIONS

1.D. DMS Server

specifications

Hard Disk Capacity & Type : 2x 500 GB SATA HDD at 7200

RPM

Requesting to change it to SAS drives : 600GB SAS 10K RPM. Refer Annexure-3 of the Amended RFP

36 13 3. ELIGIBILITY CRITERIA

• Pre Qualification for

Bidder:

We Request you to kinldy allow the consortium in the bid Refer Chapter -3 of the Amended RFP

37 13 3. ELIGIBILITY CRITERIA

• Pre Qualification for

Bidder:

Average annual turnover of the Bidder from IT/ITeS including

hardware and Software during last three financial years (2010-

11, 2011-12, 2012-13) as per the published audited balance

sheets should be at least Rs 25 Crores.

Request you to please modify the criteria considering the size of the proejct

as:

Bidder/ Lead Partner in case of consortium should have Average annual

turnover of the Bidder from IT/ITeS including hardware and Software during

last three financial years (2010-11, 2011-12, 2012-13) as per the published

audited balance sheets should be at least Rs 100 Crores.

Refer Chapter -3 of the Amended RFP

38 13 3. ELIGIBILITY CRITERIA

• Pre Qualification for

Bidder:

The bidder must have successfully completed or is executing at

least One turnkey project having application software

development/ customization component including Software

implementation and Support services (O&M) for any State or

Central Government (Department/ PSU‟s/ Financial Institution)

or Nationalized Banks in India of not less than Rs. 1.50 Crore

during the period 01st January 2009 to 31st December 2013.

OR

The bidder must have successfully completed or is executing at

least Two turnkey projects having application software

development/ customization component including Software

implementation and Support services (O&M) for any State or

Central Government (Department/ PSU‟s/ Financial Institution)

or Nationalized Banks in India of not less than Rs. 75.00 lakhs

each during the period 01st January 2009 to 31st December

2013.

Considering the proejct scope and size we request you to kinldy amend the

criteria of the proejct experience cost of at least half of this proejct value.

The bidder/ any consortium partner must have successfully completed or is

executing at least One turnkey project having application software

development/ customization component including Software and hardware

implementation and Support services (O&M) for any State or Central

Government (Department/ PSU‟s/ Financial Institution) or Nationalized

Banks in India of not less than Rs. 4.0 Crore during the period 01st January

2009 to 31st December 2013.

OR

The bidder must have successfully completed or is executing at least Two

turnkey projects having application software development/ customization

component including Software and hardware implementation and Support

services (O&M) for any State or Central Government (Department/ PSU‟s/

Financial Institution) or Nationalized Banks in India of not less than Rs. 2.0

crores each during the period 01st January 2009 to 31st December 2013.

Refer Chapter -3 of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

39 13 Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules: • Land/ Plot Management • Finance and

Accounts Management • Loan Management in at least One (1)

State Industrial Development Organization or Housing board or

Urban local body (Municipality) or Urban Development

Authority or State Investment Corporations/ Organization in

India

Request you to kindly consider the change in clause as :

Bidder/ consortium partner should have successfully implemented an

application software development/ customization of any of the following

software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management

in at least One (1) State Industrial Development Organization or Housing

board or Urban local body (Municipality) or Urban Development Authority or

State Investment Corporations/ Organization in India

Refer Chapter -3 of the Amended RFP

40 13 The bidder must possess currently valid below certification:

CMMi Level 3 (Development)

Considering the compolixicity and the scope of the proejct we requrest you to

kindly change the clause as:

The bidder must possess currently valid below certification: • CMMi Level 5

(Development), ISO 9001:2008 certifiactions

As per RFP

41 13 c) Technical Evaluation

Criteria:

Single Project: Project of more than Rs. 1.50 Cr. (as per

eligibility criteria) (Section 4 ): 3 Marks More than one project

of more than Rs. 1.50 Cr. (as per eligibility criteria) (Section 4 ):

5 Marks Multiple Projects:

Single Project: Project of more than Rs. 4. 0 Cr. (as per eligibility criteria)

(Section 4 ): 5 Marks

Single Project more than Rs. 2.0 Cr. (as per eligibility criteria) (Section 4 ): 3

Marks Multiple Projects:

Refer Chapter -3 of the Amended RFP

42 Bidder's experience in implementing/ implemented projects of

application development of similar nature: Projects of

Application development in State Industrial Development /

Financial Corporation having any of the following modules: •

Land/ Plot management: ( 2 marks per project, max 2 projects

allowed) • Financial accounting/mgmt: (2 marks per project,

max 2 projects allowed) Projects of Application development in

Urban Local Body or Urban Development Authority or Housing

Board or State Investment Promotion Organization having any

of the following modules: • Land/ Plot management: (2 marks

per project, max 2 projects allowed) • Financial

accounting/mgmt: (1 mark per project, max 2 projects allowed)

(Note: Maximum marks which can be awarded in this section is

limited to 12 marks)

Bidder‟s/ consortium partner experience in implementing/ implemented

projects of application development of similar nature: Projects of Application

development in State Industrial Development / Financial Corporation having

any of the following modules: • Land/ Plot management: ( 2 marks per project,

max 2 projects allowed) • Financial accounting/mgmt: (2 marks per project,

max 2 projects allowed) Projects of Application development in Urban Local

Body or Urban Development Authority or Housing Board or State Investment

Promotion Organization having any of the following modules: • Land/ Plot

management: (2 marks per project, max 2 projects allowed) • Financial

accounting/mgmt: (1 mark per project, max 2 projects allowed) (Note:

Maximum marks which can be awarded in this section is limited to 12 marks)

Refer "Technical Evaluation Criteria" of Amended

RFP

43 General General General How will the code of conduct affect the process of this RFP in terms of result

declaration and contract award?

As per RFP

44 General General General We understand that subcontracting is permissible (with prior-approval from

RIICO) within the purview of this contract. Is there a limit on number of sub-

contracts that can be undertaken to execute the scope of work?

Refer to Chapter 6 Clause 17 titled "Sub-

contracting" of the RFP

45 General General General Is consortium allowed to bid for this RFP? Can the credentials of consortium

be used for meeting qualification criteria?

Refer Chapter -3 of the Amended RFP

46 (Section 3.) Eligibility

Criteria

(Point 5) Experience o Would experience in application software development for International

Organizations like United Nation, World Bank be considered for eligibility

qualification?

As per RFP

47 (Section 3.) Eligibility

Criteria

(Point 5) Experience o Would experience in application software development for International

Organizations for software modules other than Land/ Plot Management;

Finance and Accounts Management; Loan Management be considered for

eligibility qualification

Refer Chapter -3 of the Amended RFP

48 (Section 3.) Eligibility

Criteria

(Point 9) Local Presence o   Would a local registered office suffice or we need to have a branch office

within 45 days of contract award?

As per RFP

49 (Section 3.) Eligibility

Criteria

(Point 9) Local Presence o   We have a sales presence in New Delhi. Can our New Delhi office be

assumed as Datamatics’ office for project coordination?

As per RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

50 4.1 Scope of Work Please let us know if you have any preference to specific technology for Web

Application and Web Portal Development.

Refer "1.1.3 Approach and Methodology to be

followed" of Annexure-1 of the amended RFP

51 4.1 Scope of Work How many users are expected to use the system? Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the ameded

RFP52 4.1 Scope of Work What will be the peak user load – Approximately how many users are going to

access the system concurrently?

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the ameded

RFP53 4.1 Scope of Work As per the information provided by RIICO, there are around 13 different

applications. Single Sign On(SSO)needs to be supported for these 13

applications. Please confirm.

Refer "1.1 RIICO Software Solution"of the amended

RFP

54 4.1 Scope of Work Please provide volume of present data (e.g MB, GB, TB) and approximately

by what percentage it is going to grow every year? Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP55 4.1 Scope of Work Does the system require multilingual support? If yes please provide the list of

languages to be supported.

Refer "1.1 RIICO Software Solution"of the amended

RFP

56 4.1 Scope of Work Please let us know if Web Application and Web Portal need to support PDA

(e.g. Smart Phone, Tablet)

Refer "1.1 RIICO Software Solution"of the amended

RFP

57 4.1 Scope of Work Please let us know if application needs to support online payment processing? Refer "1.1 RIICO Software Solution"of the amended

RFP

58 4.1 Scope of Work As per the information provided by RIICO, there are around 13 different

applications. Please let us know if these applications already exist? If YES

please let us know the technology they are implemented with.

As per RFP

59 4.1 Scope of Work The new Centralized web application and web portal will be re-development

of existing 13 applications OR it will be integration with existing 13

applications.

As per RFP

60 4.1 Scope of Work Once the Web Application and Web Portal are in production, are you planning

to decommission the existing applications phase wise or all at once? Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP61 4.1 Scope of Work Please let us know if you have any specific data security standards. As per RFP

62 4.1 Scope of Work Please let us know if there are any specific standards that is to be followed for

web development as per the guideline from Government ofIndia like guideline

from NIC (National Informatics Centre)

Refer Section "1.1 RIICO Software Solution" of

Annexure-1 of the amended RFP

63 4.1 Scope of Work Is vendor allowed using the CMS system like Liferay, Drupal etc. Refer section "4.1.4 Approach and Methodology to

be followed" of the amended RFP

64 4.1 Scope of Work Are there any restriction on using open source technologies (e.g. Java, Drupal,

Tomcat, JBoss, MySQL etc.)?

Refer section "4.1.4 Approach and Methodology to

be followed" of the amended RFP

65 4.1 Scope of Work Please let us know if we are allowed to use Cloud infrastructure for hosting

the application.

Refer "1.1.1 Proposed Deployment Architecture" of

Annexure-1 of the RFP

66 Data Digitization How are documents kept? (Filed / Spiral binding / Hard-binded / Bundled /

Stapled / Continuation sheet/Transparency/ Envelop Packed / Others). In case

of more than two then please mention volume-wise break up

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP

67 Data Digitization As mentioned in RFP, size of documents is legal only? (Yes/No)

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP68 Data Digitization Total Documents/Files to be scanned per day? Bidder is expected to meet the timelines given in 4.4

"h) Deliverables, Schedule and Time lines for Data

Digitization" of the RFP69 Data Digitization Is counting & numbering of pages required?

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

70 Data Digitization Will there be any mark or indication or identifying pages in a file for

scanning? Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP71 Data Digitization How old are these document? Generation of Document is a continuous process and

some of the documents are as old as 40 years.

72 Data Digitization Please define output image structure( B&W/ Color, TIFF/PDF/APDF/JPEG)

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP73 Data Digitization Please define output scanned images resolution required( 300/ 200 DPI)

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP74 Data Digitization What mode of scanning is required (Simplex/ Duplex)?

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP75 Data Digitization Is Backup required? If yes then in which media format? Refer Annexure-21 and Special Conditions of the

Bid

76 Data Digitization Please define the indexing field for data entry Digitization should meet the requirements of the

application, As per RFP.

77 Data Digitization Should indexing language be English or other? Digitization should meet the requirements of the

application, As per RFP.

78 Data Digitization Should the indexing information be present on First Page/ Specific page? Digitization should meet the requirements of the

application, As per RFP.

79 Data Digitization Please let us know the time period for completing of digitization Bidder is expected to meet the timelines given in 4.4

"h) Deliverables, Schedule and Time lines for Data

Digitization" of the RFP80 Data Digitization Will the arrangement of documents at scanning Site be the responsibility of

vendor or RIICO? Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP81 13 RFP

(Vol-1)

Clause No. 3, Sub-Clause (5)

(Eligibility Criteria)-

Experience

Bidder should have successfully implemented an application

software development/customization of any of the following

software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management

In at least one (1) State Industrial Development Organization or

Housing Board or Urban local body (Municipality) or Urban

Development Authority or State Investment

Corporations/Organization in India

Bidder should have successfully implemented an E-Governance/IT/ITES

project which should include web based software development and

deployment in at least one (1) State

GovernmentDepartment/Corporations/Organization/PSU in India of minimum

value of Rs. 5 Crores.

Refer Chapter-3 of Amended RFP

82 13 3(4) Eligibility Criteria -

Technical Capability

In case if Bidder has developed an application for any Bank then it shows his

Capability of Software development for Critical & Secure Banking application

Hence we would like to Request you to also consider the Software

development Project executed or Executing by Bidder for Schedule Banks.

Refer Chapter-3 of Amended RFP

83 13 3(5) Eligibility Criteria -

Experience

Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management in at least One (1) State Industrial

Development Organization or Housing board or Urban local

body (Municipality) or Urban Development Authority or State

Investment Corporations/ Organization in India

Request you kindly allow the Nationalized/Scheduled Banks and Financial

Institution as an experiance.

Since couple of the features, like Finance and Account Management & Loan

Management are also related to the Banking Operations so We would like to

request you to also consider the projects executed or Executing for even

Banking Intitutes/Nationalized/Scheduled Banks

Refer Chapter-3 of Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

84 40 14c(1.3) Bidder‟s maturity in software development based on CMMi

Levels:

• CMMi level 5: 3 Marks

• CMMi level 4: 2 Marks

• CMMi level 3: 1 Marks

Kindly allow

CMMi Level 3/4 : 2 Marks

CMMi Level 3 : 3 Marks

As per RFP

85 41 14c(1.5) Bidder‟s experience in implementing/ implemented projects of

application development of similar nature: Projects of

Application development in State Industrial Development /

Financial Corporation having any of the following modules:

• Land/ Plot management: ( 2 marks per project, max 2 projects

allowed)

• Financial accounting/mgmt: (2 marks per project, max 2

projects allowed)

Request you kindly allow the Nationalized/Scheduled Banks and Financial

Institution as an experiance.

Since couple of the features, like Finance and Account Management & Loan

Management are also related to the Banking Operations so We would like to

request you to also consider the projects executed or Executing for even

Banking Intitutes/Nationalized/Scheduled Banks

Refer "Technical Evaluation Critieria" of the

Amended RFP

86 Projects of Application development in Urban Local Body or

Urban Development Authority or Housing Board or State

Investment Promotion Organization having any of the following

modules:

• Land/ Plot management: (2 marks per project, max 2 projects

allowed)

• Financial accounting/mgmt: (1 mark per project, max 2

projects allowed)

(Note: Maximum marks which can be awarded in this section is

limited to 12 marks)

Request you kindly allow the Nationalized/Scheduled Banks and Financial

Institution as an experiance.

1) In case if Bidder has developed an application for any Bank then it shows

his Capability of Software development for Critical & Secure Banking

application Hense we would like to Request you to also consider the Software

development Project executed or Executing by Bidder for Schedule Banks.

2) Also couple of the features, like Finance and Account Management & Loan

Management are also related to the Banking Operations so We would like to

request you to also consider the projects executed or Executing for even

Banking Intitutes/Scheduled/Nationalized Banks

Refer "Technical Evaluation Critieria" of the

Amended RFP

87 41 14c(1.6) Bidder‟s experience in implementing/ implemented project of

application development of similar nature: Project of

Application development projects in any Government

department/ institution/corporation/board (excluding banks)

having Loan management module

Request you kindly allow the Nationalized/Scheduled Banks and Financial

Institution as an experiance.

1) In case if Bidder has developed an application for any Bank then it shows

his Capability of Software development for Critical & Secure Banking

application Hense we would like to Request you to also consider the Software

development Project executed or Executing by Bidder for Schedule Banks.

2) Also couple of the features, like Finance and Account Management & Loan

Management are also related to the Banking Operations so We would like to

request you to also consider the projects executed or Executing for even

Banking Intitutes/Scheduled/Nationalized Banks

Refer "Technical Evaluation Critieria" of the

Amended RFP

88 101 4. Proposed technical

specifications of the

Database Server: Clause no.

3

RDBMS should provide continuous availability features to

address hardware failures, instance failures, human errors like

accidental deletion of data, tables, able to repair at block level.

Regarding the clause “repair at block level”: We suggest for a reliable

underlying database storage and a block-level-sanity-check of the storage and

file system before choosing it for the production database storage. Also

suggesting to have the ability to enable checksumming in the database to

make sure that data is written correctly and thus are notified of a disk issue

before it becomes issue. Please change the clause as: “RDBMS should provide

continuous availability features to address hardware failures, instance failures,

human errors like accidental deletion of data, tables. The database must have a

mechanism to protect data from disk and I/O corruption.”

Refer Annexure-3 of the Amended RFP

89 101 Database Server: Clause no.

4

RDBMS should have native clustering with objectives of

scalability, high availability and load balancing. The solution

should provide single image database concurrently accessed by

multiple database servers, without repartitioning or changes to

the database objects or 3rd party transaction routing mechanism.

This clustering solution should have previous successful

deployments in at least three departments of States or Central

Government of India

The specification allows only certain proprietary RDBMS to be the RDBMS

choice for participating SIs. The specification from the RDBMS category does

not provide a level playing field for equally capable, robust, performant and

reliable RDBMS which are open source or are based on open source and

hence lowering over-all cost of Database implementation while providing

required SLAs for uptime and performance. We request department to

neutralize this as well as any RDBMS specification which allow only 1 or 2

proprietary RDBMS and hence restricting SIs to choose open source or open-

source based RDBMS which will ultimately benefit the department in terms

of huge saving on tax-payer's money.

Refer Annexure-3 of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

90 Database Server: Clause no.

9

Solution should have a centrally managed secure audit storage

system which is able to capture before and after values from

transaction logs, privileged user audits, raise alters on

suspicious activity. The system should provide built-in and

customizable reports for department compliance and

monitoring. It should also provide security facilities for role

segregation within auditing functions in terms of administration,

auditors etc.

The specification allows only certain proprietary RDBMS to be the RDBMS

choice for participating SIs. The specification from the RDBMS category does

not provide a level playing field for equally capable, robust, performant and

reliable RDBMS which are open source or are based on open source and

hence lowering over-all cost of Database implementation while providing

required SLAs for uptime and performance. We request department to

neutralize this as well as any RDBMS specification which allow only 1 or 2

proprietary RDBMS and hence restricting SIs to choose open source or open-

source based RDBMS which will benefit the department in terms of huge

saving on tax-payer's money.

Refer Annexure-3 of the Amended RFP

91 Database Server: Clause no.

11

A comprehensive security at RDBMS level should be in place to

prevent application

Does it mean there should be a role and user based data access mechanism at

the RDBMs level ? For ex. The application user which is a low privileged

database user cannot access the data from database super-user's tables.

Refer Annexure-3 of the Amended RFP

92 Database Server: Clause no.

12

Audit trail should also be maintained at database level for any

changes made in database and these audit trails and it should be

ensured that these audit trails cannot be manipulated by anyone

including super users and DBAs.

In our humble opinion, a superuser is a superuser or a DBA is a DBA. We

request to neutralize/remove the clause and suggest that database security

policies should be designed comprehensively keeping considerations from

application, business and database users would be more practical and involve

less dependency any 'one' specific component.

Refer Annexure-3 of the Amended RFP

93 Database Server: Clause no.

17

RDBMS should capture before / after values from transaction

logs and raise alert on critical and suspicious activity.

The same can be achieved from the parsing of database audit logs and

intimation in accord. Kindly remove/neutralize the clause. Suggested clause:

Should be having native auditing capabilities for the database with where to

log, when to log and what to log basis.

Refer Annexure-3 of the Amended RFP

94 Database Server: Clause no.

18

RDBMS should provide continuous availability features to

address hardware failures, instance failures, human errors like

accidental deletion of data, tables, able to repair at block level.

Repeated clause no. 3 in the RFP. Please consider the same suggestion as

mentioned in serial no.1 above.

Refer Annexure-3 of the Amended RFP

95 Database Server: Clause no.

19

Database should be able to provide database level storage

management mechanism, which should enable the availability

by means of creating redundancy, automatically balance the data

files across the available disks, i/o balancing across the available

disks for the database for performance, availability and

management.

The specification allows only certain proprietary RDBMS to be the RDBMS

choice for participating SIs.The requirement is of a proper configuration of

Redundant Array Of Independent Disks and should be handled at the Storage

and file system level and not from an RDBMS. Since the requirement hugely

depends upon the underlying OS and Storage system capability, requesting

you to neutralize/remove under the category of the RDBMS.

Refer Annexure-3 of the Amended RFP

96 Database Server: Clause no.

21

Database should support option of different partitioning

schemes within the database (Range, List, Hash &

combinations) to split large volumes of data into separate pieces

or partitions, which can be managed independently. It should

support both physical and virtual columns. The partitioning

should enhance the performance, manage huge volumes of data

and should provide foundation for Information Life Cycle

Management (ILM).

Requesting to change the clause as: The database solution should have option

of different partitioning schemes within the database (Range, List) to split

large volumes of data into separate pieces or partitions, which can be managed

independently.The partitioning should enhance the performance, manage huge

volumes of data.

Refer Annexure-3 of the Amended RFP

97 Note: (at the end of RDBMS

)

RDBMS should have received the security certification of level

4 (EAL4) or higher from the international common criteria.

Postgres is deployed in several Mission Mode Projects under NeGP from

Government of India such as RTO, UPSConline, eOffice, eHospital,

eProcurement, ePDS, ePanchayat and other various key (defense, research,

finance etc ) organizations under Central Govt and various state government

and is ensuring adequate security standards. We request you to allow

minimum of EAL2 level Security certification.

Refer Annexure-3 of Amended RFP

98 12 2 Turnover from IT/ ITeS The size of the project is INR 840 Lakhs and typically the turnover required

for the tender is 1 times the project size, so we would request you kindly

modify the clause to INR1000 Lakhs

As per RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

99 13 5 Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules: • Land/ Plot Management • Finance and

Accounts Management • Loan Management in at least One (1)

State Industrial Development Organization or Housing board or

Urban local body (Municipality) or Urban Development

Authority or State Investment Corporations/ Organization in

India

Does it mean bidder can furnish the details/ experience of private

organizations also?

Refer Chapter -3 of the Amended RFP

100 22 4.2.3 Data Digitization Are these files located at RIICO office or at multilocations? Files are at multiple locations as given in Annexure-

24 of the amended RFP

101 23 d Data Digitization - Miscellaneous files How many pages are there in the miscellaneous files?

Refer "4.1.3 Data Digitization and Migration" of the

Amended RFP102 23 d Data Digitization Please specify the size of the legal page is it 216 x 356 mm As per RFP

103 13 3. Eligibility Criteria Technical Capability

The bidder must have successfully completed or is executing at

least One turnkey project having application software

development/ customization component including Software

implementation and Support services (O&M) for any State or

Central Government (Department/ PSU‟s/ Financial Institution)

or Nationalized Banks in India of not less than Rs. 1.50 Crore

during the period 01st January 2009 to 31st December 2013.

OR

The bidder must have successfully completed or is executing at

least Two turnkey projects having application software

development/ customization component including Software

implementation and Support services (O&M) for any State or

Central Government (Department/ PSU‟s/ Financial Institution)

or Nationalized Banks in India of not less than Rs. 75.00 lakhs

each during the period 01st January 2009 to 31st December

2013.

Suggestion - During the last three financial years as on date of release of

tender document , the bidder should have executed minimum two project(s)

related to IT/ ITeS the minimum total value of which should be at least Rs. 25

Crores

As per amended RFP

104 13 3. Eligibility Criteria Experience

Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management

in at least One (1) State Industrial Development Organization or

Housing board or Urban local body (Municipality) or Urban

Development Authority or State Investment Corporations/

Organization in India

Suggestion - During the last three financial years as on date of release of

tender document , the bidder should have executed minimum two project(s)

related to IT/ ITeS the minimum total value of which should be at least Rs. 25

Crores

As per amended RFP

105 18 4.1.5 Data Sizing, Named

Users & Concurrency of

Data

Data Sizing, Named Users & Concurrency of Data We need more information on users. Following are required-

- Total Number of Application Users

- Total Number of Users who will use MIS/Advance Anlytic tool like

management dashboard, ad-hoc analysis etc.

- Total number of employees

- Total number of employees for which payroll will be used. Will payroll be

used for pensioners? Please provide details

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the RFP

106 80 Annexure I, A Archival of Files How many users will use and process physical files?

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the RFP107 83 2 Term Loan Management Maximum how many loans will be managed in the system? Refer Annexure 20 of the amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

108 86 5 Human Resource Management System Do you want to provide employees the facility to log in through employee

portal and manage their information, raise leave request, travel request, claim

expenses etc? If yes, for how many employees, you want to provide this

facility?

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the RFP

109 88 10 Water Billing Please provide the number of consumers for which bill will be generated Refer Annexure 20 of the RFP

110 88 13 Legal Management System Maximum how many legal cases will be stored and managed through the

system?

Refer Annexure 20 of the amended RFP

111 90 E Web Portal for RIICO Maximum how many users will register through external portal?

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the RFP112 Core ERP licenses should be interchangeable to allow all users to use all the

modules of the ERP (Finance, Materials Management, Inventory,

Maintenance, Project Management, HR and DMS). A letter should be

provided by the OEM confirming this. - Justification is that a user will work

on a business process which will cut across multiple functional modules

within ERP.

As per RFP

113 OEM should provide 24*7& SLA Based support. SLA’s should be defined

SLA on prioritized messages should be as follows:---     

  a) Initial Response Time should be about 1 hr

b) Corrective Action on technical side about 4 hrs

As per RFP

114 in case of procuring ERP licences no additional cost Impact for DR site/

Secondary site/ BCP Site to Customer should be acrued.

As per RFP

115 ERP source code should be available with the customer As per RFP

116 The OEM should have inbuild capability handle India specific requirements in

Finance & HR area.

As per RFP

117 OEM should provide additional functionalities in such a way that RIICO can

choose relevant features and implement without going for huge upgrade

project and disrupting normal business operation.

As per RFP

118 13 3.5 Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management

in at least one (1) State Industrial Development Organization or

Housing board or Urban local body (Municipality) or Urban

Development Authority or State Investment Corporations/

Organization in India.

The scope of the project is primarily to implement core back office automation

processes which is not specific to any industry or vertical. ERP solutions have

the industry best practices which would be implemented as part of the

solution delivery. So we would request for a change in the said clause for

greater particiaption from venodrs having experience and expertise to

implement the required solution. The suggested clause is as follows:

Bidder (any member in case of a Consortium) should have successfully

implemented an ERP / application software development/ customization

project of any of the following software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management

• Any other core ERP module

in at least one (1) organization in India.

Refer Chapter -3 of the Amended RFP

119 The requirement requires ERP implemenatation which is a specialized

domain; would request RajComp to allow Consortium (limited to a maximum

of 2 members) to bring in the required expertise & experience for the solution

implementation.

Refer Chapter -3 of the Amended RFP

120 13 3.7 The bidder must possess currently valid below certification: •

CMMi Level 3 (Development)

The bidder ( Lead Bidder in case of Consortium) must possess currently valid

below certification: • CMMi Level 5

As per RFP

121 17 4.1.3-e Infrastructure Level Security: Application infrastructure shall be

hosted in a DMZ & firewall and IPS shall be installed to detect

malicious activities.

We understand that existing firewall and IPS at RSDC will be used for the

same.

Refer ANNEXURE-21 ROLE OF RSDC (Rajasthan

State Data Centre) of the amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

122 26 4.2.7-b) i. The SI shall make use of his own helpdesk management

system(web enabled with SMS and e-Mail based alert system)

for Helpdesk call management and SLA reporting.

Refer Page 127 of RFP where it is mentioned "The RSDC will provide with

existing IT help desk server and tools for help desk monitoring." Please clarify

whether we need to provision the helpdesk tool or the existing one will be

used.

Refer Annexure-21 of the amended RFP.

123 26 4.2.7-b) i. Helpdesk Support (Incident/ Problem Management) Please confirm if the infrastructure required for Helpdesk staff will be

provided by department

Refer 4.1.7 i. "Helpdesk Support (Incident/ Problem

Management)" of the Amended RFP

124 127 Annexure 21 Annexure 21 We understand that we do not need to provide any additional hardware and

software for EMS, Helpdesk, Backup, Directory, DNS etc. and other

supporting applications. Existing setup at RSDC will be used for the same.

Refer Annexure--2, Annexure-3 and Annexure-21 of

the Amended RFP

125 17 4.1.3-g Anti – Virus software will be provided on all the PCs / servers

and other host clients. This software will be configured from the

server and will be updated from time to time.

As per the scope bidder will not be supplying any desktop. Please clarify Refer "1.1.2 Proposed Security Architecture" and

Annexure-3 of the Amended RFP

126 98 Annexure 3 1. B. Database Server Blade Specification Antivirus requirement on servers in missing. Please confirm if this shall also

be provided by RSDC

Refer "1.1.2 Proposed Security Architecture" and

Annexure-3 of the Amended RFP

127 18 4.2.1 Development of Modules and phases At the outset, the land management is a key module for the RIICO business

processes such as integration with finance, term Loan Management. Land

inventory is a key factor for the entire integrated application. The land

management module should have been considered in the Phase-I

As per RFP

128 15 4.1.1 The application layer shall be designed, developed & deployed

on agile methodology based on modular architecture wherein

modules of RIICO and other third party application will be

designed & integrated in the form of interoperable services

The development and deplaoyment are demanded on Agile methodology ,

However, the payments and implementation processes are maintained on

Waterfall method. Please clarify

Refer Amended RFP

129 15 4.1.3 (g) SMS gateway (approx. 1.5 lacs SMS per year) In the event of excess usage, will RISL or RIICO bear the charges? Refer "1.1 RIICO Software Solution" of the

Annexure-1 and " 4.3 c) Responsibilities of

RIICO"of the Amended RFP 130 19 4.2.1 (a) Integration with already existing Email Solution with RIICO Please provide details of the existing email solutions used by RIICO along

with hosting details?

Refer "1.1 RIICO Software Solution" of the

Annexure-1 and " 4.3 c) Responsibilities of

RIICO"of the Amended RFP 131 Content Lifecycle Management: The bidder would be required

to provide automated facility/ tool to maintain the complete life

cycle of all the contents. The functionality should provide at

least two features for lifecycle automation: (a) The ability to

conduct scheduled releases of content and (b) The ability to set

expiration date for a content element. Both automated processes

ensure that content is published and expired on time, without

manual intervention

Does it requires a archival facility for the Historic data/Content? Refer Annexure-1,Specification of "Content

Management System" Annexure-2 and Financial Bid

of the Amended RFP

132 22 4.2.1(f) Payment Gateway: The selected bidder shall procure and

integrate the payment gateway(s) with the proposed web portal/

application software, as required by RIICO for facilitating

online payments. The recurring transaction charges, if any, shall

be borne by RIICO.

The leading payment gateway's generally operate on a per transaction charges

with taxes. Also, the services charges have substantial variation in the charges

and the terms. Hence, the identification of payment gateway service provider

and finalisation of charges shall be directly managed by RISL/RIICO .

Also, majority of the transactions contains a large amount (Generally in

Lakhs), hence, RIICO/RISL shall negotiate with the existing banker to provide

online banking features such RTGS or NEFT transactions.

Refer "1.1 RIICO Software Solution" of the

Annexure-1 and " 4.3 c) Responsibilities of

RIICO"of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

133 22 4.2.3 1. RIICO has some data of Industrial areas and vacant and

allotted plots in Postgre SQL. Bidder shall import the data into

the new system. 2. RIICO has Some Data for payroll,

CPF, Investment, sanctioned loan data and Employees Term

Loan data in FoxPro which shall be imported to proposed

solution. 3.RIICO has some financial

data in the „Tally‟ which shall be imported in the proposed

solution.

The section list out SOME data. What about the balance data and from which

source the SI has to pick up the data. Please clarify.

The data referred to in the metioned clauses are

presently in the digitial format which can be

used/imported/migrated by the Bidder into the new

application.

Rest of the data needs to be extracted from the

manual files. Refere clause no. "4.1.3 Data

Digitization and Migration" of the Amended RFP

for details.

134 22 4.2.3 ( C) Bidder shall complete the migration of existing data before User

Acceptance Testing (UAT) of Web Application and Web Portal

(Group-1 Phase-1) Modules for verification of entered data by

the RIICO.

As per our understanding , only partial information of plot level data are

covered in the existing databse available in the digital form. The rest of the

data need to be picked up from the physical paper files available with the unit

offices and to be manually entered in to the proposed system. Considering the

digitisation effort and the dependency on the availability of the physical files,

we request you not to link the completion of data digitisation with UAT.

Only, the data migration i.e. migration of already

existing digitized data is being reffered in the

mentioned clause.

135 31 4.5 (b) Installation & commissioning of Hardware and System Software

including EMS Licenses, Database Server , Application Server,

Web Server etc T3=T+75 days

Considering the SRS, develop and UAT period, the completion of

Infrstructure installtion date to be reconsidered. Request you to revise the date

to T3=T1+75 days.

Refer "4.4 Project Deliverables, Milestones & Time

Schedule" of the amended RFP

136 13 3 (5) Experience Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules: • Land/ Plot Management • Finance and

Accounts Management • Loan Management in at least One (1)

State Industrial Development Organization or Housing board or

Urban local body (Municipality) or Urban Development

Authority or State Investment Corporations/ Organization in

India

We request you to incorporate/consider the banking experience in addition to

State Industrial Development Organization or Housing board or Urban local

body (Municipality) or Urban Development Authority or State Investment

Corporations/ Organization in India

Refer Chapter-3 of the Amended RFP.

137 70 section 6 ,34 (B) Payment of Operational Support Services [Serial 2 of Table

3] as per scope of work: The payment for operational support

services shall be paid in 10 equal quarterly installments (QAP 3)

from the date of Go-live of Phase-1. The payment for a

particular quarter shall be governed by the number of

transactions performed by the operational staff deployed by the

bidder.

Please clarify the term "Transaction". 1. Is this

complete transaction related to plot or posting one receipt against receipt

of payment from customer? 2. Also, understanding the

geography of variouas RIICO units and the dependencies beyond SI

control such as Power, VPn connections, bandwidth etc, we request you

not to link the payment with the transactions.

Refer Annexure-20 of the amended RFP

138 112 Table 2 Data Digitization & Migration In the event of total number of records exceeds the 65000, the unit rates for

the exceeded quantuty are not covered in the commercial bid. Please clarify

Refer 35 c) "Payment terms of Data Digitization:"of

the Special Conditions of the Bid of the Amended

RFP139 8 Bid Validity 120 days from the bid submission deadline It is requested to consider validity of 30 days from the date of submission. As per RFP

140 31 4.5 4.5 Project Deliverables, Milestones & Time Schedule What is base date of T ? Please confirm Refer "4.4 Project Deliverables, Milestones & Time

Schedule" of amended RFP

141 31 4.5 4.5 Project Deliverables, Milestones & Time Schedule What is total period of contract ?Table provided in Tender for

Implementation milestone is not clear to arrive total period of implementation

phase. It is requested to simplify the milestone as per Financial Bid Table 1,

Table 2 & Table 3 & Table 4 . What is T4 ( T4 is the event marked ) As per

Table T2 =T1+110 Days but T3 =T+ 75 DAYS. As per our understanding T3

milestone can not be before T2. Please clarify.

Refer "4.4 Project Deliverables, Milestones & Time

Schedule" of amended RFP

142 65 34 T5 =T4 +60 Days ( T4 is the event marked when RIICO will

provide schedule for training on Phase -1 modules of web

application and web portal

What is T4 ? Please provide the details Refer "4.4 Project Deliverables, Milestones & Time

Schedule" of amended RFP

143 67 34 T7 =T( Phase) +160 Days T( Phase 2) is the event marking

RIICO giving go ahead to system inegrator ( SI) for Phase 2

What is T( Phase) is the event marking RIICO? Please provide the details Refer "4.4 Project Deliverables, Milestones & Time

Schedule" of amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

144 T9 =T8 +60 Days ( T8 is the event marked when RIICO will

provide schedule for training on Phase -2 modules of web

application and web portal

What is T8 ? Please provide the details Refer "4.4 Project Deliverables, Milestones & Time

Schedule" of amended RFP

145 70 (b) Payment of operation support Service This payment terms is not acceptable , request to consider payment should be

fixed on quaterly basis

Refer "35. Payment Terms and Schedule: " of

amended RFP

146 71 (c) Numbers of Records Due payment shall be made promptly by

the purchaser , generally within 60 days after submission of

invoice

What will be the maximum numbers of records? Request to provide the

details, It is requested to release payment within 15 days after submission of

Invoice

As per RFP

147 75 36.h. Service Level - Penalty It is requested to consider the below :

148 75 36.h. 0-4 hours - No Penalty Refer "37. Service Level Standards/ Requirements/

Agreement" of the amended RFP

149 75 36.h. 4-8 hours - 0.1% of the amount admissible from Quarterly

payment of IT Component (QPITC)

4-8 hours - 0.05% of the amount admissible from Quarterly payment of IT

Component (QPITC)

Refer "37. Service Level Standards/ Requirements/

Agreement" of the amended RFP

150 75 36.h. 8-12 hours - 0.2% of the amount admissible from Quarterly

payment of IT Component (QPITC)

8-12 hours - 0.1% of the amount admissible from Quarterly payment of IT

Component (QPITC)

Refer "37. Service Level Standards/ Requirements/

Agreement" of the amended RFP

151 75 36.h. 12-24 hours - 0.5% of the amount admissible from Quarterly

payment of IT Component (QPITC)

12-24 hours - 0.2% of the amount admissible from Quarterly payment of IT

Component (QPITC)

Refer "37. Service Level Standards/ Requirements/

Agreement" of the amended RFP

152 75 36.h. In case the availability of Web Portal or Web Application in any

quarter is less then 98.89%, an additional penalty of 2% of the

amount due for the quarter shall be levied and may be treated as

breach of Service Level Standards, which may lead to

termination on default

Penalty should be at 0.5% of the quarterly amount Refer "37. Service Level Standards/ Requirements/

Agreement" of the amended RFP

153 Resource Type - Penalty All efforts will be made to ensure no attrition of key resources, and to provide

suitable resources and smooth transition without hampering project

operations. however, no such penalty applicable purely if any such resource

leaves during the project duration.Request removal of this clause OR

amendment as above.

As per amended RFP

154 Team Leader - Rs.100000/- per second change and thereafter on

every change

As per amended RFP

155 Software Engineer - Rs.60000/- per second change and

thereafter on every change

As per amended RFP

156 Helpdesk Support - Rs.35000/- per second change and thereafter

on every change . Operational Support - Rs.10000/- per third

change per location and thereafter on every change

As per amended RFP

157 76 36.L. If the selected bidder fails to take the backup then a penalty of

Rs.1000/- per day will be imposed

It is requested to consider penalty of Rs.200/- per day Refer amended RFP

158 112 Fina Price Bid Table 1 Total amount of table 1 will be consider inclusive tax or exclusive Tax ,

please confirm

Refer "FINANCIAL BID FORMAT" of the

Amended RFP

159 112 Financial Bid Price Bid Table 2 As per bid format of table 2 under head of column B,C&D there is combined

column against Item description . Please confirm that should we mentioned

single amount under the head of b,c & d as per combined space provided in

format. Pls also confirm that this price including total of table 2 will inclusive

or exclusive taxes

Refer "FINANCIAL BID FORMAT" of the

Amended RFP

160 113 Financial Bid Price Bid Table 3 As per bid format of table 3 under head of column B,C&D there is combined

column against Item description . Please confirm that should we mentioned

single amount under the head of b,c & d as per combined space provided in

format. Pls also confirm that this price including total of table 2 will inclusive

or exclusive taxes

Refer "FINANCIAL BID FORMAT" of the

Amended RFP

161 114 Financial Bid Financial Bid Summary Amont will be inclusive tax or exclusive tax pls confirm Refer "FINANCIAL BID FORMAT" of the

Amended RFP

76 36.k.

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

162 Volume I,

page no 16

4.1.3 (b) b) Database Level Security: Other than built in database access

logic in application, a separate database security layer shall be

required to control direct access to database server by any

unauthorized user. Only authorized database administration

users with assigned privilege shall be allowed to access

database. A separate audit trail should be maintained for any

direct modification, deletion and addition in RDBMS database

in database structure or records. User, even the database

administrator should not be allowed to temper with audit log.

Suggestion: It is suggested that database security should be in line with the

ISO 27000 and IT Act 2008 amendments. Following may be included for the

same.

"Other than built in database access logic in application, a separate database

security layer shall be required to control direct access to database server by

any unauthorized user.

A comprehensive security at RDBMS level should be in place to prevent

application bypass and also prevent access of department’s data privileged IT

users including database administrators. The database security should support

the separation of duties so that security functionality is separated from

application functionality and database administration functionality.

Audit system should be centralized, secured and should provide detail insight

in audit data (who did what, to what data and when).Audit system should

enforce separation of duties between auditors and administrator. Users, even

the database administrator should not be able to temper with audit records.

Audit system should enforce separation of duties between auditors and

administrator.

Database security solution should capture before / after values from

transaction logs and raise alert on critical and suspicious activity."

Refer Annexure-3 of the Amended RFP

163 Volume I,

page no

112

Financial bid point 1) Blade Server with Chassis:

A. Blade Chassis

B. Database Blade

C. Application Blade

D. Web Server Blade

E. DMS Blade

(Qty 4)

Suggestion: It is suggested that two blades servers should be provisioned for

the database in a high availability and load balancing mode. This will also be

in line with the requirements laid in the RFP.

Justification: The two blade server helps in enabling 2 node failover. In a high

availability mode and load balancing mode, when one server is not active the

data will be available through the other active server. This also helps in

effective utilization of the system resources.

Refer Annexure-1, Annexure-2, Annexure-3 and

Financial Bid of the amended RFP

164 Volume I,

page no

101

Annexure 3- 4 Additional Suggestion: The proposed Rdbms should be compatible with all type of

industry standard hardware including EPIC/ CISC/ RISC.

Justification: While the hardware procured has lifetime of around 5 years, the

software such as RDBMS does not have such constraint and limit of time for

which it may be used.

Refer Annexure-3 Note of amended RFP.

165 Volume I,

page no

101

Annexure 3- 4 Additional Suggestion: Database should have built-in parallelism, Backup & Recovery

feature, Disaster Recovery Feature, recovery for tables, rows accidently

deleted, Queue Mechanism to transfer data across to other database.

Justification: Keeping in view the performance of proposed solution, ease of

recovery and future needs for DR it is essential to have RDBMS to have in

built capabilities for these.

As per RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

166 Volume I,

page no

101

Annexure 3- 4 Additional Suggestion : Database should support policy based auditing and should

support defining fine grained audit policies at the column level of application

tables along with conditions necessary for an audit record to be generated.

This should result in flexibility of capturing the audit logs when certain pre-

defined columns are accessed and when a certain pre-defined condition is

evaluated to true.

Justification: As the auditing of the database incurs overhead on the system

performance it is recommended that proposed RDBMS should provide

flexibility of fine grained and policy based auditing.

As per RFP

167 Volume I,

page no

101

Annexure 3- 4

Proposed technical

specifications of the

Database Server:

point 9

Solution should have a centrally managed secure audit storage

system which is able to capture before and after values from

transaction logs, privileged user audits, raise alters on

suspicious activity. The system should provide built-in and

customizable reports for department compliance and

monitoring. It should also provide security facilities for role

segregation within auditing functions in terms of administration,

auditors etc.

Clarification: Please clarify if the auditing system should also address the

followings:

1. support auditing of stored procedure calls and also recursive sql which runs

within the database.

2. support security for role segregation within auditing functions in terms of

administration, auditors etc.

Refer Annexure-3 of the Amended RFP

168 Volume I,

page no

101

Annexure 3- 4 Additional Suggestion: The proposed RDBMS should provide on-the-fly redaction of

sensitive data in database query results prior to display by applications so that

unauthorized users cannot view the sensitive data. The command level API

and GUI should be made available to define the redaction policies and rules.

Justification : Redaction feature if available at RDBMS level can save

considerable efforts and cost of maintaining application when there is need to

mask sensitive data to appear on forms / reports

As per RFP.

169 Volume I,

page no 97-

100

1A, 1B, 1C, 1D, 1E Virtualization Management

Virtualization Management • Shall support VMware, Hyper-V •

Supports edit and manages virtual servers

Suggestion: RFP asks for the support of vendor specific virtualization

software. Please include the support for Oracle Virtual Machine (OVM) as

well.

As per Annexure-3 of amended RFP

170 Volume I,

page no

101

4. Proposed technical

specifications of the

Database Server, Sl No: 11

A comprehensive security at RDBMS level should be in place to

prevent application bypass and also prevent access of

departments data privileged IT users.

Suggestion: The security should be software based, which can be easily

enabled at RDBMS level rather than any appliance based infrastructure as part

of overall IT system.

Justification: The software based securities enabled within the database have

no over head in terms of installation, deployment, space requirement unlike

appliance based security solution. Any patch and upgrade can be applied

easily rather than relying on appliance based dependency. No appliance based

solution will prevent privileged users from accessing the database.

Refer Annexure-3 of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

171 Volume I,

page no

101

Annexure 3- 4 Additional Suggestion: To ensure the performance delivered by proposed solution it is

suggested that RDBMS should also meet followings:

1. The proposed RDBMS should have publicly available TPC-C and TPC-H

performance benchmarks.

2. The proposed RDBMS should have ability to utilize storage raw disk

volumes to achieve native raw disk performance. It should enable the

availability by means of creating redundancy, automatically balancing the data

files across the available disks and i/o balancing across the available disks for

the database for performance, availability and management.

3. The proposed RDBMS should provide functionality of materialized views

which are the database objects that contains the result of query that nay be

subset of the rows and/or columns of a table or join result. This is to provide

efficient access to data. The functionality should be provided without using

the use of database triggers as that adversely effects the database performance.

As per RFP

172 Volume I,

page no 86

7 Process Automation of Audit Cell Request you to please give more details on this requirement Refer Vol II of the RFP

173 Volume I,

page no 88

9 Unit Management Request you to please give more details on this requirement Refer Annexure-1 of the RFP

174 Volume I,

page no 89

14 Process Automation of Secretary Cell Need more information on the type of Custodial Services, Issue of Debentured

etc

Refer Vol II of the RFP

175 Volume I,

page no 90

15 Environment Management Request you to please give more details on this requirement Refer Vol II of the RFP

176 Volume I,

page no 90

16 Business Promotion Activities Request you to please give more details on what kind of business promotion

activities are run by RIICO. Is it campaigns/TV Ads/Field Visits and so on?

Refer Vol II of the RFP

177 Volume I,

Page no 15

4.1.1 Web Application and Web Portal Considering the requirement for centralized application, it is recommended

that focus be given to completeness of the Portal solution and how well it

integrates with various other components like single sign on, content

management, search, workflow and database

Refer "1.1 RIICO Software Solution" of Annexure-1

of the amended RFP

178 Volume I,

Page no 17

4.1.4 Approach and Methodology to be followed As there is a requirement for perpetual licenses, it is recommended to have a

future product roadmap for at least 5 years from concerned OEMs (Portal,

Database, Content Management/ Search/Workflow etc)

As per RFP

179 Volume I,

Page no 81

Annexure 1, B Core Web Application modules and

Web Portal

How is the process automation to be achieved? Does it require industry

standard tools like

Business Process Management and Analysis

As per RFP

180 Volume I,

Page no 92

F Other non-functional requirement Is there a requirement for separate Workflow Engine/Component.

Considering the scope and importance of Workflows at each stage of module

integration and unified process, it is recommended to provision for a separate

integration/workflow software

RIICO functional requirement is mentioned at

Annexure-1 of the RFP. Bidder needs to meet the

minimum requirement given in Annexure-1.

Refer section 4.1.2 of the Amended RFP.

181 Volume I,

Page no

101

Annexure 3- 3 Proposed Technical App. Server Along with other standards, it is recommended to ask for Java version 1.6

supports and above. Java 1.3 is no more updated with security patches and

hence not recommended to use in production environment anymore

Refer Annexure-3 of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

182 Page 37 8---Bid Security (EMD) The bid security may be given in the form of a banker’s cheque

or demand draft or bank guarantee, in specified format, of a

scheduled bank or deposited through eGRAS.

You are requested to please share the format of Bank Guarantee Refer Annexure-13 of amended RFP

183 Page 6 1---Invitation for Bids (NIB) The IT solution for RIICO will be based upon open standards &

state-of-art technologies, designed in 3-tier architecture with the

flexibility to expand/ upgrade and integrate with other existing/

proposed NeGP/ GoR projects as per the requirements of

RIICO.

You are requested to please clarify the other existing/ proposed NeGP/ GoR

projects and their Platforms

Integration with other NeGP project is not in current

scope It is expected that bidder shall provide

solution based on open standards which can be

integrated with other projects.

As per RFP184 Page 12 3---Eligibility

Criteria—Point

4—Technical Capability

The bidder must have successfully completed or is executing at

least One turnkey project having application software

development/ customization component including Software

implementation and Support services (O&M) for any State or

Central Government (Department/ PSU‟s/ Financial Institution)

or Nationalized Banks in India of not less than Rs. 1.50 Crore

during the period 01st January 2009 to 31st December 2013.

Since you have asked that the bidder must have successfully completed or is

executing at least One turnkey project; therefore you are requested to kindly

amend the

Documents required clause as “

• Project reference format as per Annexure – 15

And

• Satisfaction Certificates from the client

As per RFP

185 Page 12 3---Eligibility

Criteria—Point

4—Technical Capability

The bidder must have successfully completed or is executing at

least One turnkey project having application software

development/ customization component including Software

implementation and Support services (O&M) for any State or

Central Government (Department/ PSU‟s/ Financial Institution)

or Nationalized Banks in India of not less than Rs. 1.50 Crore

during the period 01st January 2009 to 31st December 2013.

We understand that Support services (O&M) will also include the Managed IT

services

As per RFP

186 Page 15 4---Scope of Work The solution architecture, deployment architecture and security

architecture provided in the RFP is indicative and purely for

understanding of the SI, however SI will propose & supply the

software stack inclusive of COTS (if any), middleware,

database, security system while proposing the detailed

architecture. Bidder has to supply items as per minimum qty.

mentioned in BoM. However the option of choosing the option

of s/w stack will rest with bidder.

Please clarify whether the security system is in the scope of bidder. Also

Clarify whether the Middleware support for tools like DMS etc would be in

the scope of bidder or not?

Refer clause titled "Warranty" and "Annexure-2" of

the RFP

Refer "1.1.2 Proposed Security Architecture" of the

Annexure-1 of the RFP and Refer "ANNEXURE-21

ROLE OF RSDC (Rajasthan State Data Centre)" of

the RFP

187 Page 100 Document Management

Server (DMS) Blade

Specification Clause 2 –

Processor

1 x Intel Xeon Octa Core E5-4620 CPU @ 2.2 GHz or better

and expandable upto 4 processors

Request to change this clause to 2 x Intel Xeon Octa Core E5-4620 CPU @

2.2 GHz or better and expandable upto 4 processors

Justification Remark:- Since a 4-socket supported server is asked, hence the

minimum number of processors that can suported is 2 on any quad socket

server.

Hence request you to modify this clause as asked.

Refer Annexure -3 of amended RFP

188 Page 17 4.1---Scope of work Anti – Virus software will be provided on all the PCs / servers

and other host clients. This software will be configured from the

server and will be updated from time to time.

You are requested to please clarify whether Anti virus would be in the

scope of Bidder or not?

Refer "1.1.2 Proposed Security Architecture" of the

Annexure-1 of the RFP

189 Page 17 4.1---Scope of

work—Approach &

Methodology to be used

The bidders is expected to Configure / Customize/ build over an

already existing application that may be either Commercially

available Off-the-shelf product (COTS) or that might have been

developed for deployment in another State Industrial

Corporation/ Urban local body/ Urban development

authority/housing board/ State Investment Promotion

Organization.

Please clarify the technology platform of existing Application Refer "4.1.4 Approach and Methodology to be

followed" of the Amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

190 Page 19 4.2.1 Integration with already existing Email Solution with RIICO Please clarify the existing Email Solution available with RIICO Refer "1.1 RIICO Software Solution" of the

Annexure-1 of the Amended RFP

191 Page 23 4.2.3 Minimum resources at each Unit Office for data digitization–

Bidder shall deploy a minimum of two resources along with

required hardware (scanners, computers, printers, etc.) &

software per unit office and at least 5 resources at Head Office

for carrying out data digitization at RIICO offices. The above

numbers are tentative and shall be increased to meet prescribed

timelines as per RFP. Bidder is advised to visit RIICO offices

(during office hours and with prior information and permission)

before quoting to actually see files and documents required to be

digitized.

Please clarify whether scanners, computers, printers, etc. would be in the

scope of bidder or not?

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

192 12 Section 3 Point No 2 and 3 2) Average annual turnover of the Bidder from IT/ITeS

including hardware and Software during last three financial

years (2010-11, 2011-12, 2012-13) as per the published audited

balance sheets should be at least Rs 25 Crores.

3) The net worth of the bidder in the last financial year, i.e.

2012-13, should be positive.

Considering the size, complexity of the scope and the State wide rollout, the

Bidder ought to be sufficiently strong financially. Therefore, both ie average

annual turnover for last three financial years and net worth of the bidder for

FY 12-13 should be at least Rs. 100 Crores. Request you to make necessary

changes in the qualification requirement.

As per RFP

193 13 Section 3 Point No 5 Bidder should have successfully implemented an application

software development/ customization of any of the following

software modules:

• Land/ Plot Management

• Finance and Accounts Management

• Loan Management

in at least One (1) State Industrial Development Organization or

Housing board or Urban local body (Municipality) or Urban

Development Authority or State Investment Corporations/

Organization in India

Valid copy of Work Order

• Work Completion certificate from client affirming the relevant

module

We have executed such project. However, a completion certificate specifically

naming desired modules is not available. Request you to allow:

(i) self-certificate/declaration with contact details of customer organization for

verification.

As per RFP

194 13 Section 3 Point No 7 Certifications:

CMMi Level 3 (Development)

Considering the size, complexity of the scope and State wide rollout, the

bidder should be

CMMi Level 5 (Development).

Request you to make necessary changes in the qualification requirement.

As per RFP

195 16 4.1.2 Proposed Deployment Architecture Whether the deployment architecture should include DR location as well? If

yes, does RSDC have a DR location?

As per RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

196 16 4.1.3 (b) b) Database Level Security: Other than built in database access

logic in application, a separate database security layer shall be

required to control direct access to database server by any

unauthorized user. Only authorized database administration

users with assigned privilege shall be allowed to access

database. A separate audit trail should be maintained for any

direct modification, deletion and addition in RDBMS database

in database structure or records. User, even the database

administrator should not be allowed to temper with audit log.

Suggestion : It is suggested that database security should be inline with the

ISO 27000 and IT Act 2008 ammendments. Following may be included for

the the same.

"Other than built in database access logic in application, a separate database

security layer shall be required to control direct access to database server by

any unauthorized user.

A comprehensive security at RDBMS level should be in place to prevent

application bypass and also prevent access of department‟s data privileged IT

users including database administrators.The database security should support

the separation of duties so that security functionality is separated from

application functionality and database administration functionality.

Audit system should be centralized, secured and should provide detail insight

in audit data (who did what, to what data and when).Audit system should

enforce separation of duties between auditors and administrator. Users, even

the database administrator should not be able to temper with audit records.

Audit system should enforce separation of duties between auditors and

administrator.

Database security solution should capture before / after values from

transaction logs and raise alert on critical and suspicious activity."

Refer "1.1.2 Proposed Security Architecture" of the

Amended RFP

197 17 4.1.4 Approach and

Methodology to be followed

Note: For COTS application, the licensing of the customized

product for RIICO should be of perpetual and unlimited client/

user type.

The perpetual and unlimited license would be for RIICO’s internal use. IPR

would remain with the Bidder. Kindly confirm.

Moreover, As there is a requirement for perpetual licenses, it is recommended

to have a future product roadmap for atleast 5 years from concerned OEMs

(Portal,Database, Content Management/Search/Workflow, etc)

Refer to clause titled "Copyright" of the RFP

198 22 4.2.1 f Payment Gateway: The selected bidder shall procure and

integrate the payment gateway(s) with the proposed web portal/

application software, as required by RIICO for facilitating

online payments. The recurring transaction charges, if any, shall

be borne by RIICO.

Kindly confirm whether the charges for procuring and setting up the payment

gateway (and SMS gateway on similar lines) should be included in the Table

2 of the Commercial Template which requires to quote for all the necessary

middleware as well.

Refer "1.1 RIICO Software Solution" and 4.3 c

"Responsibilities of RIICO"of the amended RFP

199 22 4.2.3 a Bidder shall migrate data from existing database and application

to new applications and databases. RIICO will make available

the data to the bidder at its offices for migration. Bidder will

migrate the existing data and will submit the migrated data to

RIICO for verification. Bidder shall ensure 100% accuracy in

the migrated data and in case any correction identified by

RIICO in the migrated data shall be corrected by the bidder.

Kindly provide the details on the volumes of data which needs to be migrated

& whether the data is available in a central database or is it scattered across

different applications and databases.

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

200 23 4.2.3 d Minimum resources at each Unit Office for data digitization–

Bidder shall deploy a minimum of two resources along with

required hardware (scanners, computers, printers, etc.) &

software per unit office and at least 5 resources at Head Office

for carrying out data digitization at RIICO offices. The above

numbers are tentative and shall be increased to meet prescribed

timelines as per RFP. Bidder is advised to visit RIICO offices

(during office hours and with prior information and permission)

before quoting to actually see files and documents required to be

digitized.

Kindly confirm the no of locations where the scanning and digitization

activity is expected to be carried out.

Additionally, we suggest that the SI should be allowed to choose the no of

resources required for this activity based on the volumes at each office and the

agreed schedule for digitization.

Refer to Annexure-24 of the Amended RFP

201 31 4.5 Project Deliverables, Milestones & Time Schedule What is the interpretation of days in this section? Is it calendar days or

working days?

Calender days. Please Refer "ABBREVIATIONS &

DEFINITIONS"

202 41 14 – C – 1.5 Bidder‟s experience in implementing/ implemented projects of

application development of similar nature: Projects of

Application development in State Industrial Development /

Financial Corporation having any of the following modules:

• Land/ Plot management: ( 2 marks per project, max 2 projects

allowed)

• Financial accounting/mgmt: (2 marks per project, max 2

projects allowed)

Projects of Application development in Urban Local Body or

Urban Development Authority or Housing Board or State

Investment Promotion Organization having any of the following

modules:

• Land/ Plot management: (2 marks per project, max 2 projects

allowed)

• Financial accounting/mgmt: (1 mark per project, max 2

projects allowed)

(Note: Maximum marks which can be awarded in this section is

limited to 12 marks)

Marks allotted for this evaluation parameter are 12 which is around 20% to

25% of the total marks allotted for technical evaluation. Considering that there

are around 14 functional modules which are required by RIICO as a part of

this initiative, we suggest that such high amount of marks should not be

dependent on previous implementation of 2 out of those 14 modules. Instead

the technical capability of the organization to carry out SI deal should be

considered as the most important factor. Suggest that the marks allotted for

this clause be reduced.

Also Would request you to consider the bidders experience in any of the 14

modules mentioned in the RFP from scoring perspective instead of only 2

modules

Refer Amended RFP

203 56 A. General Conditions of the

Bid

16. Sub-contracting

b) If permitted, …. Considering the turnkey nature, complexity and the Statewide rollout, a

combination of expertise, skills and capabilities are required. Therefore, a

Consortium of three partners would be able to offer the ‘best of the breed’

solution.

Please confirm it is acceptable.

If consortium is considered, Request you to consider, consortium experience

as well in PreQualification and Technical Evaluation.?

Refer Chapter-3 of the Amended RFP.

204 86 Annexure 1

D) Core Modules in Web

Application

S No 7

Process Automation of Audit Cell Request you to please give more details on this requirement ie what kind of

department audits do ? Can you please elobarate on the same. Can you please

provide details on audit paras of CNAG/ internal auditors

Refer Vol II of the RFP

205 88 Annexure 1

D) Core Modules in Web

Application

S No 9

Unit Management Request you to please give more details on this requirement ie what are the

units here we are talking about/explain the type of units

Refer Annexure-1 of the RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

206 90 Annexure 1

D) Core Modules in Web

Application

S No 15

Environment Management Request you to please give more details on this requirement ie what are the

activities that are performed under environment management. Also explain

the business process under environment management

Refer Vol II of the RFP

207 Vol I , page

17

4.1.3 Proposed Security

Architecture (g)

Anti – Virus software will be provided on all the PCs / servers

and other host clients. This software will be configured from the

server and will be updated from time to time.

No of PCs / Servers for which Anti-Virus software is required. Refer "1.1.2 Proposed Security Architecture" of the

Amended RFP

208 Vol I , page

18

4.1.5 Data Sizing, Named

Users & Concurrency of

Data

The software solution for RIICO should have the following

initial configuration:

which shall be scalable as per requirement

requirement. Details of total transactions for various services

being provided by RIICO on annual basis are available at

Annexure-20

If we consider 3000 transactions per hour (which means approx 01 transaction

per sec), then requirement of 400 internal and 400 external users seems to be

connected or logged-on users and not concurrent users. Please confirm.

Refer "1.1.4 Data Sizing, Named Users &

Concurrency of Data" of Annexure-1 of the

amended RFP

209 Vol I , page

19

4.2.1 Web Application and

Web Portal Development

a) Broad scope of activities

to be computerized

The bidder shall procure, provide and also prepare required

external interfaces for integration with following gateways/

applications (as defined in this RFP):

Please confirm that only Push functionality is required for SMS. Also confirm

that recurring transaction charges for SMS gateway will be borne by RIICO.

Refer "1.1 RIICO Software Solution" of the

Amended RFP

210 Vol I , pg

20

c) Development of Web

Application and Web Portal

development of dynamic content and web portal with sufficient

features for the development as per the guidelines issued by

Govt. of India and Govt. of Rajasthan for the development of the

government websites/portal like GIGW etc.

Does the bidder need to get a GIGW compliance audit done? If so, who will

bear the cost?

Refer 1.1 "RIICO Software Solution" of the

amended RFP

211 Vol I , pg

22

4.2.3 Data Digitization and

Migration

a) Bidder shall migrate data from existing database and

application to new applications and databases. RIICO will make

available the data to the bidder at its offices for migration.

a) Please specify whether the data for migration will be made available

cerntrally or is the SI expected to go to each offiice to collect the data?

B) Please specify the volume of data to be migrated

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

212

Vol I , pg

224.2.3 Data Digitization

Scope of work for digitization includes scanning and data entry from manual

files of Plots, Employees and Term Loans.

Kindly confirm that the each file of Plots, Employee and Term Loan will

contain the data/record of one Plot/ Employee/ Term loan or will it contain the

records of multiple Plots/ Employees/ Term Loans?

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

213

Vol I , pg

224.2.3 Data Digitization

If each page contains the records of multiple Plots/Employees/Term Loans

then what will be the average number of records per page for Plots/

Employees/ Term Loans?

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

214

Vol I , pg

224.2.3 Data Digitization

What will be the average number of fields per record for Plots/ Employees/

Term Loan files and what will be the average number of characters per fields?

This will help the bidder in estimating the data entry efforts?

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

215

Vol I , pg

224.2.3 Data Digitization

Kindly confirm that the language in which data entry has to be done and the

languages in which the documents are written?

Refer "4.1.3 Data Digitization and Migration" of the

amended RFP

216

Vol I , pg

224.2.3 Data Digitization

Kindly share the sample pages of manual files of Plots, Employees and Term

Loans for which data entry has to be done?

Bidder is expected to visit RIICO office(s) to have a

clear idea of amount and quality of data digitization

work and resources required.

As per clause 4.1.3 of RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

217

Vol I , pg

234.2.3 Data Digitization

Approx number of pages per manual file for Plots contain 200 pages and out

of those approx 50 pages needs to be scanned. Kindly confirm that RIICO will

take out the relevant pages from the file and provide the same to bidder for

scanning?

Refer clause "4.1.3 Data Digitization and

Migration" of the RFP

218 Vol I , pg

234.2.3 Data Digitization

What will be the number of locations where scanning and digitization activity

has to be carried out?

Refer clause "4.1.3 Data Digitization and

Migration" of the RFP

219 Vol I , pg

234.2.3 Data Digitization What will be the volume distribution at each location?

As per RFP

220Vol I , pg

234.2.3 Data Digitization

Most of the above listed documents are in legal size pages. What will be the %

of documents that are in legal size?

Refer Refer clause "4.1.3 Data Digitization and

Migration" of the RFP and Annexure-24 for details

221

Vol I , pg

234.2.3 Data Digitization

Apart from legal sixe, What will be the size of the pages i.e. A3/A2/A1/A0

that needs to be scanned?

If the documents are of different sizes, what will be the volume distribution

for each size of pages?

As per RFP. Bidder is expected to visit RIICO

office(s) to have a clear idea of amount and quality

of data digitization work and resources required.

As per RFP

222

Vol I , pg

234.2.3 Data Digitization

If the documents are of different sizes, what will be the volume distribution

for each size of pages?

As per RFP. Bidder is expected to visit RIICO

office(s) to have a clear idea of amount and quality

of data digitization work and resources required.

As per RFP

223Vol I , pg

234.2.3 Data Digitization

What will be condition of the files that needs to be scanned?

What will be percentage of files/pages that are torn or mutilated condition?

Generation of Document is a continous process and

some of the documents are as old as 40 years.

224 Vol I , pg

234.2.3 Data Digitization

Kindly confirm that scanning will be done in b/w at 200 DPI and final images

will be saved in PDF format?

Refer Refer clause "4.1.3 Data Digitization and

Migration" of the RFP

225 Vol I , pg

234.2.3 Data Digitization Kindly confirm that indexing will be done at file level?

Digitization should meet the requirements of the

application, As per RFP.

226 Vol I , pg

234.2.3 Data Digitization

What will be the number of indexing fields and what will be the average

number of characters per field?

Digitization should meet the requirements of the

application, As per RFP.

227 Vol I , pg

234.2.3 Data Digitization Kindly confirm that indexing will be done in English language?

Digitization should meet the requirements of the

application, As per RFP.

228 Vol I , pg

234.2.3 Minimum resources at each Unit Office for data digitization

Kindly confirm that these resources will be utilized for digitization of existing

files or will they be responsible for digitization of new files?

As per RFP.

229

Vol I , pg

234.2.3 Minimum resources at each Unit Office for data digitization

What will be the duartion for which these manpower will be deployed at

RIICO offices?

Bidder shall deploy required resources to meet the

digitization timelines as given in 4.4 f)

"Deliverables, Schedule and Time lines for Data

Digitization"230 Vol I , pg

24

4.2.4 Training on application

software and Handholding

Support

e) The requisite training infrastructure like computers, projector

with screen shall be provided by the RIICO

Will the training premises and connectivity to server be provided by RIICO? Refer "4.1.4 Training " of the amended RFP

231 Vol I , pg

26

4.2.7 Deployment of

Manpower for Facility

Management Services

The proposed services shall be normally manned from 9:00 AM

to 8:00 PM but may vary as per the requirement throughout the

project period or as decided by RISL/ RIICO.

does this imply that the Team leader, 2 Software Engineers, and 1 Helpdesk

support engineer are expected to be available from 9:00 AM to 8:00 PM

Refer "4.1.7 Support & Maintenance (FMS)" of the

Amended RFP

232 Vol I , pg

27

iii. Support Services Web

Portal & application S/w

During O&M period RISL/RIICO may request SI, to make

necessary changes in the layout, colour schema, MIS reports

format, input forms layout. However, these changes shall be

suggested keeping in view that it should not transform in

database schema. The SI shall be responsible to make these

changes at No extra cost to purchaser.

Typically such changes, however minor are governed by Change Request

management procedure, in which the changes are paid as per actual efforts

expended. This is an open ended clause based on which a bidder cannot

provision for requiste manpower.

Request to either delete this clause or else define the maximum no. of

manmonths in the project duration which will be done at no extra cost and

beyond which the changes would be chargeable.

As per RFP

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

233 Vol I , pg

31

4.5 Project Deliverables,

Milestones & Time Schedule

c) It may be also be noted that the time schedule for each

milestone shown in the table above would be enforced

independently, even though some of them are inter-dependent.

This would have a cascading effect of penalties for delays in all

other milestones dependent on the precedent milestone.

Therefore, the SI shall have to be extremely careful in

establishing an excellent project management set-up. Any delay

in the approval of the deliverable(s) submitted by the SI to

RIICO shall not account for the delay on SI‟s part.

this clause is very detrimental to the bidders. Request for deletion of the

cascading effect of penalties

Refer amended RFP

234 Vol I , pg

42

14. Evaluation & Tabulation

of Technical Bids

a) Determination of

Responsiveness

2.3 Functional Demonstration of Important modules during

presentation like Land Management, Financial Accounting,

Term Loan and its applicability in RIICO

Is the bidder expected to demonstrate from a live application instance or can

this be done on a demo laptop?

As per RFP

235 Vol I , pg

76

k) Penalty for attrition of key

resources during the project

duration

In today's scenario, attrition in IT industry is high. We request that this clause

may be removed

Refer 37 "Service Level Standards/ Requirements/

Agreement" of the Amended RFP

236 Vol I , pg

91

E. Web Portal for RIICO: Entrepreneurs should be able to see the following for all

industrial areas:

o Map of industrial areas of whole Rajasthan `

We understand that these would be static maps only and GIS is out of scope.

Please confirm

Refer "8. Web Portal " of Annexure-1 of Amended

RFP

237 Vol I , pg

92

E. Web Portal for RIICO: b) Portal Login:

o Provision of applying on-line as well as off-line.

Please clarify what is meant by offline functionality here Refer "8. b) Portal Login:" of Annexure-1 of the

Amended RFP

238 Vol I , pg

96

ANNEXURE 2 –BILL OF

MATERIAL (BoM)

Blade Server with Chassis: We understand that there is no requirement for High availability. Please

confim

Refer 1.1.1 "Proposed Deployment Architecture" of

the amended RFP

239

P 22, vol 1

Clause 4.2.1 (g)

The selected bidder shall be responsible for preparation of UAT

procedures……….

The deliverables installed shall be deemed as accepted after the seven days of

its Installation. In case of any Acceptance test, the procedure shall be mutually

agreed at the time of award and the test shall carry out within seven days of

the Installation. In case of failure to conduct the test within stipulated time

period, the deliverables shall be deemed as accepted.

As per RFP

240 P 37, Vol

1.Clause 8 (i) (iii)

Bid Security, The Bid security taken from a bidder shall be

forfeited when the bidder fails to commence the supply ………

We would request to delete this clause as non delivery is covered under

performance penalties and liquidated penalties.

As per RFP

241 Page 56 vol

1

Claause 15( f) Confidential Information, The provisions of this clause shall

survive completion or termination, for whatever reason, of the

Contract.

We requests that the provisions of this clause shall survive for a period of 3

years after the completion or termination, for whatever reason, of the Contract.

As per RFP

242 We request you to excludes defects attributable to external factors beyond the

Supplier's control, including power supply fluctuations, or the Purchaser's

alterations, misuse or negligence.

As per RFP

243 Limitations to Warranty: As per RFP

244 a) If any of the Deliverables have been tampered with or altered by any

unauthorised person from the purchaser’s side, either by way of retrofitting or

otherwise, the warranty provided by the Supplier shall be rendered void to that

extent.

As per RFP

245b) If the Purchaser uses any of the Deliverables in disregard to any operating

instructions, the warranty shall be rendered void to that extent.

As per RFP

246 c) Any abuse, negligent use or misuse of any of the Deliverables shall render

the warranty void to that extent.

As per RFP

247 Page 62,

vol 1

clause 31 c,

change orders, We request you to include change orders as change requests

As per RFP

248 Page 62,

vol 1

Clause 32

Termination for Default

We request you to include the word “material” before the word “breach”. In

the event of breach/default of vendor, the purchaser shall provide vendor with

a reasonable cure period, which shall be as mutually decided by both the

parties.

As per RFP

page 59-60,

vol 1

Clause 28 Warranty exclusions

Annexure-1: Draft Pre-bid REplies and Changes proposed in the RFP S. No RFP Page

No.

RFP Clause no. Clause details Query/Suggestion/clarification Response

249 Page 75-76 SLA Penalties

SLA Penalties

CMC requests that the maximum total penalty in each quarter shall not be

more than 10% of the total amount due for the quarter

Refer clause l) of "37. Service Level Standards/

Requirements/ Agreement" of amended RFP.

250 Page 110

vol 1

Annexure 11

Undertaking on authenticity of computer equipments CMC requets that the black listing clause should be removed from this clause.

As per RFP

251 Page 64,

Vol 1

Clauuse 34 Payment Terms and Schedule

We request you to release 80 % of the cost of COTS application licences and

hardware against delivery as the OEM's take full payments from System

Integrators in advance and it creates a negative cash flow for SI's. Hence we

request you to release the payments of licences and bought out hardware

aganist the delivery only.

As per RFP

252

Bid submittion Date

We request you to extend the bid submittion date by atleast 3 weeks from the

pre-bid corrigendum release date.

Refer Amended RFP