rfp for design, development and implementation of it
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