You are on page 1of 191

Commissioner Land Records & Settlement Govt.

of Madhya Pradesh, Department of Revenue

Request for Proposal


For

Development of an Enterprise Web based GIS Solution for Managing Land Records in time bound schedule

Office of the Commissioner, Land Records & Settlement


Moti Mahal, Gwalior, Madhya Pradesh 474 007 Phone: 0751-2441200 Fax: 0751-2441202 e-mail: clrgwa@mp.nic.in website: www.landrecords.mp.gov.in
Prepared By Ace Televoice & Services Pvt. Ltd.

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Tender Notice
Commissioner, Land Records & Settlement, Govt. of Madhya Pradesh, Gwalior (MP) invites sealed offers in two bid system for the work Development of an Enterprise Web based GIS Solution for Managing Land Records from interested and eligible bidders in a PPP BOOT Model. The above mentioned tender may be purchased from this office for Rs 500/- or downloaded for free from our website www.landrecords.mp.gov.in till 3:00PM March 18, 2010. Sealed offers prepared in accordance with the procedures enumerated in the RFP document should be deposited in the designated drop box kept at the chamber of Jt. Commissioner, Land Records at this office till 3:00PM March 18, 2010. The Tender reference number, description of work, earnest money deposit and time limit to complete the work are as given below: Tender Reference Number CLRMP/2010/01 Development GIS of an for 20,00,000/500/Enterprise Web based Solution Managing Land Records The date of opening of technical offers is given in the data sheet of the RFP Document. Description of work EMD (Rs) Tender Price (Rs) Time work 84 weeks limit for completing the

Joint Commissioner Office of the Commissioner, Land Records & Settlement Gwalior, Madhya Pradesh

Page 2 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Abbreviations Used
ADS BIS BOOT CERT-In CLR COTS CRS DMZ DR EMD FPA GIS HRD IDS IEEE IPS ISO IT LAN MPR NA NDA OEM OGC PERT PPP RFP SDD SRS SWAN UAT ULB Active Directory Server Bureau of Indian Standards Build, Own, Operate and Transfer Indian Computer Emergency Response Team Commissioner, Land Records & Settlement, Gwalior, Madhya Pradesh Commercially Off-The-Shelf Change Requirement Specification De-Militarized Zone Disaster Recovery Earnest Money Deposit Function Point Analysis Geographical Information System Human Resources Department Intrusion Detection System Institute of Electrical and Electronics Engineers Intrusion Prevention System International Organization for Standardization Information Technology Local Area Network Multi-Protocol Router Not Applicable Non Disclosure Agreement Original Equipment Manufacturer Open Geospatial Consortium Project Evaluation and Review Technique Public-Private Partnership Request For Proposal Software Design Document Software Requirement Specification State Wide Area Network User Acceptance Testing Urban Local Body

Page 3 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Data Sheet
Tender Document No Name of the Organization CLRMP/2010/01 Office of the Commissioner, Land Records &

Settlement, Gwalior, Madhya Pradesh Non refundable Cost of the For tenders purchased from this office, Rs.500/- is payable through Cash, Demand Draft/Bankers Pay Order from a nationalized bank, drawn in favour of Dy. Commissioner, Land Records & Settlement, Gwalior, Madhya Pradesh payable at Gwalior. However, the tender can be downloaded for free from the department website www.landrecords.mp.gov.in Earnest Money Deposit Rs.20,00,000/- in the form of Demand Draft or Bank Guarantee from a nationalized bank in favour of Dy. Commissioner, Land Records & Settlement, Gwalior, Madhya Pradesh payable at Gwalior Date of issue Last Date and Time for sale of tender Last date and time to receive requests for clarification on the tender by e-mail in prescribed format Date and time of Pre-Bid March 5, 2010 11:00 AM March 2, 2010 5:00 PM February 10, 2010 March 18, 2010 3:00 PM

Tender

Conference Venue of Pre-Bid Conference Office of the Commissioner, Land Records &

Settlement, Moti Mahal, Gwalior, Madhya Pradesh 474 007 Last Date and Time for Receipt of Bids Date and Time of Opening of Technical Bids March 18, 2010 3:30 PM March 18, 2010 3:00 PM

Page 4 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Place of Opening of Bids

Office

of

the

Commissioner

Land

Records

&

Settlement, Moti Mahal, Gwalior, Madhya Pradesh 474 007 Technical Presentation by bidders, if required Declaration of bidders qualified for opening commercial bid Opening of commercial bids Address for all communications To be declared later Commissioner Land Records & Settlement, Moti Mahal, Gwalior, Madhya Pradesh 474 007. Phone: 0751-2441200, 0751-2441210, 0751-244240 Fax: 0751-2441202 e-mail: clrgwa@mp.nic.in To be declared later To be declared later

Page 5 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Table of Contents
Tender Notice..................................................................................................... 2 Abbreviations Used ............................................................................................. 3 Data Sheet ........................................................................................................ 4 Section 1: Introduction ...................................................................................... 9 1.1 1.2 1.3 1.4 2.1 2.2 2.3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14 3.15 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 Preface .................................................................................................. 10 Organization of the RFP ........................................................................... 10 Objectives of the project:......................................................................... 11 IT scenarios relevant to the project Past, Present and Planned ................... 13 Eligibility and Pre-qualification criteria ....................................................... 16 Earnest Money Deposit ............................................................................ 16 Original Equipment Manufacturers Authorization Form ................................ 17 Advice to the bidders ............................................................................... 19 Transferability of the RFP document .......................................................... 19 Misplacement of the RFP document ........................................................... 19 Cost of Bidding ....................................................................................... 19 Two Bid System ...................................................................................... 19 Packaging the offers ................................................................................ 19 Authentication of Bid ............................................................................... 20 Last date and time for receiving sealed offers ............................................. 21 Pre-bid Meeting (PBM) ............................................................................. 21 Amendment of RFP Document .................................................................. 21 Technical Qualification ............................................................................. 22 Evaluation of Proposals ............................................................................ 22 Evaluation Framework ............................................................................. 23 Indicative Quantities ............................................................................... 24 Site Visit ................................................................................................ 24 Bid Security............................................................................................ 27 Rejection of Bid ...................................................................................... 27 Discharge of Bid Security of Successful Bidder ............................................ 27 Conditional offers by the Vendors.............................................................. 27 Late Tender offers ................................................................................... 27 Offer validity .......................................................................................... 28 Address of Communication ....................................................................... 28 Modification and Withdrawal of Offers ........................................................ 28 Hand written documents, Erasures or Alterations ........................................ 28

Section 2: Qualifications of The Bidder............................................................. 15

Section 3: Instructions to Bidders .................................................................... 18

Section 4: Terms and Conditions of The Tender ............................................... 26

Page 6 of 191

CLR, Gwalior, Madhya Pradesh 4.10 4.11 4.12 4.13 4.14 4.15 4.16 4.17 4.18 4.19 4.20 4.21 4.22 4.23 4.24 4.25 4.26 4.27 4.28

RFP for WebGIS Solution

Commitment and Liability of Partner Companies ......................................... 28 Bid Currency .......................................................................................... 29 Intellectual Property Rights ...................................................................... 29 Indemnity .............................................................................................. 29 Publicity................................................................................................. 30 Guarantees ............................................................................................ 30 Force Majeure......................................................................................... 30 Resolution of Disputes and Arbitration ....................................................... 31 Right to Accept Any Offer and to Reject Any or All Offers ............................. 31 Risk Purchase Clause ............................................................................... 32 Termination for convenience..................................................................... 32 Right to call, verify, inspect the documents / information etc. ....................... 32 Operation and Maintenance Period ............................................................ 32 Transfer of Solution ................................................................................. 33 Ownership of resources supplied ............................................................... 33 Work Completion Requirements ................................................................ 34 Payment Terms ...................................................................................... 35 Statistics of the number of transactions ..................................................... 37 Conditions on Payment Terms .................................................................. 38

Section 5: Scope of work .................................................................................. 40 5.1 Establishment, Running and Maintenance of State Data Centre and Disaster Recovery Site ................................................................................................... 41 5.2 5.3 5.4 5.5 Getting Certification for Security for State Data Centre ................................ 42 Establishment, Running and Maintenance of IT Centers at 341 user locations . 42 Development and Implementation of Enterprise Web Based GIS application ... 43 Training ................................................................................................. 62

5.6 Quality checks, Validation and Porting of existing data and integrating spatial and non-spatial data ......................................................................................... 63 5.7 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 Operation and Maintenance Period ............................................................ 64 Platform................................................................................................. 68 Technical Requirements for Integrated Biometry Authentication .................... 69 User Capacity Requirements ..................................................................... 70 Target Architecture ................................................................................. 71 Conceptual Design .................................................................................. 72 System Security Design Requirements....................................................... 72 Language Interface ................................................................................. 74 State Data Centre, Disaster Recovery Site, IT Centres at 341 User Locations.. 74 Minimum qualifications for the proposed team ............................................ 75 Team during Operations and Maintenance Period ........................................ 75 Section 6: Technical Requirements .................................................................. 67

Section 7: Service Level Agreements................................................................ 76

Page 7 of 191

CLR, Gwalior, Madhya Pradesh 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 7.9

RFP for WebGIS Solution

General Information on SLA ..................................................................... 77 SLA for Application Components ............................................................... 77 SLA for switch over to Disaster Recovery Site ............................................. 78 SLA for Uptime of the solution .................................................................. 79 Penalty for delay in project execution ........................................................ 79 Response Time Performance Criteria ......................................................... 79 Privacy & Confidentiality .......................................................................... 81 Recovery mode of Penalties from the bidder ............................................... 81 Upward cap for penalties.......................................................................... 82

Annexure I: Format for Technical Bid ............................................................... 83 Annexure II: Format for Commercial Bid........................................................ 103 Annexure III: Annexure V: Compliance Matrix For Enterprise Web based Application .. 108 Compliance Matrix For Proposed Team ................................. 177 Annexure IV: Compliance Matrix for Infrastructure ....................................... 112 Annexure VI: Indicative Quantities for IT Infrastructure ............................... 180 Annexure VII: Format for Bank Guarantee ..................................................... 189

Page 8 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 1: INTRODUCTION

Page 9 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.1 Preface
The Commissioner Land Records & Settlement has been entrusted with the responsibility of creation and maintenance of land records (Cadastral Maps, RoRs & Khasra) on behalf of Govt. of Madhya Pradesh department of Revenue. As part of its initiatives for converting the current activities of the departments in to an e-System, CLR wishes to outsource development of an Enterprise Web based GIS solution, which will assist the department users in performing their activities pertaining to land records using the spatial and non-spatial data continuously updated and maintained by CLR. CLR wishes to receive proposals from eligible vendors on a PPP BOOT Model.

1.2 Organization of the RFP


This RFP has been divided in to the following sections for easy and effective reference: Section Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Annexure I Annexure II Annexure III Annexure IV Annexure V Annexure VI Annexure VII Topic Introduction Qualifications of The Bidder Instructions to Bidders Terms and Conditions of The Tender Scope of work Technical Requirements Service Level Agreements Format for Technical Bid Format for Commercial Bid Compliance Matrix for Enterprise Web Based Application Compliance Matrix for Infrastructure Compliance Matrix for Proposed Team Indicative Quantities for IT Infrastructure Format for Bank Guarantee

Page 10 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.3 Objectives of the project:


Broad scope of the project is as follows:

1.3.1 Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of State Data Centre at Gwalior and Disaster Recovery Data Centre at a different Seismic Zone for Managing Land Records including all servers, all hardware, all software, all networking, all running expenses like manpower, electricity, cleaning, establishment and maintenance of all other infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space shall be provided by the department. Maintenance of space also needs to be carried out by the bidder till the completion of Operations and Maintenance Period. 1.3.2 Study, design, development, testing, implementation,

commissioning, running and maintenance of Enterprise Web based GIS application with facility for editing the spatial and attribute data over web browser and having options to perform day to day mutation, modification, updates, reports, generation and printing of demand notes, collection receipts and all other activities of the department related to maintenance and use of land records. 1.3.3 Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of IT Centers at 341 user locations (at each Tehsil and level) all including all and hardware, like all software, of all all networking, cleaning running expenses manpower, electricity, other

establishment

maintenance

infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space and desktops shall be provided by the department. The maintenance of desktops and space also shall be carried out by the vendor.

Page 11 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.3.4 Establishment and maintenance of all connectivity required at all Tehsil user locations (341 in number). 1.3.5 Implementations of a comprehensive security policy comply with the CERT-In Security Guidelines and conforming to ISO 27001 as well as ISO 27002. The bidder shall comply with ISO 27001 and ISO 27002 and get the certification within 6 months after implementation. 1.3.6 Quality checks, validation and porting of the spatial and non-spatial data to the developed system and integration of Spatial and NonSpatial Data. This includes existing spatial and non-spatial data supplied by CLR as well as spatial and non-spatial data developed and supplied by CLR from time to time. 1.3.7 Incorporating the integrated biometric and digital signature

validations comply with the Indian IT Act and CCA Guidelines, during transactions and while posting the edits to the server with audit trails and versioning. 1.3.8 Supply of required manpower for all operation at all user locations (341 in number) during Operations and Maintenance period. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP. 1.3.9 Operation and maintenance of all activities pertaining to the service requirements of the supplied solution. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP.

Page 12 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.3.10 1.3.11

Issue of owner wise smart cards for properties owned Automatically generate daily, weekly, monthly and yearly of all operations pertaining to the operations and

reports

maintenance of the solution in encrypted and password protected pdf format and saving them to the server and external media. 1.3.12 Post Implementation minor software enhancements /

customization during 5 years of Operation and Maintenance period as per the requirements and/or request of the department. 1.3.13 Train the department staff in all aspects of management, and maintenance of the supplied solution during

operation

maintenance and operations period of 5 years.


The detailed scope is given in the section Scope of Work.

1.4 IT scenarios relevant to the project Past, Present and Planned


1.4.1 Digitization of Cadastral Maps
As part of the initiate to develop a GIS for maintenance of land records, CLR has already released order for digitization of cadastral maps for the entire Madhya Pradesh State. The above mentioned digitization work is nearing completion and shall be used as base data for rolling out the GIS application developed as per this tender.

1.4.2 Non-spatial Khasra data


CLR has already computerized the Khasra attribute data (RoRs) for all villages and is available in MS-SQL format.

1.4.3 Initiatives for Resurvey of Land Records


CLR has also plans to perform Survey/Resurvey using latest technologies like Total Station, DGPS, High-Resolution Satellite Images and/or Aerial Images to generate land records with better spatial accuracy. The GIS application developed as per this tender shall be capable of shifting from old data to new data with minimal efforts. In other

Page 13 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

words, the application should work with either the existing data or any data prepared in future.

1.4.4 Network
The state IT department of Madhya Pradesh is building a State Wide Area Network across government offices in Madhya Pradesh. Most of the user locations coming under the GIS application developed as per this tender are expected to be connected through the SWAN, which is under development. However, the GIS application shall be able to connect to the server through any leased network. The citizen modules shall be able to work through normal internet connection. It is to be noted that the bidder shall establish, operate and maintain all connectivity at bidders cost. Once the SWAN connectivity is available, the bidder may make use of the SWAN connectivity, wherever available. But if the required service levels are not achievable using the connectivity through SWAN, the bidder should use his own connectivity means to achieve the required service levels.

Page 14 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 2: QUALIFICATIONS OF THE BIDDER

Page 15 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

2.1 Eligibility and Pre-qualification criteria


2.1.1 The bidder should be a single company/firm or a joint venture/ consortium. Joint ventures/consortiums with more than 3 companies are not allowed. Any company/firm can submit only one bid irrespective of participation as a single party or as part of a consortium / joint venture. 2.1.2 The bidder in case of single company or the prime bidder in case of joint venture/consortium should have a minimum cumulative turnover of Rs. 15 Crores in the last 3 financial years in providing IT solutions and it should have made profits in the last 2 financial years. 2.1.3 The bidder in case of single company or the prime bidder in case of joint venture/consortium should have CMM/PCMM/CMMi Level 3 or above certification. 2.1.4 The bidder in case of single company or the prime bidder in case of joint venture/consortium should have an office in Gwalior, Madhya Pradesh or should agree to open an office in Gwalior, Madhya Pradesh in the event of awarding the project to them and operate it till completion of this project.

2.2 Earnest Money Deposit


2.2.1 Vendors are required to give an Earnest Money Deposit (EMD) for Rs 20,00,000/- (Rupees Twenty Lakhs) in the form of Fixed Deposit Receipt/Demand Draft/Pay Order/Bank Guarantee of a Nationalized Bank payable at Gwalior drawn in favour of Dy. Commissioner, Land Records & Settlement, Gwalior, Madhya Pradesh valid for a period of 180 days from the due date of the tender.

Page 16 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

2.2.2 The

EMD

shall

be

refundable

to

unsuccessful

vendors.

The

successful bidders EMD shall be adjusted in the Bid Security Deposit the bidder shall be making as per the clause Bid Security Deposit.

2.3 Original Form

Equipment

Manufacturers

Authorization

2.3.1 Bidders other than the sole distributers in India of the GIS platform proposed by the bidder shall be required to submit a letter of authority from the Original Software Manufacturer stating that the bidder is authorized to quote for the same. In case the bidders does not provide Manufacturers Authorization Form, the bid shall be rejected.

Page 17 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 3: INSTRUCTIONS TO BIDDERS

Page 18 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

3.1 Advice to the bidders


Bidders are advised to go through the entire body of the RFP to understand the requirement as well as the tender evaluation procedures. It is assumed that the bidder is preparing the proposed solution after carefully going through every clause of the RPF in detail. There are formats specified for most of the documentations expected from the bidder. Attach certificates or other documents to prove the claims, wherever mentioned.

3.2 Transferability of the RFP document


This RFP document is not transferable.

3.3 Misplacement of the RFP document


CLR shall not be responsible for any delay in submission or non delivery of proposal due to any reasons like postal delay.

3.4 Cost of Bidding


The bidder shall bear all the cost incurred for preparing the proposal including expenses of travel and lodging that may be required including collecting information from the department and other communication required with the department regardless of the outcome of the bidding process.

3.5 Two Bid System


The tender process shall follow the two bid system namely (1) Technical Bid and (2) Commercial Bid.

3.6 Packaging the offers


The offer should be enclosed in a duly sealed envelope super scribed with RFP reference number, Work Name, Due date and Vendor Name. The envelope should contain two separate envelopes for Technical Bid and Commercial Bid. Both Technical Bid and Commercial bid are to be duly sealed and they should be super scribed with Type of offer (Technical Offer or Commercial Offer) apart from RFP reference number, Work Name, Due date and Vendor Name.

Page 19 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

3.6.1 Envelope-I Technical Bid


The technical bid should contain all technical information on the solutions proposed along with all supporting documents to qualify in the qualification criteria. The technical offer should be as per the format given in Annexure I: Format for Technical Bid. The Technical Bid should not contain any commercial offer. If any commercial offer found in the technical bid, the whole offer shall be rejected outright.

3.6.2 Envelope-II Commercial Bid


The commercial bid should contain the bill of material in the format given in Annexure II: Format for commercial Bid. The commercial offers should be complete in all respects and it should not contradict with the Technical Offer in any manner.

3.6.3 Number of copies of the bid


The Bidder is required to submit one original and two copies of the Technical Bid enclosed in separate envelopes, clearly marking envelope as "Technical Bid Original" and "Technical Bid Copy 1 or 2", as appropriate. The original and copies shall be enclosed in the Envelope-I Technical Bid. The bidder is required to submit soft copy of the technical bid in MS Word/ Excel/ Power point/Adobe PDF as applicable. The soft copies are to be in CD/DVD media in 1 copy and shall be enclosed in Technical Bid Original. In the event of any discrepancy between the hard copies and/or the softcopies, the original hard copy shall prevail. The Bidder is required to submit only one original of Commercial Bid (One each for each Model)

3.7 Authentication of Bid


The original and all copies of the Bid Document shall be computer laser printouts and shall be signed by the person duly authorized to bind the Bidder to the Contract. A duly stamped Power-of-Attorney accompanying the Bid Document shall support the letter of authorization. The person signing the Bid Document shall initial all pages of the Bid Document. However, amounts in the commercial bid may be filled by hand.

Page 20 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

3.8 Last date and time for receiving sealed offers


The sealed offers should reach the address mentioned in the data sheet on or before the date and time mentioned in the data sheet.

3.9 Pre-bid Meeting (PBM)


CLR shall make best efforts to respond to any request for clarification for the Tender Document to the prospective bidders. Such requests are to be received by CLR by e-mail with subject WebGIS RFP: Request for Clarification on or before the date and time mentioned in the data sheet. The format for request for clarification is given below. Vendor Name and Address Date Sr.No. RFP Section Reference Number Tender Reference No Subject CLRMP/2010/01 Clarification Sought

Queries not adhering to the format above or queries not received within the mentioned deadline shall not be taken up at the Pre-bid Meeting. CLR shall not be responsible for any delay in receiving the clarification document including but not limited to any delays like postal delays.

3.10

Amendment of RFP Document

At any time before the deadline for submission of bids, CLR may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Tender Document by amending, modifying and/or supplementing the same. All such amendments shall be binding on them without any further act or deed on CLR part. If a bidder has already submitted the bid and the tender document has been amended subsequently, then the bidder shall be allowed to rebid, but before the last date and time of submission of bids. In such cases, he should write Rebid Dated: <Date> on the bid envelope and the previous bid will not be considered.

Page 21 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

CLR reserves the right to extend the deadline for the submission of the bids. Original RFP, all amendments, extension of deadlines and all clarifications shall be posted on the department website www.landrecords.mp.gov.in under Tender option.

3.11
3.11.1

Technical Qualification
Detailed evaluation of the technical offers shall be performed

only after scrutinizing whether each bid is:


3.11.1.1 Complete in all respects as per the format given in Annexure I: Format for Technical Bid 3.11.1.2 Accompanied by all documents required to prove claims against prequalification mentioned in section Qualification of the Bidder 3.11.1.3 Accompanied by the EMD as mentioned under clause Earnest Money Deposit

Those bids failing to clear the above criteria shall be rejected and will not be scrutinized further. Bidders adhering to the completeness of the technical proposal shall be given chance to give a technical presentation before the Evaluation Committee.

3.12
3.12.1

Evaluation of Proposals
Tender Evaluation Committee

The evaluation of both technical and commercial proposals shall be done by a Tender Evaluation Committee. The Tender Evaluation Committee may choose to conduct technical negotiation or discussion with any or all the Bidders. The decision of the Evaluation Committee in the evaluation of the Technical and Commercial bids shall be final and binding on all the parties. No correspondence will be entertained outside the process of negotiation/ discussion with the Tender Evaluation Committee.

Page 22 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Any effort by a bidder to influence the Tender Evaluation Committees processing of Bids or award decisions may result in the rejection of the Bid.

3.12.2

Obtaining minimum marks in Technical Evaluation

Commercial bid will be opened of those bidders, who have obtained a minimum mark of 70% as per the evaluation framework. The evaluation by the Tender Evaluation Committee in this regard shall be final and binding on the bidder.

3.13

Evaluation Framework

The following framework shall be used as a guideline for the evaluation of bids. The CLR reserves the right to introduce any other evaluation method or make enhancements in the existing framework as per the wish and requirement of CLR.

3.13.1

Technical Bid Evaluation Framework

Technical bid evaluation shall be guided by the following framework: Criteria Quality of Proposed Solution Bidders Understanding level of scope of work Approach and Methodology Project Management Methodology Technical Presentation Key Resources Qualification and experience of GIS experts in the company Qualification and experience of GIS experts proposed for the project Specific experience in Cadastral Mapping within the proposed team Bidders Competence Experience in executing GIS projects Experience in executing Web based projects Experience in Cadastral Mapping Projects Certifications Total Marks 10 15 5 5 100 5 10 5 5 5 5 30 Maximum Marks

The bidder must obtain a minimum Technical Score of 70% in order to qualify for the next stages of the evaluation process. The commercial bids of only those bidders shall be opened, who has obtained 70% or more in Technical Evaluation.

Page 23 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

3.13.2

Commercial Bid Evaluation


100 * [L1 Proposed Parameter of Bidder's share n / Bidder Proposed Parameter of Bidder's share n]

Commercial Bid evaluation shall be guided the following framework: Commercial Score %

L1 is the minimum value of n proposed by any bidder.

3.13.3

Total Bid Evaluation


Weightage (%) 30 70 Technical Score * 30% + Commercial Score * 70%

Total scoring in the bid shall be guided by the following framework: Total Bid Evaluation Technical Score Weightage Commercial Score Weightage Total Bid Evaluation

The bidder with maximum Total Bid Evaluation Score shall be considered for awarding the project.

3.14
3.14.1

Indicative Quantities
In order to give a basic idea to the bidders about the IT

Infrastructure quantities involved in the scope, a table containing indicative quantities of the IT Infrastructure has been provided in Annexure VI: Indicative Quantities for IT Infrastructure. Bidders should note that the list provided may not contain all the items required to provide the required solution. The figures mentioned are merely indicative. The actual quantities will have to be worked out by the bidder himself to arrive at his cost as per his proposed solution. Bidders also should note that the list does not contain quantities for development of Non-IT infrastructure, those are also included in the scope of work.

3.15
3.15.1

Site Visit
It is the responsibility of the bidder to visit the proposed site

for State Data Centre before submitting his offer, to get a clear idea

Page 24 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

about the work involved in infrastructure development, which may assist his design. Department will facilitate bidders to get access to the site upon prior intimation.

Page 25 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 4: TERMS AND CONDITIONS OF THE TENDER

Page 26 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.1 Bid Security


4.1.1 Bid Security Deposit
The successful bidder shall furnish an amount equivalent to Rs20,00,000/- (Rupees Twenty Lakhs), within 10 days from the date of Statement of work order in the form of Demand Draft / Bankers Cheque / Bank Guarantee of a nationalized bank drawn in favour of Dy. Commissioner Land Records & Settlement, Madhya Pradesh and shall be held until the successful transfer of the solution as described under clause Transfer of the Solution after completion of Operation and Maintenance Period of 5 years.

4.1.2 Currency of Bid Security


The bid security shall be furnished in Indian Rupees.

4.1.3 Requirement of Bid Security


The Bid security is required to protect CLR, Madhya Pradesh against the risk of Bidders conduct and performance of his solution with respect to the required service levels.

4.2 Rejection of Bid


Any bid not secured in accordance with Clause Bid Security shall be rejected by CLR, without any further correspondence, treating as non-responsive.

4.3 Discharge of Bid Security of Successful Bidder


The Bid Security shall be discharged to the vendor within 6 months after completing the Operation and Maintenance Period of 5 years and upon successful transfer of the solution as described under clause Transfer of the Solution.

4.4 Conditional offers by the Vendors


Any bid containing conditional offers shall be summarily rejected outright

4.5 Late Tender offers


Any proposal received after the last date and time mentioned in the data sheet for receipt of proposal shall be rejected outright.

Page 27 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.6 Offer validity


4.6.1 Offer validity period
All bids remain valid for a period of six months (6 months) after the date of opening of the commercial bid by CLR. CLR reserves the right to reject a bid valid shorter than 6 months considering as non-responsive without any correspondence.

4.6.2 Extension of validity period


In especial circumstances, CLR may solicit extension of the period of validity from a bidder. The request and the response thereto shall be made in writing. Extension of validity period by the bidder shall be unconditional. The EMD provided shall also be sufficiently extended. However, a bidder may refuse the request without forfeiting the EMD. A Bidder granting extension of validity will not be permitted to modify its technical or commercial bid.

4.7 Address of Communication


All communications including submission of proposals shall be as per the address mentioned in the data sheet as Address for all communication.

4.8 Modification and Withdrawal of Offers


Withdrawal or modifications (except rebid) of offers are not permitted after its submission. If any vendor wishes to withdraw its offer during the validity period mentioned under section Offer validity, The EMD shall be forfeited.

4.9 Hand written documents, Erasures or Alterations


The offers containing erasures or hand-alterations will not be considered in any case. It is expected that there are no hand written materials present in the offer except commercial bid figures.

4.10
4.10.1

Commitment and Liability of Partner Companies


In case of bidding as a Consortium/Joint Venture, it is to be

noted that all partner companies shall be jointly and severely liable to all terms and conditions mentioned in the RFP.

Page 28 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.10.2

The Consortium/Joint Venture should have a Prime Bidder

Company, who will represent the Consortium/Joint Venture. 4.10.3 The Consortium/Joint Venture should nominate and authorize

a Representative, who shall have the authority to conduct all businesses for and on behalf of any and all the parties of the Consortium/Joint Venture during the bidding process and, in the event the Consortium/Joint Venture is awarded the Contract, during project execution. The representative shall be from the Prime Bidder Company. 4.10.4 Among the team members proposed for the project, there

should be a Project Manager, who will be the prime contact person to the CLR in technical matters during the execution of the project.

4.11

Bid Currency

All prices shall be quoted in Indian Rupees.

4.12

Intellectual Property Rights

All intellectual property rights for the work performed under this tender as far as data is concerned shall lie with CLR. This clause is applicable to all data in any form or format designed and developed for CLR under this tender by the bidder. The bidder shall not use such data for any other purpose during and after the term of contract.

4.13

Indemnity

Vendor shall indemnify, protect and save CLR against all claims, proceeding, liabilities, losses, costs (including legal costs), damages, expenses and action suits, resulting from infringement of any patent, trademarks, copyrights, any other statutory infringements in respect of all the hardware / software supplied by him or expenses whatsoever arising out of or resulting from any loss or damage to the property or personnel of CLR, relating to the performance of the Project whether or not such loss or damage is caused or contributed to by negligence or other default of Bidder or their Authorized User.

Page 29 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.14

Publicity

Any publicity by the vendor in which the name of CLR is to be used should be done only with and after the explicit written permission of the Commissioner Land Records & Settlement, Gwalior, Madhya Pradesh.

4.15

Guarantees

Bidders should guarantee that the software supplied to CLR and to any other location as part of the contract mentioned in this tender are licensed and legally obtained. Anything that is supplied by the bidders, he should guarantee that they are brand new, including all components and accessories. All hardware and software must be supplied with their originals along with complete original printed documentation and licenses. All products supplied should conform to respective ISO/BIS standards.

4.16
4.16.1

Force Majeure
Notwithstanding the provisions of the tender, the bidder shall

not be liable for forfeiture of his performance guarantee, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. 4.16.2 For purposes of the above Clause, "Force Majeure" means an

event beyond the control of the bidder and not involving the bidder and not involving the bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of CLR either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 4.16.3 If a Force Majeure situation arises, the qualified bidder shall

promptly notify CLR in writing of such conditions and the cause thereof. Unless otherwise directed by CLR in writing, the Bidder shall continue to perform its obligations under the contract as far as

Page 30 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

4.17
4.17.1

Resolution of Disputes and Arbitration


Any and all disputes or differences between the Parties arising

out of or in connection with this Contract or its performance shall, so far as it is possible, be settled amicably through direct informal negotiation between the Parties. 4.17.2 If after 30 (thirty) days of consultation or before, the

department and the successful bidder have failed to reach an amicable settlement, on any or all disputes or differences arising out of or in connection with this Contract or its performance, It shall be referred to The Commissioner Land Records and Settlement, who shall be the sole arbitrator. 4.17.3 In case of non acceptance of the CLRs decision, either party

may request that the dispute to be referred to arbitrator(s) in accordance with the Arbitration and Conciliation Act, 1996. All Arbitration proceedings shall be held at Gwalior, Madhya Pradesh and the language of the arbitration proceedings and that of all documents and communications between the parties shall be in English. 4.17.4 In case the issues are not resolved in the arbitration

proceedings then further legal action by the parties shall be referred and restricted to the jurisdiction of the Court in Gwalior, Madhya Pradesh.

4.18

Right to Accept Any Offer and to Reject Any or

All Offers
CLR, reserves the right to accept or reject any offer, and to declare the tendering process invalid, and to reject all tenders at any time prior to award of contract, without

Page 31 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

thereby incurring any liability to the participated vendor(s) or any obligation to inform the vendor(s) regarding the decision.

4.19

Risk Purchase Clause

In the event of the successful vendor fails to execute the project as stipulated in the delivery schedule in the required qualities and/or functionalities, CLR reserves the right to procure similar services from any alternate sources at the risk, cost and responsibility of the successful vendor.

4.20

Termination for convenience

CLR reserves the right to terminate the contract in whole or in part if the bidder failed to execute the project as per the scope of work with the required performance levels at any stage of the project assessed by the department. CLR shall also have the right to enter into an agreement with any other third party vendor for taking the project forward or for maintenance of the project and shall in no way be answerable to the bidder for such decision.

4.21

Right to call, verify, inspect the documents /

information etc.
In order to check the authenticity of the details provided by the bidder, CLR reserves the right to call, verify, inspect the documents and information submitted by the vendors.

4.22

Operation and Maintenance Period

Operation and Maintenance Period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain). The Operations and Maintenance Period shall continue for a period of 5 years counted after obtaining Implementation Certificate from CLR for entire Madhya Pradesh State for all user locations. During Operation and Maintenance Period, the bidder shall execute the following but not limited to:

4.22.1

Bug fixing, error corrections or any other changes required in

the solution provided by the bidder to fulfill the scope of work or to

Page 32 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

maintain the required service levels mentioned under section Service Level Agreements. 4.22.2 Updates to the existing GIS Web services and add new

services as and when required. 4.22.3 GIS data maintenance including periodic data validation

checks on the GIS data for topology and other data quality requirements, data upload / data porting, whenever there is a new data set available, Layering management, or any other Adding/deleting/amending layers or field structures modification to GIS database schema. 4.22.4 Any minor modifications/ enhancements required and/or

requested by CLR in the Enterprise Web Based GIS solution. 4.22.5 Interact with officials of the department and provide periodic

reports to higher management.

4.23

Transfer of Solution

After the completion of Operation and Maintenance Period, the department may opt to take up the Operations and Maintenance with its own staff or may call open tenders to choose a vendor to take up the Operations and Maintenance for another period chosen by CLR. The bidder shall have the responsibility to unconditionally transfer the entire solution including all hardware, all software, all infrastructures supplied by the bidder in good and running condition at bidders cost. The software components developed for CLR as part of this RFP should be accompanied by duly commented source code and documentation.

4.24

Ownership of resources supplied

At any time during or after this project, all resources supplied as part of this project except human resources shall belong to the department. This includes all hardware supplied, all software supplied (custom and COTS), all infrastructure developed/supplied including all networking.

Page 33 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.25

Work Completion Requirements

The milestones of the project shall be in terms of completion of measurable stages as given below. Milestone duration is taken from the date of work order. Any delay in achieving the milestones shall attract penalties as per the clause Penalty for delay in project execution Sr.No. Milestone Item Expected Completion from the date of award of contract 1. 2. 3. 4. 5. 6. Submission of Project Plan including PERT Chart Submission of SRS to the CLR Discussions on SRS and finalization of SRS after incorporating points discussed and recommended Submission of SDD and acceptance of SDD by CLR Development and Conference Room Pilot Demonstration Supply, Installation, Full function test run and CLRs Acceptance of the solution at Pilot Districts (Gwalior, Jabalpur, Indore and Ujjain) along with State Data Centre and Disaster Recovery Site 7. 8. Security Audit by Govt. of India approved security auditor chosen by CLR After clearance from the security audit, Commissioning of the solution at Pilot Districts (Gwalior, Jabalpur, Indore and Ujjain) and State Data Centre and Disaster Recovery Site 9. Supply, Installation and CLRs Acceptance at all locations after successful live run at Pilot Locations and acceptance of System documentation, user manuals, training and source code 10. 11. Obtaining project implementation certificate Operation and Maintenance Period 84 weeks 5 years after commissioning of the solution at Pilot Locations 80 weeks 72 weeks 40 weeks 52 weeks 65 weeks 4 Weeks 20 Weeks 30 weeks

Page 34 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.26

Payment Terms

The payment to the successful bidder shall be based on the utilization of the solution supplied by him for the department. The following are the revenue generation models for the department and the payments entitled for the bidder. In the following table, n is value of bid, which the bidder has quoted in the commercial bid in the format given under Annexure II: Format for Commercial Bid. The payments to the bidder shall be as per his winning bid of n. For example, if a bidder bids Rs2/- as n and if he wins the contract, He receives payments as follows: Rs 2.00/- per transaction mentioned in the table below, where payment to the bidder is mentioned as 1.0 x n Rs 2.40/- per transaction mentioned in the table below, where payment to the bidder is mentioned as 1.2 x n Rs 3.00/- per transaction mentioned in the table below, where payment to the bidder is mentioned as 1.5 x n

Sr. No

Descriptio n Source Revenue of of

Function/Transaction

Payment to the bidder per transaction (bidder has to bid the value of n)

1.

Land Revenue on Agricultural Land

Generation of Demand Note for Land Revenue including cess as applicable Collection of payment made by the Owner, Generation and Supply of Payment Receipt Generation of Demand Note for Premium for Diversion including Penalty, if any Collection of premium payment made by the Owner, Generation and Supply of Payment

0.5 x n 0.5 x n 0.5 x n 0.75 x n

2.

Revenue on Diversion of Land

Page 35 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Descriptio n Source Revenue of of Function/Transaction

RFP for WebGIS Solution Payment to the bidder per transaction (bidder has to bid the value of n)

Receipt Generation of Demand Note for Annual Rent on Diverted Land including cess as applicable Collection of Annual Rent payment made by the Owner, Receipt 3. Revenue on Nazul Land Generation of Demand Note for Premium for Nazul land including Penalty, if any Collection of Premium payment made by the Owner, Receipt Generation of Demand Note for Annual Rent for Nazul land including cess as applicable Collection of Annual Rent payment made by the Owner, Receipt 4. Payment through internet 5. Copy Land Records (Khasra/B1 /Map) A4 Print) 6. Copy Land Records (Khasra/B1 /Map) (Per of Receiving Application for copy of Land Records, Collection of Payment made by applicant, Generation and Supply of Payment Receipt to the applicant, Generation and Supply of copy of Land Records to the applicant. (A3 Size shall be used 1.5 x n (Per Size of Receiving application for copy of Land Records, Collection of Payment made by applicant, Generation and Supply of Payment Receipt to the applicant, Generation and Supply of copy of Land Records to the applicant. 1.0 x n Any payment received through internet using bidders solution 0.25 x n Generation and Supply of Payment 0.75 x n 0.5 x n Generation and Supply of Payment 0.75 x n 0.5 x n Generation and Supply of Payment 0.75 x n 0.5 x n

Page 36 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Descriptio n Source Revenue of of Function/Transaction

RFP for WebGIS Solution Payment to the bidder per transaction (bidder has to bid the value of n)

A3 Print) 7. Copy Land Records

Size of

only if the document is not fitting into A4 Size) Generating copy of land records 0.5 x n

(Khasra/B1/Map) through internet

(Khasra/B1 /Map) through internet 8. Issue of Receiving application for issue of owner-wise smart card with required proofs, Receive payment for smart card issue fee from the applicant, Issue of the smart card Fixed payment of Rs 75/Owner-wise Smartcard

4.27

Statistics of the number of transactions

In order to provide an indicative idea to the bidders about the number of transactions for each category of revenue collection, a statistics of the present and likely number of transactions per year is provided below: Sr. No Present Scenario 1. 2. 3. 4. Demand Note generated for Agriculture Land Revenue Collection of Agriculture Land Revenue Demand Note generated for Premium for Diversion including arrears and penalty Collection of Premium for Diversion including 10,000 50,000 20,00,000 10,000 25,00,000 50,000 25,00,000 Function/Transaction Number of Transactions Per Year Likely Scenario 30,00,000

Page 37 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Function/Transaction

RFP for WebGIS Solution Number of Transactions Per Year Present Scenario Likely Scenario 5,00,000 5,00,000 1,000 1,000 1,00,000 1,00,000 50,00,000 50,00,000

penalty 5. 6. 7. 8. 9. Demand Note generated for Annual Rent on Diverted Land Collection of Annual Rent on Diverted Land Demand Note generated for Premium for Nazul land including Penalty Collection of Premium for Nazul land including Penalty Demand Note generated for Annual Rent for Nazul land 10. Collection of Annual Rent for Annual Rent for Nazul land 11. Copy of Khasra/Map to the applicant. 12. Copy of B-1 record to the applicant. The figures given above are indicative. Bidders can also consider the following statistics for analyzing the revenue model Sr. No 1. Total number of parcels including all categories (Agriculture, Nazul and Diverted) 3,70,00,000 Item Approximate Value 25,00,000 25,00,000 50,000 50,000 500 1,50,000 500 1,50,000

4.28
4.28.1

Conditions on Payment Terms


Payment to the bidder shall be monthly based on total

successful completed transactions during a calendar month on producing certified list of transactions. The department shall put all efforts to release the payments by 15th of the following month. The payment shall be released after deducting all the penalties, if any as per the conditions mentioned in the service level agreements.

Page 38 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

4.28.2

The payment to the bidder shall start after obtaining

successful project implementation certificate by CLR for 4 districts (Gwalior, Jabalpur, Indore and Ujjain). As soon as the solution is successfully implemented for other districts, payments for those districts will commence. 4.28.3 The Operations and Maintenance Period shall continue for a

period of 5 years counted after obtaining Project Implementation Certificate from CLR for entire Madhya Pradesh State for all user locations. 4.28.4 By change of law, the revenue heads may also change. CLR

reserves the right to amend the list as per necessity. The changes shall be intimated to the bidder from time to time.

Page 39 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 5: SCOPE OF WORK

Page 40 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.1 Establishment, Running and Maintenance of State Data Centre and Disaster Recovery Site
Vendors have to establish a State Data Centre required for running the Enterprise Web based GIS application supplied by the bidder. The scope includes:

5.1.1 Design, Gwalior. 5.1.2 Design,

Establishment,

Installation,

Testing,

Configuration,

Commissioning, Running and Maintenance of State Data Centre at

Establishment,

Installation,

Testing,

Configuration,

Commissioning, Running and Maintenance of Disaster Recovery Data Centre at a different Seismic Zone. 5.1.3 The State Data Centre and Disaster Recovery Site shall be connected through leased line (1:1 ratio) of required bandwidth (minimum 4 Mbps) configured for VPN and synchronous data mirroring between State Data Centre and Disaster Recovery Site to provide required functionality and service levels. Any updates to the data should be considered as completed only after successful updating of the same to servers at State Data Centre as well as servers at Disaster Recovery Site 5.1.4 State Data Centre should have SAN based Data Mirroring with the Disaster Recovery Site. 5.1.5 Supply, Installation, Testing, Configuration, Commissioning and Maintenance of all servers, all hardware, all software, all networking, all running expenses like man power, electricity, cleaning, establishment and maintenance of all other infrastructure required for running the Enterprise Web Based GIS application supplied by the bidder to meet the required service levels.

Page 41 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.1.6 The

infrastructure

provided

should under

comply Section

to

the 6:

technical Technical

requirements Requirements

mentioned

5.2 Getting Certification for Security for State Data Centre


5.2.1 The vendor shall implement a comprehensive security policy comply with the CERT-In Security Guidelines, the requirements of department and conforming to ISO 27001 as well as ISO 27002. 5.2.2 Implementations of a comprehensive security policy comply with the CERT-In Security Guidelines and conforming to ISO 27001 as well as ISO 27002. The bidder shall comply with ISO 27001 and ISO 27002 and get the certification within 6 months after implementation 5.2.3 The bidder shall comply with ISO 27001 for Security Management and ISO 27002 for Security Control and get the certification within 6 months after implementation. The certification should be renewed and valid during and till the end of Operations and Maintenance Period.

5.3 Establishment,

Running

and

Maintenance

of

IT

Centers at 341 user locations


Vendors have to establish IT Centers at all department user locations (341 in number at each Tehsil Level) to run the Enterprise Web Based GIS application supplied by the bidder. The scope includes:

5.3.1 Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of IT Centers at 341 user locations (at each Tehsil and level) all including all and hardware, like all software, of all all networking, cleaning running expenses manpower, electricity, other

establishment

maintenance

Page 42 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space and desktops shall be provided by the department. The maintenance of desktops and space also shall be carried out by the vendor.
The following table describes the number of IT Centres expected: Sr.No. 1. 2. IT Centre Category CLR Head office Tehsil Offices Total No of IT Centres at each category 1 341

5.3.2 Supply, Installation, Testing, Configuration, Commissioning and Maintenance of all hardware and all software required for integrated biometric validations, while posting the edits to the server. 5.3.3 Establishment and maintenance of all connectivity required at all department user locations for the required service levels. 5.3.4 The infrastructure provided should under comply Section to the 6: technical Technical

requirements Requirements

mentioned

5.4 Development

and

Implementation

of

Enterprise

Web Based GIS application


In order to assist the day to day activities of the stakeholders of the land records, a browser based GIS application need to be developed. The application should satisfy the Technical Requirements mentioned under section Technical Requirements. The scope includes system study, requirement analysis, design, development, testing, implementation, commissioning, running and maintenance of Enterprise Web based GIS application with facility for editing the spatial and attribute data over web browser and having options to perform day to day mutation, modification, updates, reports, generation and printing of demand notes, collection receipts and all other activities of the department related to maintenance and use of land records

Page 43 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

The required Functional Requirements of the Web Based Enterprise Web Based Application are detailed under the following heads. The vendors should note that the overall functional requirements and/or functionality availability for different types of users may change as per the wish of CLR and should be addressed at the SRS and/or SDD level. It is to be noted that any cost incurred in providing and maintaining the online transaction functionality like payments to the payment gateway provider is to be borne by the bidder.

5.4.1 Functional Requirements common to all users


5.4.1.1 The application module should have the user authentication screen before opening the GIS user interface. The detailed user management requirements are listed under the section User Management. None of the web pages or module interfaces should be available to any user without authentication of user name and password allotted to him by administrative users. However, the public user should be able to use the functionalities available to the public user by registering themselves on the website by specifying an unused user name and a password of his choice as per the guidelines mentioned on the website in line with best practices in the industry. 5.4.1.2 The GIS user interface should be user friendly. 5.4.1.3 The user should be able to select and load the map at Tehsil level using the drill down option using combo boxed in the following sequence

District Tehsil The Tehsil should be populated as per the selection of the district. After selecting Tehsil, it should take the user to the GIS interface opened with the selected Tehsil on the map display area. After loading the data for a Tehsil, There should be option to drill down up to the Khasra level using combo boxes in the following sequence R.I Circle Patwari Halka Village Khasra No

Page 44 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

There should be option to directly select the village name also, without selecting the RI Circle or Patwari Halka. If there are more than one village with the same name, the options should be automatically highlighted with details of village with corresponding RI Circles and Patwari Halkas so that the user can select from the available options. 5.4.1.4 The interface should have easy to use Map Navigation Options like: 5.4.1.4.1 Zoom to Full Extent 5.4.1.4.2 Single click fixed Zoom-in and Zoom-out options 5.4.1.4.3 Zoom to previous extent 5.4.1.4.4 Zoom to selected features 5.4.1.4.5 Zoom to specified scale 5.4.1.4.6 PAN using click and drag options and/or using sliders at bottom and right side 5.4.1.5 Option to view the feature layer list currently displayed in a stacked form. 5.4.1.6 Option to switch the display of a feature layer ON or OFF independently. 5.4.1.7 Attribute query options to find records satisfying conditions based on specific field or combination of fields using logical and mathematical operators. 5.4.1.8 General GIS spatial queries. 5.4.1.9 Measure distance and Area using specified mouse clicks. 5.4.1.10Click and select features. Select using rectangle, circle, polygon etc. 5.4.1.11Online help on usage of the system. 5.4.1.12 5.4.1.12.1 Facility to generate and print copies of Land Record Any public user can print copies of Khasra with/without Map and/or B1

only after registering himself once and making online payment in favour of CLR using online net-banking/debit card/cash card. 5.4.1.12.2 Designated person at department IT Centres should be able to receive

application for issue of Land Records Copy. He shall receive the payment from the applicant by cash/demand draft/debit card/cash card. He should be able to drill down to a Khasra and take print copies of Khasra with/without Map and/or B1. After entering the payment details, the print option shall be activated. He will take the printout and handover the same to the applicant.

Page 45 of 191

CLR, Gwalior, Madhya Pradesh 5.4.1.12.3

RFP for WebGIS Solution

For every copy of the Land Records generated, there should be statewide

unique number automatically generated called CLR Number. An encrypted pdf file with CLR Number as filename should be automatically generated and saved to the server. At any point of time, if anybody feeds the CLR Number in the user interface at the home page of CLR website, he should be able to see the already printed land records copy as well as the current status of the same Khasra No. If the Khasra Number gets subdivided, then he should be able to see all the parts and vice versa. 5.4.1.12.4 The layout of the Land Records Copy shall be pleasing, well organized and

approved by CLR. It should have details like CLR Number, Date of generation, selected attribute details of Khasra (if taking copy of Khasra with Map), selected attribute details of B1 (if taking copy of B1). Additional details while taking map copy should include scale of the map, north arrow sign, details of district, RI Circle, Patwari Halka, Village and Khasra No. Map should cover the Khasra in question fully and all adjacent Khasras partially. The edges of the boundaries of the Khasra in question shall be dimensioned in meters. Khasra in question shall be labeled in centre with Khasra number and area. 5.4.1.12.5 The paper size should be selected automatically to A4 or A3 as per the size

of the parcel. The scales to be used shall be 1:500, 1:1000, 1:2000 and 1:4000. The applicant shall choose the paper size (A4 or A3) if the parcel can be printed in both A4 and A3 on any of the scales mentioned. 5.4.1.13 5.4.1.13.1 Formation of New Administrative Boundaries The application should have facility to take care the changes resulting from

formation of new administrative boundaries (like formation/change of Districts / Tehsils / RI Circle /Patwari Halka etc.). It also should have back track facility. 5.4.1.14 5.4.1.14.1 Payment Gateway The vendors are required to make facility for Payment Gateway so that

payments using online net-banking/debit card/cash card are incorporated in the solution

5.4.2 Additional Functional Requirements for Public User


5.4.2.1 Select the Khasra using the drill down combo boxes or after directly selecting the village

Page 46 of 191

CLR, Gwalior, Madhya Pradesh 5.4.2.2 See demand note under all heads

RFP for WebGIS Solution

5.4.2.3 Pay rent online using internet and online banking/debit cards/cash cards (No credit card payment should be allowed) 5.4.2.4 Receive the digitally signed payment receipt in real-time. 5.4.2.5 See rent paid status. 5.4.2.6 Payment details shall be passed to the accounts department.

5.4.3 Additional Functional Requirements for payments receiving counters


5.4.3.1 Select the Khasra using the drill down combo boxes from higher levels or after directly selecting the village. 5.4.3.2 See demand note for land revenue or payment paid status. 5.4.3.3 Receive payment from public by cash/demand draft/debit card/cash card and update the payment details in the database. 5.4.3.4 Payment details shall be passed to the Accounts departments.

5.4.4 Issue of owner-wise smart card to owners


5.4.4.1 Receive application for issue of smart card for properties owned by a citizen. The application shall be accompanied by identification proof and proof of ownership. The smart card should include the details currently being provided in Bhu Adhikar Evam Rin Pustika 5.4.4.2 The application shall be scrutinized with the records in the system for conformance. 5.4.4.3 Receive payment in favour of CLR for issue of smart card. 5.4.4.4 Issue the smart card to the applicant.

5.4.5 Additional Functional Requirements for Editing User


5.4.5.1 All edits are to be done by the human resources supplied by the bidder but the edits should be authenticated by biometry and digital signature of the authorized department officials, while posting the edits to the central server.

Page 47 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.2 Tools for editing attribute data with user permission authentication with audit trails, undo options and versioning. Once the edits are authenticated and saved to the server, the undo options shall not be available to the users of any level including super user. 5.4.5.3 Tools for editing map data with user permissions authentication with audit trails, undo options and versioning. Easy to use editing tools should be available for example: split/divide the parcels based on selected criteria like equal area or using lines drawn (with snapping to intersections or edges) based on distances from selected point or edge, based on absolute coordinates etc. Similar options for joining parcels also should be available. Option to create temporary lines as reference lines while editing, make parallel lines at a specified distance to an edge, drawing lines perpendicular to an edge etc. 5.4.5.4 Options to update and manage Mutation details like: 5.4.5.4.1 Division/Partition. 5.4.5.4.2 Sale/Purchase/Government Patta. 5.4.5.4.3 Legal possession due to Will or Succession. 5.4.5.4.4 Donation. 5.4.5.4.5 Land acquisition by the Government 5.4.5.5 Options to update the following records whenever there is a requirement: 5.4.5.5.1 Khasra (Field Book). 5.4.5.5.2 Maps. 5.4.5.5.3 B1 Register (Holder wise Revenue collection register). 5.4.5.6 Complete process management of mutation The process flow diagram is given below for mutation process

Page 48 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.7 Module to Manage Demand and Collection for Agricultural Land Revenue 5.4.5.7.1 Option to compute the land revenue as well as generate and print the demand note. Demand note should also consider the arrears and penalties if any. 5.4.5.7.2 Option to generate and print collection/payment receipt from owners and update the records automatically for collection and pass the information to accounts 5.4.5.7.3 Update the registers in CLRs format automatically

Page 49 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.7.4 In order to get a better picture about the process, the bidders are requested to refer to the following process flow diagram

5.4.5.8 Module to Manage Demand and Collection for Diversion of Land 5.4.5.8.1 Option to compute the Premium and Annual Rent for diversion, generate and print the demand note. Demand note shall also consider the arrears and penalties, if any. 5.4.5.8.2 Option to generate and print collection/payment receipt for premium as well as annual rent from owners and update the records automatically for collection and pass the information to accounts 5.4.5.8.3 Update the registers in CLRs format automatically 5.4.5.8.4 Module to receive applications and processing of diversion of land. The process flow diagram of the same is given below.

Page 50 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.9 Module to manage appeal to higher courts and its processing. 5.4.5.9.1 The process flow diagram of the appealing hierarchy of different courts is given below:

Page 51 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.10 5.4.5.10.1

Module to Manage Demand and Collection for Nazul Land Option to compute the Premium and Annual Rent for Nazul Land, generate

and print the demand note. Demand note shall also consider the arrears and penalties, if any. 5.4.5.10.2 Option to generate and print collection/payment receipt for premium as

well as annual rent from owners and update the records automatically for collection and pass the information to accounts 5.4.5.10.3 Options to complete management of process of Lease of Government

Land. The process diagram is given below:

Page 52 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.10.4 5.4.5.10.5

Option to manage the renewal of Lease of Government Land Option to manage sending the notices and the destruction of illegal

construction/possession and/or encroachment 5.4.5.11 5.4.5.11.1 Module to Manage Demand and Collection for Mining Land Option to compute the Premium and Annual Rent for Mining Land,

generate and print the demand note. Demand note shall also consider the arrears and penalties, if any. 5.4.5.11.2 Option to generate and print collection/payment receipt for premium as

well as annual rent from owners and update the records automatically for collection and pass the information to accounts 5.4.5.11.3 Update the registers in CLRs format automatically

5.4.5.12The successful vendor has to study the process involved in updating these records in details during the system study and requirements analysis phase and is to be detailed in SRS prepared by him during the execution of the project.

Page 53 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.5.13If required, formats for Field Book, B1 Register, Diversion Registers and Nazul Registers etc. can be made available from CLR to vendors upon written request till last date of submission of bids as mentioned in the data sheet. 5.4.5.14The solution should have full function versioning to load to a previous version and option to roll back to a previous version if required. 5.4.5.15Options to overlay registered images including satellite images/aerial photos 5.4.5.16Biometry (finger print) authentication while saving edits to the spatial or attribute database to the server. Scope includes supply and maintenance of all equipments, hardware and software required for biometric authentication. 5.4.5.17Automatic quality checks and data validation options: o o o o o o o o o o o o o o o o o o Check for Sliver Polygon Check for Overlapping features Check for No mans land/ Holes Check for Uniqueness of Khasra Number within a village Check for Positional Accuracy of digitization Check for Adequacy of nodes / Absence of clustered nodes Check for Layering Check for Feature Type Check for Missing / Incomplete Attributes Check for absence of garbage data Check for Undershoot, Overshoot/Dangles Check for Unclosed Polygons Check for Continuity and Contiguity Check for Nodes at intersection Check for Correct Spatial Reference Check for Snapping within Layer Check for Snapping between Layers Check for gaps in dates

5.4.6 Additional Functional Requirements for Administrative Users


5.4.6.1 Generate data editing statistics. Who has done what, where and when? Generate editing statistics between specified date ranges. 5.4.6.2 Data loading options as and when new data is available with CLR

Page 54 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.6.3 Automatic linking of attribute data to map data. This is a requirement at the database level. There shall be separate pure non-spatial tables in the database, which shall be linked to map data through single or multiple linking fields (Primary key and foreign key). This facility is provided to overcome the fact that all non-spatial table records may not have corresponding surveyed map data. As and when the map data is available, the non-spatial records should automatically link to the corresponding map data. 5.4.6.4 Data security management against unauthorized access. The authorization levels should be controllable with machine hardware Id and IP. 5.4.6.5 User Management including setting up of access levels for data as well as functionalities 5.4.6.6 Any changes to the data including uploading of new data or changes to the existing data or administrative settings including security and user management shall be done using authentication of authorized department user using biometric authentication and digital signature.

5.4.7 Additional Requirements for special external users


5.4.7.1 Users from the following external departments shall be provided with special accessibility with the corresponding functionalities as listed below:

Sr.No. 1.

System Name Financial Institutions

Integration Requirement Financial Institutions should have special login registered with CLR. They should be able to view the Land Record Copy issued by specifying the CLR Number. They should also be able to see the current state of the Khasra by selecting the Khasra using drill down options or directly taken from the CLR Number of an already issued Land Record Copy. They should be in a position to feed finance details/comments in finance remarks data column associated with the Khasra.

2.

Town

Planning

Town Planning Departments should have special login registered with CLR.

Departments

Page 55 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. System Name Integration Requirement

RFP for WebGIS Solution

Notes and comments as well as map from CLR shall be available to town planning departments. Separate options shall be available to Town Planning Departments for inserting Notes and Comments (like land-use change) upon log-in. Maps should be automatically available.

3.

Registration Department

Registration Departments should have special login registered with CLR. They should be able to view the Land Records by specifying Khasra No selected using drill down options.

They should be in a position to feed Registration details/comments in registration remarks data column associated with the Khasra.

4. Courts

Mutation trigger shall be automatically generated and intimation has to be sent to concerned Tehsildar. Courts should have special login registered with CLR. They should be able to view the Land Records by specifying Khasra No selected using drill down options.

They

should etc.)

be in

in

position

to

feed data

Court column

details/comments Sureties

(like Courts

guarantee remarks

declarations,

associated with the Khasra.

5.4.8 System Documents, User Documents and Source Code


The vendor is expected to provide detailed system documents, user documents and properly commented source code for components designed and developed for CLR by the bidder as part of this RFP along with the delivery of solution components. All hardware components and readymade software shall be supplied with its original documentation from the original manufacturer. All custom made components including software modules shall be accompanied by detailed system documentation and user manuals.

5.4.9 Project Flow, Development Stages and Implementation of the Enterprise Web Based Application
The project shall undergo the following project flow for the development of the Enterprise Web Based Application. At each stage, CLR or the agency authorized by CLR

Page 56 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

shall monitor the development. The vendor is expected to provide reports and/or clarifications on a regular basis as requested. 5.4.9.1 Award of Contract At this stage, the vendor selected by CLR shall be issued a letter of award of contract in the form of a work order. The vendor should start the work immediately after the work order is issued by CLR. 5.4.9.2 Submission of Detailed Project Plan 5.4.9.2.1 Vendor should submit the detailed project plan including Start and end of each stage/milestone with elaborated sub tasks. Project plan should include PERT chart including resource allocation. 5.4.9.2.2 Each milestone shall be as per the work completion requirements mentioned under section Work Completion and Payment Terms. 5.4.9.2.3 The detailed project plan shall undergo an approval process by a technical committee duly constituted. 5.4.9.2.4 The vendor shall proceed to the next stage only after approval of the detailed project plan. 5.4.9.3 Requirement Analysis, Preparation and Submission of Software

Requirement Specification. 5.4.9.3.1 Vendor should perform a detailed requirement analysis with department stakeholders and/or with consultants authorized by CLR. 5.4.9.4 The database schema needs to be discussed with the department in detail to ensure smooth incorporation of existing digitized data as well as new data being developed through survey. 5.4.9.5 In line with the tender as well as the findings of the requirements analysis, vendor is expected to prepare the Software Requirements Specification and submit for approval of CLR. 5.4.9.6 The SRS shall undergo multiple discussions with the technical committee duly constituted and modifications shall be made to incorporate the outcome/recommendations of the discussions to finalize the SRS.

Page 57 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.4.9.7 The timelines for submission and finalization of SRS after discussions with the department shall be as per the approved Detailed Project Plan. 5.4.9.8 The SRS should conform to the IEEE 830 standards. 5.4.9.9 The vendor shall proceed to the next stage only after approval of the SRS. 5.4.9.10 5.4.9.10.1 Preparation and Submission of Software Design Document. Vendor should prepare the detailed Software Design Document and submit

it for approval of CLR. 5.4.9.10.2 The timelines for submission of SDD shall be as per the approved Detailed

Project Plan. 5.4.9.10.3 The SDD shall undergo an approval process by a technical committee duly

constituted. 5.4.9.10.4 5.4.9.10.5 5.4.9.11 5.4.9.11.1 The SDD should conform to the IEEE 1016 standards. The vendor shall proceed to the next stage only after approval of the SDD. Development and Conference Room Pilot Demonstration In line with the Design document, coding should take place. The codes

should undergo stringent unit testing, module testing and integrated system testing process. 5.4.9.11.2 5.4.9.11.3 The test reports shall be submitted to CLR for verification. The vendor should conduct a conference room pilot demonstration of the

developed solution before a technical committee duly constituted. After clearance in the user acceptance testing of the conference room pilot run, the solution shall be recommended for implementation at pilot locations. 5.4.9.11.4 The timelines for testing, submission of test reports and conference room

pilot run shall be as per the approved detailed project plan. 5.4.9.11.5 The vendor shall proceed to the next stage only after clearance of the

solution in Conference Room Pilot User Acceptance Test. 5.4.9.12 Full function Test Run at Pilot Locations

Page 58 of 191

CLR, Gwalior, Madhya Pradesh 5.4.9.12.1

RFP for WebGIS Solution

Pilot rollout is a fully functional test run of the application but restricted to

pilot locations (Gwalior, Jabalpur, Indore and Ujjain). 5.4.9.12.2 In line with the timelines approved in the Detailed Project Plan, the vendor

is expected to submit the Pilot Test Run Plan in discussion with the CLR. 5.4.9.12.3 Pilot test run shall be approved by the department after finding

satisfactory performance in a full function User Acceptance Testing by a technical committee duly constituted. 5.4.9.12.4 Any discrepancies or non-conformance noted during the Pilot Rollout shall

be recorded and are to be rectified by the vendor without affecting the overall time schedule of the project. The UAT shall be repeated till the required functionalities at expected qualities and performance are met. 5.4.9.12.5 Full function test run at pilot locations shall include full data porting of data

relevant to the pilot locations. 5.4.9.12.6 The vendor shall proceed to the next stage only after clearance of the

solution in the UAT. 5.4.9.13 Security Audit by Govt. of India approved Security Auditor Chosen

by CLR 5.4.9.13.1 The solution shall be audited for security by a Government of India

approved Security Auditor chosen by CLR at bidders cost. 5.4.9.13.2 The vendor shall proceed to the next stage only after clearance in the

above mentioned security audit. 5.4.9.14 5.4.9.14.1 Commissioning of the solution at Pilot Locations After successful clearance in the security audit by the Security Auditor

chosen by CLR, the solution shall be recommended for commissioning. 5.4.9.15 5.4.9.15.1 Training to Stakeholders After successful pilot implementation, the vendor should conduct training

to the stakeholders of the system as per the training requirements described under section Training At the end of each session, training feedback are to be taken from the attendees in the format supplied by CLR.

Page 59 of 191

CLR, Gwalior, Madhya Pradesh 5.4.9.15.2

RFP for WebGIS Solution

During the training, the feedback forms shall be reviewed by CLR

periodically. Sessions will have to be repeated if the sessions are found not to be satisfactory. This exercise should not affect the overall performance of the project. 5.4.9.15.3 After successful completion of trainings, CLR shall issue order for full live

implementation. 5.4.9.15.4 The vendor shall not proceed for full implementation till getting the order

for doing so from CLR. 5.4.9.16 5.4.9.16.1 Full Rollout Live Implementation at all locations After getting the order for full rollout, the vendor shall immediately

implement the application in all locations in Madhya Pradesh. 5.4.9.16.2 At each location, the implementation team should demonstrate the

working of the application to the stakeholders and get implementation certificate recommendation note from each location by the authorized person nominated by CLR. 5.4.9.17 5.4.9.17.1 Operation and Maintenance Period After commissioning of the solution at Pilot Locations, Operation and

Maintenance Period starts as per the section Operation and Maintenance shall start. The Operations and Maintenance Period shall continue for a period of 5 years counted after obtaining Project Implementation Certificate from CLR for entire Madhya Pradesh for all user locations (341 in number). 5.4.9.18 Project Completion

5.4.9.19After completing the Operations and Maintenance Period, the solution should be transferred to the department as per clause Transfer of the solution. After successful transfer of the solution, the bid security shall be discharged to the bidder. Along with that, a project completion certificate shall be issued to the bidder by CLR.

5.4.10

Additional Parallel Stages of Project Flow related to

Establishment of State Data Centre, Disaster Recovery Site and IT Centres

Page 60 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

The project shall undergo the following additional and parallel project flow for the establishment of State Data Centre, Disaster Recovery Site and IT Centres at user locations. A technical committee duly constituted shall monitor the progress. The bidder is expected to provide reports and/or clarifications on a regular basis as requested. 5.4.10.1 Submission of Detailed Delivery Plan, Submission of Installation,

Configuration and Testing Plan 5.4.10.1.1 Vendor should submit the detailed delivery plan as well as Installation,

Configuration and Testing Plan of the hardware/materials required for the development of infrastructure as part of the project. 5.4.10.1.2 5.4.10.1.3 The delivery plan should be in line with the overall target timelines The delivery plan shall undergo an approval process by a technical

committee duly constituted. 5.4.10.1.4 The vendor shall proceed to the next stage only after approval of the

detailed project plan 5.4.10.2 Delivery of Materials, Installation, Configuration and Testing by

the Bidder 5.4.10.2.1 5.4.10.2.2 The bidder shall deliver the materials to each site as per the delivery plan. After the acceptance of deliveries, the bidder shall proceed with

installation, configuration and testing as per the approved installation, configuration and testing plan. Reports shall be submitted on installation, configuration and testing. 5.4.10.3 5.4.10.3.1 Pilot Run The infrastructure developed shall be part of the assessment of success of

pilot run at pilot districts and User Acceptance Testing. The performance and conformity of the solution as per the contract shall be assessed a technical committee duly constituted. 5.4.10.4 5.4.10.4.1 of Testing for Disaster Recovery Site Function The Disaster Recovery Site shall be tested for its intended functionality by the Disaster Recovery Site using such representative cases. The

representative simulated cases. The bidders should demonstrate performance

Page 61 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

performance shall be assessed for conformity of the solution as well as timelines as per the contract by a technical committee duly constituted. Report on the same shall be made and CLR shall approve the disaster recovery site based on the report. 5.4.10.5 5.4.10.5.1 Full Rollout The infrastructure developed shall be part of the assessment of success of

full rollout at all locations of Madhya Pradesh and User Acceptance Testing. The performance and conformity of the solution as per the contract shall be assessed by a technical committee duly constituted.

5.5 Training
5.5.1 The vendors shall provide functional training as well as

administrative training to all the stakeholders of the system in manageable batches. 5.5.2 Separate batches shall be organized by the vendor according to different user levels. 5.5.3 The training shall be conducted with hand-on exposure to various functionalities and operations of the system. 5.5.4 Administrative training shall include administration and fine tuning of server components, user management and security management. 5.5.5 For the purpose of training, CLR shall provide only basic

infrastructure like space and basic furniture. All other cost incurred in providing the training including training material, desktops, LCD projector during the training period, travelling to the training site and back, boarding of the trainer etc is to be included in the GIS application development cost.

Page 62 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.5.6 The training locations and minimum number of departmental staff to be trained shall be as follows. Vendors should note that the number of people to be trained may vary as per the decisions of CLR and vendors are bound to train additional staff if requested without additional cost:
Sr.No. Training Location No of Locations under for this 50 1 Minimum No of

training category 1. 2. All district head offices CLR Head office

departmental staff to be trained 2000 20

5.6 Quality checks, Validation and Porting of existing data and integrating spatial and non-spatial data
CLR has the village levels cadastral maps in digitized format in local coordinates in ESRI Shape as well as AutoCAD dwg format for the complete jurisdiction of Madhya Pradesh. Separate attribute data is already computerized and available in MS-SQL format. Details of the existing data Sr.No. 1. 2. 3. 4. Item Geographic coverage of the data State of the data Scale of Paper maps, from which the Quantity/Description Entire Madhya Pradesh Digitized in AutoCAD as well as ESRI Shape format 1:3600, 1:3960 and 1:4000 100 Approx. digitization was performed No of Feature Layers

The scope of work of the successful bidder includes performing quality checks and validation of spatial as well as non-spatial data in terms of correctness and completeness as well as bringing the data into the usable condition in the Enterprise Web based solution provided by the bidder. This includes existing spatial and non-spatial data supplied by CLR as well as spatial and non-spatial data developed and supplied by CLR from time to time.

Page 63 of 191

CLR, Gwalior, Madhya Pradesh Quality checks to be performed are: Check for Sliver Polygon Check for Overlapping features Check for No mans land/ Holes

RFP for WebGIS Solution

Check for Uniqueness of Khasra Number within a village Check for Positional Accuracy of digitization Check for Adequacy of nodes / Absence of clustered nodes Check for Layering Check for Feature Type Check for Missing / Incomplete Attributes Check for absence of garbage data Check for Undershoot, Overshoot/Dangles Check for Unclosed Polygons Check for Continuity and Contiguity Check for Nodes at intersection Check for Correct Spatial Reference Check for Snapping within Layer Check for Snapping between Layers Check for gaps in dates

The bidder is expected to correct the issues in the input data. Major issues in the spatial data will have to be intimated to CLR in the form of a quality check report additionally. The vendor is expected to do the data porting for both spatial as well as non-spatial data and do the linking of both so that it is integrated and can be used for all functionalities available in the Enterprise Web based GIS Solution.

5.7 Operation and Maintenance Period


Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years counted after getting successful implementation certificate for all user locations in Madhya Pradesh. During this period, the vendor shall run the application on behalf of the department. Apart from running the system on behalf of the department, the scope during this period also includes but not limited to:

5.7.1 Supply of required manpower for operating the solution with full functionalities at all locations including State Data Centre, disaster recovery site and all user locations.
Page 64 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.7.2 In all operations, the supplied man power should involve the department users and train the department users to use all the operations so that the department users are also trained for the operations. 5.7.3 Edits to the land records as per daily transactions need to be performed by the supplied man power but all edits to the land records at any time should be authenticated using biometry and digital signature of the department users before posting the edits to the central database. 5.7.4 Bug fixing, error corrections or any other changes required in the solution provided by the bidder to fulfill the scope of work or to maintain the required service levels mentioned under section Service Level Agreements. 5.7.5 Updates to the existing GIS Web services and add new services as and when required. 5.7.6 GIS data maintenance including periodic data validation checks on the GIS data for topology and other data quality requirements, data upload / data porting, whenever there is a new data set available, Layering management, Adding/deleting/amending layers or field structures or any other modification to GIS database schema. 5.7.7 Any minor modifications/ enhancements required and/or requested by CLR
5.7.7.1 This modifications/enhancements include effort required over and above of bug fixing and maintenance efforts explained in section 5.8.4. 5.7.7.2 This effort for modifications / enhancements shall not exceed 1 man month per year for each year of operations and maintenance period. The department shall assess the effort required using industry standard methods like functional point analysis.

Page 65 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

5.7.8 Interact with officials of the department and provide periodic reports to higher management. 5.7.9 Automatically generate daily, weekly, monthly and yearly reports of all operations of all locations pertaining to the operations and maintenance of the solution in encrypted pdf format and saving them to the server and external media.

Page 66 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 6: TECHNICAL REQUIREMENTS

Page 67 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

The minimum technical requirements of the solution are described under the following heads.

6.1 Platform
6.1.1 User Platform
6.1.1.1 The developed system shall be browser based. Any industry standard browser like Internet Explorer, Mozilla, Chrome, Opera etc. should be able to use the application. 6.1.1.2 The developed system shall be able to open and use all the functionalities in MSWindows XP or Vista or Unix/Linux or latest OS based desktops. 6.1.1.3 The expected client machines are Pentium IV with 512 MB RAM or higher configurations. The browser based application should be able to run on machines with these configuration (or higher) without failing its minimum performance requirements.

6.1.2 GIS Platform


6.1.2.1 The vendors can propose any Industry Standard GIS platform. However, The WebGIS platform proposed should have Open Geospatial Consortium (OGC) Compliance Certification. 6.1.2.2 The GIS Platform should conform to all the features mentioned in the Compliance Matrix given under section Annexure III: Compliance Matrix for Enterprise Application in terms of working along with the solution proposed.

6.1.3 Database Platform


6.1.3.1 Oracle 10g Spatial or higher should be used as the database platform. 6.1.3.2 The OS for Database Server should be Linux or Unix based native OS of the Server Manufacturer. 6.1.3.3 The database platform should have proven compatibility with the GIS platform supplied by the bidder in terms of best performance.

Page 68 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.1.3.4 The Database Platform should conform to the Compliance Matrix given under section Annexure III: Compliance Matrix in terms of working along with the solution proposed.

6.1.4 Application Development Platform


6.1.4.1 The vendors can propose any Industry Standard Platform/tool/language for application development. 6.1.4.2 The application development language shall be object oriented. 6.1.4.3 The developers in the development language proposed shall be easily available in the open market e.g. Java/.Net etc. 6.1.4.4 The application development tool/language should have proven compatibility with the GIS platform and Database Platform in terms of best performance. 6.1.4.5 The application development tool/language should conform to the Compliance Matrix given under section Annexure III: Compliance Matrix in terms of working along with the solution proposed.

6.2 Technical

Requirements for

Integrated

Biometry

Authentication
Sr.No 1. Item Biometric Device Authentication Minimum Specification Finger print imaging area: 12mm * 16 mm Resolution: >=480 dpi Interface: USB 2.0 Power: Self Powered via USB Verification time less than a second Capable of handling finger print angular variability 400 Bytes encrypted data size ISO 7816 compliant Compliant with standards set by Govt. of India

Page 69 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.3 User Capacity Requirements


6.3.1 User Types
6.3.1.1 Departmental Users 6.3.1.1.1 View only users: 6.3.1.1.1.1 These users use the application only to view the spatial and/or attribute data. There should be map navigation options and query options. The complete list of functionality requirements are given under section Functional Requirements. 6.3.1.1.2 Attribute Editing Users: 6.3.1.1.2.1 These users use the GIS application to view the spatial and/or attribute data. There should be map navigation options and query options. Apart from that, these users are authorized to edit the attribute data but not the spatial map data. The complete list of functionality requirements are given under section Functional Requirements. 6.3.1.1.3 Map Editing Users: 6.3.1.1.3.1 These users use the GIS application to view the spatial and/or attribute data. There should be map navigation options and query options. Apart from that, these users are authorized to edit the attribute data and the spatial map data. The complete list of functionality requirements are given under section Functional Requirements. 6.3.1.1.4 Administrative Users: 6.3.1.1.4.1 These users use the GIS application to view the spatial and/or attribute data. There should be map navigation options and query options. Apart from that, these users should be in a position to generate statistics of the whole activity user his jurisdiction. They are not authorized to edit the GIS data but should be able to manage the users in terms of adding/removing users to the system or changing the permissions and/or security options. The complete list of functionality requirements are given under section Functional Requirements.

Page 70 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.3.1.1.5 Super User: 6.3.1.1.5.1 Super user is the department staff at CLR Head Office having authority to authorize new data uploading as well as changes in the security settings at CLR Head Office using biometry and digital signature. 6.3.1.2 Public Users Public users are any Indian citizens who wish to view the GIS mapping through normal internet connections. The layer list and functionalities shall be restricted to the general information required by a common citizen. Additionally, there shall be options to view demands for land revenue and pay land revenue online. The complete list of functionality requirements are given under section Functional Requirements.

6.3.2 Number of concurrent users


6.3.2.1 The following table elaborates the number of locations and number of concurrent users. Sr.No. User Location No of User Locations Users receiving rent payments / issuing Land Records Copies Per location 1. IT Cells at Tehsil Level 2. Admin office CLR office 6.3.2.2 Number of concurrent view only users (including department users and public users) considered for design shall be 2000. at Head 1 0 0 341 2 40 (2 concurrent) 1 admin user per district (total 50 admin users) 1 Super User Editing (Attribute Map or Per Location Users or Both) Admin Location Users Per

6.4 Target Architecture


6.4.1 The target architecture of the system is Service Oriented

Architecture (SOA).

Page 71 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.4.2 The services created in the system shall be easily consumable by other systems in order to integrate the GIS functionality with them. 6.4.3 The proposed system should be in a position to handle the concurrent users in each category as mentioned in the section User Capacity Requirements.

6.5 Conceptual Design


The conceptual design of the State Data Centre and its relationship with other user locations are given below

6.6 System Security Design Requirements


6.6.1 The State Data Centre and Disaster Recovery Site should have stringent multi-level system security design to prevent infected clients. 6.6.2 The system should have enterprise firewall to restrict

access/communication within the system components as well as access/communication from outside. 6.6.3 The entire system should be protected by Enterprise editions of industry standard Anti-Virus as well as Anti-Spyware systems.

Page 72 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.6.4 Clear-cut security zoning should be included in the system design. The data (database) should be under secured zone, the web services should be under Web DMZ. 6.6.5 The system should consists of Intrusion Detection System (IDS) and Intrusion Prevention System (IPS) 6.6.6 In order to provide the vendors a clear-cut idea about the networking and security design requirements, an illustrated diagram of the proposed State Data Centre architecture and security design is given below.

It is to be noted that the above mentioned design is indicative and vendors are required to use their own design to fulfill the full spectrum of functionalities specified in the Scope of work at the required performance levels as detailed under the section Service Level Agreements.

Page 73 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.7 Language Interface


All options and functionalities available in the Enterprise Web based application should be available in English as well as in Hindi (using 16bit Unicode). However, Standard English terminology may be used in the Hindi version, if required. There should be option to select the preferred language in the application interface.

6.8 State

Data

Centre,

Disaster

Recovery

Site,

IT

Centres at 341 User Locations


6.8.1 The State Data Centre and Disaster Recovery Site shall be connected through leased line (1:1 ratio) of required bandwidth (minimum 4 Mbps) configured for VPN and synchronous data mirroring between State Data Centre and Disaster Recovery Site to provide required functionality and service levels.. 6.8.2 State Data Centre should have SAN based Data Mirroring with the Disaster Recovery Site. 6.8.3 In the event of a disaster, the solution should switch over to disaster recovery site and the solution should be up and running in less than 30minutes. 6.8.4 The user capacity of the Disaster Recovery Site should be 30% of the State Data Centre or better with the service levels same as that of the solution as mentioned under section Service Level Agreements 6.8.5 The the infrastructure minimum provided for State Data in Centre, Disaster IV:

Recovery Site, All IT Centers at user Locations should comply with specifications mentioned Annexure Compliance Matrix for Infrastructure.

Page 74 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

6.9 Minimum qualifications for the proposed team


The minimum qualifications and experience of the core team members are given in Annexure V: Compliance Matrix for Proposed Team. The proposals should comply with that.

6.10

Team

during

Operations

and

Maintenance

Period
6.10.1 It is the responsibility of the successful bidder is to provide

sufficient technical staff at all locations covered under the system including State Data Centre and disaster recovery site to achieve or exceed the expected performance levels as per the SLA described under section Service Level Agreements. 6.10.2 It is to be noted by the successful bidder that the super user

at the State Data Centre shall be a department employee deputed by the department.

Page 75 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

SECTION 7: SERVICE LEVEL AGREEMENTS

Page 76 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

7.1 General Information on SLA


7.1.1 Service levels expected from vendors on various components and related penalties shall be as follows. 7.1.2 The service level agreement shall be applicable during the complete course of Operation and Maintenance Period.

7.2 SLA for Application Components


7.2.1 The vendor will have to comply with the following resolution time for the severity-wise categorized issues for application components he has supplied:
1 Sr. No 2 Severity Classificati on issue 3 Representative example of 4 Maximum Resolution Time from intimation Penalty 5 per defect/instance per unit time or part thereof as in within time in mentioned resolved maximum resolution mentioned column 4. 1. Critical Abnormal termination of any user interfaces, while working Update screen shown data updated 2. High Incorrect but it is not with land 48 Hours Rs 2,000/reflecting in database results of critical data; For example computation revenue or demand note 24 Hours Rs 2,000/-

column 4, if not

Page 77 of 191

CLR, Gwalior, Madhya Pradesh 1 Sr. No 2 Severity Classificati on issue 3 Representative example of 4

RFP for WebGIS Solution 5 Penalty per defect/instance per unit time or part thereof as in within time in mentioned resolved maximum resolution mentioned column 4.

Maximum Resolution Time from intimation

column 4, if not

for land revenue payment 3. Medium Data is correct at the while 3 days Rs 1,000/database level but shown incorrectly user interface screen 4. Low Issues screen Correct printing with layout, layout improper spelling while reporting 7 days Rs 500/displaying it one of the

mistakes in the interfaces

modules but issues with formats on screen

7.2.2 The examples given above are representative issues. All issues encountered during the operation and maintenance period shall be addressed by the bidder and similar penalties shall be applicable.

7.3 SLA for switch over to Disaster Recovery Site


7.3.1 In the event of a disaster, the solution should switch over to the resources at disaster recovery site and the solution should be up and running in less than 30 minutes. Per instance, any delay

Page 78 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

beyond 30 minutes, shall attract a penalty of Rs 50,000/- per hour or part thereof till the application is up and running.

7.4 SLA for Uptime of the solution


7.4.1 The State Data Centre, disaster recovery centre and all application components / services of the solution shall be available to all the users with a minimum uptime of 99%. The uptime shall be computed as per the downtime log maintained by CLR. If the uptime is less than 99%, a penalty computed using the following formula shall be applicable every quarter
Penalty per quarter = (99 x) * 50,000 Where x is the actual uptime percentage

7.5 Penalty for delay in project execution


7.5.1 For any delay in executing any of the components shall attract a penalty at the rate of Rs 25,000/- per week or part thereof. This is applicable to each milestone deadlines. 7.5.2 Any delay in acquiring the ISO 27001 and ISO 27002 certification for State Data Centre also shall attract penalty at the rate of Rs 25,000/- per week or part thereof. 7.5.3 In case, any deadline is slipped by more than 10 weeks without preintimated sufficient reason, the contract shall be recommended for termination. CLRs decision on the same shall be final.

7.6 Response Time Performance Criteria


Response time of the application components is the time interval between the instant the user at user terminal requesting for any action by hitting enter or clicking the option to do so and the instant the requested result appears fully in his screen. Non conformance to the response time performance criteria shall be considered as bug and the clause

Page 79 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

under section SLA for Application Components shall be applicable as per the criticality mentioned in the table. Sr.No Activity/Request Department User Public User on Severity Classification as given in All < 10sec Section 9.2 Critical 256kbps Broadband 90% 1. Opening of initial <2 sec page after inserting the url in browser 2. Full screen initial/login and menu 3. Loading corresponding pages selecting options 4. Loading of options with other options populating boxes 5. Posting/Saving attribute the server 6. 7. Posting/Saving map edits to the server Obtaining from 8. Obtaining from result simple result complex <3 sec <8 sec <8 sec < 15sec High <2 sec <5 sec <5 sec < 10sec High <5 sec <10sec NA NA Critical edits to respect to like combo using <3 sec <5 sec NA NA Critical selected <2 sec <5 sec <5 sec < 10sec Critical after menu loading options functional after page of as <3 sec <5 sec <5 sec < 10sec Critical <3 sec <5 sec <5 sec < 10sec Critical All <5 sec 90% <5 sec

per login

database lookup

attribute queries

Page 80 of 191

CLR, Gwalior, Madhya Pradesh Sr.No Activity/Request Department User Public

RFP for WebGIS Solution User on Severity Classification as given in All NA Section 9.2

256kbps Broadband 90% attribute queries 9. Obtaining from queries spatial like 10. 11. GIS operation Reports statistics Reports map scale Khasra selected involving output for with <10 sec <15 sec <15 sec < 25 sec involving <5 sec <10 sec NA NA result complex involving operation overlay <8 sec <15 sec NA All 90%

High

High High

example map to the surroundings for the

7.7 Privacy & Confidentiality


Strict privacy and confidentiality is expected from the vendor during development, implementation as well as during operation and maintenance period of the mentioned project. In no occasion, access to any data or the solution designed and developed by bidder for CLR is to be provided to any internal or external parties, without authentication and authorization. The bidder cannot supply / sell partly or fully any data pertaining to the project in any form. For default of this service condition, penalty of minimum Rs 10,000/- would be charged. The exact amount of penalty to be charged shall be decided by CLR considering the severity of violation.

7.8 Recovery mode of Penalties from the bidder


The penalties shall be deducted from the payments released to the bidder every month. If the payment to the bidder is insufficient to impose the penalties, it shall be deducted from the bid security deposit or from the future payments.

Page 81 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

7.9 Upward cap for penalties


The total penalties charged during the project as well as during and up to the completion of operations and maintenance period shall not exceed Rupees 25,00,000 (Twenty Five Lakhs) per annum for each year of Operations and Maintenance Period.

Page 82 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE I: FORMAT FOR TECHNICAL BID

Page 83 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

All bids should adhere to the format given below. Bids not in the format mentioned shall be summarily rejected considering non responsive. The vendors should expand the sections to the required detail levels. It is expected that bidders will explain the solution neither too short nor too elaborative. Concise and crisp explanations are welcomed by the evaluation committee. Details given in red color with angle brackets and underline are instructions to the bidder and are to be replaced by relevant information/text or document attachment.

Format for Technical Bid: 1.


Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

Attachment Documents Check List


Document Name Bid form and Covering Letter EMD Instrument Power of Attorney Affidavit on a Rs100/- Stamp Paper (Notarized) OEM Authorization Form Certificate of Incorporation Copies of Audited Balance Sheets Copies of Audited Profit and Loss Account Statement Copy of Consortium/Joint Venture Agreement (If Applicable) Work orders for all projects mentioned Completion/Implementation projects mentioned Certificate from HRD stating resources strength List of permanent technical staff Resumes of Key Resources of the Proposed Team Filled up Compliance Matrices Certificate for all Attached (Yes/No) <Insert Yes or No for all columns>

Page 84 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

2.

Bid form and Covering Letter

Date: <Insert Date> Ref No: <Insert Letter Reference No> Tender Ref. No:<Insert Tender Ref No> To The Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh 474 007 Dear Sir, I <full name in capital letters>, the <Managing Partner/Managing Director/Authorized Signatory>, for the <establishment/firm/registered company/Joint Venture/Consortium> named <Write Full Name of the Company / Write Consortium/Joint Venture with Company Name as Prime Bidder> having its registered office in <Complete Address of Registered Office/Write Complete Address of Prime Bidder in case of Consortium Joint Venture> do hereby offer to provide our services for the work Development of an Enterprise Web Based GIS Solution for Managing Land Records, which include the following scope of work with details mentioned in this RFP: 1. Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of State Data Centre at Gwalior and Disaster Recovery Data Centre at a different Seismic Zone for Managing Land Records including all servers, all hardware, all software, all networking, all running expenses like manpower, electricity, cleaning, establishment and maintenance of all other infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space shall be provided by the department. Maintenance of space also needs to be carried out by the bidder till the completion of Operations and Maintenance Period. 2. Study, design, development, testing, implementation, commissioning, running and maintenance of Enterprise Web based GIS application with facility for editing the spatial and attribute data over web browser and having options to perform day to day mutation, modification, updates, reports, generation and printing of demand notes, collection receipts and all other activities of the department related to maintenance and use of land records. 3. Design, Establishment, Installation, Configuration, Commissioning, Running and Maintenance of IT Centers at 341 user locations (at each Tehsil level) including all hardware, all software, all networking, all running expenses like manpower, electricity, cleaning and establishment and maintenance of all other infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space and desktops shall be provided by the department. The maintenance of desktops and space also shall be carried out by the vendor. 4. Establishment and maintenance of all connectivity required at all Tehsil user locations (341 in number). 5. Implementations of a comprehensive security policy comply with the CERT-In Security Guidelines and conforming to ISO 27001 as well as ISO 27002. The bidder shall comply with ISO 27001 and ISO 27002 and get the certification within 6 months after implementation. 6. Quality checks, validation and porting of the spatial and non-spatial data to the developed system and integration of Spatial and Non-Spatial Data. This includes

Page 85 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

existing spatial and non-spatial data supplied by CLR as well as spatial and nonspatial data developed and supplied by CLR from time to time. 7. Incorporating the integrated biometric and digital signature validations comply with the Indian IT Act and CCA Guidelines, during transactions and while posting the edits to the server with audit trails and versioning. 8. Supply of required manpower for all operation at all user locations (341 in number) during Operations and Maintenance period. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP. 9. Operation and maintenance of all activities pertaining to the service requirements of the supplied solution. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP. 10. Issue of owner wise smart cards for properties owned 11. Automatically generate daily, weekly, monthly and yearly reports of all operations pertaining to the operations and maintenance of the solution in encrypted and password protected pdf format and saving them to the server and external media. 12. Post Implementation minor software enhancements / customization during 5 years of Operation and Maintenance period as per the requirements and/or request of the department. 13. Train the department staff in all aspects of management, operation and maintenance of the supplied solution during maintenance and operations period of 5 years. I hereby state and declare that the names given herein with the details of the address have not filled in this Tender Document under any other name or under the name of any other establishment/firm or otherwise, nor are we (Prime Bidder as well as all partners in the case of Consortium/Joint Venture) in any way related or concerned with any establishment/firm or any other person, who have filled in this Tender Document for the aforesaid work. The EMD in the form of Fixed Deposit/DD/Bank Guarantee issued by bank <Name of the Bank and Branch> valid till <date in DD/MM/YYYY format> for an amount of Rupees Twenty Lakhs is enclosed. I have thoroughly examined and understood the terms and conditions and details of the Tender Document, Contract and Project to be undertaken and have carefully noted the conditions of Contract and the specification with all the stipulations, which I agree to comply with. We shall be bound by the terms of these documents. We undertake to complete the Project within the period stipulated after receiving an intimation of the acceptance of our Bid. I have filled in the accompanying Tender Document with full knowledge of liabilities and therefore, we will not raise any objection or dispute in any manner relating to any action, including forfeiture of Bid Security, and penalties for giving any information, which is found to be incorrect and against the instructions and directions given in this Tender Document. I further agree and undertake that in the event it is revealed subsequently after the allotment of work/Contract to me/us, that any information given by me/us in this Tender Document is false or incorrect, I/We shall compensate the CLR for any such losses or inconvenience caused to the CLR in any manner and will not resist any claim for such compensation on any ground whatsoever. I/We agree and undertake that I/we shall not

Page 86 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

claim in such case any amount, by way of damages or compensation for cancellation of the contract given to me/us or any work assigned to me/us or is withdrawn by the CLR I/We agree not to withdraw the offer constituted by this Tender Document before the date of communication to me/us notice of non-acceptance. I/We agree that if contrary to the understanding contained in this clause I/we withdraw my/our Bid before the said date the Tender Document deposited by me/us as aforesaid shall be liable to forfeiture of the EMD. I/We also agree to the forfeiture of the said Bid Security if in the event of your accepting my/our TENDER, I/We fail to execute the contract or to provide the Performance Guarantee when called upon to do so or fail to complete the Project in the time frame and/or comply with the terms and conditions set out in the Tender Document and/or Contract in full or in part or fail to execute the orders placed on me/us. I/We do hereby agree to pay all costs, charges and expenses in connection with preparation of bid document, expenses during evaluation process and contract including stamp duty, preparation and execution of the contract. On acceptance of our bid and on signing the contract, we will submit a Bid Security amounting to Rupees Twenty Lakhs within 7 days of the date of signing the contract. I/We commit to CLR of 99 percent up time for the Solution offered by us. We also assure that all additional requirements/costs other than those mentioned in the Tender Document that are required for commissioning of the system and provide 99 percent up time for the system are included in the Bids. In case they are not included and quoted in the Bid, the same will be offered at no additional cost to CLR. On receipt of the Contract from CLR we will commence phase wise delivery as per the timelines mentioned in the work completion and payment conditions of the RFP. The Bid submitted by us shall be valid for a period of 180 days, from the time of opening of the Bid. Signature of the Bidder: <Signature> Date: <Date in DD/MM/YYYY format> Full Name: <Full Name> Designation: <Designation> Office Seal: <Office seal of company/prime bidder company> Address: <Complete Address of company / prime bidder company> Telephone Number(s): <Phone Number(s) with STD Code> Fax: <Fax Number with STD Code> e-mail address: <E-Mail Address for all e-mail communications>

Page 87 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

3.

EMD instrument

<Attach EMD instrument here Bank Guarantee format should be as per format given in Annexure VII>

4.

Power of Attorney

<Attach Power of Attorney (Power of attorney should have authorization of all partner companies in the case of Consortium/Joint Venture)>

5.

Affidavit on Rs 100 Stamp Paper

Date: <Insert Date of signing affidavit> Ref No: <Insert Bidders Reference No> Tender Ref. No:<Insert Tender Ref No> Tender Name:<Insert Tender Name> To Office of the Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh 474 007 Dear Sir, In response to the Tender mentioned above, as a owner/partner/Director of <Company Name in Full / Specify Consortium/Joint Venture led by company name in case of Consortium/Joint Venture>, I/We <Full Name of signing person> do hereby certify that all the statements made in the Bid Document are true and correct to the best of my/our knowledge and belief. I/We hereby declare that we (Including all partner companies in case of consortium/joint venture) <Company Name in Full / Specify Consortium/Joint Venture led by company name in case of Consortium/Joint Venture> has an unblemished past record and has not been declared ineligible due to corrupt & fraudulent practices either indefinitely or for a particular period of time. I/We <Company Name in Full / Specify Consortium/Joint Venture led by company name in case of Consortium/Joint Venture> hereby understand and agree that any person or party who is minor or who has been adjudged insolvent or who has been convicted in a Court of Law for an offence under Indian Penal Code or offence involving moral turpitude or other criminal activities or detained under and preventive law for the time being in Page 88 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

force or who has been black listed by the Government of India, is not eligible to submit the Tender Document. Tender Documents submitted by such person shall be treated as invalid. I/We also assure CLR that we shall be having an operating office of our own in Gwalior, Madhya Pradesh during the entire course of execution of the project mentioned in the RFP. I/We <Company Name in Full / Specify Consortium/Joint Venture led by company name in case of Consortium/Joint Venture> hereby understand and agree that any further information required by CLR may be requested and we hereby agree to furnish any such information as required and requested by CLR. Signature of the Bidder: <Signature> Date: <Date in DD/MM/YYYY format> Full Name: <Full Name> Designation: <Designation> Office Seal: <Office seal of company/prime bidder company> Address: <Complete Address of company / prime bidder company> Telephone Number(s): <Phone Number(s) with STD Code> Fax: <Fax Number with STD Code> e-mail address: <E-Mail Address for all e-mail communications>

6.

Original

Equipment

Manufacturers

Authorization

Form
Date: <Insert Date of signing affidavit> Ref No: <Insert Bidders Reference No> Tender Ref. No:<Insert Tender Ref No> Tender Name:<Insert Tender Name> To The Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh 474 007 Dear Sir, We <OEM Name> who are established manufacturers of <Product(s) Name supplied> having office at <Address of local office> do hereby authorize M/s <Name of bidding company / Name of the partner company in the case of Consortium / Joint Venture> to

Page 89 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

offer their quotation, negotiate and conclude the contract with you against the above mentioned request for proposal. We hereby extend our full guarantee and warranty as per terms and conditions of the tender and the contract for the equipment and services offered against invitation for tender offer by the above firm. Thanking you, Yours faithfully, Signature of the Bidder: <Signature> Date: <Date in DD/MM/YYYY format> Full Name: <Full Name> Designation: <Designation> Office Seal: <Office seal of company/prime bidder company> Address: <Complete Address of company / prime bidder company> Telephone Number(s): <Phone Number(s) with STD Code> Fax: <Fax Number with STD Code> e-mail address: <E-Mail Address for all e-mail communications>

Page 90 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

7.

Documents for Pre-Bid Qualification as per clause


Qualification Condition Document attached to be Complied (Yes/No/Not Applicable) of <Insert Yes/No/Not Applicable columns> for all

Qualification of the Bidder of RFP


Clause

2.1.1

The bidder should be a single company/firm or a joint venture/ consortium. Joint ventures/ consortiums with more than 3 companies are not allowed

Certificate

Incorporation (of all companies in case of Consortium/JV) Consortium/Joint Venture Agreement (If applicable)

2.1.2

The bidder in case of single company or the prime bidder in case of joint venture/consortium should have a minimum cumulative turnover of Rs. 15 Crores in the last 3 financial years in providing IT solutions and it should have made profits in the last 2 financial years

Duly Profit for & last

audited Loss three (of

balance sheet and Account Statements financial years

prime bidder in case of Consortium/JV) Copy of Certification (of prime bidder in case of Consortium / JV) Declaration by the bidder in the format prescribed in RFP

2.1.3

The bidder in case of single company or the prime bidder in case of joint venture/consortium should have CMM/PCMM/CMMi Level 3 or above certification

2.1.4

The bidder in case of single company or the prime bidder in case of joint venture/consortium should have an office in Gwalior, Madhya Pradesh or should agree to open an office in Gwalior, Madhya Pradesh in the event of awarding the project to them and operate it till completion of this project

Page 91 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

7.1

Certificate of Incorporation

7.1.1 Certificate of Incorporation


<Attach Certificate of Incorporation (of all companies in case of Consortium/Joint Venture)>

7.1.2 Consortium/Joint Venture Agreement


<Attach Consortium/Joint Venture Agreement if applicable. Otherwise specify Not Applicable>

7.2 7.2.1

Financial

Strength

(of

Prime

bidder

in

case

of

Consortium/Joint Venture) Financial data sheet


Total Turnover (Rs) Turnover IT (Rs) in Profit (Rs) Duly audited balance sheet attached? (Yes/No) 2008-2009 <Mention total turnover> 2007-2008 <Mention total turnover> 2006-2007 <Mention total turnover> <Mention turnover in IT services> <Mention turnover in IT services> <Mention turnover in IT services> <Mention total profit> <Mention Yes or No> <Mention total profit> <Mention Yes or No> <Mention total profit> <Mention Yes or No> Duly audited Profit and Loss Account attached? (Yes/No) <Mention Yes No> <Mention Yes No> <Mention Yes No> or or or services Financial Year

7.2.2

Copies of audited financial statements

<Attach duly audited balance sheets and Profit and Loss Account statements for all the financial years mentioned above>

Page 92 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

7.3 7.3.1
Sr.No.

Certifications

for

quality

(of

Prime

bidder

in

case

of

Consortium/Joint Venture) List of valid certifications


Name of the Authorized Issuing body 1. <Insert Name of the certification> <Mention name of the body issued the certificate> 2. <Insert Name of the certification> <Mention name of the body issued the certificate> <Expand the table if required> <Insert since> validity <Mention No> Yes or <Insert since> validity Since when Copy certificate attached (Yes/No) <Mention No> Yes or of certification

7.3.2

Copies of certificates

<Attach copies of valid certificates>

7.4

Project Experience

<Only relevant project experience should be shown. Experience of all partner companies can be considered in case of Consortium/Joint Venture>

7.4.1 7.4.1.1
Sr.No Project Name

Experience in executing GIS projects Details of projects


<Insert Serial No> <Specify Project Name> <Name and full address of the client with contact number and e-mail address> <Insert total value of the project in Indian Rupees> <Insert Duration of Project>. <Insert Start date of the project in DD/MM/YYYY>.

Client Name, Address and Contact Details Total Value of the Project in Indian Rupees Total duration of the project with start date and end date

Page 93 of 191

CLR, Gwalior, Madhya Pradesh <Insert Brief scope of work executed by the bidder <Item 1> <Item 2> <Item n> Technical platforms Work order copy attested by bidders details in brief including <Item 1> <Item 2> <Item n> End

RFP for WebGIS Solution date of project in

DD/MM/YYYY>

<Insert Yes/No> <Insert reason if there is a delay,

authorized signatory attached? If there is a delay in executing the project, specify reason Copy of Project completion/implementation certificate attached? <Repeat the table for next project> otherwise specify Not Applicable> <Insert Yes/No>

7.4.1.2

Work order copies of all projects mentioned above

<Attach work order copies of all projects mentioned under this clause>

7.4.1.3

Project completion/implementation certificate for all projects mentioned above

<Attach copies of project completion/implementation certificates for all projects mentioned under this clause>

7.4.2
Sr.No Project Name

Experience in executing Web Based Projects


<Insert Serial No> <Specify Project Name> <Name and full address of the client with contact number and e-mail address> <Insert total value of the project in Indian Rupees> <Insert Duration of Project>. <Insert Start date of the project in DD/MM/YYYY>. <Insert End date of project in DD/MM/YYYY>

Client Name, Address and Contact Details Total Value of the Project in Indian Rupees Total duration of the project with start date and end date

Brief scope of work executed by the bidder

<Item 1>

Page 94 of 191

CLR, Gwalior, Madhya Pradesh <Item 2> <Item n> Technical platforms Work order copy attested by bidders details in brief including <Item 1> <Item 2> <Item n>

RFP for WebGIS Solution

<Insert Yes/No> <Insert reason if there is a delay,

authorized signatory attached? If there is a delay in executing the project, specify reason Copy of Project completion/implementation certificate attached? <Repeat the table for next project> otherwise specify Not Applicable> <Insert Yes/No>

7.4.2.1

Work order copies of all projects mentioned above

<Attach work order copies of all projects mentioned under this clause>

7.4.2.2

Project completion/implementation certificate for all projects mentioned above

<Attach copies of project completion/implementation certificates for all projects mentioned under this clause>

7.4.3
Sr.No Project Name

Experience in executing Cadastral Mapping Projects


<Insert Serial No> <Specify Project Name> <Name and full address of the client with contact number and e-mail address> <Insert total value of the project in Indian Rupees> <Insert Duration of Project>. <Insert Start date of the project in DD/MM/YYYY>. <Insert End date of project in DD/MM/YYYY>

Client Name, Address and Contact Details Total Value of the Project in Indian Rupees Total duration of the project with start date and end date

Brief scope of work executed by the bidder

<Item 1> <Item 2> <Item n>

Technical

details

in

brief

including

<Item 1>

Page 95 of 191

CLR, Gwalior, Madhya Pradesh platforms Work order copy attested by bidders <Item 2> <Item n>

RFP for WebGIS Solution

<Insert Yes/No> <Insert reason if there is a delay,

authorized signatory attached? If there is a delay in executing the project, specify reason Copy of Project completion/implementation certificate attached? <Repeat the table for next project> otherwise specify Not Applicable> <Insert Yes/No>

7.4.3.1

Work order copies of all projects mentioned above

<Attach work order copies of all projects mentioned under this clause>

7.4.3.2

Project completion/implementation certificate for all projects mentioned above

<Attach copies of project completion/implementation certificates for all projects mentioned under this clause>

7.5

Certificate

from

HRD

with

list

of

permanent

technical

resources
<Show only the list of relevant technical resources. Separate lists may be provided by each partner company in the case of Consortium/Joint Venture, if necessary>

7.5.1

Certificate from HRD of the bidder company

Date: <Insert Date of issuing certificate> Ref No: <Insert Bidders Reference No> Tender Ref. No:<Insert Tender Ref No> Tender Name:<Insert Tender Name> To Office of the Commissioner Land Records & Settlement Moti Mahal, Gwalior Madhya Pradesh 474 007 Dear Sir,

Page 96 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

I <Name of the person signing on behalf of HRD of bidders organization>, working in <Bidders full company name> with a capacity of <HR Manager/HR Head> hereby declare with my best knowledge and belief that the attached list of permanent technical staff in the format provided by you as part of the RFP mentioned above is a true list as per the companys payroll as on date. Signature of the Authorized Person in HRD: <Signature> Full Name: <Full Name> Designation: <Designation> Office Seal: <Office seal> Address: <Complete Address> Telephone Number(s): <Phone Number(s) with STD Code> Fax: <Fax Number with STD Code> e-mail address: <E-Mail Address for all e-mail communications> Declaration by Authorized Signatory on behalf of bidding organization or Consortium/Joint Venture: I <Name of the authorized person signing the bid> - the authorized person signed the bid have verified the attached list of permanent technical resources and found correct to the best of my knowledge and belief. Signature of the Bidder: <Signature> Full Name: <Full Name> Designation: <Designation> Office Seal: <Office seal> Address: <Complete Address> Telephone Number(s): <Phone Number(s) with STD Code> Fax: <Fax Number with STD Code> e-mail address: <E-Mail Address for all e-mail communications>

7.5.2
Sr. No.

List of permanent technical resources


Date of Birth <Men <Mention Designatio n Basic Qualific ation <Mentio Years of Experie nce IT <Experie <GIS in Years e in GIS of Years with bidding company <No of

Name of the employe e

experienc

1.

<Insert

Page 97 of 191

CLR, Gwalior, Madhya Pradesh Sr. No. Name of the employe e Name> tion Date of Birth > 2. <Insert Name> <Men tion Date of Birth > <Expand the table as per requirement> <Mention Current Designation > <Mentio n Basic Qualificat ion> <Experie nce Years> Current Designation > n Basic Qualificat ion> Date of Birth Designatio n Basic Qualific ation

RFP for WebGIS Solution Years of Experie nce IT nce Years> in Experience in Years> in Years e in GIS of Years with bidding company years the with bidder

experienc

company>

<GIS Experience in Years>

<No years the

of with bidder

in

company>

8.

Proposed team for the project

<In the case of Consortium/Joint Venture, Proposed team members can be from any of the partner companies. There should be a Project Manager, who will be the prime contact in technical matters during the execution of the project.>

8.1

Proposed Team Structure

<Insert diagrammatic team structure>

8.2
Sr.No. 1. 2. 3.

Proposed team strength


Role <Insert role here> <Insert role here> <Insert role here> No of resources proposed <Insert no of resources proposed in this role> <Insert no of resources proposed in this role> <Insert no of resources proposed in this role>

<Expand the table as per requirement>

Page 98 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

8.3
Sr.No. 1.

Data Sheet for the Key Resources


Role <Insert role here> Key Details Name Proposed Role Key Qualifications Total Years of Experience Years of Experience in proposed role <Insert Name here> <Insert Proposed Role> <Specify qualifications> <No of years of total experience> <No role> of years of experience in proposed <Insert Name here> <Insert Proposed Role> <Specify qualifications> Total Years of Experience Years of Experience in proposed role <No of years of total experience> <No role> of years of experience in proposed <Insert Name here> <Insert Proposed Role> <Specify qualifications> Total Years of Experience Years of Experience in proposed role <No of years of total experience> <No role> of years of experience in proposed key key key

2.

<Insert role here>

Name Proposed Role Key Qualifications

3.

<Insert role here>

Name Proposed Role Key Qualifications

<Expand the table for each key resource>

8.4
Sr No.

Detailed resumes of the key resources


<Insert Serial No> <Insert Proposed Role>

Proposed Role

Page 99 of 191

CLR, Gwalior, Madhya Pradesh Name of the employee Date of Birth Total Experience in years Experience in the proposed role Years-Months with the bidding company Academic Qualifications Relevant Professional Certifications

RFP for WebGIS Solution <Insert Full Name> <Insert Date of Birth> <No of years of total experience> <No of years of experience in proposed role> <No years and months with the bidding company> <Academic Qualifications (Example M.Tech in Remote Sensing and GIS) with grade> <Additional Professional Certifications/ Relevant Coursed completed> <Membership in professional bodies> <Add management certifications in the case of project manager/team lead and add software courses certifications in the case of developers. Project Manager can show his technical certifications also>

Experience/Major Assignments handled (Up to major 5 assignments only), which are relevant to the RFP

1) <Project Name 1 with client name o Brief description of project o Roles and responsibilities including technical handled o Highlights of contribution> 2) <Project Name n <complete the details as above> details and team size

<Repeat the table for each key resource>

9.
9.1

Proposed Solution
Introduction

<Explain the proposed solution briefly here. This should be crisp and short>

9.2

Detailed Description on Proposed Solution and Methodology

<Detailed documentation on proposed solution as well as methodology proposed shall be given under the following heads add additional heads if required>

Page 100 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

9.2.1 9.2.2 9.2.3 State 9.2.4 9.2.5 9.2.6 9.2.7 9.2.8 9.3

Methodology for project management including staff management Methodology for requirement analysis Detailed design including architecture and platforms for Data Centre/enterprise application as well as functionalities and guaranteed service levels Methodology for development Methodology for testing Methodology for implementation Methodology for training Methodology for Operations and Maintenance Specific advantage of the proposed solution

<Advantage of proposed solution over old/conventional methods>

9.4

Scalability of the proposed solution

<Detailed description on scalability on the proposed solution and how it can be scaled in future when required>

9.5

Security provisions for Data and Access Control in the

proposed solution
<Explain the security provisions in the proposed solution here>

9.6

Limitations of the proposed solution

<Should clearly mention the limitations of the proposed solution including expected limitations in future>

9.7

Compliance Matrix for Enterprise Web Based Application

<The Compliance Matrix given in the Annexure III of RFP has to be filled completely and inserted here in the mentioned format>

9.8

Compliance Matrix for Infrastructure

<The Compliance Matrix given in the Annexure IV of RFP has to be filled completely and inserted here in the mentioned format>

Page 101 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

9.9

Compliance Matrix for Proposed Team

<The Compliance Matrix given in the Annexure V of RFP has to be filled completely and inserted here in the mentioned format>

Page 102 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE II: FORMAT FOR COMMERCIAL BID

Page 103 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Commercial Bid:
Sr. No. Item Description Bidder should bid the value (Payments of to n the

bidder shall be made based on value of n as per clause 6.4) 1. Design, Configuration, Establishment, Commissioning, Installation, Running and <insert bid value of n in figures>

Maintenance of State Data Centre at Gwalior and Disaster Recovery Data Centre at a different Seismic all and Zone for all of Managing running all other Land Records like including all servers, all hardware, all software, networking, maintenance expenses manpower, electricity, cleaning, establishment infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space shall be provided by the department. Maintenance of space also needs to be carried out by the bidder till the completion of Operations and Maintenance Period. Study, design, of development, Enterprise Web testing, and GIS based implementation, maintenance commissioning, running

application with facility for editing the spatial and attribute data over web browser and having options to perform day to day mutation, modification, updates, reports, generation and printing of demand notes, collection receipts and all other activities of the department related to maintenance and use of land records. Design, Configuration, Establishment, Commissioning, Installation, Running and

Maintenance of IT Centers at 341 user locations (at each Tehsil level) including all hardware, all

Page 104 of 191

CLR, Gwalior, Madhya Pradesh Sr. No. Item Description

RFP for WebGIS Solution Bidder should bid the value (Payments of to n the

bidder shall be made based on value of n as per clause 6.4) software, all networking, all running expenses like manpower, electricity, cleaning and establishment and maintenance of all other infrastructure required for running the Enterprise Web based GIS application supplied by the bidder to meet the required service levels. Only space and desktops shall be provided by the department. The maintenance of desktops and space also shall be carried out by the vendor. Establishment (341 in number). Implementations of a comprehensive security policy comply with the CERT-In Security Guidelines and conforming to ISO 27001 as well as ISO 27002. The bidder shall comply with ISO 27001 and ISO 27002 and get the certification within 6 months after implementation. Quality checks, validation and porting of the spatial and non-spatial data to the developed system and integration of Spatial and NonSpatial Data. This includes existing spatial and non-spatial data supplied by CLR as well as spatial and non-spatial data developed and supplied by CLR from time to time. Incorporating the integrated biometric and digital signature validations comply with the Indian IT Act and CCA Guidelines, during transactions and while posting the edits to the server with audit trails and versioning. Supply of required manpower for all operation at and maintenance of all connectivity required at all Tehsil user locations

Page 105 of 191

CLR, Gwalior, Madhya Pradesh Sr. No. Item Description

RFP for WebGIS Solution Bidder should bid the value (Payments of to n the

bidder shall be made based on value of n as per clause 6.4) all and user locations (341 in number) starts during after Operations and Maintenance period. Operation Maintenance period commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful Operation implementation and maintenance at of all all stipulated activities locations in MP. pertaining to the service requirements of the supplied solution. Operation and Maintenance period starts after commissioning of the solution at Pilot Locations (Gwalior, Jabalpur, Indore and Ujjain) and shall extend for a period of 5 years, counted after successful implementation at all stipulated locations in MP. Issue of owner wise smart cards for properties owned Automatically generate daily, weekly, monthly and yearly reports of all operations pertaining to the operations and maintenance of the solution in encrypted and password protected pdf format and saving them to the server and external media. Post Implementation minor software enhancements / customization during 5 years of Operation and Maintenance period as per the requirements and/or request of the department. Train the department staff in all aspects of management, operation and maintenance of the supplied solution during maintenance and

Page 106 of 191

CLR, Gwalior, Madhya Pradesh Sr. No. Item Description

RFP for WebGIS Solution Bidder should bid the value (Payments of to n the

bidder shall be made based on value of n as per clause 6.4) operations period of 5 years. Bidder should bid the value of n (Payments to the bidder shall be made based on value of n as per clause 6.4) (In words): <Insert bid value of n in words>

Signature of the Bidder: <Signature> Full Name: <Full Name> Designation: <Designation> Office Seal: <Office seal> Date: <Date in DD/MM/YYYY format> Address: <Complete Address> Telephone Number(s): <Phone Number(s) with STD Code> Fax: <Fax Number with STD Code> e-mail address: <E-Mail Address for all e-mail communications> Note: There should be no overwriting and all text should be legible

Page 107 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE III: COMPLIANCE MATRIX FOR ENTERPRISE WEB BASED APPLICATION

Page 108 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Against each item mentioned in the compliance matrix, please specify that the solution provided is complied or not by specifying Yes or No. If the solution provided does not required to have the mentioned criteria to fulfill the functional requirements and required service levels completely, the bidder can write Not required. Please note that the solutions with response No against any of the items listed below shall not considered

Compliance Matrix
Sr.No. Criteria / Feature Required Complied? (Yes/No/Not required) 1. The solution provided has 3tier or above architecture <Mention Yes or No or Not required for all columns> 2. 3. 4. The solution has Service Oriented Architecture The solution is web browser based Industry standard web browsers like, Internet explorer, Mozilla, Netscape, Chrome, Opera etc can be used as the client tool for running the application without installing a separate custom made software in the client machine except freely and commonly downloadable components 5. 6. 7. 8. 9. 10. 11. 12. 13. The solution has concurrent multi-user capacity The solution has adherence to OGC (Open GIS Consortium) Standards The solution has adherence to GoI fonts standards The solution has adherence to Land Region Cartographic Codification Standards The solution has support to store and use spatial features in Oracle as well as MS-SQLServer The solution has data exchangeability with other GIS solutions The solution keep track of transactions and rollback options are available The solution has data input validations including topology checks The solution has role based user management options

Page 109 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Criteria / Feature Required

RFP for WebGIS Solution Complied? (Yes/No/Not required)

14. 15. 16. 17.

The solution has backup and restore options The solution has multiuser attribute editing options in application page on web browser The solution has user friendly map navigation and query options The solution has multiuser map editing tools in application page on web browser and post the edits to the server

18. 19. 20. 21. 22. 23.

The solution has full function versioning for editing The solution has biometric authentication and digital signature validation, while posting edits to the server The solution has easy administration interfaces The solution has scalability/expandability without scrapping the previously used hardware The solution has scalability to increase the capacity of number of concurrent users The solution has the ability to show the data in Geographic Reference System (With WGS84 datum) or on a different meter projections system like UTM as well as local co-ordinate system

24. 25.

The solution has ability to have vector data layers as well as raster/image data layers The solution has ability to show the ortho-rectified satellite images/aerial photos by loading it from server as and when requested

26. 27. 28. 29. 30.

The solution has covered all functional requirements mentioned in the RFP The solution has covered all technical requirements mentioned in the RFP The solution has online help The solution has User Manual and Administrative Manual Properly commented complete source code of the components designed and custom developed by the vendor for CLR based on this RFP will be supplied

Page 110 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Criteria / Feature Required

RFP for WebGIS Solution Complied? (Yes/No/Not required)

31.

All user options in the application are available in both English and Hindi (using 16bit Unicode). In Hindi versions, standard English terminology may be used, if required. The user can select either English version or Hindi version of the application. The GoI standard for language is used

Page 111 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE IV: COMPLIANCE MATRIX FOR INFRASTRUCTURE

Page 112 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

The minimum required specifications against each item are described below: The Bidders should write Yes/No against the comply column. Bidders should note that the specification given below are minimum requirements and the bidders will have to provide equal or better for each item/solution to comply with the requirements. Bids, which are not complying with these criteria, shall not be considered. All hardware supplied must conform to minimum internationally

accepted standards.

1.
1.1
Sr.No. 1. 2. 3.

State Data Centre and Disaster Recovery Site


Blade Server
Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Blade Server must have 2 x Quad Core Nehalem based (5500 series) Xeon 2.80GHz Processor or higher Complied (Yes/No) <Write Yes or No for all rows>

4. 5. 6. 7. 8. 9. 10.

Must have 1333 MHz Front Side Bus Must have 8 MB L3 Cache Must have 32GB DDR3 RAM of 1333MHz Must have 2 nos. of Integrated Gigabit Ethernet Controllers Must have integrated baseboard management controller Must have 2 nos. of 146 GB Small Form Factor SAS HDD with Raid 0, 1 capability Must be configured with Power Executive for Power Capping Management, Power Throttling and

11.

5 years on-site Warranty with 99% uptime

Page 113 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification commitment

RFP for WebGIS Solution Complied (Yes/No)

1.2
Sr.No. 1. 2. 3. 4.

Blade Server Enclosures


Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must have 8 or more hot swap blade bays supporting all types of blade server models Must have media tray at the front with a diskette drive, a DVD drive, one USB port, and a systemstatus panel Complied (Yes/No) <Write Yes or No for all rows>

5. 6.

Must have Four hot swap I/O module bays Must have two hot swap Management Module bays fully populated with Advanced Management Module

7. 8. 9. 10. 11. 12. 13.

Must have four hot swap power module bays with two power modules populated Must have two hot swap blowers with each blower fitted with Acoustic Attenuation Module Must have Acoustic Attenuation Module in Failsafe mode Must be supplied with 2 nos. of PDUs Must be provided with Power Jumper Cord Must be configured management software 5 years on-site Warranty with 99% uptime commitment

1.3
Sr.No. 1. 2.

External Storage
Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Complied (Yes/No) <Write Yes or No for all rows>

Page 114 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 3. 4. Minimum Specification Must be configured on full Fiber Channel end-toend of 4Gbps or latest Must be switched Fiber Disks with each disk connected to 2 separate ports on the switched Fabric 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Must have dual active controllers Must be fully redundant with no single point of failure. Must have 2 nos. RAID Controllers per storage system for redundancy Each controller should support min. of 4GB cache Must be configured for min. of 40,000 IOPS Must be configured for 10K RPM and 15K RPM disks support Must be configured for intermix disk capacity Must be configured for intermix of FC and SATA HDDs under the same pair of controllers Must have Global Hot Spare as standard feature with floating disk spare design capability Must be setup to support hardware RAID levels 0, 1, 0+1, 3, 5 and 10. Must support intermixing different RAID groups in a single storage system 15. 16. Must be configured for online expansion of RAID group Storage System must support Windows 2000, 2003, HPUX, Sun Solaris, IBM AIX, UNIX, Linux and Novel operating system in a heterogeneous SAN environment 17. 18. Must support array based hardware LUN (Min. of 512 LUNs per array) Masking for highest security Cache must be min. 4GB per controller with mirroring via Fiber Channel Interface. Must have redundant cache protection in the form of battery backup for 72 hours or de-stage of cache to disks. Must support real time cache tuning (read ahead, write cache on/off for each LUN) for

RFP for WebGIS Solution Complied (Yes/No)

Page 115 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification performance enhancement without shutting down the storage system 19. Must provide end to end data protection, parity checking, parity protection at sector level, background data scrubbing to proactively check every sector of every disk and correct data errors 20. 21. 22. Hot Must swappable be and redundant for Disk drives, Cooling Fans, Power Supplies configured Remote mirroring capability for Disaster Recovery Must have 32 Nos. of 4Gbps 146GB 15,000 RPM Fiber Channel Drives with 8 Disks on RAID 0+1, 1 as Global Hot Spare and remaining configured as RAID 5 groups 23. 24. System must be expandable up to 100 nos. of 4Gbps 146GB 15,000 RPM Fiber Channel Drives Storage Management Software Must be GUI as well as CLI, centrally manage the complete range of arrays over the network, support for web based management, tracking and recording of actions on the system. Software license should be provided for unlimited expansion over SAN. The management software should have the features such as Dynamic RAID level migration, Dynamic capacity & volume expansion, Dynamic Segment size expansion, Monitoring and reporting of alarm conditions, Diagnostic tools for subsystems and recovery, LUN Masking, Performance Monitoring, Generation of Mails and SNMP alerts, Point in time copy functionality and Disk system should be capable of Remote copying 25. Must support non-disruptive upgrade of core software, BIOS, snap shot, clone, remote mirroring and management software without shutting down the storage system. All host-

RFP for WebGIS Solution Complied (Yes/No)

Page 116 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification attached servers must remain fully operational during system level or maintenance upgrade 26. System must support and must be configurable on rack. All accessories and hardware necessary for configuration on rack must be supplied 27. Path management software to provide high availability and automatic load balancing between Storage and server during failure of controller. Software license should be provided for unlimited no. of servers 28. Must have and configured on atleast 8 host interconnects with min. 4 per controller. All interconnects must be of min. 4Gbps FC 29. 30. Necessary Fiber cables required for this setup External Storage must be configured on SAN along with the Servers and Backup devices. Storage system and the SAN Switches must have atleast 4 paths between them. 31. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.4
Sr.No. 1. 2. 3.

Tape Library Backup


Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Min. 4 Nos. of Generation 3 LTO Drives supporting up to 400 GB uncompressed capacity. Should support min. of 6 drives Complied (Yes/No) <Write Yes or No for all rows>

4.

Interface of Min. 4Gbps to connect to Fiber Switch. Each set of 2 drives should be on a separate SAN Interface

5.

Min.

50

slots

for

cartridges

within

frame

excluding the cleaning cartridge

Page 117 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 6. 7. 8. 9. 10. Minimum Specification Must be configured along with Bar code reader Must Support LTO, SDLT, DLT, etc. Tape drives Configured for automatic tape loading for backup and restore Should have min. data transfer rate of 80Mbps per drive Hot swappable drives, power supply and cooling fans Redundant power supply and cooling fans 11. 12. 13. 14. Configured for Auto cleaning of drives with dedicated cleaning cartridge slot and cartridge Technology platform Support for leading backup software System must support and must be configurable on rack. All accessories and hardware necessary for configuration on rack must be supplied 15. 5 years on-site Warranty with 99% uptime commitment Backup Server 16. One of the Blade Server must be configured as a Backup Server with redundant Fiber Channel Interface to connect to the SAN Switch Backup Software 17. 18. Must support full functionality of Backup and Restore on Windows NT/2000/2003, Unix, Linux Must take Hot-Online SAN based Backup for major RDBMS like Oracle, DB2, SQL Server, etc. on different platforms 19. Must be supplied over SAN with necessary software the modules/equipments and configured to carry out backups without effecting performance of Servers, Storage, Application Online Transactions, Network components and Network Connectivity 20. Must be GUI based and centrally manageable should support heterogeneous

RFP for WebGIS Solution Complied (Yes/No)

Page 118 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 21. Minimum Specification over LAN/WAN and remote connectivity Must be configurable for retries for backups of remote clients which are offline due to network failures failed 22. Must be supplied with license for 4 nos. of Tape Drives. Must be supplied with license for use in any of the Tape Library / Systems / RDBMSs / Applications / Processors / OS / Networks 23. 24. 25. Should support integration with other enterprise application Must be capable of encryption of data backed up Must be capable of creating multiple copies of backup at the same time of taking primary backup 26. Must be capable of creating a Disaster Recovery Plan (DRP) for servers and systems in the Network in a automated and scheduled fashion 27. 28. 29. Must be configured for rapid restoration during recovery needs Must monitor and control tape and data sent offsite or through WAN Must have web based administration should be self sufficient to control different locations backup server from a single console 30. 31. Must have data reorganizing facility for maximum space utilization on Tapes Must have integrated RDBMS as catalog and must not use Flat file system to store and backup data. Must be capable of being mirrored and should allow two-phase commit 32. 5 years on-site Warranty with 99% uptime commitment and reboots. Must be capable of resuming from where the last backup/restore

RFP for WebGIS Solution Complied (Yes/No)

1.5

24 Port SAN Switch


Page 119 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Sr.No. 1. 2. 3.

Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must be activated and fully configured for 24PORTS along with required SAN Host Connectivity and licenses

Complied (Yes/No) <Write Yes or No for all rows>

4. 5. 6.

Must have dual fans and dual power supply Must have SFP optical transceivers Must be designed for 19-inch Industry standard rack. Vendor shall supply all hardware and accessories required for installation on Rack

7. 8.

Must zoning

have

Management

Software

Advanced

Must be configured for IBM pSeries, IBM xSeries Servers and other prominent servers like HP, SUN, etc.

9. 10. 11. 12. 13.

Must be configured for Intel processor-based servers and other processors like AMD Must be configured for Windows 2003, Red Hat Linux, Red Hat Linux AS Operating systems Must be configured for Storage System Must support other selected storage systems Must be supplied with Fibre optic cables as required and must be provided in various lengths in single mode and multi-mode

14. 15. 16.

Must be configured to support distance of 35KMS and more. Must supply FC cables/activation along with SAN Switches Must have SFP MODULES provided shall support 4GBPS, 2GBPS connectivity and should be autosensing

17.

Must allow creation of hardware based isolation environments within a single SAN Fabric or switch. Each Virtual Fabric must have

Page 120 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification independent fabric services, zoning database, name servers and FSPF process 18. 19. Must be configured for Port Aggregation for up to 16 Ports Must be configured for RADIUS, TACACS, AAA, port security, fabric binding, Secure FTP, SSHv2, SNMPv3. 20. 21. 22. 23. Switch must have role based administration Must have Fiber Channel Traceroute and Fiber Channel Ping. Switch must allow diagnositics Must have switch embedded applications for device management and full fabric management 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.6
Sr.No. 1. 2. 3. 4.

24 Port Giga Switch


Minimum Specification Make <Specify the Make here> Model <Specify the Model here> 24 Nos. RJ45 Ports for 10BaseT/100BaseTX/1000BaseT 4 Nos. GBIC ports with support for 1000 Base SX/LX/LH/ZX. Vendor must configure ports for commissioning Complied (Yes/No) <Write Yes or No for all rows>

5.

Should support half duplex, full duplex modes and auto negotiation for 10BaseT/100BaseTX/1000BaseT ports

6. 7. 8.

Must be stackable switch Port based QoS and QoS across the stack Must have ACL, Authentication, Port level security, identity based network services with 802.1x and extensions

Page 121 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 9. 10. 11. 12. 13. 14. Minimum Specification Must support Min. 255 VLANs 8K MAC Address entries Must be configured for management through SNMP on Web based interface Must support SNMP and RMON Must have LED indicators to display the link status and activity System must support and must be configurable on rack. All accessories and hardware necessary for configuration on rack must be supplied 15. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.7
Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16.

Hardware Load Balancer


Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must be fully redundant for high availability Must have 3 Module Slots Must have Switch control module with 2 GE (GBIC) ports fully configured Must have min. 6 GE Ports fully configured Must have min. 32 10/100/1000 Ethernet ports Must have SSL Termination Must have min. of two 2-Port GE I/O Module Must have min. of two session accelerator modules Must have Active-Active layer 5 ASR Must have VIP redundancy Must have Aggregate Bandwidth 20 Gbps Must have 1 GB flash memory disk Must have power Integrated AC Must have Virtual Internet Protocol Complied (Yes/No) <Write Yes or No for all rows>

Page 122 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 17. 18. 19. Minimum Specification Must support WebNS 8.10 Features Must have Hotspare Feature Must have Auto Discovery and addition and removal of Server resources without disrupting service 20. Must have Health Check Feature and system must automatically remove failed instances from service 21. 22. Must be configured for layer 3, 4, 7 & scripted health check mechanism Must have all Load Balancing Predicator 23. 24. 25. Least Connection Round Robin Weighted Server Response Time Least Connection + Server Response Time Least Local Connection

RFP for WebGIS Solution Complied (Yes/No)

Must have Sticky Connection Feature Must have Global Server Load Balancing Feature Must be designed for 19-inch, 1U Industry standard rack. Vendor shall supply all hardware and accessories required for installation on Rack

26.

5 years on-site Warranty with 99% uptime commitment

1.8
Sr.No. 1. 2. 3. 4. 5. 6.

Firewall
Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Stateful Inspection Must support OPSEC Must have a hardened OS System must support and must be configurable Complied (Yes/No) <Write Yes or No for all rows>

Page 123 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification on rack. All accessories and hardware necessary for configuration on rack must be supplied 7. 8. Must provide Intrusion Protection Min. 6 Ethernet Interfaces with support for Public, Private and De-militarized zones. Min. 2 ports should support 1000 Mbps of the 6 ports 9. 10. 11. 12. 13. 14. High Availability with no single point of failure Should Protocol AAA Support X.50a Certificate Support Content filtering, URL filtering support, SPAM mails filtering Must support IEEE802.1q VLAN Tagging OSPF Routing (Min. 3 OSPF areas should be possible to configure) Must support Static Routing RIPv1 and RIPv2 routing must be supported 15. 16. DHCP Server NAT/PAT support Advanced applications 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. Webbase GUI Remote Management Fast Ethernet Expansion option Failover Support Cleartext Throughput > 800 Mbps Concurrent Connection > 3,00,000 Must support 5,000 new sessions per second processing Simultaneous VPN Tunnel > 1900 1 DMZ for Application Servers Must have GUI and CLI interfaces for firewall management and support for both Windows and Unix platforms 27. 5 years on-site Warranty with 99% uptime NAT support including H.323 support Virtual Router Redundancy

RFP for WebGIS Solution Complied (Yes/No)

Page 124 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification commitment

RFP for WebGIS Solution Complied (Yes/No)

1.9
Sr.No. 1. 2. 3. 4. 5. 6.

IDS (Intrusion Detection System)


Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must have 80 Mbps min performance Must have 10/100BASE-Tx Standard monitoring interface Must have 10/100BASE-Tx Standard command and control interface Must have Four 10/100BaseTx (4FE) sniffing Interfaces interfaces) (allowing a total of 5 sniffing Complied (Yes/No) <Write Yes or No for all rows>

7. 8. 9. 10. 11. 12.

Must be Rack-mountable Must have State-full pattern recognition Must have Protocol parsing Must have Heuristic detection Must have Anomaly detection 5 years on-site Warranty with 99% uptime commitment

1.10 24 Port Manageable Switch


Sr.No. 1. 2. 3. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> 1U Rack-Mount 24 Nos. 10/100Mbps RJ-45 MDI-X ports, 2-port Single Mode 1000BaseX(SX) module port (inbuilt) Complied (Yes/No) <Write Yes or No for all rows>

Page 125 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification Vendor shall configure the 1000BaseX Port for connectivity to multimode Fiber Optic Cable 4. 5. 6. 7. 8. 9. 10/100Mbps Ethernet, 100 Base TX Fast Ethernet auto-sensing Switch 8.8 Gbps back plane support, forwarding rate 3.6 Mbps or higher Full duplex capability Management capability SNMP, TELNET, RMON VLAN Maximum 64port based Standards IEEE802.3u(100Base Fast Ethernet), IEEE802.3(10BaseT Ethernet), IEEE802.3z(Gigabit Ethernet), IEEE802.1D,IEEE802.3x, IEEE802.1P/Q (Tagged VLAN) 10. System must support and must be configurable on rack. All accessories and hardware necessary for configuration on rack must be supplied 11. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.11 24 Port Patch Panel


Sr.No. 1. 2. 3. 4. 5. 6. 7. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Rack mounted, 19 inch, 1U Size patch panel CAT-6 performance Printed color coding to make termination easy ISO 11801 and EIA / TIA 568A standards 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

Page 126 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.12 CAT6 UTP Cable


Sr.No. 1. 2. 3. 4. 5. 6. 7. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Cat 6 (4 pair cable) Meets EIA/TIA 568A and ISO/IEC 11801 Box containing 305mtr Meter marked For location more than 100 meters in length from the switch, it is the vendors responsibility to provide for necessary and supporting the equipments/devices 8. terminate Complied (Yes/No) <Write Yes or No for all rows>

connection using Fiber Optic Cable. It is the responsibility of the vendor to supply adequate length of cable to ensure proper networking at all locations 9. The earthwork portions of the work shall be carried out by the vendor and shall be governed by the instructions given by CLR for the same. The cost quoted by the vendor shall include digging, trenching, reinstating, resurfacing, micro tunneling, concretizing including any other civil, road work, earthwork, fees for permissions and right of way, fees for reinstatement, any other fees and charges that are not mentioned in this list but are required for CAT6/fiber laying, etc. and that may be required for the successful commissioning of the CAT6/Fiber Cable 10. 11. 12. 13. 14. The amount payable to the vendor shall be based on the actual consumption. Min. bandwidth support 550Mhz UL listed / UL verified (certified) 24 AWG Vendor must supply and install necessary and

Page 127 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification required quantities of RJ45 Connectors/Interface for CAT6 Cables with UL Listing and UL Verified at no additional cost to CLR. 15. 16. 20 years Application Assurance Warranty Certificate 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.13 Information Outlets


Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Surface mount box with Keystone Jack CAT-6 performance exceeding ISO/IEC 11801 & EIA/TIA 568A standards Color coding Integrated shutters to avoid dust Single port Support upto 550Mhz channel bandwidth UL listed / UL verified (certified) 20 years Application Assurance Warranty Certificate 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

1.14 7 Feet Patch Cord


Sr.No. 1. 2. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Complied (Yes/No) <Write Yes or No for all rows>

Page 128 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Minimum Specification Cat6 4 pair cable Length 7 feet Factory crimped and molded boots ISO/IEC 11801 & EIA/TIA 568A CAT-6 standards Jacks fitted with colored boots Support upto 550Mhz channel bandwidth UL listed / UL verified (certified) 20 years Application Assurance Warranty Certificate 24 AWG 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.15 3 Feet Patch Cord


Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Cat6 4 pair cable Length 3 feet Factory crimped and molded boots ISO/IEC 11801 & EIA/TIA 568A CAT-6 standards Jacks fitted with colored boots Support upto 550Mhz channel bandwidth UL listed / UL verified (certified) 20 years Application Assurance Warranty Certificate 24 AWG 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

1.16 2 Casing Capping (Meters)

Page 129 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Size 2 White Color Vendor is responsible for quoting, supplying, laying, trenching, installing and commissioning for the material supplied 6. 7. Standard Compliance ISI It is the responsibility of the vendor to lay cables by use of conduting and casing materials or even digging. The unit price quoted shall be inclusive of all the charges for the laying, trenching, supplying, commissioning etc. 8. 9. The amount payable to the vendor shall be based on the actual consumption. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No) <Write Yes or No for all rows>

1.17 2 C Class GI Pipe (Meters)


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> C Class Size 2 diameter Vendor is responsible for quoting, supplying, laying, trenching, installing and commissioning for the material supplied 6. 7. Standard Compliance ISI It is the responsibility of the vendor to lay cables by use of conducting and casing materials or even digging. The unit price quoted shall be inclusive of all the charges for the laying, Complied (Yes/No) <Write Yes or No for all rows>

Page 130 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 8. 9. Minimum Specification trenching, supplying, commissioning etc. The amount payable to the vendor shall be based on the actual consumption. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.18 1 Casing Capping (Meters)


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Size 1 White Color Vendor is responsible for quoting, supplying, laying, trenching, installing and commissioning for the material supplied 6. 7. Standard Compliance ISI It is the responsibility of the vendor to lay cables by use of conduting and casing materials or even digging. The unit price quoted shall be inclusive of all the charges for the laying, trenching, supplying, commissioning etc. 8. 9. The amount payable to the vendor shall be based on the actual consumption. 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

1.19 1 C Class GI Pipe (Meters)


Sr.No. 1. 2. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Complied (Yes/No) <Write Yes or No for all rows>

Page 131 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 3. 4. 5. Minimum Specification C Class Size 1 diameter Vendor is responsible for quoting, supplying, laying, trenching, installing and commissioning for the material supplied 6. 7. Standard Compliance ISI It is the responsibility of the vendor to lay cables by use of conducting and casing materials or even digging. The unit price quoted shall be inclusive of all the charges for the laying, trenching, supplying, commissioning etc. 8. 9. The amount payable to the vendor shall be based on the actual consumption. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.20 All-in-One Color Laser Printer A3 Size


Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must have Laser Printing Technology Must have Printing speed upto 24 ppm Must have First page out less than 8 seconds Must have Printing resolution 600*600 dpi Must have minimum RAM 512MB DD Ram, expandable to 1024MB Must have Flash memory slots Must have minimum 20GB embedded Hard Disk Must have Duty Cycle Upto 2 Lacs pages per month Automatic Duplex printing Must have minimum Input Paper holding capacity of 3000 papers Complied (Yes/No) <Write Yes or No for all rows>

Page 132 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 13. Minimum Specification Must have Paper Size support for A3 (ISO), A4 (ISO), A4-rotated (ISO), A5 (ISO), B4 (JIS), B5 (JIS), B6 (JIS), Letter, letter-rotated, legal, tabloid, executive, envelopes (No. 10, Monarch) 14. Must have Paper Type support for Paper (plain, preprinted, letterhead, prepunched, bond, colour, recycled, cardstock 15. Must have Network Operating system support for Microsoft Win 2000, XP, XP 64-Bit, Server 2003; Red Hat Linux 6.x and later; SuSE Linux 6.x and later; HP-UX 10.20, 11.x; Solaris 2.5x, 2.6, 7, 8, 9, 10 (SPARC systems only); IBM AIX 3.2.5 and later; 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. MPE-iX; Citrix MetaFrame; Windows Terminal Services Must have In built print server Must have Connectivity Parallel port, 2 open EIO slots, USB 1.1 or above Must have Inbuilt Ethernet port 10/100MBps Must have Scanner with 600dpi resolution (enhanced & optical) Must have FAX Image technology with 300 x 300dpi Must have minimum Fax memory 250 MB minimum Must have Fax modem with 33.6 Kbps minimum( 3 pages/min) Must have Fax with speed dial Must have Copy Speed Black: up to 10 cp/m ,colour Up to 10 cp/m Must quote, supply and commission the system along with the existing hardware setup at site Must quote, supply commission any Hardware cable, connector. for the Accessories, successful software commission etc, of required systems rough), transparencies, labels,

RFP for WebGIS Solution Complied (Yes/No)

Page 133 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 27. 28. Minimum Specification Must be supplied with 2 complete sets of cartridges 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.21 All-in-One B/W Laser Printer A3 Size


Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must have Laser Printing Technology Must have Printing speed upto 24 ppm Must have First page out less than 8 seconds Must have Printing resolution 600*600 dpi Must have minimum RAM 512MB DD Ram, expandable to 1024MB Must have Flash memory slots Must have Duty Cycle Upto 2 Lacs pages per month Automatic Duplex printing Must have minimum Input Paper holding capacity of 3000 papers Must have Paper Size support for A3 (ISO), A4 (ISO), A4-rotated (ISO), A5 (ISO), B4 (JIS), B5 (JIS), B6 (JIS), Letter, letter-rotated, legal, tabloid, executive, envelopes (No. 10, Monarch) 13. Must have Paper Type support for Paper (plain, preprinted, recycled, cardstock 14. Must have Network Operating system support for Microsoft Win 2000, XP, XP 64-Bit, Server 2003, Vista and later; Red Hat Linux 6.x and later; SuSE Linux 6.x and later letterhead, rough), prepunched, bond, labels, transparencies, Complied (Yes/No) <Write Yes or No for all rows>

Page 134 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. Minimum Specification Must have In built print server Must have Connectivity Parallel port, 2 open EIO slots, USB 1.1 or above Must have Inbuilt Ethernet port 10/100MBps Must have Scanner with 600dpi resolution (enhanced & optical) Must have FAX Image technology with 300 x 300dpi Must have minimum Fax memory 250 MB minimum Must have Fax modem with 33.6 Kbps minimum( 3 pages/min) Must have Fax with speed dial Must have Copy Speed Black: up to 10 cp/m Up to 10 cp/m Must quote, supply and commission the system along with the hardware setup at site Must quote, supply commission any Hardware cable, connector. for the Accessories, successful software commission etc, of required systems 26. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.22 A0 Size Color Plotter


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must be Color capable with 1200x600 dpi or above Must have Line accuracy of +/- 0.02% or better Must be capable of Minimum line width of 0.08mm or better Complied (Yes/No) <Write Yes or No for all rows>

Page 135 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 6. Minimum Specification Must have 6 Nos. Colors of print cartridges, i.e., Black, Cyan, Magenta, Yellow, Light Cyan, Light Magenta 7. Must be capable of printing on the following Media types that are compatible with both Dye and UV Ink Systems: 8. 9. 10. 11. 12. 13. Adhesive Vinyl Coated Paper Photo Gloss Photo Semi-Gloss Canvas Film Reverse Print Matte White Inkjet Paper Canvas Matte Coated Paper Photo Imaging Gloss Photo Imaging Satin Banners with Tyvek Basic Super Heavyweight Paper Canvas Matte UV Backlit UV Image Gloss UV Polypropylene Scrim Banner

RFP for WebGIS Solution Complied (Yes/No)

Must be provided with Standard media sizes


ISO, JIS, ARCH

Must be capable of printing on 60 Paper roll Must provide for Margins, Leading/Trailing edges (35mm or lesser) Must provide for Lateral Margins (7mm or lesser) Must provide for Roll length (90m or more) Must provide for Paper handling to be supported (Roll feed, sheet feed, automatic cutter and takeup reel)

14. 15.

Must have Memory (256 MB or higher) Must have Printing speed (9sqm/hour [coated], 5.5sqm/hour [glossy] or faster)

Page 136 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 16. 17. Minimum Specification Must have Standard printer languages (TIFF,
JPEG, CALS, HP GL/2, HP RTL)

RFP for WebGIS Solution Complied (Yes/No)

Must have Connectivity (TCP/IP including LPR and


IPP, AppleTalk, DLC/LLC and IPX/SPX protocols. Parallel port, IEEE 1284-compliant, RJ45 Port)

18. 19.

Must have Hard disk capacity (Min. 40GB) 5 years on-site Warranty with 99% uptime commitment

1.23 Wide Format Scanner


Sr.No. 1. 2. 3. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must be Wide Format type Must be capable of scanning minimum A0 size papers 4. 5. 6. 7. Must provide 120,000 Pixels or more Must provide 600 dpi resolution or more Must provide for Enhanced resolution of 9600 or more Must provide Scanning speed of 3/sec with 400dpi 24BitRGB, 12/sec with 400dpi Greytone and B/W 8. 9. 10. Must provide for Scan width of 54 or more Must provide for Media width of 56 or more Must provide for 15mm or more Thickness of media with feature 11. Must provide Digital image processing (Dual 2-D Adaptive Enhancement and adaptive grey) 12. Embedded in hardware (ADL + Error Diffusion Automatic thickness adjustment Complied (Yes/No) <Write Yes or No for all rows>

Page 137 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification Halftoning 2-D Sharpening, Softening, Blur Filter & Adaptive Thresholding, Color Feature Extraction) 13. Must have Scan Modes (24 bit color, 8 bit Feature extraction/Indexed color 8 bit Graytone. Copy modes with grayshades 1 bit B/W, B/W Dual 2D-Adaptive Modes) 14. Must have Colour RGB adjustment Tone (3x3 matrix multiplier Independent 15. 16. Curves(Gamma) Independent B/W point setting) Must have Colour space (NTSC & sRGB) Must have Sensors (Quardruple 4-linear CCDs [RGB Triplets + Panchromatic BW ] 48-bit color Data Capture, 16-bit Graytone Data Capture,All Digital Cameras) 17. Must have Auto-maintenance system (Auto Alignment, Stitching Monitoring & Correction, Basic & Precision Color Calibration) 18. Must have the following Interface (FireWire,USB2[High Speed],STI [still Image Interface ], WIA[ Windows Image Acquisition ] TWAIN) 19. Must have Power management (Temperature Control, Low Power Mode, Programmable PowerUp Timer) 20. 21. Must be provided with Floor stand (floor stand with document basket) Must like 22. 23. be provided with System etc., All software drivers, (Software for scanning and common adjustments rotation, cropping Maintenance and utilities tools) Must support Windows Platform 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

Page 138 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.24 Scanner
Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Optical resolution 600 x 2400 dpi Scan area: legal size (8.5" x 14") High scan speed SCSI-II interface Flatbed color scanner Maximum resolution 9600 x 9600 dpi 36 bit scanner with more than one billions color support Drivers for supported OS Bundled OCR software PCI SCSI interface card to connect scanner Should support USB Port and/Or Serial Port 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

1.25 LCD Video Projector


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Native Resolution : SVGA (1024 X 768) Display Technology: 3 X 9" Polysilicon LCD with MLA( Micro Lens Array) Input Sources : Computer : HD15 X 2 (Analog RGB), DVI-D, audioX2 (3.5mm stereo mini jack); Video : RCA X 3 (RGB Component, YpbPr, YcbCr), S-Video, Composite Video, Audio(RCAX2), WiFi Complied (Yes/No) <Write Yes or No for all rows>

Page 139 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. Minimum Specification Output Sources : RGB (HD15), audio (3.5 mm stereo mini-jack) Computer compatibility : SXGA, XGA, SVGA, VGA, Mac Video Compatibility : NTSC, NTSC 4.43, PAL, PAL-M, PAL-N, SECAM Brightness : 2000 ANSI Lumens to 3000 ANSI Lumens Brightness Uniformity : 75% and above Contrast Ratio : Greater than 450:1 full on/full off Number of Colors : 16.7 millions H-Sync Range : 31.5-80 KHz V-Sync Range : 56-120 Hz Dot Clock : 135 Mhz Digital Keystroke Correction: +/- 30 degrees Projection Lens: F=1.7-2.3; f=43-64 mm Throw Ratio : 1.8- 2.4:1 Minimum Projection Distance : 1.1 m Aspect Ratio : Native 4:3; Supports 5:4, 16:9 Image Size(diagonal) : 762 mm - 7620 mm Projection methods: Front/rear, ceiling/desktop Audio : 2 X 1.2 Watt stereo Control : USB Mouse, PS/2 mouse, Bi-directional RS-232 Lamp : 250 Watt UHB Weight : < than 6 Kgs. Operating Temperature: 50 - 95 F ( 10 - 35) C Audible Noise : less than 34dB Lamp Warranty : >= than 90 days Menu Language : Atleast English Must be WiFi Capable 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

Page 140 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.26 Desktop Video Conferencing Equipment


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Internal Processor Based Mountable on Flat Panel or Flat Surface Standards ITU H.323 (IP Communications); Video H.261, H.263, H.263+; Audio G.711, G.722, G.728 6. 7. 8. Data Rates/Frame Rates; 56 KBPS to 384 KBPS; 30fps at 384 KBPS Video; 30fps FCIF (352 x 288 pixels); Picture in Picture (PIP) Audio; Integrated Microphone; Full-duplex audio with echo cancellation, noise suppression and automatic gain control 9. Input/Output; USB connector; Power; Audio In/Out; Should be supplied with external headset & Microphone; Should be supplied with powered speakers that can be connected to PC 10. 11. Camera; Manual tilt and swivel; Manual focus User Interface; Onscreen virtual remote control; Manual or auto answer; Incoming Caller ID; Privacy Shutter 12. Dialing Capabilities; Directory Service; Internet Locator Service (ILS) support; H.323 external gatekeeper, gateway and MCU support 13. System Includes; Integrated camera/codec and mounting base with support for external tripod mount; USB Cable Power Adapter and Cable; Application Software; Product Documentation and Installation Guide 14. Should be configured for PC System with; USB Complied (Yes/No) <Write Yes or No for all rows>

Page 141 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 15. Minimum Specification Port; MS Windows XP Professional OS Network Requirements; Any IP based Network including 16. 17. Ethernet; Network Interface Card; Network Modem Should have FCC Class B Approvals 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.27 42 U Rack for Servers


Sr.No. 1. 2. 3. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> The unit shall be designed to provide a secure, managed 4. environment for computer and networking equipment The unit shall conform to EIA-310 Standard for Cabinets, Racks, Panels and Associated Equipment and accommodate industry standard 19 rack mount equipment 5. The unit shall be designed with four (4) vertical posts to allow rack mount equipment installation utilizing four (4) vertical mounting rails 6. The unit shall be available with a vertical equipment mounting space of or 44.45mm) 7. The unit shall be available to order with one part number configured with all enclosure components pre-assembled 8. A 4-post open frame configuration (no sides or doors) 9. 10. should be available with 42Uvertical equipment mounting space The unit shall have Internal Height of 42U The unit shall have EIA-310 of 19 42U (1U=1.75 Complied (Yes/No) <Write Yes or No for all rows>

Page 142 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 11. 12. 13. 14. 15. 16. 17. Minimum Specification The unit shall have External Height of 2070mm (81.5) The unit shall have External Width of 600mm (23.5) The unit shall have External Depth of 1072mm (42.2) The unit shall have Static Rating of 909 kg (2000lbs) The unit shall have Dynamic Rating of 909 kg (2000lbs) Actual enclosure width dimension is 597mm (23.5) for 19 The 42U unit shall have exterior maximum height measurement without tipping 18. The 42U units shall support a static load (weight supported by the casters and leveling feet) of at least 909 kg. (2,000 lbs.) total weight 19. The 42U units shall support a dynamic load (rolling on the casters) of at least 909 kg. (2,000 lbs.) total weight 20. The base units (42U) shall ship with a perforated front door, perforated split rear doors, two (2) solid side panels, perforated roof, four (4) vertical frame posts, four (4) vertical mounting rails, four (4) leveling feet and four (4) casters, pre-installed by the manufacturer 21. The expansion units (42U) shall ship without side panels 22. and includes baying hardware preinstalled by the manufacturer Baying brackets and hardware provide two sets of mounting holes for standard enclosure spacing of 24 or 600 mm 23. 24. Equipment Access and Monitoring The unit shall provide 42U of equipment vertical of 2070mm (81.5) to allow passage through a standard 7 Ft. (84) doorway

RFP for WebGIS Solution Complied (Yes/No)

Page 143 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 25. 26. Minimum Specification mounting space The vertical mounting rails shall be adjustable to allow different mounting depths The manufacturer shall offer an optional hardware kit containing additional M6 caged nuts, screws and cup washers 27. Both the front and rear doors shall be designed with quick release hinges allowing for quick and easy detachment without the use of tools 28. The front and rear doors shall open a minimum of 180 degrees to allow easy access to the interior 29. 30. 31. The front door of the unit shall be reversible so that it opens from either side Split rear doors are provided for increased service clearance The base unit shall include removable side panels that are removed without tools using easy finger latches for fast access to cabling and equipment 32. 33. Grounding Requirements Provisions shall be provided for all enclosure panels 34. The and rack-mounted shall equipment offer an to be earthed or grounded directly to the frame manufacturer optional grounding kit containing terminated green/yellow jumper wires and associated hardware 35. 36. Environmental Requirements The base unit shall have a minimum of IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water 37. 38. Safety Requirements The enclosure shall both protect the user from mechanical hazards and generally meet the requirements for a mechanical enclosure (stability, mechanical strength, aperture sizes, etc.) as defined in IEC 60950 Third Edition

RFP for WebGIS Solution Complied (Yes/No)

Page 144 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 39. 40. Minimum Specification Ventilation The unit shall provide adequate ventilation to provide airflow required by the major server manufacturers 41. 42. 43. 44. Perforated Front Door Perforated Rear Door Perforated Roof The unit shall provide the means to mount an optional fan-tray in the roof of the unit and fan modules on the rear doors 45. 46. 47. The manufacturer shall offer an optional blanking panel kit Cable Management The unit shall include four (4) vertical posts that allow cables and power cords to be routed through them 48. The vertical posts shall have access holes large enough for cables and power cords (up to NEMA 5-15 plugs) to fit through them 49. The unit shall have clearance for wiring access of at least 3 between the inside surface of the front door and front mounting face of the vertical mounting rails 50. The unit shall have clearance for wiring access of at least 1.5 between the side panel and the vertical mounting rails 51. All roof cable management openings are protected with plastic grommets and caps preinstalled by the manufacturer 52. Rectangular openings in rear shall be protected with 53. All plastic side grommets pre-installed by the are manufacturer cable management openings protected with plastic grommets preinstalled by the manufacturer 54. 3 years onsite warranty with 99.5% uptime

RFP for WebGIS Solution Complied (Yes/No)

Page 145 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 55. 56. Minimum Specification Cable Tray Cable shall be laid in existing open cable trench / cable tray / through GI Pipe / sleeves and shall be dressed by using 1.2mm thick Aluminum binding clamps and nylon threads. 57. 58. Aluminum tags and other related material shall be supplied and fixed A 12mm thick Commercial grade plywood cable tray of size 4 x 4 shall run beneath the tabletop and the skirting level for housing LAN and electrical cabling respectively. The same shall be finished with 1mm laminate 59. Vendor shall quote, supply and commission for all the hardware, wiring and accessories that are required for the termination of the Racks with the UPS at State Data Centre. 60. Vendor must quote, supply and commission the 42 U IT Enclosure required for the successful commissioning of the UPS along with all the required accessories, hardware, cables, etc. to interface and interconnect with the remaining hardware at the Data Center. The UPS supplied must be uniform and symmetric in aesthetics when placed along with the existing UPS at the Data Center. 61. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.28 42 U Rack for Network


Sr.No. 1. 2. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Complied (Yes/No) <Write Yes or No for all rows>

Page 146 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 3. Minimum Specification The unit shall be designed to provide a secure, managed 4. environment for computer and networking equipment The unit shall conform to EIA-310 Standard for Cabinets, Racks, Panels and Associated Equipment and accommodate industry standard 19 rack mount equipment 5. The unit shall be designed with four (4) vertical posts to allow rack mount equipment installation utilizing four (4) vertical mounting rails 6. The unit shall be available with a vertical equipment mounting space of or 44.45mm) 7. The unit shall be available to order with one part number configured with all enclosure components pre-assembled 8. A 4-post open frame configuration (no sides or doors) 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. should be available with 42Uvertical equipment mounting space The unit shall have Internal Height of 42U The unit shall have EIA-310 of 19 The unit shall have External Height of 2070mm (81.5) The unit shall have External Width of 749mm (29.5) The unit shall have External Depth of 1072mm (42.2) The unit shall have Static Rating of 909 kg (2000lbs) The unit shall have Dynamic Rating of 909 kg (2000lbs) Actual enclosure width dimension is 597mm (23.5) for 19 Must provide adjustable mounting depth Must provide facility for rear/vertical cable management 42U (1U=1.75

RFP for WebGIS Solution Complied (Yes/No)

Page 147 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 19. 20. 21. 22. 23. 24. 25. 26. 27. Minimum Specification Must provide for vertical power distribution Must provide numbered U positions Must provide Rear Cable Management Channels Must provide removable doors and side panels Must provide reversible doors Must provide vertical mounting rails Must provide UBC Zone 4 stabilization provisions Must provide Wide Form Factor (29.5/750mm) The 42U unit shall have exterior maximum height measurement without tipping 28. The 42U units shall support a static load (weight supported by the casters and leveling feet) of at least 909 kg. (2,000 lbs.) total weight 29. The 42U units shall support a dynamic load (rolling on the casters) of at least 909 kg. (2,000 lbs.) total weight 30. The base units (42U) shall ship with a perforated front door, perforated split rear doors, two (2) solid side panels, perforated roof, four (4) vertical frame posts, four (4) vertical mounting rails, four (4) leveling feet and four (4) casters, pre-installed by the manufacturer 31. The expansion units (42U) shall ship without side panels 32. and includes baying hardware preinstalled by the manufacturer Baying brackets and hardware provide two sets of mounting holes for standard enclosure spacing of 24 or 600 mm 33. 34. 35. 36. Equipment Access and Monitoring The unit shall provide 42U of equipment vertical mounting space The vertical mounting rails shall be adjustable to allow different mounting depths The manufacturer shall offer an optional of 2070mm (81.5) to allow passage through a standard 7 Ft. (84) doorway

RFP for WebGIS Solution Complied (Yes/No)

Page 148 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification hardware kit containing additional M6 caged nuts, screws and cup washers 37. Both the front and rear doors shall be designed with quick release hinges allowing for quick and easy detachment without the use of tools 38. The front and rear doors shall open a minimum of 180 degrees to allow easy access to the interior 39. 40. 41. The front door of the unit shall be reversible so that it opens from either side Split rear doors are provided for increased service clearance The base unit shall include removable side panels that are removed without tools using easy finger latches for fast access to cabling and equipment 42. 43. Grounding Requirements Provisions shall be provided for all enclosure panels 44. The and rack-mounted shall equipment offer an to be earthed or grounded directly to the frame manufacturer optional grounding kit containing terminated green/yellow jumper wires and associated hardware 45. 46. Environmental Requirements The base unit shall have a minimum of IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water 47. 48. Safety Requirements The enclosure shall both protect the user from mechanical hazards and generally meet the requirements for a mechanical enclosure (stability, mechanical strength, aperture sizes, etc.) as defined in IEC 60950 Third Edition 49. 50. Ventilation The unit shall provide adequate ventilation to provide airflow required by the major server manufacturers

RFP for WebGIS Solution Complied (Yes/No)

Page 149 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 51. 52. 53. 54. Minimum Specification Perforated Front Door Perforated Rear Door Perforated Roof The unit shall provide the means to mount an optional fan-tray in the roof of the unit and fan modules on the rear doors 55. 56. The manufacturer shall offer blanking panel kit Vendor shall quote, supply and commission for all the hardware, wiring and accessories that are required for the termination of the Racks with the UPS at State Data Centre. 57. Vendor must quote, supply and commission the 42 U IT Enclosure required for the successful commissioning of the UPS along with all the required accessories, hardware, cables, etc. to interface and interconnect with the remaining hardware at the Data Center. The UPS supplied must be uniform and symmetric in aesthetics when placed along with the existing UPS at the Data Center. 58. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.29 30kVA N+1 Redundant, Modular and 42 Rack Mountable UPS


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> UPS must be continuous duty, three phase, solid state, static type UPS must be an N+1 redundant, scalable array architecture Must have hot swappable / user replaceable Complied (Yes/No) <Write Yes or No for all rows>

Page 150 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification 10kW/10kVA power modules, which shall operate in parallel and must be configured for N+1 redundant operation at rated load. 6. 10kW/10kVA power module must contain a full rated input converter, full rated output inverter and 10% battery charging circuit 7. Must have user replaceable continuous duty bypass static switch module, hot swappable/user replaceable battery modules, redundant control modules, redundant logic power supplies, and LCD interface display 8. The power modules and battery modules must be housed in two standard, 24 inch wide, 36 inch deep, 42U high equipment racks 9. 10. 11. 12. 13. 14. The system must have UL60950 listing for the complete product solution Must comply to UL1778 (Uninterruptible Power Supply Equipment) Must Must comply comply to to UL891 UL60950 (Dead Front Switchboards) (Information Technology Equipment) Must be in accordance with requirements of NFPA (National Fire Protection Associations) Must be in accordance with requirements of NEMA 15. (National Electrical Manufacturers Association) Must be in accordance with requirements of OSHA 16. Must (Occupational be manufactured of IEEE Safety in and Health with Administration) accordance requirements 519-1992 Standard

RFP for WebGIS Solution Complied (Yes/No)

Practices and Requirements for Harmonic Control in Electrical Power Systems 17. Must be manufactured in accordance with requirements of ISO9001

Page 151 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 18. 19. Minimum Specification Must be manufactured in accordance with requirements of ISO14001 System must support the following Normal, Battery, 20. 21. 22. Recharge, Static Bypass and Maintenance Bypass modes of operation UPS must provide 30kVA and 30kW load UPS battery must be provided for 30kW at a Power Factor of Unity for 15 mins. UPS must be rated for full kW output for 30kVA/kW and must be configured with up to eight (4), 10kW power modules for N+1 23. 24. 25. 26. UPS System must have AC Input Nominal Voltage of 400V, 3 Phase, 4 Wire, 50Hz Must have AC Input Voltage range of 304 477 Vac Must have Frequency Range of 47 53 Hz Input Power Factor Min .96 lagging at 50% load Min .99 lagging at 100% load 27. Input current Distortion 6% at 100% load 6% at 50% load 28. 29. 30. 31. 32. UPS Start must be linear from 0-100% input current and must not exhibit inrush UPS must provide AC Output 400V, 3 Phase, 4 Wire, 50Hz UPS must provide Max. Voltage Distortion of 3% at 100% linear load UPS must provide AC Output Voltage Regulation of +/- 1% for 100% linear or nonlinear load UPS must provide output frequency of 50Hz +/0.1Hz 33. 34. under battery operation or input synchronized under normal operation UPS must provide voltage transient response of +/- 5% maximum for 100% load step UPS must provide Voltage Transient Response

RFP for WebGIS Solution Complied (Yes/No)

Page 152 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 35. 36. Minimum Specification within <60 milliseconds Must provide unlimited crest factor UPS must provide Output Voltage Harmonic Distortion of <2% THD max. and 1% single harmonic for a 100% linear load 37. UPS must provide Output Voltage Harmonic Distortion of <5% THD max. and 100% non linear load 38. Must have Phase Angle Displacement of 120 degrees 120 120
+

RFP for WebGIS Solution Complied (Yes/No)

/- 1 degree for balanced load


+

degrees degrees

/- 1

degrees degrees

for for

50% 100%

imbalanced load 39.


+

/- 3

imbalanced load Must have Overload Rating during Normal Operation as 40. 150% for 30 seconds < 105% continuous have Overload Rating during Bypass

Must

Operation as 41. 42. 125% continuous 1000% for 500 milliseconds 94% at

Must have System AC-AC Efficiency of 100% load

Must have the following Environmental Rages Storage Ambient Temperature: -15C to 45C). Operating Ambient Temperature: 0C to 40C Relative Humidity: 0 to 95% Non-condensing Operating altitude with no derating: 0 to 1000m feet above sea level (0 to 3333)

43.

UPS must be configured with redundant input converters, each with semiconductor fusing, and logic controlled contactors to remove a failed module from the input bus

44.

The battery charging circuit shall contain a temperature compensation circuit, which will

Page 153 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification regulate the battery charging to optimize battery life. The battery charging circuit shall remain active when in Static Bypass and in Normal Operation 45. In both normal operation and battery operation, the output inverters shall create an output voltage independent of the mains input voltage. Input voltage anomalies such as brown-outs, spikes, surges, sags, and outages shall not affect the amplitude or sinusoidal nature of the recreated output voltage sine wave delivered by the output inverters 46. The output power converters shall be capable of 300% for short-circuit clearing. Steady-state overload conditions, of up to 150% of system capacity, shall be sustained by the inverter for 30 seconds in normal and battery operation. Should overloads persist past the outlined time limitation, the critical load will be switched to the automatic static bypass output of the UPS 47. The output inverter shall be provided with an output mechanical contactor to provide physical isolation of the inverter from the critical bus. With this feature a failed inverter shall be removed from the critical bus 48. The inverter shall be provided with monitoring and control circuits to limit the level of discharge on the battery system 49. The UPS shall be configured with redundant output inverters, each with semiconductor fusing, and logic controlled contactors to remove a failed component from the critical bus 50. UPS must provide system static bypass switch shall be provided. The system static bypass shall provide no break transfer of the critical load from the Inverter output to the static bypass input source during times where maintenance is

RFP for WebGIS Solution Complied (Yes/No)

Page 154 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification required, or the inverter cannot support the critical bus. Such times may be due to prolonged or severe overloads, or UPS failure. The UPS and static bypass switch shall constantly monitor the auxiliary contacts of their respective circuit breakers, as well as the bypass source voltage, and inhibit potentially unsuccessful transfers to static bypass from taking place 51. The design of the static switch power path shall consist of Silicon Controlled Rectifiers (SCR) with a continuous duty rating of 125% of the UPS output rating 52. An automatic transfer of load to static bypass shall take place whenever the load on the critical bus exceeds the overload rating of the UPS. Automatic transfers of the critical load from static bypass back to normal operation shall take place when the overload condition is removed from the critical bus output of the system. Automatic transfers of load to static bypass shall also take place if for any reason the UPS cannot support the critical bus 53. The static bypass shall be rated and capable of handling overloads equal to or less than 125% of the from rated system output continuously. or short of For instantaneous overloads caused by inrush current magnetic devices, of circuit system conditions, the static bypass shall be capable of sustaining 54. 55. overloads 1000% capacity for periods of up to 500 milliseconds The static bypass switch shall be of a modular design As a requirement of UL1778, back-feed protection in the static bypass circuit shall also be incorporated in the system design. To achieve back-feed protection, a mechanical contactor in series with the bypass SCR(s) shall be controlled

RFP for WebGIS Solution Complied (Yes/No)

Page 155 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification by the UPS/static switch, to open immediately upon sensing a condition where back-feeding of the static switch by any source connected to the critical output bus of the system is occurring. One such condition could be a result of a shorted SCR. 56. The UPS shall be controlled / by two fully redundant, user-replaceable hot-swappable

RFP for WebGIS Solution Complied (Yes/No)

control modules.

These modules shall have Logic

separate, optically isolated, communication paths to the power and static switch modules. power for the control modules shall be derived from redundant power supplies, each having a separate AC and DC input and output. Controller Area Network (CAN Bus) 57. A microprocessor controlled display unit shall be located on a hinged door in the front of the system. The display shall consist of an alphanumeric display with backlight, an alarm LED, and a keypad consisting of pushbutton switches 58. 59. The UPS batteries must have potential free (dry) contacts UPS System must have RS232 Serial Port #1 UPS System must have RJ-45 Interface port for a Remote Display 60. The UPS battery shall be of modular construction made up of user replaceable, hot swappable, fused, battery modules. Each battery module shall be monitored for voltage and temperature for use by the UPS battery diagnostic, and temperature compensated charger circuitry 61. The battery jars housed within each removable battery module shall be of the Valve Regulated Lead Acid (VRLA) type The communication of the control modules shall be of

Page 156 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 62. Minimum Specification The UPS shall incorporate a battery management system to continuously monitor the health of each removable battery module. weak battery module is found 63. As a standard product offering, the UPS shall be capable of delivering 4.5 minutes of back-up (at 30KW) with battery cartridges located internal to the UPS 64. Each UPS system shall have a 250 VDC rated, thermal shunt magnetic trip molded and case circuit breaker. Each circuit breaker shall be equipped trip mechanisms 1A/1B auxiliary contacts. The circuit breakers are to be located within the UPS enclosure or as part of a line-upand-match type battery cabinet 65. The PDU/system bypass cabinet shall provide power to the critical load from the bypass source, during times where maintenance or service of the UPS is required. The PDU/System bypass shall provide a mechanical means of complete isolation of the UPS from the critical output distribution. The PDU/System bypass shall be constructed in a Standard 24 inch wide 36 inch deep 42U High, IT Rack Style enclosure 66. Appropriately rated circuit breakers to fully isolate the UPS during times where maintenance is required. As a part of this design there shall be a UPS input circuit breaker designated as Q1, a UPS output circuit breaker designated as Q2, and a wrap-around panels to maintenance as Q3. equipped the bypass For with an circuit input primary for the breaker bypass switch designated PDU/system This system shall notify the user in the event that a failed or

RFP for WebGIS Solution Complied (Yes/No)

transformer, there shall also be a molded case isolate 1A/1B transformer contacts windings from the mains input to the system. Minimum auxiliary

Page 157 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification purpose of relaying status information of each circuit breaker / switch actuator to the UPS and PDU/system bypass shall be provided, along with a means of locking out the circuit breakers to inhibit operation of the bypass transfer pair. The PDU/System Bypass shall be available for a 208V, 480V, or 600V input 67. For ease of load bank testing the system, a pin and sleeve cam lock type load bank test port shall be available to allow use of a portable load bank to be connected to the system, without having to remove dead-fronts or gain access to live bus work or circuit breakers. A load bank shall be available with a properly configured connector on flexible cord to facilitate ease of use 68. For purposes of providing extended UPS back-up power, extended runtime battery enclosures shall be available. For ease of maintenance the extended runtime battery enclosures, shall house draw-out battery cartridges. These cartridges shall conform to OSHA lifting requirements for one person to replace battery cartridges without lifting tools or additional mechanisms. Battery cartridges shall interlock in place within the battery enclosure to ensure proper contact. When withdrawing a battery cartridge, a catch shall stop the battery cartridge from inadvertently being withdrawn in an unsafe manner. The Extended Run Battery solution shall be housed in a standard, 24 inch wide, 36 inch deep, 42U high equipment racks 69. The Ethernet Web/SNMP Adaptor shall allow one or more network network management systems environments. The management (NMS) to monitor and manage the UPS in TCP/IP information base (MIB) shall be provided in DOS and UNIX "tar" formats. The SNMP interface

RFP for WebGIS Solution Complied (Yes/No)

Page 158 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Minimum Specification adaptor shall be connected to the UPS via the RS232 serial port on the standard communication interface board 70. The System, in conjunction with a network interface card, shall be capable of gracefully shutting down one or more operating systems during when the UPS is on reserve mode 71. The System shall also be capable of using an RS232 port to communicate by means of serial communications to gracefully shut down one or more operating systems during an on battery situation 72. Remote monitoring shall be available via a web browser such as Internet Explorer Remote UPS monitoring shall be possible via either RS232 the UPS Remote UPS Monitoring shall be possible through a standard MIB II compliant platform 73. The UPS manufacturer to support shall have available and software graceful shutdown or contact closure signals from

RFP for WebGIS Solution Complied (Yes/No)

remote monitoring for the following systems: a. Microsoft Windows 95/98/XP n. SUN Solaris 2.6-2.8 o. SUN OS 4.13, 4.14 p. IBM AIX 4.3x-4.33g, 5.1 r. Linux 74. Monitoring - shall be capable of monitoring all products in this specification including, UPS, PDU/System Bypass, Extended Run Battery Enclosures, and rack level distribution options through a network of category 5 cable and a 24 port hub, supplied by the UPS manufacturer. This 24 port hub shall relay information to the Manager, which in turn shall allow access to this information via the users public network via a single IP address

Page 159 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 75. Minimum Specification Monitored Values - Manager shall be capable of monitoring alarms, general status parameters, voltage and current of products outlined in this specification 76. Thresholds - For individualized customer needs, Manager thresholds shall for allow alarm for user configurable With this notification.

RFP for WebGIS Solution Complied (Yes/No)

feature, Manager can notify clients of reaching thresholds for UPS capacity, PDU capacity, or branch circuit breaker capacity. Other custom programmable alarm points for other products shall also be available via dry contact input signal 77. Public Network Monitoring - The Manager shall also be capable of monitoring other devices that are connected to the clients public network 78. Vendor must quote, supply and commission the 42 U IT Enclosure required for the successful commissioning of the UPS along with all the required accessories, hardware, cables, etc. to interface and interconnect with the remaining hardware at the Data Center. The UPS supplied must be uniform and symmetric in aesthetics when placed along with the existing UPS at the Data Center. 79. 5 years on-site Warranty with 99% uptime commitment

1.30 50kVA DG Set


Sr.No. 1. 2. 3. 4. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> 50 kVA DG set with exhaust piping AMF panel with two contactor or ATS Complied (Yes/No) <Write Yes or No for all rows>

Page 160 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 5. 6. 7. Minimum Specification Control & power cabling complete with earthing system Concrete Diesel Tank 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No)

1.31 Civil Work


Sr.No. 1. 2. 3. 4. Minimum Specification Re-plastering of the walls with smooth finish Stainless Steel Signage and Direction board Periodic Anti-Termite Treatment for the entire area Acrylic Plastic Emulsion Painting with even shade over primer coating for all vertical plain surface and plain gyp-board ceiling 5. 6. POP running over cement plaster in perfect line and level with thickness 10-12mm Fire retardant coating over all vertical surfaces and furniture Complied (Yes/No) <Write Yes or No for all rows>

1.32 Flooring
Sr.No. 1. Minimum Specification Raised Flooring with High Pressure Laminated Panel System with Rigid Grid Understructure system with edge support 2. 3. 4. Raised flooring should withstand static and rolling loads Flooring should have adequate fire resistance, acoustic barrier, air leakage resistance Removing existing flooring and laying appropriate Complied (Yes/No) <Write Yes or No for all rows>

Page 161 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 5. Minimum Specification good quality granite and/or white/cream tiles with proper skirting on walls on areas other than raised flooring

RFP for WebGIS Solution Complied (Yes/No)

1.33 False Ceiling


Sr.No. 1. 2. 3. 4. 5. Minimum Specification False ceiling with Gypsum board with approved G.I. framework and hangers Should have opening for lighting and for fitting other equipments Up to a vertical depth of 16 Providing and fixing 9mm thick insulation above false ceiling Periodic cleaning of the surface to remove dust Complied (Yes/No) <Write Yes or No for all rows>

1.34 Furniture in administrative area


Sr.No. 1. Minimum Specification Workstations created with cubicle format modular tables and partitions for installing desktops, printers etc. 2. Workstations shall have 2 depth, 25mm thick on top and 20mm thick other parts with commercial board with 1.5mm thick lamination. Should have cable managers 3. 4. Workstations shall have keyboard trays, drawers, cabinets with drawer slides Workstations shall have Magnetic board, Soft board for pins and white board for writing and putting notes for each cubicle 5. 6. Ergonomic design for comfortable work Electrical fittings for desktops, printers etc. With additional points Complied (Yes/No) <Write Yes or No for all rows>

Page 162 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 7. 8. Minimum Specification Chairs suitable for using computers with rollers Storage cupboards with 18mm thick MDF with 1.5mm lamination. Completely polished

RFP for WebGIS Solution Complied (Yes/No)

1.35 Electrical Work


Sr.No. 1. 2. 3. 4. Minimum Specification PVC insulated copper conductor cables Stranded copper conductors with thermoplastic insulations of 1100 volts grade All wiring shall be color coded Looping system of wiring shall be used. At no cases, wires shall be joined. No reduction of strands at any terminations 5. 6. 7. Running set of wires shall be bunched together with cable straps at required intervals Circuit diagrams at each Distribution Board and all other locations, wherever necessary Metal clad sockets should be of die cast noncorroding 8. zinc alloy, have deeply recessed contact tubes and have push on protective cap Power for desktops and other IT infrastructure should be separate from lighting and other miscellaneous electrical items 9. All electrical equipment is to be earthen in conformity with provision of rules 32, 61, 62,67,& 68 of Indian Electricity rules 1956 and as per IS- 3843-1986 10. 11. All cable ducts shall have sufficient size so that the cables do not touch each other Cables shall be neatly arranged and shall have cable numbers with 2mm aluminum strips fastened to it Complied (Yes/No) <Write Yes or No for all rows>

Page 163 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 12. Minimum Specification All electrical fitting and accessories shall be minimum ISI marked

RFP for WebGIS Solution Complied (Yes/No)

1.36 Lighting
Sr.No. 1. 2. 3. Minimum Specification Bright lighting with reflectors and shades. Tube lights or CFL, wherever appropriate Design shall be in such a way that the lights are not reflected on computer screen, while working All lighting equipments shall be ISI marked Complied (Yes/No) <Write Yes or No for all rows>

1.37 PVC Conduit


Sr.No. 1. Minimum Specification All conduits shall have high-impact heavy duty type heavy PVC and shall conform to I.E.E. regulations for nonmetallic conduit 1.6 mm thick as per IS 9537/1983. All conduits should not be less than 20mm external diameter 2. Connecting pieces should be connected using epoxy resin glue and shall be cleaned prior connecting 3. 4. The cables connected to separate main circuits shall be enclosed in separate conduits Conduit concealed in the ceiling slab shall run parallel to walls and beams and conduit concealed in the walls shall run vertical or horizontal Complied (Yes/No) <Write Yes or No for all rows>

1.38 Surveillance Systems

Page 164 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 1. 2. 3. 4. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> 24x7x365 surveillance systems using CCTV Online images from all cameras should be viewable at the control room. Cameras should be capable of night vision. 5. Capacity to record images from all cameras and capacity to preserve the images for a month time. Facility to take backup and storage of older images 6. 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No) <Write Yes or No for all rows>

1.39 Access Control Systems


Sr.No. 1. 2. 3. 4. 5. 6. 7. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Biometry Finger Print based Access Control for critical area Proximity Access Control for non critical areas Automatic Door Lock and Release System as per access validation Access control shall be for each critical door on entry as well as exit Making Systems 8. 5 years on-site Warranty with 99% uptime commitment good looking doors with automatic locking system provided with Access Control Complied (Yes/No) <Write Yes or No for all rows>

1.40 Precision Air Conditioning System for Server Room

Page 165 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Sr.No. 1. 2. 3. 4. 5. 6. 7. 8.

Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Precision control of Temperature Precision control of Humidity using Humidifier 16G hard Guage Copper Piping Facilities for Nitrogen Pressure Testing, Triple Vacuum, Gas Charging etc. Continuous Monitoring and Maintenance with sufficient dedicated staff 5 years on-site Warranty with 99% uptime commitment

Complied (Yes/No) <Write Yes or No for all rows>

1.41 Air Conditioning for Non-Server Operational Area of State Data Centre
Sr.No. 1. 2. 3. 4. 5. 6. 7. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Split Air conditioner shall be provided with sufficient capacity Voltage Stabilizer Energy Efficient Compressor Stage Adjustable Fan Speed Every 150sqft of carpet area should have a rotary compressor of 2 Tonne on an average 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

1.42 Fire and Smoke Detection System


Sr.No. 1. Minimum Specification Make <Specify the Make here> Complied (Yes/No) <Write Yes or No for all

Page 166 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 2. 3. 4. Minimum Specification Model <Specify the Model here> Automatic detection of fire as well as unusual increase in temperature Equipped with VESDA (Very Early Smoke Detection Alarm) Digital communication to an alarm system 5. 6. 7. Digital communication and triggering of suppression systems Compliant with National and Local specifications 5 years on-site Warranty with 99% uptime commitment

RFP for WebGIS Solution Complied (Yes/No) rows>

1.43 Automatic Fire Suppression System


Sr.No. 1. 2. 3. 4. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Inert Gas based Automatic Fire Suppression System Gas release control panel, CCE approved seamless gas cylinders, discharge valve (with solenoid or pneumatic actuator), discharge pipe, non-return valve and all other accessories required to provide a complete operational system 5. 6. Compliant with specifications of NFPA 2001 and local standards 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

Page 167 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

1.44 Water Leak Detection System


Sr.No. 1. 2. 3. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Water Leak Detection System shall be installed at all critical area to detect any seepage of water at early stage 4. The Water Leak Detection system shall be equipped with an automatic alarm system and shall be installed critical areas ceiling as well as flooring 5. 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

1.45 Pest Repellent System


Sr.No. 1. 2. 3. Minimum Specification Make <Specify the Make here> Model <Specify the Model here> The Rodent Repellant System shall be designed and implemented to avoid the entry of insects, rodents, pests, etc. inside the Server Room effectively 4. 5. This will cover all area of Server Room i.e., above false ceiling, room void and below false floor The system shall be designed such that it does not kill the insects, rodents, etc. inside the Facility and shall prevent short circuit taking place due to the same 6. 5 years on-site Warranty with 99% uptime commitment Complied (Yes/No) <Write Yes or No for all rows>

Page 168 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

2.
2.1
Sr.No. 1.

IT Centers at 341 User Locations (at Tehsil Level)


LAN
Minimum Specification Structured cabling for LAN CAT5E/CAT6 cables, Surface Mount I/Os, CAT 5E/CAT6 patch cords, Jack Panel, PVC conduit / casing / capping with accessories, any other required components such as labels, ferrules etc., and all associated civil works at the office. Complied (Yes/No) <Write Yes or No for all rows>

2.2
Sr.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.

All-in-One B/W Laser Printer A3 Size


Minimum Specification Make <Specify the Make here> Model <Specify the Model here> Must have Laser Printing Technology Must have Printing speed upto 24 ppm Must have First page out less than 8 seconds Must have Printing resolution 600*600 dpi Must have minimum RAM 512MB DD Ram, expandable to 1024MB Must have Flash memory slots Must have Duty Cycle Upto 2 Lacs pages per month Automatic Duplex printing Must have minimum Input Paper holding capacity of 3000 papers Must have Paper Size support for A3 (ISO), A4 (ISO), A4-rotated (ISO), A5 (ISO), B4 (JIS), B5 (JIS), B6 (JIS), Letter, letter-rotated, legal, tabloid, executive, envelopes (No. 10, Monarch) Complied (Yes/No) <Write Yes or No for all rows>

Page 169 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 13. Minimum Specification Must have Paper Type support for Paper (plain, preprinted, recycled, cardstock 14. Must have Network Operating system support for Microsoft Win 2000, XP, XP 64-Bit, Server 2003, Vista and later; Red Hat Linux 6.x and later; SuSE Linux 6.x and later 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. Must have In built print server Must have Connectivity Parallel port, 2 open EIO slots, USB 1.1 or above Must have Inbuilt Ethernet port 10/100MBps Must have Scanner with 600dpi resolution (enhanced & optical) Must have FAX Image technology with 300 x 300dpi Must have minimum Fax memory 250 MB minimum Must have Fax modem with 33.6 Kbps minimum( 3 pages/min) Must have Fax with speed dial Must have Copy Speed Black: up to 10 cp/m Up to 10 cp/m Must quote, supply and commission the system along with the hardware setup at site Must quote, supply commission any Hardware cable, connector. for the Accessories, successful software commission etc, of required systems 26. 5 years on-site Warranty with 99% uptime commitment letterhead, rough), prepunched, bond, labels, transparencies,

RFP for WebGIS Solution Complied (Yes/No)

2.3
Sr.No. 1.

Civil Work
Minimum Specification Re-plastering of the walls with smooth finish Complied (Yes/No) <Write Yes or No for all

Page 170 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 2. 3. 4. Minimum Specification Stainless Steel Signage and Direction boards Periodic Anti-Termite Treatment for the entire area Acrylic Plastic Emulsion Painting with even shade over primer coating for all vertical plain surface and plain gyp-board ceiling 5. POP running over cement plaster in perfect line and level with thickness 10-12mm

RFP for WebGIS Solution Complied (Yes/No) rows>

2.4
Sr.No. 1.

Flooring
Minimum Specification Removing existing flooring and laying appropriate good quality white/cream tiles with proper skirting on walls Complied (Yes/No) <Write Yes or No for all rows>

2.5
Sr.No. 1.

Furniture in administrative area


Minimum Specification Workstations created with cubicle format modular tables and partitions for installing desktops, printers etc. Complied (Yes/No) <Write Yes or No for all rows>

2.

Workstations shall have 2 depth, 25mm thick on top and 20mm thick other parts with commercial board with 1.5mm thick lamination. Should have cable managers

3. 4.

Workstations shall have keyboard trays, drawers, cabinets with drawer slides Workstations shall have Magnetic board, Soft board for pins and white board for writing and putting notes for each cubicle

5. 6.

Ergonomic design for comfortable work Electrical fittings for desktops, printers etc. With

Page 171 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 7. 8. Minimum Specification additional points Chairs suitable for using computers with rollers Storage cupboards with 18mm thick MDF with 1.5mm lamination. Completely polished

RFP for WebGIS Solution Complied (Yes/No)

2.6
Sr.No. 1.

Seating for Public Customer in the waiting area


Minimum Specification Metal Perforated Single seater/ 3 seater / 4 seater as appropriate. Complied (Yes/No) <Write Yes or No for all rows>

2. 3.

Ergonomic, Epoxy-polyester coated adjustable glide screw under leg support for floor leveling

2.7
Sr.No. 1. 2. 3. 4.

Electrical Work
Minimum Specification PVC insulated copper conductor cables Stranded copper conductors with thermoplastic insulations of 1100 volts grade All wiring shall be color coded Looping system of wiring shall be used. At no cases, wires shall be joined. No reduction of strands at any terminations Complied (Yes/No) <Write Yes or No for all rows>

5. 6. 7.

Running set of wires shall be bunched together with cable straps at required intervals Circuit diagrams at each Distribution Board and all other locations, wherever necessary Metal clad sockets should be of die cast noncorroding zinc alloy, have deeply recessed contact tubes and have push on protective cap

Page 172 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 8. Minimum Specification Power for desktops and other IT infrastructure should be separate from lighting and other miscellaneous electrical items 9. All electrical equipment is to be earthen in conformity with provision of rules 32, 61, 62,67,& 68 of Indian Electricity rules 1956 and as per IS- 3843-1986 10. 11. All cable ducts shall have sufficient size so that the cables do not touch each other Cables shall be neatly arranged and shall have cable numbers with 2mm aluminum strips fastened to it

RFP for WebGIS Solution Complied (Yes/No)

2.8
Sr.No. 1. 2.

Lighting
Minimum Specification Bright lighting with reflectors and shades. Tube lights or CFL, wherever appropriate Design shall be in such a way that the lights are not reflected on computer screen, while working Complied (Yes/No) <Write Yes or No for all rows>

2.9
Sr.No. 1.

PVC Conduit
Minimum Specification All conduits shall have high-impact heavy duty type heavy PVC and shall conform to I.E.E. regulations for nonmetallic conduit 1.6 mm thick as per IS 9537/1983. All conduits should not be less than 20mm external diameter Complied (Yes/No) <Write Yes or No for all rows>

2.

Connecting pieces should be connected using epoxy resin glue and shall be cleaned prior connecting

3.

The cables connected to separate main circuits

Page 173 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 4. Minimum Specification shall be enclosed in separate conduits Conduit concealed in the ceiling slab shall run parallel to walls and beams and conduit concealed in the walls shall run vertical or horizontal

RFP for WebGIS Solution Complied (Yes/No)

2.10 UPS and Battery


Sr.No. 1. Minimum Specification Reliable UPS and battery with capacity of either 4 hours back up or 20minutes backup and Generator set backup 2. 3. 4. system to operate the IT Centre with full load Capable of supplying stabilized power, which can minimize undulations in input power source 99.5% uptime Complied (Yes/No) <Write Yes or No for all rows>

2.11 Access Control Systems


Sr.No. 1. 2. 3. 4. 5. Minimum Specification Biometry Finger Print based Access Control for critical area Proximity Access Control for non critical areas Automatic Door Lock and Release System as per access validation Access control shall be for each critical door on entry as well as exit Making good looking doors with automatic locking system provided with Access Control Systems Complied (Yes/No) <Write Yes or No for all rows>

Page 174 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

2.12 Air Conditioning for Operational Area


Sr.No. 1. 2. 3. 4. Minimum Specification Split Air conditioner shall be provided with sufficient capacity Voltage Stabilizer Energy Efficient Compressor Stage Adjustable Fan Speed Every 150sqft of carpet area should have a rotary compressor of 2 Tonne on an average Complied (Yes/No) <Write Yes or No for all rows>

2.13 Fire Fighting System


Sr.No. 1. Minimum Specification Automatic detection of fire as well as unusual increase in temperature with attached warning alarms 2. Fire fighting equipments compliant with National and Local specifications Complied (Yes/No) <Write Yes or No for all rows>

3.
Sr.No. 1. 2. 3. 4. 5. 6. 7. 8.

Integrated Biometric Authentication Device


Minimum Specification Finger print imaging area: 12mm * 16 mm Minimum Resolution of 480 dpi Interface: USB 2.0, EPP parallel Power: Self Powered via USB Verification time less than a second Capable of handling finger print angular variability 400 Bytes encrypted data size ISO 7816 compliant Complied (Yes/No) <Write Yes or No for all rows>

4.

Owner-wise smartcard

Page 175 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. 1. 2. 3. 4. Minimum Specification Credit card size 85.60mm x 53.98mm ISO/IEC 7810 ID-1 compliant Rewritable Should be able to store all details of B1 register and details required in the system, while payment of rent or while applying for copies of land records 5. Should be able to store details of multiple properties owned by the applicant (holder of smart card)

RFP for WebGIS Solution Complied (Yes/No) <Write Yes or No for all rows>

Page 176 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE V: COMPLIANCE MATRIX FOR PROPOSED TEAM

Page 177 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Against each item mentioned in the compliance matrix, please specify that the solution provided is complied or not by specifying Yes or No. Please note that the solutions with response No against any of the items listed below shall not be considered. Please Note that the qualifications mentioned are minimum qualifications and higher qualifications are always welcome. The list provided below contain only the core team members and for executing the project, more team members may be required.

Compliance Matrix
Sr.No. Team Member with Required Qualification and Complied? (Yes/No/Not required) 1. Role Educational Qualification Experience Project Manager (1 No) BE/BTech/MCA/MSc Recognized University 5 years total experience in IT 2 years experience in the capacity of Project Manager Should have handled at least two Web based application development projects 2. Role Educational Qualification Experience Domain Expert (1 No) BE/BTech/MCA/MSc Recognized University 8 years total experience in GIS 4 years experience in the capacity of GIS Specialist/GIS Consultant Should have contributed in at least two 3. Role Educational Qualification Experience Land Information System projects Should have contributed in at least one Web GIS project Module Leaders (2) Any 3 Graduation/3 years total Year Diploma in from Recognized University/Board experience <Mention or No> Yes from UGC <Mention or No> Yes from UGC <Mention or No> Yes Experience

Page 178 of 191

CLR, Gwalior, Madhya Pradesh Sr.No. Team Member with Required

RFP for WebGIS Solution Qualification and Complied? (Yes/No/Not required) developing enterprise web based project 1 year experience at the capacity of Module Lead / Project Lead in web based development projects

Experience

4.

Role Educational Qualification Experience

Software Testing Expert Any Graduation/3 Year Diploma from Recognized University/Board 4 years total experience in software testing 2 year experience in testing web based development projects Database Expert Any 5 Graduation/3 years total and Year Diploma in from Recognized University/Board

<Mention or No>

Yes

5.

Role Educational Qualification Experience

<Mention or No>

Yes

experience

Database Design / Administration, Maintenance Tuning 1 year experience of in design / administration databases large GIS Performance

Page 179 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE VI: INDICATIVE QUANTITIES FOR IT INFRASTRUCTURE

Page 180 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

In order to give a basic idea about the IT Infrastructure quantities involved in the work to the bidders, a table containing indicative quantities of the IT Infrastructure is given below. Bidders should note that the list provided may not contain all the items required to provide the required solution. The figures mentioned are merely indicative and actual quantities will have to be worked out by the bidder himself to arrive at his cost as per his proposed solution. Bidders also should note that the list does not contain quantities for the development of Non-IT infrastructure (like flooring, ceiling, access control system, air-conditioning etc.), which are also included in the scope of work

1.
Sr. No

Indicative quantities for IT Infrastructure


Item Total Unit Data Center (CLR HO) DR Site Admi n Site (CLR HO) IT Centre s at User Locatio ns

1 2 3 4 5 6 7 8 9

Database Servers GIS/Application/Web Servers Domain and ADS Server E-Mail and Proxy Server Antivirus AntiSpyWare Server Backup and Restore Server NMS Server OS for Servers Database Platform (Oracle 10g spatial or higher)

3 5 3 2 2 4 2 21 As required

Nos Nos Nos Nos Nos Nos Nos Nos Qua d Core CPU s

2 3 2 1 1 2 1 12 As required

1 2 1 1 1 2 1 9 As required

10

Database Cluster (Oracle 10g or higher Real Application

As required

Qua d Core

As required

As required

Page 181 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Item Total Unit Data Center (CLR HO)

RFP for WebGIS Solution DR Site Admi n Site (CLR HO) IT Centre s at User Locatio ns

Cluster) 11 Web GIS Server Platform for Application/WebGIS servers 12 Any other Tools (GIS or Non-GIS), Utilities, Software, Updates, Patches etc. required for successful implementation, administration,, running and maintenance of the solution including management of State Data Centre 13 14 15 16 17 User CALs (If required / as applicable) Blade Server Enclosures External Storage Tape Library Backup Tape Library Bar coded cartridge with 400 GB Uncompressed capacity 18 19 20 21 22 24 port SAN Switch 24 port Giga Switch Hardware Load Balancer Firewall Intrution Detection 4 6 4 4 4 4 2 2 60 2,050 As required As required

CPU s Qua d Core CPU s LS As required As required As required As required -

Nos. 20 Nos. Nos. Nos. Nos. 2 1 1 30 2 1 1 30 2,030 -

Nos. Nos. Nos. Nos. Nos.

2 4 2 2 2

2 2 2 2 2

Page 182 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Item Total Unit Data Center (CLR HO)

RFP for WebGIS Solution DR Site Admi n Site (CLR HO) IT Centre s at User Locatio ns

System 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Intrusion Prevention System 24 Port Manageable Switch 24 Port Patch Panel CAT6 UTP Cable Information Outlets 7 feet Patch Cord 3 feet Patch Chord 7 feet Crossover Patch Chord 2" Casing Capping (Meters) 2" C Class GI Pipe (Meters) 1" Casing Capping (Meters) 1" C Class GI Pipe (Meters) All in One A3 Color Laser Printer All in one A3 B/W Laser Printer A0 Size Color Plotter A0 size Wide Format 1 1 Nos. Nos. 1 1 381 Nos. 1 380 1 Nos. 5,125 Nos. 50 1 5,075 30,750 Nos. 5,125 Nos. 50 300 30,450 5,075 61,500 Nos. 600 60,900 382 1,02,500 2,050 2,050 2,050 1 Nos. Mtrs . Nos. 20 Nos. 20 Nos. 20 Nos. 1 2,030 2,030 2,030 2 380 1,000 1,01,50 0 382 Nos. 2 380 4 Nos. 2 2 -

Page 183 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Item Total Unit Data Center (CLR HO)

RFP for WebGIS Solution DR Site Admi n Site (CLR HO) IT Centre s at User Locatio ns

Scanner 39 40 41 LCD Video Projector Desktop Video Conferencing Equipment 1U Rack Mountable 17 TFT with integrated Keyboard and TrackPoint/TouchPad along with appropriate cables/connectors to connect to KVM Switches at MCGM 42 43 44 42U Rack for Servers 42U Rack for Network Rack PDU basic using zero U space, vertical mount, 32A, 230V, 20 nos. of C13 and 4 nos. of C19 type sockets and IEC C20 input type with minimum 10 ft cable 45 Rack PDU basic using zero U space, vertical mount, 16A, 230V, 20 nos. of C13 and 4 nos. of C19 type sockets and IEC C20 input type with minimum 10 ft cable 46 16 Port KVM Switch (IP Based Switch) 4 Nos. 2 2 2 Nos. 2 4 2 4 Nos. Nos. Nos. 2 1 4 2 1 4 Nos. 2 2 1 381 Nos. Nos. 1 1 380 -

Page 184 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Item Total Unit Data Center (CLR HO)

RFP for WebGIS Solution DR Site Admi n Site (CLR HO) IT Centre s at User Locatio ns

47

KVM cables (Must be USB type/PS2 type as per the Server/Hardware at MCGM)

64

Nos.

32

32

48 49 50

IT Enclosure Grounding Kit Rack Mountable Blank Tray 30 kVA N+1 Redundant, Modular and 42U Rack mountable UPS

3 6 2

Nos. Nos. Nos.

3 6 2

51 52 53

9U Rack with 800mm depth 5A Rack PDU with 5 Nos. of Universal Socket Reliable UPS and battery with capacity of either 4 hours back up or 20minutes backup and Generator backup

382 382 382

Nos. Nos. Nos.

2 2 2

380 380 380

54 55 56

50 KVA DG Set Network Management System The State Data Centre and Disaster Recovery Site shall be connected through leased line (1:1 ratio) of required bandwidth (minimum 4 Mbps) configured for

2 1 2

Nos. Nos. Nos.

2 1 1 1

Page 185 of 191

CLR, Gwalior, Madhya Pradesh Sr. No Item Total Unit Data Center (CLR HO)

RFP for WebGIS Solution DR Site Admi n Site (CLR HO) IT Centre s at User Locatio ns

VPN and synchronous data mirroring between State Data Centre and Disaster Recovery Site to provide required functionality and service levels. 57 58 59 60 SAN based Data Mirroring software Multi-protocol Router for SAN Based Mirroring Biometric Device integrated with Desktop Enterprise Antivirus & AntiSpyware Software 2,050 Nos. 20 2,030 642 Nos 1 1 640 2 Nos. 1 1 2 Nos. 1 1 -

2.

Indicative

Non-IT

Infrastructure

development

involved
The scope of work also includes design, installation, configuration, testing and commissioning of the following work

2.1

Non-IT Infrastructure development for State Data Centre and

Admin Site
Sr.No 1. 2. 3. Item Civil Work required including all civil work required for installation of all infrastructure Flooring Raised Flooring for Server Area

Page 186 of 191

CLR, Gwalior, Madhya Pradesh Sr.No 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Item False Ceiling Furniture in Admin Area and Interiors Electrical Work Lighting Surveillance System Access Control System Precision Air Conditioning System for Server Room Air Conditioning for Non-Server Operational Area Fire and Smoke Detection System Automatic Fire Suppression System Water Leak Detection System Insects/Pests/Rodents Repellent System Protection against rats

RFP for WebGIS Solution

2.2
Sr.No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.

Non-IT Infrastructure development for Disaster Recovery Site


Item Civil Work required including all civil work required for installation of all infrastructure Raised Flooring for Server Area False Ceiling Furniture in Admin Area Electrical Work including earthing Lighting Surveillance System Access Control System Precision Air Conditioning System for Server Room Air Conditioning for Non-Server Operational Area Fire and Smoke Detection System Automatic Fire Suppression System Water Leak Detection System Insects/Pests/Rodents Repellent System Protection against rats

Page 187 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

2.3

Non-IT Infrastructure development for each of the IT Centres at

user locations
Sr.No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Item Civil Work required including all civil work required for installation of all infrastructure Flooring Furniture in Admin/User Area Seating for Public Customer Waiting Area All Electrical Work Lighting UPS and Battery Access Control System Air Conditioning for Operational Area Fire Fighting System

Page 188 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

ANNEXURE VII: FORMAT FOR BANK GUARANTEE

Page 189 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

Bank Guarantee Format


<On Rs100/- Stamp Paper>

<Name of the Bank with Address>


To Dy. Commissioner, Office of the Commissioner, Land Records & Settlement (MP), Moti Mahal, Gwalior, Madhya Pradesh 474 007 Dear Sir, Guarantee No. Amount of Guarantee Guarantee cover : : : <Bank Guarantee Reference Number> Rs.<Amount in Figures>/From <From Date> to <To Date> (Both dates inclusive) This deed of guarantee executed by the <Name of the bank> having its Head Office at <Head office place>, and amongst other places a branch at <Branch Name> (hereinafter referred to as "the Bank" which expression shall include its successors and assignees so as to bind ourselves, our successors and assignees) in favour of "Dy. Commissioner Land Records and Settlement, Gwalior (MP)" (hereinafter referred to as "the Beneficiary") for an amount not exceeding Rs (Rupees <Amount in words>) at the request of <Name of the Bidder> (hereinafter referred to as "the Bidder"). This guarantee is issued subject to the condition that the liability of the bank under this bank guarantee is limited to a maximum of Rupees <Amount in words> and the guarantee shall remain in full force up to <To Date> and can not to be invoked otherwise than by a written demand claim under this guarantee served on the bank on or before <To Date>. BG for Rs<Amount in Figures> in f/o "Dy. Commissioner, Office of the Commissioner, Land Records & Settlement (MP)" Whereas <Name of the Bidder> has submitted its bid dated <Bid Date> for <Name of the work as per tender> as per tender dated <Tender date>. KNOW ALL MEN by these Presents that WE, <Name of the Bank> Branch <Name of the Branch> our registered office at <Registered Office Address> are bound up to "Dy. Commissioner, Office of the Commissioner, Land Records & Settlement (MP)" Page 190 of 191

CLR, Gwalior, Madhya Pradesh

RFP for WebGIS Solution

(herein after called The Purchaser) in the sum of Rs <Amount in words> for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. WE undertake to pay to the Dy. Commissioner, Office of the Commissioner, Land Records & Settlement (MP) up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand. This guarantee will remain in force as specified in Clause <respective clause number in the tender> of the Bid document and any demand in respect thereof should reach the Bank not, later than <date>. Notwithstanding anything contained herein the Bank's liability under this Guarantee shall be restricted to Rs <Amount in words> and the Guarantee shall remain in force only up to <date> after which date the bank shall be discharged from all liabilities under this Guarantee. The Bank does hereby declare that Shri. <Name of banks the authorized person with employee code and designation> is authorized to sign this Guarantee on behalf of the bank and to bind the ,bank thereby. Dated the <date in words> day of <Month in words>, <Year in words> For <Name of the Bank> <Signature in full> Name: <Name of the person signing on behalf of bank> Phone: <Telephone Number> Fax: <Fax Number> e-mail: <e-mail address> Address in Full: <Address of the branch in full>

Page 191 of 191

You might also like