You are on page 1of 53

Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid

Revised RFP for


Software Development of Chief Minister’s Office,
Government of Rajasthan, Jaipur

NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21/10/2009

EMD Approx. Project Cost Time Period

Rs. 30,000.00 Rs. 15,00,000.00 195 Days

Name of the Firm/company/ Firm:

Address for the Correspondence:

Telephone No.: Fax No.:


Contact Person Mobile Number

(Last Date & Time for online Submission of Tender form: 30/11/2009 till 15:00 hrs)

(Bid to be opened on 30/11/2009 at 1530 hrs in office of RajCOMP)

B-Block, 1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur – 302005
Tel: 141-2228701, 2229394, Fax:141-2228701

Website : www.rajcomp.net

Price: Rs. 100/- Only

Page 1 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid

NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.09

TABLE OF CONTENTS

S.No. Contents Page

1. Definitions & acronyms 3

2. Invitation of Bids 4

3. NIT 5

4. Project profile 7

5. Scope of Work 9

6. Deliverables 15

7. Time schedule 18

8. Terms of Payment 20

9. Eligibility Criteria 21

10. Earnest Money Deposit (EMD) 23

11. Bidding Process 24

12. Disqualification 26

13. Bid evaluation process 27

14. Bid submission and Validity 30

15. Performance Security & Liquidation Damage 31

16. General Terms & Conditions 34

17. Tender Form 43

18. Checklist 46

19. Technical specifications 48

20. Financial Bids 52

21. Annexure 53-58

Name & Signatures of the Bidder along with Seal


Page 2 / 53
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 1

DEFINITIONS & ACRONYMS

Bidder The eligible firms who will participate in tendering process

Tendering Authority RAJCOMP

DOIT&C Department of Information Technology and


Communications

GoR Government of Rajasthan

Campus Offices/ Sections of the CMO.

Purchaser RajCOMP

RFP Request for Proposal

SLA Service level agreement

CMO Chief Minister’s Office, Jaipur

EMD Earnest Money Deposit

Project Software Development for CMO, Jaipur

SDC State Data Center alias NOC

PSU Public Sector Units of India or Abroad.

TSP Total Service Provider is that successful bidder whose offer


is accepted by RajCOMP for project.

GF & AR General Financial & Accounts Rules

FMS Facility Management Services/ Post Implementation


Support

Application Software Web enabled software.

SRS System Requirement Specifications

Page 3 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 2

INVITATION FOR BIDS

2.1 RajCOMP is planning to carry out software development of the Chief Minister’s
Office, Govt. of Rajasthan, so intends to select a Total service provider (TSP)
on turnkey basis. Online bids are invited from interested reputed IT solution
provider in sealed bids for study, Design, development, supply, installation,
implementation, Training, Rollout, Data migration/ Data entry for application
software.

2.2 The broad scope of the project consist of the following tasks:

Task No. Task Description

1. Study design, Development & Deployment of Application Software.

2. Comprehensive Training for Application Software.

3. Conversion of data from existing system to new system.

4. To provide facilities management services for software application


for a period of one year (extendable for 3 years) from the data of
acceptance of deployment by the CM office, Jaipur.

2.3 Each bidder shall submit only one online bid.

2.4 Complete bidding procedure has been defined in ensuing chapters.

2.5 No further discussion / interface will be held with the bidders whose bids have
been Rejected / Disqualified / Technically Disqualified.

2.6 Bidder has to submit the bid online through eproc.rajasthan.gov.in. The tender
fee and EMD should be deposited physically to RajCOMP office before the due
time and date of the online tender submission.

Signature of the issuing authority

Page 4 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 3
Notice Inviting Tender
(RFP for the software development for Chief Minister’s Office, Govt. of
Rajasthan, Jaipur)

Government of Rajasthan intends to carry out software development which covers


system study, design, development, implementation, training, data conversion for
application software for Chief Minister’s office, Government of Rajasthan, Jaipur. For
this a Total solution provider (TSP) is needed. The TSP would also be required to
provide FMS services for application software for the one year.

RajCOMP, Jaipur, now invites bids in electronic format through e- procurement portal
(http://eproc.rajasthan.gov.in) from eligible bidders, who have the required
experience & capabilities of taking up this assignment as per guidelines of the Tender.

The details of the tender are as follows:


Tender Reference No. F4.2(197)/RajCOMP/Tech/09/1893 dated 21/10/2009
Cost of Tender document Rs. 100/-
Tender document available for downloading From 28/10/2009 upto 13:00 hrs of
from eproc.rajasthan.gov.in 30/11/2009
Estimated Project Cost of the project and Department Name Estimated EMD
EMD Cost of the (2%)
Project
CM Office 15 Lac. 30,000/-

Date of online pre-bid meeting 04/11/2009 at 15:00 hrs


Last Date and time of Submissions of online 30/11/2009 upto 15:00 hrs
bids
Date and time of opening of technical bids 30/11/2009 at 15:30 hrs
online Committee Room, Department of Information Technology &
Communication, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur
Date and time of opening of Financial Bids Technically Qualified bidders shall be notified individually.
online
Tender document can be downloaded from http://eproc.rajasthan.gov.in, www.rajcomp.net,
websites www.rajasthan.gov.in, www.dipronline.org

Instruction to bidders for e-tendering


a. The bidders who are interested in bidding can download tender documents
from http://eproc.rajasthan.gov.in
b. Bidders who wish to participate in this tender will have to register on
http://eproc.rajasthan.gov.in and In order to submit the bids online through e-
procurement system, bidders are required to procure Digital Signature
Page 5 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Certificate of type 3 with encryption / decryption facility as per Information


Technology act-2000 using which they can sign their electronic bids. Bidders
can procure the same from any of the following eight CCA approved certifying
agencies:
(i) Safescrypt
(ii) NIC
(iii) IDRBT
(iv) TCS
(v) MtnITrustline
(vi) iCertCA
(vii) GNFC
(viii) e-MudhraCA
Bidders who already have a valid required Digital Certificate need not
procure a new Digital Certificate.
c. Bidder shall submit their offer only in Electronic format on above mentioned
web site up to 15:00 hours on 30.11.2009 after Digitally Signing the same.
Offers, which are not digitally signed, will not be accepted. No offer in physical
form will be accepted and any such offer if received by the RajCOMP will be out
rightly rejected.
d. Bids will be opened online as per time schedule mentioned above.
e. Before submission of online bids, bidders must ensure that scanned copy of all
the necessary documents have been attached with bid.
f. The department will not be responsible for delay in online submission due to
any season.
g. All the information required for bid must be filled and submitted online.
h. This tender notice can also be seen on the DIPR web site www.dipronline.org &
Departmental web site www.rajcomp.net, www.rajasthan.gov.in,
eprocurement portal (eproc.rajasthan.gov.in).
i. Other details can be seen in the bidding documents.
j. Before electronically submitting the tenders, it should be ensured that all the
tender papers including conditions of contract are digitally signed by the
tenderer and uploaded.

Mandatory Conditions
1. Tenders will not be accepted without earnest money (Cottage and SSI units
registered with Director of Industries, Rajasthan, Jaipur are required to submit
Earnest Money @0.5% of the estimated tender value). Tenders received after the
prescribed time and date will not be accepted & considered.

2. The Tender comprises of two Bid systems i.e. Technical Bid and Financial Bid. The
tenderer has to submit the EMD and tender fees physically in RajCOMP before
opening of online technical bids. Failing which their bid would be liable for
rejection. Bids must be submitted in accordance of bidding process defined in
ensuing chapters.

3. Tenders not submitted in prescribed form will be rejected.

4. The tendering authority is Managing Director, RajCOMP, Ist Floor, Yojna Bhawan,
Tilak Marg, Jaipur (Rajasthan).

Page 6 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

5. Tendering authority is not bound to accept the lowest tender and may reject any
tender or any part of the tender without assigning any reason thereof.

6. The Tenderers will have to submit invariably Service Tax registration number and
“IT Registration no.” from the Commercial Taxes Officer concerned without which
the tenders will not be considered (Exemption certificate if any is to be enclosed).

7. Online tender received after the prescribed time & date shall be rejected.

8. Only those firms/bidders and their representatives are allowed to attend the pre-
bid meeting who has deposited the tender fee prior to the pre-bid meeting.
Queries of only those prospective bidders will be entertained who has submitted
the tender fee before pre-bid meeting.

Date: 28/10/2009 Signatures of the Issuing Authority

Executive Director

Page 7 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 4

PROJECT PROFILE
4.1 Govt. of Rajasthan is having Chief Minister’s Office situated in Jaipur that is
facing new challenges getting the required information on time after
processing. Various methods are being used by the department to keep this
information upto date for fast decision-making. However, these methods are
less efficient. As an alternative Government of Rajasthan has initiated efforts
to prepare a web enabled system for efficient monitoring and control.

4.2 This web-enabled system would primarily be utilized for monitoring of various
activities / projects being carried out by various departments and sharing of
information among the various Govt. Departments and CMO.

The major benefits expected are :

• Compiling, approving and distributing agendas


• Difficulty controlling access to and distribution of sensitive records
• Save time and labor
• Retrieve records instantly with Intelligent Search capabilities
• Streamline management processes
• Structured work environment
• Automation and integration of workflow.
• Efficient and transparent administration
• Effective internal information exchange.
• Building a knowledge base, enabling a robust decision support system.
• A Structured and collaborative work environment in govt. departments.
• Better communication & coordination.
• Support effective policy making and its implementation.
• Roles and right bases access.
• Faster information collection and compilation.

4.3 Stakeholders

a. Chief Minister’s Office, Govt. of Rajasthan, Jaipur


b. Chief Minister’s residence, Govt. of Rajasthan, Jaipur
c. DoIT & C, RajCOMP, Jaipur
d. Government Departments.
Page 8 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 5

SCOPE OF WORK

5.1. Scope of Work

The scope of work for this tender is as given below:

5.1.1 RajCOMP intends to take the services of Total solution Provider (TSP) for the
development of web enabled application software to automize the various
processes of CMO covering system study, design, development, testing and
implementation of web enabled application software. The TSP would also be
required to provide FMS services for application software for one year
(extendable for 3 years).

5.1.2 Bidders are required to conduct system study at Governor’s Office also in order
to customize and implement the Appointment Management System module at
Governor’s office.

5.1.3 TSP would be required to suggest process re-engineering issues if any required
for implementation of the web enabled system.

5.1.4 The broad scope of the project is as below:

Task No. Task Description


1 System study, design, development and Deployment of
application software (Application will be deployed at CM Office/
State Data Center, DoIT & C, GOR)
2 Comprehensive Training for application software
3 Data conversion of the existing data available to the new system
4 Facility Management services - One year maintenance
(extendable for 3 years) support for web based application
software after successful deployment of the application

5.1.5 System Study of application software:

The bidder shall accomplish the following tasks as a part of requirement study
for web enabled application development of CMO, Jaipur.
• Requirements Study
o System study of the functional aspects of the existing
Page 9 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

departmental processes of the application required to be


developed.
• Gaps and requirements gathering
Gap analysis should be done incorporating
o Study of existing systems of the CMO, Jaipur.
o Subsequently the Gap Analysis Report for the same should be
prepared based on the gaps found and the requirements
gathered and submitted to CMO, Jaipur for necessary approval.
• Business Process Re-Engineering:
The bidder shall suggest necessary fine-tuning of the said processes
in concurrence with the CMO so as to enable adoption and smooth
implementation of the proposed solution. After going through the
existing SRS, The Bidder shall submit its observations on the
existing System & Procedures and recommendations on business
process re-engineering.
• Preparation of Final SRS
Preparation of Final SRS incorporating the approved changes as per
the System Study, Gap Analysis Document and Business Re-
Engineering Document.

5.1.6 System Design of application software:

Following activities will have to be performed by the bidder as part of System


Design, Development & Testing with respect to solution Applications:
• Designing of the system including
o Preparation of systems flow-charts, depicting boundaries of each
system and inter-system linkages.
o Designing of input screens.
o Designing of output report forms and reporting procedures
including reporting levels, frequency of reporting.
o Designing of screen formats and menus for queries.
o Designing of database structures.
o Design of security levels.
o System for ‘scalability’ of the application software for each of its
activities/operations.
o Backup and restore facility for all transactions.
o Website design
o Database archival & retrieval technique
Page 10 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

o Integration with existing web enabled system. (The


existing web enabled system has been developed using ASP &
ASP.net as front end and Ms Access & SQL Server 2000 as
backend. These applications are also required to be integrated
with in the application to be developed)
• Bidder shall be required to submit the System Design Document
prepared on the basis of SRS.

5.1.7 Development & Deployment of Web enabled Application Software:

o Deployment shall include implementation, operationalisation,


comprehensive training, customization, testing in the CMO
departments.
o Testing of the developed software and website on basis of Test Cases
o The bidder should design, develop and conceptualize portal to enable
citizen, business associates, Government employees and other
stakeholders for interactions with the CM office.
o Implementation & User Acceptance Testing:
Following activities will have to be performed by the bidder as part of
Implementation & User Acceptance Testing:
o Implementation and rollout of the developed / customized
solution at the CMO.
o Creation of database/ inclusion in the existing database.
o User Acceptance Testing by the client & the subsequent
application acceptance Sign Off
o Incorporation of changes, if any, in application Software.
o Suggesting the business continuity, disaster recovery and IT
security plans to ensure continuity of business and fast recovery
in case of a disaster.

5.1.8 Documentation:

Following activities will have to be performed by the bidder as part of


Documentation:
o Preparation of user manuals for the applications, preparation of the
installation manual & System manual for the developer.
o Defining overall training requirements and preparation of the training
plan in consultation with the user department and RajCOMP.

Page 11 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

o The documentation will be provided in 2 copies to CMO, Jaipur and


RajCOMP in print out and electronic medium.

5.1.9 Comprehensive Training for Application Software

o Bidder is required to provide training manuals for all the modules and
applications. The manuals should be updated as and when features /
functionalities in the system changes.
o Based on the skills of the users, the bidder has to provide
comprehensive training and recommend approach for the same.
o Bidder is required to provide application software training to end-user
(officials of CM office and various Departments (tentatively 200
officers/ officials). The training would be organized at the
Government premises at Jaipur.

5.1.10 Data conversion:

o Bidder is required to port the data available in the existing system into
new system to be developed by the bidder. The successful bidder(s) will
have to ensure that the entire work of data conversion is done at the
CM office only and that no document(s) is / information is taken out of
the Office at any time.

5.1.11 Bidder is required to provide an interface / connectivity with existing e-


Sanchar application.

5.1.12 Providing Facility Management Services for Application Software for a


period of one year after successful deployment of application:

The following activities will have to be undertaken by the Bidder:


o Database Administration Support
o User maintenance and authorizations
o Back-up Management
o Debugging, modification, tuning, monitoring and updation in the
application software as and when required by the department for
smooth functioning of application.
o Proper functioning of the application software
o Changes / Version Control
o Logging and resolution of first level of problem & Bug fixing.
o Supervision and training of personnel of user department on new
features added to solution.
Page 12 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

o Proper Complaint Handling System.

The Bidder should establish a help desk support to provide technical


support to the users of the application.

Applications required to be developed :

Invitation & Phone Calls Management System:

• Citizen/ Ministers/ MLA / MP/ officers etc. invite Hon’ble Chief Minister
on different occasions.
• The software should capture the details of the Phone calls received for
Hon'ble Chief Minister and their follow-up.
• The software should be able to capture the details of organizer with
occasion, chief guest, program details and persons going with Hon’ble
CM etc.
• If the occasion is outside of Jaipur city then said software should be
linked with Tour Program Management System which can be identified
by the TSP during detailed system study.
• The system should be having various types of reports generation facility
like regret letter, program fixing letter, telegram message etc and other
summary and detail type of reports.

Quotes of the politicians:

• Various MLA/MP/ Ministers are visiting in different constituencies. They


are giving some speech/ comments or giving some statements at that
place, which is publicized in news papers.
• The software should be able to store, maintain and monitor of all these
statements/ comments and speeches of newspapers as attachments
etc, details of the software can be identified by the TSP during the
detailed system study.
• The software should also be having the search facility by VIP, News
paper etc.
• The system should be linked with News paper cutting monitoring
system.

CM Directions:

• Sometimes Hon’ble Chief Minister issues some directions on file or


verbally for taking action in the matter.
• The software should be capable of handling of all the directions issued
by the Hon’ble Chief Minister.
• This system should be linked with Barcode enabled File Tracking
System.

Representation received:

Page 13 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

• Sometimes some representatives of any union/ organization/ citizens


etc. are meeting with Hon’ble Chief Minister and giving their
representation related to their problem.
• The software should be capable of handling of all the representations
received.
• This system should be linked with CM directions module and PUC (Paper
under consideration/ Letter monitoring system).

Transfer/Proposal Monitoring System:

• Sometimes some peoples are sending there desires to the CM office


related to the transfer posting.
• The system should be able to handle all these type of applications and
processing on these applications.
• This system should be linked with Letter monitoring system.(Any more
information required may be identified by the TSP during the detailed
system study.)

Appointment & Visitor Management System:

• Various peoples / VIP’s/ VVIP’s are visiting to the CMO for their work.
The system should be able to capture the details of visitor.
• Online request for appointment for groups or individual for one or more
days.
• Appointment approval and rejection.
• SMS and Email notification about appointment approval and rejection.
(SMS gateway will be provided by RajCOMP)
• Printing of today’s appointments.

Meeting Management System:

• This system should be able to schedule and keep track of meetings in


CMO. This software should be able to organize meetings, inform
attendees and to track post meeting Action points till closure. Meeting
rooms and resources can be scheduled.
• SMS and Email notification about meeting details.
• A meeting may have one or more agenda related with one or more
departments.
• The system should be able to generate various reports like meeting
notices, minutes of meeting etc.

Application should be Application should be developed using


developed using Client Client Server Technology using
Server Technology in ASP.net and SQL Server
Visual Basic
Invitation & Phone Calls Quotes of the politicians
Management System

CM Directions
Representation received
Transfer/Proposal Monitoring System

Appointment & Visitor Management System


Page 14 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Meeting Management System

Development & Implementation of User Manager and Single sign-on


facility:

• A user authentication system should be in the software.


• The complete system should be handled with single sign-on facility.
• This software must be having the facility to create different levels,
users of different levels, roles and responsibility to different users and
levels.
• It should be made generalized, so that it could be implemented with
little/no customization with any other web enabled application.
• It should be integrated with existing web enabled modules of CMIS and
other applications which are being developed and which are to be
developed.

Page 15 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 6

DELIVERABLES
The Project deliverables will be as under:
1. Bidders are required to submit the following documents in two hard
copies and soft copies on the DVDs to CM office and RajCOMP.
• Project plan & Schedule
• Submission of final SRS along with the Gap analysis Document and
Process reengineering document if any
• System Design Document for application software
a. Preparation of systems flow-charts, depicting boundaries of each
system and inter-system linkage.
b. Designing of input screens.
c. Designing of reporting formats & procedures including reporting
levels, frequency of reporting.
d. Designing of screen formats and menus for queries.
e. Designing of database structures
f. Designing of security levels.
g. System for ‘scalability’ of the application software for each of its
activities/ operations.
h. Backup and restore facility for all transactions.
• Prototype of application software
• UAT Report along with test cases
• Security and backup plans
• Validation and verification reports should be signed by the competent
authority of CM Office.
2. Development and deployment of application software:
• Application Software with source code and executable, in two sets of
CD/DVD along with source code.
• Two sets of copies of the following items are to be submitted to the CM
office / RajCOMP after development and implementation of the
modules along with its soft copies on the latest media available at that
time.
a. Installation manual.
b. User manual of the application software.
c. Technical Manual of the application for the developer.
Page 16 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

3. Comprehensive Training for Application Software:


The TSP should provide the following as part of training program.
a. Training Plan.
b. Training Material of application software & video training kit.
c. Installation manual
d. User Manual of the Application Software.
e. User Acceptance of the Operational Training (Format at annexure ‘D’)
4. Data conversion
a. Data conversion verification report duly signed by the official of
CMO
5. Providing Facility Management Services for Software’s for a period of
one year (extendable for 3 years) from the date of acceptance of
deployment by the User department.
a. Help desk- The firm has to establish their office in Jaipur for the
above FMS period.
b. Software upgrades/ enhancements as per the users need along
with the source code (changes/ version control)
c. Following reports are to be provided for all the activities in FMS
Phase:
i. Weekly status reports for all activities / services defined
in scope FMS.
ii. Monthly SLA attainment reports.
iii. Monthly reports on implementation of software.
iv. Report within 24 hours on the security breach in the
complete system as and when detected and action taken
by TSP for its removal
v. Monthly report on number of requests referred to help
desk and resolution status.
vi. Root cause analysis report for all SLA and critical services
failure and any other major problems.
vii. Change request reports.
viii. Revised documents once in a year
1. Installation Manual
2. User Manual of the system
3. Training Material of application software
4. Technical manual of the software developed.
ix. Training report to officers/ officials of user departments.
Page 17 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 7

TIME SCHEDULE

Sr. Activity Time Schedule


No.
Phase I:

1. Project Plan and schedule Within 15 days from the date of work order

2. Submission of Final SRS based on Within 30 days from the date of work
of System study of RajCOMP, Gap order.
analysis document and process
Reengineering document.
3. Design document for application Within 15 days from the date of acceptance
software of Final SRS by CMO.
4. Presentation of the prototype of Within 30 days from the acceptance of the
the application software design document.
5. Development & Deployment of the Within 80 days from the date of acceptance
beta version of Application of prototype.
Software
6. Delivery and deployment of final Within 15 days of successful testing of beta
application software at CMO or version by the user department.
SDC.
7. Comprehensive Training for Minimum 15 days of application software
application software operation training to personal of user
department, which should be done within
four weeks of supply and installation of
software.
8. Conversion of data from existing Within 10 days after successful
system to new system. comprehensive training for application
software.

Maximum available time period: 195 days.

Page 18 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

FMS after successful deployment:

Sr. Activity Time Schedule


No.
Phase II:

9. Modification / Enhancement in the Within a weeks time after receipt from the
application software user.
10. Day to day operations and Same day
management of application
software as per the scope of work
11. Maintenance / Enhancement of Once in every quarter for entire duration of
the software as per requirement Task III.
and submission of quarterly report For the quarter ending Report to be
of changes made in the software. submitted
1st April to 30th June By 7th July
1st July to 30 September By 7th Oct.
1st October to 31 By 7th Jan.
December
1st January to 31 March By 7th April.
12. Revised user and technical manual Once in a year for entire duration of task
according to the change request. IIIrd.
13. Submission of monthly/ quarterly Reports are to be submitted within time
reports as per scope. limits for entire duration of task IIIrd.
14. Comprehensive Training Training to the personnel of user
department according to the user
requirements.

Page 19 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 8

TERMS OF PAYMENT

8.1 The payment to the Firm shall be made by the purchaser only after successful completion of
work to the entire satisfaction of the purchaser and user department. The purchaser may
consider making payments, which shall be subject to the following conditions on various
tasks as under:

S.No Task description Amount payable


(in % of col. 2)

1 2 3

Task I

1. Installation, customization and acceptance by user department 70


(UAT) and supply of deliverables ( e.g. Application software with
source code in two sets of CD ROMs , User Manual, Configuration
document, Technical Architecture Document, Application flow
document, Training Manual, UAT Report along with test cases)

2. After 3 months on successful running. 15

3. After the end of support period for the software (on Successful 15
Completion, functionality & utilization certificate by the user
department).

Task II
1. After successful completion operational training on the application 100
software

Task III

1. After successful conversion of existing data to new system 100

Task IV

1. Equal installment payable on quarterly basis after receipt of 100


satisfactory report from the user department.

8.2 No Advance payment shall be made.


8.3 All remittance charges will be borne by the tenderer.
8.4 In case of disputed items 10% to 25% of the amount shall be withheld and will be paid only
after settlement of the dispute.

8.5 Bills for payment should be submitted in the name of the Department A/c the Managing
Director, RajCOMP, Jaipur in triplicate along with all necessary documents and certificates.

Page 20 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 9
ELIGIBILITY CRITERIA

The bidder firm should meet the following eligibility criteria:

9.1 The bidder should submit the relevant registration certificate, if applicable.

9.2 The bidder should be established, reputed and reliable firm in Web based application
development. The bidder must have annually minimum average turnover Rs. 50.00 lacs during
last three financial years. The firm must be a profit making firm/company. Attested & audited
copy of the bidder’s annual report has to be attached along with the bid.

9.3 The firm/company is required to open their office at Jaipur for the complete FMS period.

9.4 The bidder should be established, reputed and reliable firm/company in this field.
Firm/company should have completed minimum two projects for Government / PSU’s/
International Level projects(duly certified by STPI)/ firms with similar work experience of
successful development/customization and implementation of web enabled large IT
based information processing and management system and solution where the cost of
each order value should be minimum of Rs. 15.00 lacs.

9.5 The bidder should attach copies of the work orders / contracts clearly
having mentioned work details, nodal officer name of that department for this
work with the designation and contact number and work completion
certificates indicating total value of work which should indicate the deliverables
and the scope of work for the projects.

9.6 The bidder must have proper communication as and when required with the
RajCOMP to ensure completion of the project in due time period.

9.7 The consortium/ collaboration / partnership / joint venture of


companies is not allowed to meet the eligibility. In case of share
purchase or merger of management, certificate from Registrar of
Companies has to submit.

Page 21 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

9.8 The bidder has to setup office for the execution and completion of the project
and local support during the project.

9.9 The software developing agency shall ensure that intellectual property right (IPR)
for customization of the software will be that of RajCOMP.

9.10 The bidder must be a reputed IT firm/company possessing ISO 9001:2001 or


latest certification or SEI-CMM level – 3 certification, before the issuing tender
date (28th October 2009). The copy of the same should be enclosed.

9.11 The bidder should not be blacklisted by any State or Central Government
Department in India.

Page 22 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 10
EARNEST MONEY DEPOSIT

10.1 The bidder shall deposit the tender fees and Earnest Money (EMD) to RajCOMP
office before online submission date and time of the tender document. The
reference details of the tender fee and EMD should be made in the online
tender document.

10.2 The EMD shall be in Indian Rupees and shall be a Bankers Cheque or Demand
Draft payable to Managing Director, RajCOMP payable at Jaipur. The
instrument should be issued by a Bank having at least one branch at Jaipur.
Such negotiable instrument should be valid for a period of Six months (180
days) from the last date of bid submission.

10.3 Earnest Money of unsuccessful bidders will be returned within 60 days after
the expiration of the period of bid validity prescribed in the bid document.

10.4 Earnest Money of the successful bidder may be released once the bidder signs
the agreement and furnishes the performance guarantee.

10.5 The earnest money/ Security deposit lying with the department/ office in
respect of other tender awaiting approval or rejected or on account of
contracts being completed will not be adjusted towards earnest
money/security money for the fresh tenders. The earnest money may
however, be taken into consideration in case tenders are re-invited.

10.6 Forfeiture of earnest money

The Earnest Money will be forfeited on account of one or more of the following
reasons:

a) The Bidder withdraws or modifies the offer after opening of tender


but before acceptance of tender.
b) When tenderer does not execute the agreement if any, prescribed
within the specified time.
c) When the tenderer does not deposit the security money after the
supply order is given.
d) When he fails to commence the supply of the items as per supply
order within the time prescribed.

Page 23 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 11
BIDDING PROCESS

11.1 This is online bidding & documents have to be digitally signed.

11.2 The bidding comprises of two-bid system. The Technical Bid and the Financial
Bid.

11.3 The bidder shall deposit the tender fees and Earnest Money (EMD) to RajCOMP
office before online submission date and time of the tender document. The
reference details of the tender fee and EMD should be made in the online tender
document.

11.4 The online submitted bids through eproc.rajasthan.gov.in shall be opened


online as per the date and time in the NIT.

11.5 The Financial bid of only the technically short listed bidders would be opened.
The dates for the same would be intimated separately.

11.6 Prices must not be indicated in the technical bid and must be quoted in the
financial bid only.

11.7 Financial bid should only indicate prices without any conditions or qualifications
whatsoever and should include all taxes service taxes, duties, fee, levies, and
other charges levied by central and state Government/ Government Bodies, as
may be applicable in relation to activities proposed to be carried out. If there
would be any increase in the taxes, levies, duties, fee and other charges
during tenure of the contract the financial burden of the same shall be borne
by the bidder.

11.8 Bidder should express the price of their services in Indian currency only.

11.9 The rate quoted by the firm must be inclusive of all taxes.

11.10 Pre-bid meeting

11.10.1 The purpose of the meeting will be to clarify issues and to


answer questions on any matter that may be raised at that
stage.

Page 24 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

11.10.2 The bidder or its official representative are invited to attend a


pre-bid meeting which will take place at RajCOMP office, Yojana
Bhawan, Tilak Marg, Jaipur on date and time mentioned in
chapter 3.

11.10.3 The bidder shall submit any question/seek clarifications in


writing / e-mail to reach the office of RajCOMP upto pre bid
meeting.

11.10.4 Any modifications in the bidding documents which may become


necessary as a result of the pre-bid meeting shall be made
available by RajCOMP exclusively through the issue of an
addendum on the website.

Page 25 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 12

DISQUALIFICATION

12.1 RajCOMP may in its sole discretion and at any time during the processing of
Tender, disqualify any bidder from the Tendering process if the bidder has –

• Submitted online bids after the prescribed date and time of submission of
bids.

• Firms not meeting eligibility criteria.

• Made misleading or false representations in the forms, statements and


attachments submitted in proof of the eligibility requirements.

• If found to have a record of poor performance such as abandoning works,


not properly completing the contract, inordinately delaying completion,
being involved in litigation or financial failures, etc.

• Online bid document not accompanied by required documentation and non


submission of Earnest Money Deposit (EMD), tender fee.

• Failed to provide clarifications related thereto, when sought.

• Submitted more than one bid. This will cause disqualification of all bids
submitted by such applicants.

• Reproduced and re-processed formats or tenderer own formats for the


price quotations will disqualify the tender.

12.2 A Bid not valid for at least 180 days shall be considered as non-responsive and
would be disqualified.

Page 26 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 13

BID EVALUATION PROCESS

13.1 Opening of Technical Bids

The bids shall be opened online through e-procurement portal


(eproc.rajasthan.gov.in)

13.2 Preliminary Examination of Technical Bids

The Tendering Authority will examine the technical bids to determine whether they
are complete, whether the documents have been digitally signed, whether the
required EMD has been physically submitted to RajCOMP. Any bids found to be non-
responsive for any reason or not meeting the minimum levels of the performance or
other criteria specified in the bidding documents will be rejected by the Tendering
Authority and not included for further consideration.

13.3 Evaluation of Technical Bids

The Tendering Authority will carry out a detailed evaluation of the bids in order to
determine whether the bidders are qualified and whether the technical aspects are
substantially responsive to the requirements set forth in the bidding documents. In
order to reach such a determination, the Tendering Authority will examine the
information online submitted by the Bidders and other requirements in the bidding
documents, taking into account the criterion mentioned in Chapter 9. The Tendering
authority may take presentation or visit sites of the installation in order to examine
the technical competence of the bidder.

13.4 Clarification of Technical Bids and Contacting the Tendering Authority

The Tendering Authority may conduct clarification meetings with each or any Bidder
to discuss any matters, technical or otherwise. The bidder may be required to make
presentations on his methodology for carrying out the tasks. If considered necessary
the Tendering Authority may like to visit projects being handled by the bidder.

Page 27 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Any effort by the bidder to influence the Tendering Authority in the Tendering
Authority’s evaluation of technical Bids, bid comparison or the Tendering Authority’s
decisions on acceptance or rejection of bids may result in rejection of the bidder’s bid.

13.5 Invitation to Attend Opening of Financial Bids

At the end of the evaluation of the Technical Bids, Tendering Authority will invite
technically qualified bidders i.e. who have submitted substantially responsive
Technical Bids and who have been determined as meeting the eligibility criteria as
mentioned in Chapter 9, to attend the bid opening of the Financial Bids. Bidders shall
be given reasonable notice of the Financial Bid opening.

13.6 If the bid of the successful bidder is substantially below the tendering
authority’s estimate for the contract, the tendering authority may require the bidder
to produce detailed price breakup to demonstrate the internal consistency and
justification/ reasonability of those prices. After evaluation of the price analysis, the
tendering authority may require that the amount of the performance security be
increased at the expense of the successful bidder to a level sufficient to protect the
tendering authority against financial loss in the event of default of the successful
bidder under the contract.

Page 28 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 14

BID SUBMISSION & VALIDITY

14.1 Bid Submission

The bid shall be submitted online through eproc.rajasthan.gov.in. The last date for
submission of bid is as mentioned in the NIT.

Validity of Bids

Bids shall remain valid for 180 days from the last date of bid submission excluding the
date of submission of the bid. A Bid valid for a shorter period shall be rejected as
non-responsive.

In exceptional circumstances, RajCOMP may solicit Bidder’s consent to an extension of


the period of validity. The request and the responses thereto shall be made in
writing. The EMD shall also be suitably extended. A Bidder granting the request is
not required nor permitted to modify the Bid.

Page 29 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 15

PERFORMANCE SECURITY & LIQUIDATED DAMAGES

15.1 Firm shall carry out the services in conformity with generally accepted
professional and technically accepted norms relevant to such assignments that
are required for the project and which are to the entire satisfaction of the
Purchaser.
15.2 In the event of any deficiency in services, the firm shall promptly take
necessary action to resolve it, at no additional fees to the Purchaser.
15.3 Successful bidder will have to execute an agreement on a Non-Judicial Stamp
of appropriate value within a period of 15 days from the date of order.
15.4 The earnest money deposited at the time of tender may be adjusted towards
security amount or alternatively the bidder, taking the EMD back, may deposit
a fresh performance security. The Security amount shall in no case be less
then earnest money.
15.5 Successful bidder shall deposit the security/performance guarantee money as
follows:
o Equal to 5% of the total cost.
o The security / performance guarantee money shall be retained by
RajCOMP during complete support period of the project i.e. till its final
completion.
The form of security money shall be as below:-
i Cash/ Bank Draft/ Bankers Cheque in favor of Managing Director,
RajCOMP.
ii Post-office Saving Bank Pass Book duly pledged.
iii National Savings Certificate, Defense Savings Certificates. Kisan
Vikas Patras or any other script/instrument under National Saving
Scheme for promotion of small savings, if the same can be pledged
in favour of Managing Director, RajCOMP. These certificates shall be
accepted at surrender value.
15.6 No interest will be paid by the purchaser on the EMD & performance security
deposit.
15.7 Failure of the firm to comply with the requirements shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Performance
Security.

Page 30 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

15.8 Liquidated Damages


15.8.1 In case of extension in the delivery period/ completion with
liquidated damages the penalty/ recovery shall be made on the
basis of following percentage of value work completion, which the
bidder has failed to complete the work as per the time schedule
prescribed in chapter 7:

No Condition LD %
a. Delay up to one fourth period of the prescribed delivery period / 2.5 %
completion of work as per chapter 5.
b. Delay exceeding one fourth but not exceeding half of the prescribed 5.0 %
period / completion of work as per chapter 5.
c. Delay exceeding half but not exceeding three fourth of the prescribed 7.5 %
period / completion of work as per chapter 5.
d. Delay exceeding three fourth of the prescribed period / completion of 10.0 %
work as per chapter 5.

15.9 TSP would be required to deploy the application software in CMO as per the time
schedule mentioned in chapter 7. In case of delay in implementation the L.D.
Charges as mentioned above shall be applicable.
For the purpose of payment towards upgradation, maintenace and support during
Stage 1 and Stage II, the leverage hours shall be calculated proportionately on
quarterly basis. The overall services should maintain a minimum of uptime of
99% or more. The table below shows the calculation for the hours of down time in
hours:
S.No. Uptime % of maintenance &
upgradation charges
1 99% or more 100%
2 >=98% to <99% 90%
3 >=97% to <98% 80%
4 >=96% to <97% 70%
5 >=95% to <96% 60%
6 >=94% to <95% 50%
7 Less than 90% NIL
Note: the % and time is for the related component only.
15.10 Forfeiture of Performance Security
15.10.1 Forfeiture of Security Deposit: Security amount in full or part
may be forfeited in the following cases: -
Page 31 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

a When the terms and conditions of contract is breached.


b When contract is being terminated due to non-performance of
the firm.
c Notice of reasonable time will be given in case of forfeiture of
security deposit. The decision of the Purchase Officer in this
regard shall be final.
d When it was found that the retrieval from captured data is not
possible.

15.10.2 Failure of the successful bidder to comply with the requirement


of the contract shall constitute sufficient grounds for the
annulment of the award and forfeiture of the bid security as per
the GF&AR.
15.11 Release of Performance Security
15.11.1 The security / performance guarantee will be returned back after
one year of successful completion of the project.

Page 32 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 16

GENERAL TERMS AND CONDITIONS

Note: Bidders must read these conditions carefully and comply strictly while
sending/submitting their tenders.

General conditions:

16.1.1 Sales Tax/Service Tax Registration/IT: No Dealer


who is not registered under the Sales Tax Act prevalent
in the State where his business is located shall tender.
The Sales Tax Registration Number quoted and a service
tax clearance certificate from the commercial taxes
officer of the circle concerned shall be should be
submitted without which the tender is liable to rejection.

16.1.2 The bids should only be submitted online through


eproc.rajasthan.gov.in.

16.1.3 Bidder shall quote firm prices against each of the items
as detailed in the price bid. No conditional discounts shall
be quoted in the bid e.g. discounts based on conditions
linked with bid/performance security/guarantees,
advance payments, selection of combination of products
or product options, number of personnel etc. Financial
bids with such conditional discounts would be summarily
rejected.

16.1.4 The service tax as per rules would be levied and deducted
from the payment to be made to the bidder.

16.1.5 Comparison of Rates:

i. In comparing the rates tendered by firms outside Rajasthan and


those in Rajasthan but not entitled to Price Preference under the
Rules, the element of Rajasthan Sales Tax shall be excluded
whereas that of Central Sales Tax shall be included.

Page 33 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

ii. While comparing the rates in respect of firms within Rajasthan,


The element of Rajasthan Sales Tax shall be included

16.1.6 Direct or indirect canvassing on the part of the bidder or


his representative will be a disqualification.

16.1.7 Any Change in the constitution of the company/firm, etc.


shall be notified forth with by the contractor in writing to
the purchase officer and such change shall not relieve
any former member of the firm/company, etc., from any
liability under the contract.

16.1.8 If any dispute arises out of the contract with regard to


the interpretation, meaning and breach of the terms of
the contract, the matter shall be referred to by the
Parties to the Secretary, Information Technology,
Government of Rajasthan who will be the Sole Arbitrator
and whose decision shall be final.

16.1.9 Income Tax may be deducted at source as per rules

16.1.10 All legal proceedings, if necessary arises to institute may


by any of the parties (RajCOMP or Contractor) shall have
to be lodged in courts situated in Jaipur and not
elsewhere.

16.1.11 Currency of Payment: Payment shall be made in Indian


Rupees only.

16.1.12 Tenderer Right to Accept any bid and to reject any


or all bids: The purchaser reserves the right to accept
any bid, and to annul the tender process and reject all
bids at any time prior to award of contract, without
assigning reasons & without thereby incurring any liability
to the affected bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for
the Purchasers action.

Page 34 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

16.1.13 Period of Validity: Bids shall remain valid for 180 days
after last date of bid submission prescribed by the
purchaser which may be extended with mutual consent. A
bid valid for a shorter period may be rejected by the
purchaser as non-responsive.

16.1.14 Force Majeure:

a. Notwithstanding the provisions of contract, the bidder shall


not be liable for forfeiture of its performance security, or
termination for default, if and to the extent that, it’s delay in
performance or other failure to perform its obligations under
the contract is the result of an event of Force Majeure.

b. For Purposes of this clause, “Force Majeure “means an event


beyond the control of 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 the purchaser
either in its sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes.

c. If a Force Majeure situation arises, the bidder shall promptly


notify the purchaser in writing of such conditions and the
cause thereof. Unless otherwise directed by the purchaser in
writing the bidder shall continue to perform its obligations
under the contract as far as is reasonably practical and shall
seek all prevented by the force majeure event.

d. The purchaser may terminate this contract, by giving a


written notice of minimum 30 days to the bidder being
unable to perform a material portion of the services for a
period of more than 60 days.

16.1.15 Termination for insolvency: The purchaser may at any


time terminate the contract by giving written notice to
the bidder, without compensation to the bidder, if the
bidder becomes bankrupt or otherwise insolvent provided

Page 35 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

that such termination will not prejudice or affect any right


of action or remedy which has accrued or will accrue
thereafter to the purchaser.

16.1.16 Termination for Convenience: The tenderer, may, by


written notice sent to the bidder, terminate the contract,
in whole or in part at any time for its convenience. The
notice of termination shall specify that termination be for
the Tenderer's convenience, the extent to which
performance of work under the Contract is terminated
and the date upon which such termination becomes
effective.

16.1.17 Subcontracting / Sublet: The subletting of work is not


allowed.

16.1.18 The successful bidder would be required sign the


agreement in the prescribed format on Non Judicial
Stamp of Rs. 100/- and furnish the performance
guarantee. The bidder shall pay the expenses of stamp
duty for execution of agreement.

16.1.19 If a bidder imposes conditions, which is in addition to or


in conflict with the conditions mentioned herein, his
tender is liable to summary rejection. In any case none of
such conditions will be deemed to have been accepted
unless specifically mentioned in the letter of acceptance
of tender issued by the Purchase Officer.

16.1.20 The Purchase Officer/Tendering Authority reserves the


right to accept any tender not necessarily the lowest,
reject any tender without assigning any reasons and
accept tender for all or anyone or more of the articles for
which bidder has been given.

16.1.21 Any online bid submitted after the deadline for


submission of bids will be treated as per provisions of the
GF&AR.

Page 36 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

16.1.22 Software Acceptance:

The application software would only be accepted with


source code in two sets of CD/DVD ROMs, User Manual
(hard copy also), Configuration document, Application
flow document, Training Manual (hard copy also), UAT
Report.

16.1.23 Rejection:

a. Application software not approved during inspection or


testing shall be rejected and will have to be replaced by the
bidder at his own cost within the time fixed by the purchase
officer.

b. The rejected application software and documents shall be


removed by the bidder within 3 days of intimation of
rejection, after which purchase officer shall not be
responsible for any loss, shortage or damage and shall have
the right to dispose of such articles as he thinks fit, at the
bidder’s risk and on his account.

c. If, however, due to exigencies of Government work, such


replacement either in whole or in part, is not considered
feasible, the Purchase Officer after giving an opportunity to
the bidder of being heard shall for reasons to be recorded,
deduct a suitable amount from the approved rates. The
deduction so made shall be final.

16.1.24 The bidder has to provide integral solution to cater the


whole requirement of the user department in the terms of
the application software.

16.1.25 Price to be quoted must be inclusive of all taxes.

16.1.26 Bidder must have RST/CST-TIN number or should be


registered for Service Tax.

16.1.27 The firm/company should deploy at least two professionally


qualified supervisors who should check the software before the
same is handed over for final checking to the user department.
16.1.28 RajCOMP will be free to use the software at any number of
offices.
Page 37 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

16.1.29 The software should support Unicode based bi-lingual


facility. It is expected to be in the Hindi and English
language.
16.1.30 The software developing agency shall ensure that intellectual
property right (IPR) for customization of the software will be
that of RajCOMP.
16.1.31 Exit Clause: If firm is unable to complete the work or unable to
get the UAT from the CM Office, No payment will be made to
the firm.

16.1.32 Bidder has to get digital certificate from any certifying agency to
submit their online bid.

16.1.33 The digital certificate so obtained by the bidder should be


of type III having encryption / decryption facility.

16.1.34 The bidders would be required to make a presentation of their


credentials and proposal before a committee of officers
constituted by the RajCOMP. The exact date, time venue of
the presentation will be intimated separately. The bidder
would be assessed broadly on the following criteria:”

• Credentials of the organization and constitution


• Core business and experience
• Technical and managerial capability of the firm.
• Performance record of the last three years.
• Methodology and proposed operational plan
• Past experience of executing similar projects
• Certificates of satisfactory completion from at least
two customers with order value cost, scope of work,
time line, terms & conditions and execution etc.

Page 38 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 17

TENDER FORM

I. Addressed to :
a. Name of the Managing Director, RajCOMP
tendering authority
b. Address C-Block, Ist Floor, Yojana Bhawan, Tilak
Marg, Jaipur (Rajasthan) – 302005
c. Telephone 2229394, 2228701
TeleFax 141-2228701

II. NIT Reference:


1. Name of bidder
2. Name of Contact Person
Mobile Number
3. Registered Office Address

4. Year of Establishment
5. Type of Firm Public Private Partner Prop. Other
Ltd. Ltd. ship
Put Tick( √ ) mark
6. Telephone Number(s)
7. Email Address
8. WebSite
9. Fax No.
11. Area of Specialization in
the Field of IT
12. Whether IT consultancy
firm or software
development firm or other.

IV The Tender fee has been deposited vide DD/cash receipt no. _______ Dated
___________.
V. The rates quoted are valid up to _________. (Subject to a minimum of 180 days
from the last date of bid submission). The validity can be extended with mutual
agreement.
Page 39 of 53 Name & Signatures of the Bidder along with Seal
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

VI. Details of major software developed and implemented:

Sno Name of No. of implementation (pl. enclose list of the client


Software separately where the software has been
implemented.)
Govt. Sector Public Sector Private Sector
1.
2.

VII. Following documents are attached towards the proof of earnest money
deposited.
Sno. Earnest Money Deposited Number Dated
through
1. Cash
2. Demand Draft
3. Banker’s Cheque (Local only)
VIII. The rates for the services as mentioned in the Financial Bid have been
enclosed separately.
IX. We agree to abide by all the conditions mentioned in this Tender Document
issued by the Tendering Authority and also the further conditions of the said
Tender Notice given in the attached sheets (all the pages of which have been
signed by us in token of acceptance of the terms mentioned therein).
X. Reproduced / re-word-processed formats or tenderer’s own formats for the
price quotations will disqualify the tender. However, the tender document
downloaded from website would be valid for the purpose.
XI. Tax Clearance Certificates:
Sno. Type of Whether tax clearance Certificate Number
Tax certificate enclosed (Yes/No)
1. RST-TIN

2. CST

3. Service
Tax

Page 40 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

XII. The details of place of work is given below:


Sr.No. Particulars Description
1. Place of work CMO, Jaipur
2. Technical
specifications
3. Deliverables
4. Time Schedule
5. Terms of Payment

Note: Remittance charge on payment made shall be borne by the tenderer.


1. Technical Bid should be digitally signed and submitted online through
eproc.rajasthan.gov.in.
2. Financial Bid of this Tender Document is enclosed in a separate
envelope duly signed and sealed.

Dated: Name of the Tenderer: ____________

Page 41 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid

NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.09

Chapter 18
Check List

S.No. Eligibility Criteria for the Details of relevant Page


bidder documents Number

1. Firm/Company Registration no.

2. Annual turn over (Operating


Revenue + Other Revenue
averaged) over the last three
years, 2006-07, 2007-08 and
2008-09

3. No. of projects being carried out /


completed (please mention
individual project cost, satisfactory
work completion certificate, and
copy of the work contract / PO,
name of dept. project officer with
contact number)

4. Have you ever been blacklisted by


any State or Central Government
in India?

5. Details of nodal officers, Contact


number, Dept. Name etc. of Govt.
/ PSU’s/ International Level
projects/ firms with similar work
experience for that Job completion
certificate is attached.

6. Technical & Financial bid packed


and sealed in separate envelops,
duly marked.

7. The proposed project team


structure with roles and
responsibilities of key top
management and technical staff.

Name & Signatures of the Bidder along with Seal


Page 42 / 53
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

8. Proposed methodology for


undertaking this assignment.

9. Any general information that the


bidder wish to provide, but is not
specially requested, should be
attached separately.

10. ISO 9001:2001 or latest certificate


in the field of software
development.

11. SEI-CMM level 3 certificate.


12. Details of proper service network
at Rajasthan with a branch office
at Jaipur.

13. The bidder is required to study the


existing system in the Chief
minister’s Office.

14. Details of EMD Details of Tender Fee

Type : __________ Type : ____

Number : _________ Number : ________

Amount: Rs. ______ Amount: Rs. ______

Page 43 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Chapter 19

TECHNICAL SPECIFICATION

General Specifications Offering Remarks


the same
(y/n)
Task I: System Study, Design, Development & Deployment of web enabled
application software
The TSP will be responsible for providing technical support for
successful running on the application software for the period of
one year (extendable for 3 years) from date of its successful
installation and deployment as FMS.
The SRS document and the design document should cover the
details as specified in the scope of work in chapter 5 and the
deliverables in chapter 6.
The software design should be on standard architecture based
and future proofing.
The software should follow the SDLC model.

The source code of the application software will be the exclusive


property of Government of Rajasthan through RajCOMP. The
successful bidder has to submit at least two backup copies of
software along with the source code, complete system design
and documentation.
Main features of web enables application software:
• Application should have provision to store barcode for
each record.
• The software should be user friendly.
• This application should be made generalized, so that it
could be utilized for all Govt. departments/ PSU’s, Boards
etc. with little/no customization.
• The system should be able to integrate with the existing
web enabled Chief Minister’s Information System and
other existing application which are being developed and
to be developed. The system should be operated using

Page 44 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

General Specifications Offering Remarks


the same
(y/n)
single sign-on of CMIS.
• Software should be having auto SMS / email and pop up
messaging facility.
• The software can capture and store the PDF files of all
correspondence along with their original PUC.
• The software should be having dashboard for getting the
clear cut position of inward/ outward/ pending letters.
• The software can generate various kind of reports for the
purpose of all kind of users i.e. operators, concerned
officers and top level functionaries.
a. Summary reports
b. Detailed reports
c. Analytical reports
• All reports should also be available in Ms Excel, Ms Word
and PDF format in addition to HTML view.
• The software should be able to monitor complete
processing of the PUC from receiving to till disposal.
• The software should ensure quick response time.
• The system should be crash proof, fail safe and easy to
restore and secure.
• Proper documentation and comments at each
form/Module/ functional level/ variable level.
• Proper error handling routines should be incorporated in
the software application.
• Dynamic and drill down reports writing tool.
• Maximum level of parameterization to meet the frequent
need for changes without disturbing the software.
• Parameters based reporting is required to be incorporated.
• User authentication facility.
• Provision for locking of user screen, auto locking of screen
should also be incorporated, when no activity is performed
for specified time.
• The system should ensure that no mandatory activity is

Page 45 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

General Specifications Offering Remarks


the same
(y/n)
skipped.
• Provision for alert / reminder /dashboard facility.
• Browser independent.
• Connectivity / Interfacing with existing e-sanchar
application.
Task II: Comprehensive training for application software
TSP is required to provide application software training to end
user for the period of fifteen days. Based on the skills of the
users, the bidder has to provide comprehensive training and
recommend approach for the same. During the training the TSP
is required to provide training manuals for all the modules and
application. The manual should be updated as and when
features/ functionalities in the system changes. The TSP should
provide following to the department in print out and electronic
medium in both English and Hindi Language.
• Training plan
• Installation manual
• User manual of the application software
• Training material
• User acceptance of operational training.
Task III: Data conversion for existing data available to the new system.
Task IV: Facility Management Services – One year software maintenance
support.
• The following activities will have to be undertaken by the
bidder:
o Database and system administration support.
o User maintenance and authorization.
o Back up Management
o Debugging, modification, fine tuning, monitoring
and updation in the application software as and
when required by the department for smooth
functioning of application.
o Proper functioning of application software.

Page 46 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

General Specifications Offering Remarks


the same
(y/n)
o Changes/version control
o Logging and resolution of first level of problem &
bug fixing.
o Supervision and training of personnel of user
department on new features added to solution.
o Proper complaint handling system.
• The bidder has to provide technical support team as
required by the bidder at user department.

Page 47 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid

NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.09

Chapter 20
Financial Bid: Web enabled application for Chief Minister’s Office, Jaipur
Name of the Firm/company/ Firm: ___________________________________________________
Address of the correspondence: ______________________________________________________
________________________________________________________________________________
Details of Work: as per chapter 5.
Total Cost (in Rs.) inclusive of all 
Total Cost (in Rs.) 
Sr.  Work Description  taxes/ charges etc. 
 in figure  in words   in figure  in words 
1  2  4  5  6=3x4  7 
Task I: Software development and        
1. 
deployment
Task II: Operational training on application        
2. 
software.
Task III: Data conversion for existing data        
3. 
available to the new system.
Task IV: FMS- one year software        
maintenance support from the date of
4. 
acceptance of deployment by user
department.

Name & Signatures of the Bidder along with Seal


Page 48 / 53
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Connectivity / interface charges with existing        


5. 
e-sanchar application.
Man month charges for additional web        
6.  application development for 6 months (the
rate will not be considered for bid evaluation)

Page 49 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid

NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.09

Annexure A: Format for installation of application software

The installation report for web enabled application software:


S. Description Remarks
No.
1 Module Name

2 Date of Delivery

3 Date of Installation

4 Period of testing by user


department

5 Updation in the software by TSP

6 User Remarks

7 Signature of TSP employee

8 Verification/ Signature of CMO


Nodal officer

Name & Signatures of the Bidder along with Seal


Page 50 / 53
Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Annexure C: Format for acceptance of the training by the user

After successful completion of the training to the officers/ officials of the CMO, the
feedback form of the users is to be filled in the following format:

S.No. Description Remarks


1 Participant Name

2 Designation of participant

3 Duration of training

4 What do you feel about the


faculty?

5 Is the course material provided?

6 What do you feel about the


course contents?

7 Can you run the software


application independently?
8 Is any more training required?

9 Any more comments.

10 Signature of participant

11 Verification/ Signature of CMO


Nodal officer

Page 51 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

Annexure D

(ON THE LETTER HEAD OF THE TENDERER)

LETTER OF UNDERTAKING / DECLARATION

We, M/s …………………………………………………………………………………. hereinafter called as “Tenderer”


complete address …………………………………………………………………………………………………………………………….
…………………………………………………………………………………………………………………………………………… ……………..
hereby declare in favour of the Managing Director, RajCOMP, Jaipur, Hereinafter called as the
“Tendering Authority” and agree to abide by the following:

1. We have attaching firm/company constitution details.


2. We have authorization certification(s) as given below (certificates valid till date are enclosed):
3. We have performance certification(s) as given below (Certificate valid till-date are enclosed)

S.No. Name of the organization for Type of work Amount Description of work
which the work is carried
out.
1.
2.
3.
4.

4. We have Organization / Service setup as given below:

S.No. Place (Name and Infrastructure Setup


Address) Computers Printers UPS Data Others
(with brand backup
and type) devices

5. We have Manpower setup as given below:

S.No. Place (Name and Manpower Setup


Address) Manager Supervisor Programmers Operators Others

Page 52 of 53 Name & Signatures of the Bidder along with Seal


Revised RFP for IT Enablement of CM Office, Jaipur after Pre-Bid
Request for Proposal for software development for Chief Minister’s Office, Govt. of Rajasthan, Jaipur.
NIT No. F4.2 (197)/RajCOMP/Tech/09/1893 Dated: 21.10.2009

6. FMS service setup details:

S.No. Name of the Place (Name and Customer support engineer details
organization for Address) Name Design Educational Remark
which the FMS is ation qualification
Provided.

7. Software development/ maintenance setup details:

S.No. Location No. of web Designation (Developer/ Qualification Remarks


developers Sr. Developer/ Designer details
etc.)

8. The annual turnover of our company/firm of last three years is as given below:

Turn over of the firm


(Rs. In Lac.)

9. We are ensuring that a minimum of 99% uptime, calculated on annual basis is achieved for the
implemented software.
10. We agree to maintain / support the quoted items after warranty period.
11. In case of additional middleware / third party API, we have proper legal arrangement for its use and
support.
12. We are ensuring that a minimum of 99% accuracy is achieved for the data entry work.
13. We agree to accept partial order if it is placed.
The above document is executed on __/__/2009 at (place) __________________ and we accept that if anything
out of the above information is found wrong, our tender shall be liable for rejection.

Name of Person:

Complete Address:

Page 53 of 53 Name & Signatures of the Bidder along with Seal

You might also like