Page 1 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
DATED 15/10/2013 AND PREDID MEETING DATED 25TH OCT 2013
Sr. Company Q. No. Page No Content of RFP requiring clarification Points of clarification Response
1 HCL 10 ( c) 18 Failure to execute the Agreement with the
selected bidder within the defined period may
result in award of the same work to another
agency at the risk and cost of the Bidder.
Failure to execute the Agreement with the selected
bidder within the defined period may result in award of
the same work to another agency
No Change
2 HCL 18 (v)
(b)
20 b. No adjustment of the price quoted in the
Commercial Proposal shall be made on
account of any variations in costs of labour
and materials, currency exchange fluctuations
with international currency or any other cost
component affecting the total cost in fulfilling
the obligations under the contract.
b. No adjustment of the price quoted in the
Commercial Proposal shall be made on account of any
variations in costs of labour and materials, or any other
cost component affecting the total cost in fulfilling the
obligations under the contract.
No Change
3 HCL 19.A
(15)
76 RDBMS with 3 Year onsite Support
(Processor Based License ) ORACLE 11G/
/IBM DB2
We request to allow All standard enterprise databases
including Oracle / IBM DB2 / Microsoft SQL Server
No Change
4 HCL 19.A (7) 76 Managed hi Speed Switch 24 Port Cisco We request to allow compliant switch from all leading
Network OEMs
No Change
5 HCL 13.4 (5) 64 Bidder must have at least one Scholarship e-
governance Project in anywhere in India /State
Government .Project includes Manpower
Deployment , Software Development and IT
Integration.
Order with order value of >=2 Cr. = 5 Marks
We request to amend this as below
Bidder must have at least one Scholarship / e-
governance Project in anywhere in India /State
Government .Project includes Manpower Deployment ,
Software Development and IT Integration.
Order with order value of >=2 Cr. = 5 Marks
refer to Corrigendum
Page 2 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
6 HCL New Proposed Clause - Limitation of Liability Notwithstanding anything to the contrary contained in
the contract, Bidder’s aggregate liability arising out of
or in connection with the contract, whether based on
contract, tort, statutory warranty or otherwise, shall be
limited to the amount actually paid by the Purchaser to
the Bidder in respect of the Equipment / Software /
Services that are subject matter of a claim subject to a
maximum of 100% of the contract value. The Bidder
shall not be liable for any special, indirect, incidental
or consequential damages of any kind including but not
limited to loss of use, data, profit, income, business,
anticipated savings, reputation, and more generally,
any loss of an economic or financial nature, whether
these may be deemed as consequential or arising
directly and naturally from the incident giving rise to
the claim.
No Change
7 HCL New Proposed Clause -Change of tax In case any national or state statute or any local law or
regulation or by-law of any duly constituted authority
is changed or comes into force which results in extra
costs/tax in relation to the provision of the
Equipment/ Software/ Services, the consequential
effect shall be to the account of the Purchaser and the
same shall be borne by the Purchaser.
No Change
8 HCL New Proposed Clause -Deemed Acceptance The
Deliverable(s)/Equipment(s)/Software(s)/Product(s)
which requires acceptance test shall be deemed to be
accepted (without requiring supporting signatures of
the Purchaser), for the purpose of release of payment
and for start of the warranty period and otherwise, on
occurrence of any one of following events, whichever
occurs earlier:
a. if Purchaser fails to conduct or attend the acceptance
test or does not provide a written notice of any
rejection/confirmation of acceptance test, within seven
(7) days from the date of Test readiness notification by
the Bidder, or
b. if Purchaser puts the
deliverable(s)/Equipment(s)/Software(s)/Product(s)
into operational/ productive/ normal use prior to
successful acceptance test
No Change
Page 3 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
9 HCL New Proposed Clause -Force Majeure The Bidder shall have no liability for any failure to
perform, or delay in performance of its obligations due
to governmental decision, war (including acts of
terrorism and warlike acts, even if no formal state of
war has been declared), civil or military uprising,
sabotage, fire, flood, droughts, monsoon, natural
calamities, epidemics, quarantine restrictions,
disturbance in supplies from normally reliable sources
(including, but not limited to electricity, water, fuel and
the like), strike and lockout or any other event which is
beyond its control. The Bidder shall promptly notify
the Purchaser of any delay caused by Force Majeure.
If the delay resulting from Force Majeure exceeds
three (3) months, either Party may cancel the
unperformed part. Payment shall remain due for the
performed part, and the Parties shall promptly settle
their accounts accordingly.
No Change
10 HCL New Proposed Clause -Infringement Claims Notwithstanding anything contrary contained herein,
the liability of the Bidder in respect of Equipment/
Software not owned by the Bidder shall be restricted to
the extent of amount received by the Bidder towards
the infringement claims made against the concerned
Licensor or owner of the intellectual property rights in
the Equipment / Software.
No Change
11 HCL New Proposed Clause -Interest on Delayed
Payment
Notwithstanding the foregoing, Purchaser agrees that
any delay in payments beyond due date shall
automatically bear interest at an annual rate equal to
18% per annum for the relevant delayed period,
calculated from the date due until date of realization of
full payment. Further, the Bidder may suspend the
maintenance / repair services until such time as the
payment is made. The Bidder shall not be liable for any
loss caused to Purchaser during such suspension
period. The Bidder reserves the right to terminate this
Agreement with immediate effect, if Purchaser fails to
release the payment within 45 days from date of receipt
invoice.
No Change
12 HCL New Proposed Clause - Assignment Bidder shall be entitled to assign or novate the Contract
in whole or in part(s) to any of its subsidiary
companies (whether present or future) by informing
Purchaser about such assignment.
No Change
Page 4 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
13 HCL New Proposed Clause - Penalty We request to accept this clause:
Overall penalties during the project will be up to a
maximum of 10% of contract value
No Change
14 HCL New Proposed Clause Exchange Rate Variation (ERV) - Prices of the
Goods/Services quoted herein are highly dependent
upon imports and foreign exchange rates vis-à-vis INR.
Therefore the prices quoted shall be increased or
decreased depending upon the prevailing exchange rate
on the Designated Date, as elaborated below:
The price in respect of Goods / Services listed in this
proposal (“Specified Items”) are based on Foreign
Exchange rate of US$ 1 = INR _____ (the “Base
Rate”) (please specify the exchange rate). In case the
Base Rate is not specifically mentioned, SBI’s US$ TT
Selling Rate as on the closing hours of the date
Bidder’s proposal shall be treated as the Base Rate.
The Parties agree that the prices quoted shall be
increased or decreased if the ERV is more than 1% by
applying such percentage which is in excess of 1% of
Base Rate. The exchange rate variation (ERV)
percentage shall be calculated as a percentage increase
/ decrease signified by the difference in the Current
Rate and the Base Rate over the Base Rate, calculated
as follows:
Current Rate (-) Base Rate
-------------------------------------------------- x 100
Base Rate
Note for clarification:
1. “Current Rate” shall mean SBI’s US$ TT Selling
Rate as on the closing hours of the Designated Date (or
the immediately succeeding business day in case Forex
markets in India are closed on the Designated Date).
2. “Designated Date” shall mean the date two (2)
weeks prior to the agreed scheduled delivery date. In
case Designated Date falls on a bank holiday in New
Delhi, then the immediately succeeding day shall be
treated as the Designated Date.
In case the ERV % is up to 1%, then there will be no
change in the quoted prices. If the exchange rate
variation (ERV) is more than 1% on the Designated
Date, then sale price for Specified Items shall stand
No Change
Page 5 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
increased / decreased by the ERV% in excess of 1%.
Accordingly, the sale price duly adjusted in accordance
with above provisions shall be invoiced to the
Purchaser by Bidder.
In case of downward adjustment in sale price,
calculated in accordance with the aforesaid formula,
Bidder shall raise invoice at reduced price. However,
in case of upward adjustment in sale price, Bidder shall
issue one week’s notice to the Purchaser to remit the
differential payment. In the event differential payment
is not received by Bidder on or before the delivery date
Bidder may, at its option (i) ship reduced quantity; or
(ii) cancel the order at Purchaser’s risk and expense; or
(iii) ship full quantity ordered at higher price thus
arrived, in which case Bidder shall be entitled to
receive the differential payment along with interest at
the rate of 18% per annum, for the relevant delayed
period, calculated from the delivery date until date of
full payment.
15 HCL page 27 Work can be done on the existing website as
most of the features have already been
incorporated in the Department’s website
hosted at http://scstwelfare.bih.nic.in
Whether we have to modify existing Website or design
new website?
Yes
16 HCL page 27 Ensuring search engine optimization of portal We have to optimize the site for Search Engines or also
have to Promote the Website in all leading Search
Engines, please clarify?
SI will Decide
17 HCL page 37 Training could have multiple sessions as per
the need and requirement of the
project/application. Hence, selected bidder
shall conduct Training Needs Analysis of all
the concerned staff and draw up a systematic
training plan
How many total users are there for Training? Approx 300
18 HCL page 47 The selected Agency expected to carry out
independent exercise for assessment of data
source, data format, and data fields and no of
records before migration at the time of SRS..
How much data we have to migrate (A rough
Estimate)?
50 Lac approx
19 HCL page 58 With rapidly increasing levels of mobile
penetration and continuous improvement in
bandwidth, and requirements of accessibility
and citizen convenience, it has been envisaged
to offer more and more services over mobile
devices
Mobile Application is to be developed or just Mobile
Compatible Application to be opened in Mobile
Browser. Also looking into the scope, it will be very
difficult to design Mobile Application separately.
Please look into this factor.
Not Required Yet
Page 6 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
20 IBM 45 4. Mail Server Mail Server states qty as 1 where as the requirement is
for High Availability and thus minimum qty should be
2.
No Change
21 IBM 46 8.8 Enterprise Mailing Solution: Following queries for Enterprise Mailing Solution on
page 46.
No Change
22 IBM 46 8.8 Enterprise Mailing Solution: What is the concurrency that we should consider. Is it
ok to consider a concurrency of 30% at peak?
No Change
23 IBM 46 8.8 Enterprise Mailing Solution: What is the per user mail quota that should be
considered? Is it ok if we consider 500 MB per user
quota?
No Change
24 IBM 46 8.8 Enterprise Mailing Solution: Is the understanding correct that we don't need to
incorporate any Disaster Recovery site for mail
messaging?
No Change
25 IBM 46 8.8 Enterprise Mailing Solution: Please consider for requirement to access emails from
mobile devices for over the air sync of push based
mobile mails.
No Change
26 IBM 46 8.8 Enterprise Mailing Solution: Please consider for the requirement for an attachment
and profiles server to maintain a complete profile of all
the 250 users and the attachment server to segregate
the files on a separate node?
No Change
27 IBM 46 8.8 Enterprise Mailing Solution: What are the preferences for the mail server operating
system environment? Would you like to have more
flexibility and control by way of asking the bidder to
propose the solution that is also supported on multiple
OS versions ( including Linux and Windows)
No Change
28 IBM 46 8.8 Enterprise Mailing Solution: While you have asked for clustered configuration to
ensure high availability it is generally better to have an
application level clustering also . Please can you
amend to include application level clustering and high
availability.
No Change
29 IBM Application /Database Server We would request you to kindly consider
Virtualization of Servers. Virtualization technology
can dramatically improve the availability, performance
and utilization of your IT resources, where the
hardware resources of single servers are used by
multiple virtual machines . This improves application
availability and agility while simplifying the
management. Virtualization helps convert the existing
Infrastructure into Cloud and deliver IT as service: A
single way to run, manage, and secure your
No Change
Page 7 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
applications where you want them, when you want
them.
30 IBM Minimum Technical Specifications for
Virtualization Software
Minimum Technical Specifications for Virtualization
Software
No Change
31 IBM Minimum Technical Specifications for
Virtualization Software
1) Virtualization software shall provide a
Virtualization layer that sits directly on the bare metal
server hardware with no dependence on a general
purpose OS for greater reliability and security.
No Change
32 IBM Minimum Technical Specifications for
Virtualization Software
2) Virtualization software should be able to boot
from iSCSI, FCoE, and Fibre Channel SAN
No Change
33 IBM Minimum Technical Specifications for
Virtualization Software
3) Virtualization software shall have the capability
to create Virtual servers with up to 64 processors in
virtual machines for all the guest operating system
supported by the hypervisor.
No Change
34 IBM Minimum Technical Specifications for
Virtualization Software
4) Virtualization software shall integrate with NAS,
FC, FCoE and iSCSI SAN and infrastructure from
leading vendors leveraging high performance shared
storage to centralize virtual machine file storage for
greater manageability, flexibility and availability.
No Change
35 IBM Minimum Technical Specifications for
Virtualization Software
5) Virtualization software shall allow heterogeneous
support for guest Operating systems like Windows
client, Windows Server, Linux ( at least Red Hat,
SUSE, Ubuntu and CentOS), Solaris x86 and Novell
Netware.
No Change
36 IBM Minimum Technical Specifications for
Virtualization Software
6) Virtualization software should support live
Virtual Machine migration with enhanced CPU
compatibility and without the need for shared storage
option.
No Change
37 IBM Minimum Technical Specifications for
Virtualization Software
7) Virtualization software should have the ability to
live migrate VM files from one storage array to another
without any VM downtime. Support this migration
from one storage protocol to another (ex. FC, iSCSI,
NFS, DAS)
No Change
Page 8 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
38 IBM Minimum Technical Specifications for
Virtualization Software
8) Virtualization software should provide smart
virtual machine disk placement and load balancing
mechanisms based on I/O and space capacity which
will help decrease operational effort associated with
the provisioning of virtual machines and the
monitoring of the storage environment.
As per RFP
39 IBM Minimum Technical Specifications for
Virtualization Software
9) Virtualization software shall have High
Availability capabilities for the virtual machines in the
sense if in case one server fails all the Virtual machines
running on that server shall be able to migrate to
another physical server running same virtualization
software. The feature should be independent of
Operating System Clustering and should work with
FC/ iSCSI SAN and NAS shared storage.
No Change
40 IBM Minimum Technical Specifications for
Virtualization Software
10) Virtualization software should have the ability to
manage virtual switches at a cluster level by creating a
distributed switch that can span an entire cluster and is
VM mobility aware. It should support features
NetFlow and Port mirror and protocols Link Layer
Discovery Protocol (LLDP) and Cisco Discovery
Protocol (CDP)
No Change
41 IBM Minimum Technical Specifications for
Virtualization Software
11) Virtualization software should provide quality-of-
service capabilities for storage I/O so as to ensure that
the most important virtual machines get adequate I/O
resources even in times of congestion. The feature
should be available for FC, iSCSI and NFS storage
data stores.
No Change
42 IBM Minimum Technical Specifications for
Virtualization Software
12) Virtualization software shall continuously
monitor utilization across virtual machines and should
intelligently allocate available resources among virtual
machines
No Change
43 IBM Minimum Technical Specifications for
Virtualization Software
13) Virtualization management software console shall
provide a single view of all virtual machines, allow
monitoring of system availability and performance and
automated notifications with email alerts.
No Change
44 IBM Support/subscription : Support/subscription : No Change
45 IBM Support/subscription : Production Support /subscription including updates,
upgrades etc should be directly from OEM of above
mentioned software components.
No Change
Page 9 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
46 Mastek 11. Pre-
Qualification
Criteria, H – page
no.60
The Bidder (Lead Bidder in case of a
Consortium), should be a profitable Bidder for
the last three years as on 31st March 2013 and
must have average annual turnover of Rs. 75
Crores during last three financial years (as on
31st March 2013) from IT business only, as
evidenced by the audited accounts of the
company.
The Net worth and the turnover of the bidder are more
relevant criteria’s to check the financial capability and
credibility of any company. Since, the clause for
positive Net worth is already included, request you to
remove the redundant profitability clause from PQ
Criteria.
refer to Corrigendum
47 Mastek 11. Pre-
Qualification
Criteria, N – page
no.61
The Consortium partner must have at least one
project in e-governance Project anywhere in
India. Project must be worth at least Rs. 7.00
Cr.
Request you to modify the clause by adding Lead
partner as: The Lead Bidder / Consortium partner must
have at least one project in e-governance Project
anywhere in India. Project must be worth at least Rs.
7.00 Cr.
refer to Corrigendum
48 Mastek 11. Pre-
Qualification
Criteria, O – page
no.61
The bidder (Lead Bidder in case of
consortium) must have prior Experience to
handle minimum 100 Manpower in multi-
location Indian Government/PSUs/State Govt.
setup and Project duration must be at-least
three years.
Request you to modify the clause by optimizing no. of
manpower as per requirement in state/project as: The
bidder (Lead Bidder in case of consortium) must have
prior Experience to handle minimum 100 75
Manpower in multi-location Indian Government /
PSUs / State Govt. setup and Project duration must be
at-least in last three years.
refer to Corrigendum
49 Mastek 13.4 Evaluation of
Technical
Proposals S. No 2,
Page 64
Experience of implementation of turnkey IT
projects for Government /PSU (involving
Software development, Manpower Support &
implementation and /or Hardware
procurement, installation, maintenance etc.)
Max 4 Project will Considered. Order with
order value of >=05 Cr. = 5 Marks
Request you to modify the clause as: Experience of
implementation of turnkey / eGovernance IT projects
for Government /PSU (involving any or all of the
activities such as Software development/ Manpower
Support &/ implementation and /or / Hardware
procurement, / installation, /maintenance etc.) Max 4
Project will Considered. Order with order value of
>=05 Cr. = 5 Marks
refer to Corrigendum
50 Mastek 13.4 Evaluation of
Technical
Proposals S. No 4,
Page 64
Multi location rollout experience of e-
governance project with software, Hardware
and manpower support in turnkey basis Max 3
Project Considered.
Request you modify the clause as mentioned below:
Multi location rollout experience of e-governance
project with software /Hardware /manpower support in
turnkey basis Max 3 Project Considered. Also By
multi-location roll out experience, we mean rollout of
the application across various offices of client in the
state or providing web based application which can be
accessed from any location on internet/intranet and
providing software /Hardware /manpower support.
Please confirm if our interpretation is correct?
refer to Corrigendum
Page 10 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
51 Mastek 13.4 Evaluation of
Technical
Proposals S. No 5,
Page 64
Bidder must have at least one Scholarship e-
governance Project in anywhere in India /State
Government .Project includes Manpower
Deployment, Software Development and IT
Integration.
Request you modify the clause as mentioned below:
Bidder must have at least one Scholarship e-
governance Project in anywhere in India /State
Government. Project includes Manpower Deployment/
Software /Development / IT Integration.
refer to Corrigendum
52 Mastek v. Prices and
Price Information
d. The price would be inclusive of all taxes,
duties, charges and levies as applicable
1. The Taxes, Duties, Charges and Levies are defined
by the Govt. or the ULBs. The Bidder has no control
on these nor does it gain anything from these.
refer to Corrigendum
53 Mastek Page 20, 21. e. The prices, once offered, must remain fixed,
and must not be subject to escalation for any
reason whatsoever within the period of the
validity of the proposal and the contract. A
proposal submitted with an adjustable price
quotation or conditional proposal may be
rejected as non-responsive.
2. Therefore, the Commercial Proposal will include
these as on the due date. However, the Invoices would
be at the prevailing rates, if these have changed at that
point.3. Please confirm the agreement.
refer to Corrigendum
54 Mastek 14. Atrocities
Module – Page 32
Module for submitting crime date regarding
atrocities on SC/ST for the 44 Police districts
across Bihar. The module should have online
as well as offline capabilities.
1. This requirement is stated very cryptically, neither
sufficient for conceptualization nor for estimation.2.
Please detail the requirements stating objectives,
stakeholders, operating procedures, current problems
faced etc. and the quantitative profile.
As per RFP
55 Mastek 15. Integration
Capabilities
Page 33
e. UID/NPR The Adhere Field has been
declared optional for the beneficiaries….
1. Integration with UID (Adhaar) is clear. However,
how do you intend integrating NPR (National
Population Register)? Or should this reference to NPR
be ignored?
As per RFP
56 Mastek 20. Social Impact-
Page 33
The proposed system should have capability to
measure and record the social impact of the
proposed system.
1. Measuring the Social Impact of any such Scheme is
a complex and long term process. (e.g. Scholarship
assistance would have its impact after completing the
particular academic curriculum phase such as Primary,
Secondary, etc. and may last for couple of years.2.
Secondly, this Impact Measurement would require
independent surveys and processing those results using
socio-cultural framework and parameters. Therefore, it
is neither advisable nor feasible to mix-up these two
aspects in a single system. The RFP also has not
specified any requirement or functional module and
abruptly proceeded to Administration functionality of
the System.3. Therefore, please confirm that
Measuring the Social Impact is not in the scope of this
RFP.
As per RFP
Page 11 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
57 Mastek 8.4 PRINTING
SERVICES Page
36-37.
i. SC&ST Department GOB estimates to print
approximately 20-30 lacs Documents pages
every year approximately. This work is
expected to be calculated on across 38 districts
as per the volume of applications received for
post metric scholarship.
1. It is necessary to define this requirement clearly and
in detailing what is in the scope and how it is to be
executed.
As per RFP
58 Mastek 8.4 PRINTING
SERVICES Page
36-37.
ii. Bidder is expected to have the ability to
ramp up to 25% more per year printing
capacity than the existing capacity within 4-6
weeks of intimation of the same by SC&ST
WELFARE Department. This ramp up in
printing capacity shall be within the overall
printing volume allocation and will not entitle
the bidder for any additional volume
allocation.
1.1. These are the departmental end users activities
involving consumables (Paper, Toners, and
Consumable parts of the Printers etc.). Is this in the
scope of the work?
Yes
59 Mastek 8.4 PRINTING
SERVICES Page
36-37.
1.2. What about the storage and administrative aspects
of all these activities?
SI will Decide
60 Mastek 8.4 PRINTING
SERVICES Page
36-37.
1.3. Many of these printouts and associated stationary
may be sensitive and secured materials. Who will be
responsible for ensuring the security compliances?
Department
61 Mastek 8.4 PRINTING
SERVICES Page
36-37.
1.4. Who will be responsible for the distribution of
these Printed material?
Department
62 Mastek 8.4 PRINTING
SERVICES Page
36-37.
2. It may be observed that all these aspects need to be
defined clearly and quantitatively for the Bidder to
propose the solution and estimate the costs.
As per RFP
63 Mastek 8.4 PRINTING
SERVICES Page
36-37.
3. Why printing services mentions only about post-
metric scholarship? What about other schemes?
all Schemes
64 Mastek 8.4 PRINTING
SERVICES Page
36-37.
4. Does this requirement means that all the district
offices will be connected to the DC by high speed
connectivity and the printing happens at the district
office level? Please confirm
MPLS /BB/3G/BSWAN
Page 12 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
65 Mastek 10.
REQUIREMENT
OF SLSS
1. What is SLSS? Is it SLA or some aspect of SDLC? As per RFP
66 Mastek Page 56 10. Requirement Of Slss Page 56 1. What is SLSS? Is it SLA or some aspect of SDLC? As per RFP
67 Mastek Section 8.2 B Vendor should develop on-line project
monitoring software during the execution of
the project. This will help all the stake holders
to access the project status on-line and to
initiate appropriate action, if required.
1. How this is linked to Other SC&ST scheme
monitoring modules? Also what is the expectation for
the various modules mentioned under different
corporations this section?
basis on assessment of
department
68 Mastek Page 34 2. For the schemes which are mentioned in this section
– are all these schemes related to monetary fund
disbursement? Or Non-Monetary in nature as well.
basis on assessment of
department
69 Mastek Other SC&ST
Schemes
Monitoring
Modules
As per RFP
70 Mastek General Sizing 1. In total how many users will be accessing the system As per RFP
71 Mastek 2. Of the total users, how many are concurrent users
(Users who will be accessing the system parallel
during peak time)
As per RFP
72 Mastek 3. what is the peak load time As per RFP
73 Mastek 4. Provide us the chart of the total users per office
locations
As per RFP
74 Mastek 5. what is the per annum increment in the user base (in
terms of percentage)
As per RFP
75 Mastek General Integration Are there any existing IT system used by the
department? If yes, then:
Few Application work on
.net with SQL
76 Mastek 1. What is the technology platform SI will Check
77 Mastek 2. How long it has been in use by the department SI will Check
78 Mastek 3. Number of users being supported by this system SI will Check
79 Mastek 4. Number of Record store in its Database SI will Check
80 Mastek 5. Does the department intends to sunset this
application or keep it in use
SI will Check
Page 13 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
81 Mastek 6. Are these system(s) hosted in-house or with some
external agencies or with State Data Centre or NIC.
State Data Centre
82 Mastek General Data Migration As mentioned in the RFP, there is a scope of Data
Migration. In this context:
As per RFP
83 Mastek 1. What is the nature of the origin data store (is it in
software or in physical format)
Both type
84 Mastek 2. What is the quantity of the data that needs to be
migrated
50 Lac approx
85 Mastek 3. What is the quality of data that needs the migration
(is it tampered/mutilated/unclean/non-readable etc...)
All type
86 Mastek 4. Where is the data located from migration? Is it
centrally located at departments head quarters or
spread across different office locations across Bihar.
all Bihar
87 Mastek General LAN/WAN 1. Does all the offices of this department have
operational LAN/WAN to access the system?
no
88 Mastek 2. LAN/WAN is scope excluded or included as a part
of the RFP requirements?
no
89 Mastek 3. Adequate networking equipments like switch or
routers are available at all requisite office location? If
No, then is it part of this RFP?
no
90 Mastek 4. If LAN/WAN provisioning is a part of the RFP
scope then can the specifications/line diagrams,
switching points/civil diagrams/Office location maps
made available
no
91 Mastek 13.4 Evaluation of
Technical
Proposals, Page
64
N/A In order to have better understanding of Bidder’s
capability and experience in delivering the proposed
solution and quick implementation plan, it is desirable
/ essential to have a demonstration of POC / workable
solution/framework by using some scenarios from
respective bidders.
As per RFP
92 Mastek Hence request the dept. to include this demonstration
of POC / workable solution as part of technical
Evaluation criteria (at least 10 Marks)
As per RFP
Page 14 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
93 Nelito PRE-
QUALIFICATIO
N CRITERIA
(Section No.-
11.H / Page No.-
60)
H. The Bidder (Lead Bidder in case of a
Consortium), should be a profitable Bidder for
the last three years as on 31st March 2013 and
must have average annual turnover of Rs. 75
Crores during last three financial years (as on
31st March 2013) from IT business only, as
evidenced by the audited accounts of the
company.
Request to consider average annual turnover of Rs.50
Crores during last three financial years to give us
opportunity to participate in the prospect.
refer to Corrigendum
94 Nelito PRE-
QUALIFICATIO
N CRITERIA
(Section No.-
11.K / Page No.-
60)
K. The bidder (both members of the
consortium) must have been assessed and
must possess a valid ISO 9001:2008 or above
certificate for Management Services for
Information & Communications Technology
Solutions, as on the date of submission of bid
and the certificate should be valid
Request to consider "K.The bidder (both members of
the consortium) must have been assessed and must
possess a valid ISO 9001:2008 or above certificate for
“Design, Development and Implementation of IT
solutions and services", as on the date of submission of
bid and the certificate should be valid"
refer to Corrigendum
95 Nelito PRE-
QUALIFICATIO
N CRITERIA
(Section No.-
11.L / Page No.-
60)
L. The bidder (Lead Bidder in case of a
Consortium) must possess a valid ISO 27001
certificate. as on the date of submission of bid
and the certificate should be valid.
Request to remove / ignore the clause to give us the
opportunity to participate in the prospect.
refer to Corrigendum
96 Nelito Evaluation of
Technical
Proposals
(Section No.- 13.4
/ Page No.-64)
Bidder must have at least one Scholarship e-
governance Project in anywhere in India /
State Government. Project includes manpower
Development, Software Development and IT
Integration.
Order with order value of >=2 Cr.= 5 Marks
Request to consider to remove / ignore the "Order with
order value of >=2Cr. "
refer to Corrigendum
97 Nelito General Request to give at least 2 week time from the date of
reply of pre-bid for prepare the suitable proposal for
the department.
refer to Corrigendum
98 Urmila Info
Solution
General Request to give at least 3 week time from the date of
reply of pre-bid for prepare the proposal.
refer to Corrigendum
99 Urmila Info
Solution
PRE-
QUALIFICATIO
N CRITERIA
(Section No.-
11.H / Page No.-
60)
H. The Bidder (Lead Bidder in case of a
Consortium), should be a profitable Bidder for
the last three years as on 31st March 2013 and
must have average annual turnover of Rs. 75
Crores during last three financial years (as on
31st March 2013) from IT business only, as
evidenced by the audited accounts of the
company.
Request to consider average annual turnover of Rs.50
Crores during last three financial years to give us
opportunity to participate in the prospect.
refer to Corrigendum
Page 15 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
100 Urmila Info
Solution
PRE-
QUALIFICATIO
N CRITERIA
(Section No.-
11.K / Page No.-
60)
K. The bidder (both members of the
consortium) must have been assessed and
must possess a valid ISO 9001:2008 or above
certificate for Management Services for
Information & Communications Technology
Solutions, as on the date of submission of bid
and the certificate should be valid
Kindly consider "K.The bidder (both members of the
consortium) must have been assessed and must possess
a valid ISO 9001:2008 or above certificate for
“Design, Development and Implementation of IT
solutions and services", as on the date of submission of
bid and the certificate should be valid"
refer to Corrigendum
101 Urmila Info
Solution
PRE-
QUALIFICATIO
N CRITERIA
(Section No.-
11.L / Page No.-
60)
L. The bidder (Lead Bidder in case of a
Consortium) must possess a valid ISO 27001
certificate. as on the date of submission of bid
and the certificate should be valid.
Consider - The bidder (Lead Bidder in case of a
Consortium) must possess a valid ISO 27001 / CMMI
Level 5 certificate. as on the date of submission of bid
and the certificate should be valid.
refer to Corrigendum
102 Wizer Tech 11(F) Page No 60 The Bidder (Lead Bidder in case of a
Consortium) should be an established IT
Solution Provider company, and should have
been in operation for a period of at least 10
years as on March 31, 2013, as evidenced by
the Certificate of Incorporation
Request you to change the operation period to 9 year. refer to Corrigendum
103 Wizer Tech 11(H) Page No 60 The Bidder (Lead Bidder in case of a
Consortium), should be a profitable Bidder for
the last three years as on 31st March 2013 and
must have average aggregated turnover of Rs.
75 Crores during last three financial years (as
on 31st March 2013) from IT business only, as
evidenced by the audited accounts of the
company.
Request you to change the average turnover to Rs. 60
cr.
refer to Corrigendum
104 Wizer Tech 11(J) Page No 60 The Bidder (Lead Bidder in case of a
Consortium) must have been assessed and
must possess a valid certification for CMMi
Level 3 or better as on the date of submission
of bid and the certificate should be valid
Request you to waive these qualification criteria. refer to Corrigendum
105 Wizer Tech 11(L) Page No 60 The bidder (Lead Bidder in case of a
Consortium) must possess a valid ISO 27001
certificate. as on the date of submission of bid
and the certificate should be valid.
Request you to waive these qualification criteria. refer to Corrigendum
106 E-Connect
Solutions Pvt
Limited
Udaipur
EMD—Page no 6 EMD--Rs. 15,00,000/ in the form of Demand
Draft /Bank Guarantee in favour of “Director
SC&ST Welfare Department ”,payable at
Patna from any scheduled/nationalized bank.
You are requested to please provide the format of Bank
Guarantee
As per RFP
Page 16 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
107 E-Connect
Solutions Pvt
Limited
Udaipur
Page no 27 Scope of Work---The service provider has to
understand the requirements of the
Department and digitize the data related to
these above schemes and also make relevant
software for monitoring these schemes.
Please clarify the volume of data to be digitized 50 Lac approx
108 E-Connect
Solutions Pvt
Limited
Udaipur
Page no 27 Scope of Work--- Procurement, Installation &
Commissioning of Hardware, System
Software at all District locations of SC&ST
Welfare Department covering its Head Office.
Please define the number of District location,
Divisional offices where the Hardware and system
software to be installed?
As per RFP
109 E-Connect
Solutions Pvt
Limited
Udaipur
Page no 60 The Bidder (Lead Bidder in case of a
Consortium), should be a profitable Bidder for
the last three years as on 31st March 2013 and
must have average aggregated turnover of Rs.
75 Crores during last three financial years (as
on 31st March 2013) from IT business only, as
evidenced by the audited accounts of the
company.
Kindly amend this clause as “The Bidder (Lead Bidder
in case of a Consortium), should be a profitable Bidder
for the last three years as on 31st March 2013 and must
have aggregated turnover of Rs. 75 Crores during last
three financial years (as on 31st March 2013) from IT
business only, as evidenced by the audited accounts of
the company.
refer to Corrigendum
110 E-Connect
Solutions Pvt
Limited
Udaipur
Page no 61 The Consortium partner must have at least one
project in e-governance Project anywhere in
India. Project must be worth at least Rs. 7.00
Cr.. Bidder must provide as a supporting
documentary proof in form of work order etc
and/or Completion Certificate. Project
Executed/under execution in Indian
Government , Government PSUs, State
Government will be Considered.
Kindly amend this clause as “The Consortium partner
or Lead Bidder must have at least one project in e-
governance Project anywhere in India. Project must be
worth at least Rs. 5.00 Cr.Bidder must provide as a
supporting documentary proof in form of work order
etc and/or Completion Certificate. Project
Executed/under execution in Indian Government ,
Government PSUs, State Government will be
Considered.
refer to Corrigendum
111 E-Connect
Solutions Pvt
Limited
Udaipur
Page 64 Experience of implementation of turnkey IT
projects for Government/PSU (involving
Software development, Manpower Support &
implementation and /or Hardware
procurement ,installation, Maintenance etc.)
Max 4 Project will Considered. Order with
order value of >=05 Cr. = 5 Marks
Kindly amend this clause as “Experience of
implementation of turnkey IT projects for
Government/PSU (involving Software development,
Manpower Support & implementation and /or
Hardware procurement ,installation, Maintenance etc.)
Max 4 Project will Considered. Order with order value
of >=03 Cr. = 5 Marks
refer to Corrigendum
112 E-Connect
Solutions Pvt
Limited
Udaipur
General Extension We request to kindly extend the last date of submission
by 2 weeks.
refer to Corrigendum
Page 17 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
113 IGATE
Bangalore
N The bidder (Lead Bidder in case of
consortium) must have prior experience of
working on at least two (2) Application
Software Projects for any Indian e-governance
Project anywhere in India. Each project must
be worth at least Rs. 40 Lakhs. Bidder must
provide as a supporting documentary proof in
form of work order and/or Completion
Certificate. Project Executed/under Execution
in Indian Government , Government PSUs,
State Government will be Considered
The consortium must have prior experience of working
on at least one Application Software Projects for any
Indian e-governance Project anywhere in India. Each
project must be worth at least Rs. 40 Lakhs. Bidder
must provide as a supporting documentary proof in
form of work order and/or Completion Certificate.
Project Executed/under Execution in Indian
Government , Government PSUs, State Government
will be Considered
refer to Corrigendum
114 IGATE
Bangalore
O The bidder (Lead Bidder in case of
consortium) must have prior Experience to
handle minimum 100 Manpower in multi-
location Indian Government/PSUs/State Govt.
setup and Project duration must be at-least
three years. Any of the consortium partner or
Bidder must provide supporting documentary
proof in form of work order and/or
Completion certificate by Client. . Project
Executed /under Execution in Indian
Government , Government PSUs, State
Government will be Considered.
The bidder (Lead Bidder in case of consortium) must
have prior Experience to handle minimum 50
Manpower in multi-location Indian
Government/PSUs/State Govt. setup and Project
duration must be at-least three years. Any of the
consortium partner or Bidder must provide supporting
documentary proof in form of work order and/or
Completion certificate by Client. . Project Executed
/under Execution in Indian Government , Government
PSUs, State Government will be Considered.
refer to Corrigendum
115 IGATE
Bangalore
P The Bidder (or Lead Bidder in case of a
Consortium) should have experience of
implementation of at least two (2) turnkey IT
projects for Indian Government/PSUs/State
Govt (Involving software development &
implementation with/Without Hardware
procurement ,installation, Maintenance etc.)
with a project cost each of Rs.10.00 Cr or
above, as evidenced by the certificate issued
by a competent authority of the concerned
government organization(s). . Project
Executed/under Execution in Indian
Government, Government PSUs, State
Government will be Considered.
The Bidder (or Lead Bidder in case of a
Consortium) should have experience of
implementation of at least one turnkey IT projects for
Indian Government/PSUs/State Govt (Involving
software development & implementation with/Without
Hardware procurement ,installation, Maintenance etc.)
with a project cost each of Rs.2.00 Cr or above, as
evidenced by the certificate issued by a competent
authority of the concerned government organization(s).
. Project Executed/under Execution in Indian
Government, Government PSUs, State Government
will be Considered.
refer to Corrigendum
116 KPIT PUNE EMD—Page no 6 EMD--Rs. 15,00,000/ in the form of Demand
Draft /Bank Guarantee in favour of “Director
SC&ST Welfare Department ”,payable at
Patna from any scheduled/nationalized bank.
You are requested to please provide the format of Bank
Guarantee
Standard Bank Format
Page 18 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
117 KPIT PUNE Scope of Work
Page # 27
Procurement, Installation & Commissioning of
Hardware, System Software at all District
locations of SC&ST Welfare Department
covering its Head Office
request you to please clarify the volume of data that
has to be digitized
50 Lac approx
118 KPIT PUNE Scope of Work
Page # 27
The service provider has to understand the
requirements of the Department and digitize
the data related to these above schemes and
also make relevant software for monitoring
these schemes
Please Define the number of District location,
Divisional offices where the Hardware and system
software to be installed?
As per RFP
119 KPIT PUNE Page # 64 Experience of implementation of turnkey IT
projects for Government/PSU (involving
Software development, Manpower Support &
implementation and /or Hardware
procurement ,installation, Maintenance etc.)
Max 4 Project will Considered. Order with
order value of >=05 Cr. = 5 Marks
Kindly amend this clause as “Experience of
implementation of turnkey IT projects for
Government/PSU (involving Software development,
Manpower Support & implementation and /or
Hardware procurement ,installation, Maintenance etc.)
Max 4 Project will Considered. Order with order value
of >=03 Cr. = 5 Marks
refer to Corrigendum
120 WIPRO The Bidder (Lead Bidder in case of a
Consortium), should be a profitable Bidder for
the last three years as on 31st March 2013 and
must have average aggregated turnover of Rs.
75 Crores during last three financial years (as
on 31st March 2013) from IT business only, as
evidenced by the audited accounts of the
company.
Kindly amend this clause as The Bidder (Lead Bidder
in case of a Consortium), should be a profitable Bidder
for the last three years as on 31st March 2013 and must
have average aggregated turnover of Rs. 250 Crores
during last three financial years (as on 31st March
2013) from IT business only, as evidenced by the
audited accounts of the company.
refer to Corrigendum
121 WIPRO The Bidder (Lead Bidder in case of a
Consortium) must have been assessed and
must possess a valid certification for CMMi
Level 3 or better as on the date of submission
of bid and the certificate should be valid
Kindly amend this clause as The Bidder (Lead Bidder
in case of a Consortium) must have been assessed and
must possess a valid certification for CMMi Level 5 or
better as on the date of submission of bid and the
certificate should be valid
refer to Corrigendum
122 WIPRO The bidder should not have been blacklisted
by any State / Central Government in India
during last ten years for corrupt, fraudulent or
any other unethical business practices or for
any other reason
The bidder should not have been currently blacklisted
by any State / Central Government in India for corrupt,
fraudulent or any other unethical business practices or
for any other reason
refer to Corrigendum
123 WIPRO 13.4 Evaluation of
Technical
Proposals S. No 5,
Page 64
Bidder must have at least one Scholarship e-
governance Project in anywhere in India /State
Government .Project includes Manpower
Deployment, Software Development and IT
Integration. >= 2Cr= 5 Marks
Bidder must have at least one Scholarship e-
governance Project in anywhere in India /State
Government .Project includes Manpower Deployment,
Software Development and IT Integration. >= 5Cr= 5
Marks
refer to Corrigendum
Page 19 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
124 WIPRO The bidder (Lead Bidder in case of
consortium) must have prior Experience to
handle minimum 100 Manpower in multi-
location Indian Government/PSUs/State Govt.
setup and Project duration must be at-least
three years. Any of the consortium partner or
Bidder must provide supporting documentary
proof in form of work order and/or
Completion certificate by Client. . Project
Executed /under Execution in Indian
Government , Government PSUs, State
Government will be Considered
No Change
125 WIPRO Given that a wide variety of skills and
resources are required to implement the
Project, it is expected that a consortium of
Companies may bid for the project.
However, number of members in a consortium
shall be restricted to maximum two
companies. Both consortium partner must be
an ISO 9001-2008 Certified
Company/Organization
No Change
126 WIPRO SC&ST Portal Development As per RFP
127 WIPRO Scholarship Management Module As per RFP
128 WIPRO Facilities Management As per RFP
129 WIPRO Compensations, Training And Stipend
Management
As per RFP
130 WIPRO Hostel And Residential School Management As per RFP
131 WIPRO Tribal Sub Plan As per RFP
132 WIPRO Skill Development Programme As per RFP
133 WIPRO Loan & Finance As per RFP
134 WIPRO On-Line Treasury Bill Generation As per RFP
135 WIPRO Electrical Fund Disbursement As per RFP
136 WIPRO Atrocities Module As per RFP
Page 20 of 20 PRE BID ANSWERS FOR SELECTION OF SYSTEM INTEGRATOR FOR INTEGRATED IT SOLUTION FOR SC&ST WELFARE DEPARTMENT BIHAR
137 WIPRO On-Line Treasury System As per RFP
138 WIPRO Direct Benefit Transfer (DBT) As per RFP
139 WIPRO CPSMS Integration As per RFP
140 WIPRO Data Migration & Data Entry As per RFP
141 WIPRO Post-Implementation Phase / Operate And
Maintain Phase
As per RFP
142 AMD Pg 43, 44, 45 8.7.6.1 Min.
Specification for 2 way Blade
Server, Sl No 1 & Pg 70, 71,
72
CPU : 2 x Intel Xeon Quad Core E5-2609
CPU @ 2.4 GHz
CPU : 2 x Intel Xeon Quad Core E5-2609 CPU @ 2.4
GHz or AMD Opteron 6308 - 4 CORE, 3.5 GHz or
higher
No Change
143 AMD Pg 43, 44, 45 8.7.6.1 Min.
Specification for 2 way Blade
Server, Sl No 2 & Pg 70, 71,
72
10 MB of L3 Cache 10 MB of L3 Cache or higher No Change
144 AMD Pg 43, 44, 45 8.7.6.1 Min.
Specification for 2 way Blade
Server, Sl No 3 & Pg 70, 71,
72
Intel Chipset C600/Latest Intel Chipset Intel Chipset C600/Latest compatible AMD Chipset No Change
145 AMD Pg 74, Desktop Computers for
Data Centre & 18.2(1)
Processor Intel(R) Third generation Core(TM)
i3 processor Processors,H61 OEM
Motherboard or AMD 760G
Processor Intel Third generation Core i3 processor or
AMD A8 5500 processor,H61/ A55 OEM
Motherboard
Replace Desktop Computer
Specification with Intel(R)
Third generation Core(TM)
i3 processor Or equivalent
AMD A8 5500 Processor
146 AMD Pg 74, Laptop System Processor Intel(R) second generation
Core(TM) i3 processor Processors,
Processor Intel second generation Core i3 processor or
AMD A6 Processor
Replace laptop Computer
Specification with Processor
Intel second generation Core
i3 processor or AMD A6
Processor
Director
Scheduled caste and Scheduled Tribes Welfare Department