+ All Categories
Home > Documents > PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS...

PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS...

Date post: 09-Mar-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
20
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 25 TH 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
Transcript
Page 1: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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: PRE BID ANSWERS FOR REQUEST FOR PROPOSAL (RFP) FOR ...scstwelfare.bih.nic.in/docs/Tender/PREBID ANS IT Solutions.pdf · 76 RDBMS with 3 Year onsite Support ... 5 HCL 13.4 (5) 64 Bidder

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


Recommended