RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 1 | P a g e
INFORMATION TECHNOLOGY ELECTRONICS & COMMUNICATION DEPARTMENT
GOVERNMENT OF ANDHRA PRADESH HYDERABAD
REQUEST FOR PROPOSAL FOR
SELECTION OF SYSTEM INTEGRATOR for
Primary Sector Package - e-Pragati in ANDHRA PRADESH STATE Volume II
Andhra Pradesh Technology Services Limited 4th Floor, B-Block, BRKR Bhavan
Tankbund Road, Hyderabad – 500 063.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 2 | P a g e
RFP Structure This RFP is meant to invite proposals from interested companies capable of delivering the services described herein. The content of this RFP has been documented as a set of three volumes explained below: Volume I: Functional, Technical and Operational Requirements (Multiple sub-volumes) Volume I of RFP intends to bring out all the details with respect to solution and other requirements that ITE&C department deems necessary to share with the potential bidders. The information set out in this volume has been broadly categorized as Functional, Technical, and Operational covering multiple aspects of the requirements. Volume II: ITB, Scope of Work and Financial and Bidding Terms & Forms Volume II of RFP details out all that may be needed by the potential bidders to understand the Terms & Conditions, project implementation approach, financial terms and bidding process details. Volume III: Contractual and Legal Specifications Volume III of RFP explains the contractual terms that ITE&C department wishes to specify at this stage. It also includes a draft of Master Services Agreement. This volume is Volume II. Kindly note that all three volumes of the RFP have to be read in conjunction as there are cross references on sections in these volumes. The selected System Integrator will be solely responsible for any gaps in scope coverage caused by not referring to all three volumes.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 3 | P a g e
Table of Contents
1 Request for Proposal Datasheet .................................................................................... 11
2 Introduction to Bidding Process .................................................................................... 15
3 Project Background Information ................................................................................... 16
3.1 Overview of e-Pragati ................................................................................................ 16
3.2 Vision ......................................................................................................................... 16
4 Implementation Framework for e-Pragati ..................................................................... 17
4.1 e-Pragati Business Architecture .................................................................................. 17
4.2 ePRAGATI Rollout Model ........................................................................................... 18
4.3 Primary Sector Package .............................................................................................. 19
4.4 Departments / Commissionerate/ Agencies for primary sector package ..................... 19
5 Scope of work for SI - e-Pragati Primary Sector Modules ................................................ 19
5.1 e-Pragati Primary Sector Application- Generic requirements ...................................... 22
5.1.1 Authentication Mechanism................................................................................. 22
5.1.2 Support for PKI based Authentication and Authorization .................................... 22
5.1.3 Interoperability Standards .................................................................................. 23
5.1.4 Security .............................................................................................................. 23
5.1.5 Application Architecture ..................................................................................... 24
5.1.6 Requirement on Adherence to Standards ............................................................ 24
5.1.7 Knowledge Transfer............................................................................................ 24
5.1.8 Third party Audit ................................................................................................ 24
5.2 Scope of Services – Project Implementation Phase..................................................... 26
5.2.1 Project Planning and Management .................................................................... 26
5.2.2 Project Deliverables & Timelines ......................................................................... 26
5.2.3 Preparation of e-Pragati Primary Sector Project Implementation and Roll-out Plan
32
5.2.4 Project Sign off Deliverable/ Exit Criteria ............................................................ 33
5.2.5 Manpower requirements- Central Location (State HQ)........................................ 34
5.2.6 Business Continuity Planning .............................................................................. 34
5.3 Exit Management (on Termination or at the end of the Contract) .............................. 36
5.3.1 Purpose .............................................................................................................. 36
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 4 | P a g e
5.3.2 Transfer of Assets ............................................................................................... 36
5.3.3 Cooperation and Provision of Information .......................................................... 36
5.3.4 Confidential Information, Security and Data ....................................................... 37
5.3.5 Employees .......................................................................................................... 38
5.3.6 Transfer of Certain Agreements .......................................................................... 38
5.3.7 Rights of Access to Premises ............................................................................... 38
5.3.8 General Obligations of the SI-‘System integrator’ ............................................... 39
5.3.9 Exit Management Plan ....................................................................................... 39
5.3.10 Exit Management – Parallel-run ......................................................................... 40
5.3.1 Exit Management Process .................................................................................. 40
6 Business Model ............................................................................................................ 43
6.1.1 Agri Management System : ................................................................................ 43
6.1.2 Fisheries Management ....................................................................................... 43
6.1.3 e-Mandi (e-Market) ............................................................................................ 43
6.1.4 Animal Husbandry : ............................................................................................ 43
6.1.5 Cane Management ............................................................................................. 44
7 Governance structure for e-Pragati project .................................................................... 45
7.1.1 e-Pragati Governance Structure ........................................................................ 45
7.1.2 EA Design Group consists of: .............................................................................. 45
7.1.3 EA Support Group consists of: ............................................................................ 46
7.1.4 Coordination committees with existing service providers : ................................. 46
7.1.5 Place of Work: .................................................................................................... 46
8 Instructions to the Bidders ............................................................................................ 47
8.1 General ...................................................................................................................... 47
8.2 Bidding Schedule ....................................................................................................... 47
8.3 Compliant Proposals/ Completeness of Response ...................................................... 47
8.4 Pre-Bid Meeting & Clarifications ................................................................................ 48
8.4.1 Pre-bid Conference ............................................................................................ 48
8.4.2 Responses to Pre-Bid Queries and Issue of Corrigendum .................................... 49
8.5 Key Requirements of the Bid ...................................................................................... 49
8.5.1 Right to Terminate the Process........................................................................... 49
8.5.2 RFP Document Fees ............................................................................................ 49
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 5 | P a g e
8.5.3 Earnest Money Deposit (EMD) ........................................................................... 49
8.5.4 Submission of Proposals ..................................................................................... 50
8.5.5 Authentication of Bids ........................................................................................ 51
8.6 Preparation and Submission of Proposal .................................................................... 51
8.6.1 Proposal Preparation Costs ................................................................................ 51
8.6.2 Language ............................................................................................................ 51
8.6.3 Venue & Deadline for Submission of Proposals................................................... 52
8.6.4 Late Bids ............................................................................................................ 52
8.7 Evaluation Process ..................................................................................................... 52
8.7.1 Tender Opening ................................................................................................. 52
8.7.2 Tender Validity ................................................................................................... 53
8.7.3 Tender Evaluation .............................................................................................. 53
9 Criteria for Evaluation ................................................................................................... 53
9.1 Pre-Qualification Criteria ........................................................................................... 55
9.2 Technical Qualification Criteria .................................................................................. 57
9.3 Technical resources scoring pattern ........................................................................... 62
9.4 Commercial Bid Evaluation ........................................................................................ 70
10 Appointment of System Integrator ................................................................................ 71
10.1 Award Criteria ............................................................................................................ 71
10.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s) ............................. 71
10.3 Notification of Award ................................................................................................. 71
10.4 Contract Finalization and Award ................................................................................ 71
10.5 Performance Guarantee ............................................................................................ 71
10.6 Signing of Contract ..................................................................................................... 72
10.7 Failure to Agree with the Terms and Conditions of the RFP ........................................ 72
11 Project Annexures ........................................................................................................ 73
Bid Processes Annexures ....................................................................................................... 73
Annexure I: TECHNICAL BID TEMPLATES ............................................................................... 73
Form 1: Undertaking on Total Responsibility ......................................................................... 74
Form 2: Particulars of the Bidder ........................................................................................... 75
Form 3: Bank Guarantee for Earnest Money Deposit ............................................................ 76
Form 4A: Compliance Sheet for Pre-Qualification Proposal ................................................... 78
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 6 | P a g e
Form 4B: Compliance Sheet for Technical Proposal ............................................................... 81
Form 5: Letter of Proposal .................................................................................................... 85
Form 6: Project Citation Format ............................................................................................ 87
Form 7: Proposed Solution ................................................................................................ 88
Form 7A: Functional Requirements Compliance .................................................................... 89
Form 8: Proposed Work Plan ................................................................................................. 90
Form 9: Team Composition ................................................................................................... 91
Form 10: Curriculum Vitae (CV) of Key Personnel .................................................................. 92
Form 11: Deployment of Personnel ....................................................................................... 94
Form 12: Deviations .............................................................................................................. 95
Form 13: Declaration on Source Code and Intellectual Property Rights ................................. 96
Form 14: Undertaking on Patent Rights ................................................................................. 97
Form 15: Undertaking on Compliance and Sizing of Infrastructure ........................................ 98
Form 16: Undertaking on Service Level Compliance .............................................................. 99
Form 17: Undertaking on Deliverables ................................................................................ 100
Form 18: Undertaking on Support to Third Party Solution acceptance and certification ...... 101
Form 19: Undertaking on Exit Management and Transition ................................................. 102
Form 20: Declaration that the bidder has not been blacklisted ............................................ 103
ANNEXURE II: FINANCIAL PROPOSAL TEMPLATE ................................................................. 104
Form 1: Covering Letter ...................................................................................................... 104
Form 2: Financial Proposal .................................................................................................. 106
Form 2 A: Consolidated Cost sheet ...................................................................................... 106
Form 2 B: Development Cost............................................................................................... 107
Form 2 B: Development Cost............................................................................................... 108
Form 2 C: Training & Change management Cost .................................................................. 109
Form 2 D: OPEX Cost ........................................................................................................... 110
Form 2 E: Additional Manpower cost Table ......................................................................... 111
Form 2 F: Revenue Model .................................................................................................. 112
ANNEXURE III: Template for PBG & CCN .............................................................................. 113
Form 1: Performance Bank Guarantee ................................................................................ 113
Form 2: Change Control Notice (CCN) Format ..................................................................... 115
12 MASTER SERVICES AGREEMENT (In volume III) .......................................................... 117
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 7 | P a g e
13 SERVICE LEVEL AGREEMENT - (In volume III) ................................................................ 117
14 NON-DISCLOSURE AGREEMENT (In volume II) ............................................................. 117
15 Format Rate Contract Details (In volume II) ............................................................... 117
16 ROLES and RESPONSIBILITIES OF THE PARTIES (Volume II ) .......................................... 117
17 Scope of the Project - (In volume I) ............................................................................. 117
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 8 | P a g e
GLOSSARY OF TERMS
The definitions of various terms that have been used in this RFP are as follows:
“Request for Proposal (RFP)” means the Volume and its annexure and any other documents provided along with this RFP or issued during the course of the selection of bidder, seeking a set of solution(s), services(s), materials and/or any combination of them.
“Contract/ Agreement/ Contract Agreement/ Master Service Agreement” means the Agreement to be signed between the successful bidder and ITE&C / APTS, including all attachments, appendices, all documents incorporated by reference thereto together with any subsequent modifications, the RFP, the bid offer, the acceptance and all related correspondences, clarifications, presentations.
“Bidder” means any firm offering the solution(s), service(s) and/or materials as required in the RFP. The word Bidder when used in the pre-award period shall be synonymous with parties bidding against this RFP, and when used after award of the Contract shall mean the successful party with whom the agreement is signed for rendering of services for implementation of this project.
“Proposal/ Bid” means the Pre-Qualification, Technical and Financial bids submitted for this project against this RFP.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 9 | P a g e
ACRONYM FULL FORM
AG Accountant General
AMC Annual Maintenance Contract
APGLI Andhra Pradesh Government Life Insurance
API Application Programming Interface
BCP Business Continuity Plan
BE Budget Estimate
BOM Bill of Material
CCN Change Control Note
CFMS Comprehensive Financial Management System
CGA Controller General of Accounts
CO Controlling Officer
COTS Commercial Off The Shelf
DC Data Centre
DDO Drawing and Disbursing Officers
DFD Data Flow Diagram
DMS Date-wise Monthly Statement
DoI Directorate of Insurance
DR Disaster Recovery
DRC Disaster Recovery Centre
DSA Directorate of State Audit
DSC Digital Signature Certificate
DTA Directorate of Treasuries and Accounts
DTO District Treasury Office/ Officer
ECS Electronic Clearance System
EMS Enterprise Management Solution
EPRS e-Pragati Requirements Specifications
FD Finance Department
FIFO First In First Out
FRS Functional Requirement Specifications
GoAP Government of Andhra Pradesh
GPF General Provident Fund
HOD Head of Department
HOO Head of the Office
HRMS Human Resource Management System
ICT Information and Communications Technology
INR Indian Rupee
ISO International Organization for Standardization
IT Information Technology
LAN Local Area Network
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 10 | P a g e
LOC Letter of Credit
MIS Management Information System
MoF Ministry of Finance
NDA Non-Disclosure Agreement
NDR Near Disaster Recovery
OEM Original Equipment Manufacturer
RE Revised Estimate
RFP Request for Proposal
RTM Requirements Traceability Matrix
SAN Storage Area Network
SDDO Self-Drawing and Disbursing Officer
SDLC Systems Development Life Cycle
SI System Integrator
SLA Service Level Agreement
SMS Short Messaging Service
SNMP Simple Network Management Protocol
SOP Standard Operating Procedure
SQL Structured Query Language
SRS System Requirement Specifications
STO Sub-Treasury Officer/ Officer
SWAN State Wide Area Network
TB Tera Byte
UAT User Acceptance Testing
UC Utilization Certificate
VLC Voucher Level Computerization
VPN Virtual Private Network
W&P Works & Projects
XML Extensible Mark-up Language
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 11 | P a g e
1 Request for Proposal Datasheet
S. No Information Details
1. RFP reference No and Date
APTS/CS/ePragati/12/Primary/2015
2. Non Refundable Tender Cost
Rs.50,000/- (DD in the name of MD, APTS payable at Hyderabad.
3. Earnest Money Deposit (EMD/ Bid Security)
Rs.1,00,00,000/- (DD or BG in the name of MD, APTS payable at Hyderabad. BG shall be in the prescribed format only.
4. EMD - Note:
Scanned copy of EMD document should be uploaded on e-Procurement website. The Original Copy of EMD should be submitted to APTS before opening of PQ bid.
5. Last date and time for submission of queries for clarifications
28.12.2015, 11.00AM to the email id
6. Date, time and venue of pre-bid conference
28.12.2015, 10.00AM at APTS
7. Release of response to pre bid queries
0401.2016
8. Last date, time (deadline) and venue for receipt of proposals in response to RFP notice
21.01.2016, 3.00pm on e – procurement platform
9. Date, time and venue for Opening of the proposals
21.01.2016, 3.30pm at APTS
10. Date, time and venue of opening of Technical Proposals received in response to the RFP notice
Will be informed to the Pre-Qualified qualified bidders.
11. Place, time and date Will be informed to the Pre-Qualified bidders.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 12 | P a g e
of Technical Presentations by the bidders
12. Place, time and date of opening of Financial Proposals received in response to the RFP notice
Will be informed to the Technically Qualified bidders.
13. Contact person for queries
Ms K Indira, Joint Director (e-pragati), ITE&C dept. [email protected] , Mr PPV Satyanarayana, Manager (APTS) [email protected] Dr . Jacob, GM, [email protected]
14. Contract period 2 years from the date of Go-Live for the outright modules and 3 years for the BOOT/ BOMT models.
14 Transaction Fee Transaction fee: All the participating bidders who submit the bids have to pay an amount @ 0.03% of their final bid value online with a cap of Rs.10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & service tax applicable or as levied by Govt. of India on transaction fee through online in favour of MD, APTS. The amount payable to APTS is non refundable. Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favour of Managing Director, APTS, Hyderabad towards corpus fund at the time of concluding agreement.
15 Bid submission On Line – www.eprocurement.gov.in Bidders are requested to submit the bids after issue of minutes of the pre bid meeting duly considering the changes made if any, during the pre-bid meeting. Bidders are totally responsible for incorporating/ complying the changes/ amendments issued if any during pre-bid meeting in their bid. However, hard copies of PQ& TQ bids to be submitted to APTS in separate sealed covers with proper titles on the next day of Bid Submission Date.
16 Procedure for Bid Bids shall be submitted online on
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 13 | P a g e
Submission www.eprocurement.gov.in platform 1. The participating bidders in the tender should register themselves at their own cost on e-procurement platform in the website www.eprocurement.gov.in 2. Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates. 3. The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the formats given. 4. The bidders should scan and upload the respective documents in Pre-Qualification and Technical bid documentation as detailed in the RFP including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/ authenticity. 5. The Financial proposal should be submitted online only
17 Other conditions 1. After uploading the documents, the copies of the uploaded statements, certificates, documents (except the Price bid/ offer/ break-up of taxes) are to be submitted by the bidder to the O/o The Managing Director, APTS, BRKR Bhavan, Hyderabad.
Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The APTS shall not hold any risk on account of postal delay. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false/ fabricated/ bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited. 2. APTS will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents. 3. The Documents that are uploaded online on e-procurement platform will only be considered for Bid Evaluation. 4. Important Notice to Contractors, Suppliers and Department users (i)In the endeavour to bring total automation of processes in e-Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of electronic Payment Gateway of ICICI/
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 14 | P a g e
HDFC/ Axis Banks with e-Procurement platform, which provides a facility to participating suppliers/ contractors to electronically pay the transaction fee online using their credit cards. 5. The prime bidder shall purchase the bid document. The bid can be filed with user ID of bidder.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 15 | P a g e
2 Introduction to Bidding Process
APTS ,the State Nodal Agency for Andhra Pradesh on behalf of ITE&C invites the eligible parties (hereafter referred as “Bidder”) for appointment as System Integrator for Implementing Primary Sector Modules for e-Pragati programme of the State of Andhra Pradesh. Bidders are advised to study this RFP document including all attachments, appendices, all documents incorporated by reference thereto together with any subsequent modifications carefully before submitting their proposals in response to this Notice. Submission of a proposal in response to this notice shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications. Failure to furnish all information required as mentioned in the RFP documents or submission of a proposal not substantially responsive to the RFP documents in every respect will be at the Bidder's risk and may result in rejection of the proposal. All proposals submitted in response to the RFP document must be accompanied by an EMD of the specified amount in the form of a bank guarantee or DD as per the format prescribed in this RFP document. Bids submitted without adequate EMD will be rejected. Proposals must be received not later than the time, date and venue mentioned in the Data Sheet in Section 1. Proposals that are received after the time and date WILL NOT be considered.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 16 | P a g e
3 Project Background Information
3.1 Overview of e-Pragati
Use of information technology to automate and digitize government activities and services is not new to India. The latest manifestation being launched by the Government of India under the umbrella term of “Digital India” aims to propel the country to the next level of e-Governance maturity. Envisaged to be a programme to transform India into a digitally empowered society and knowledge economy, this sets the long term direction. Similarly, states have their respective e-governance initiatives. Collectively, there is no dearth of programmes and projects to implement this vision. The question that emerges is with so many things happening, what should bind them together in a holistic approach, such that there is convergence and coherence. e-Pragati, the Andhra Pradesh State Enterprise Architecture, is this new paradigm. It is a Whole-of-Government framework and adopts a mission-centric approach to implementation. e-Pragati seeks to help realize the vision of Sunrise AP 2022 by enabling design and delivery of services in a coordinated, integrated, efficient, and equitable way that citizens and businesses deserve.
3.2 Vision
e-Pragati is a large Program, with a long term vision for creating a sustainable eco-system of e-Governance, attempted on scale like this by very few Governments in the world like Korea, Estonia and Singapore. The Vision of e-Pragati is stated below: "e-Pragati is a new paradigm in governance based on a Whole-of-Government framework, transcending the departmental boundaries. It adopts a Mission-centric approach in its design and implementation and seeks to realize the Vision of Sunrise AP 2022, by delivering citizen-centric services in a coordinated, integrated efficient and equitable manner." e-Pragati is a framework the tool to provide integrated services to citizens through a free flow of information, and to usher in an era of good governance, characterized by efficiency, effectiveness, transparency, and foresight.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 17 | P a g e
4 Implementation Framework for e-Pragati
4.1 e-Pragati Business Architecture
Exhibit 1–Business Architecture
The above business architecture defines:
Service portfolio for the whole of government
Game changers that have transformational potential across departments
Inter-relationship and dependencies between departments
Primary Sector Mission
This RFP focuses on the Primary sector. The objective of Primary Sector Mission is to
make agriculture and allied activities profitable and sustainable, mitigate drought
through water conservation, manage post-harvest activities effectively, enhance storage
processing and value addition. In order to achieve this mission, a set of applications
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 18 | P a g e
have been identified across the various departments of the primary sector. The
applications are identified in the Tier 3 Common Modules and Tier 4 Departmental
Modules listed in Section 5.1 of Volume 1 of the RFP (ePRS). The same is reproduced
below for easy reference.
4.2 ePRAGATI Rollout Model
The ePragati program is planned to be implemented in waves as indicated in the above
diagram.
Wave 1 include the core, education and primary sector packages. The core is the basic
package required as an enabler for all other packages and is yet to be implemented.
Therefore, this RFP envisages the primary sector package to be standalone till the core
package is implemented.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 19 | P a g e
4.3 Primary Sector Package
The Primary sector package being of prime importance to the Government of Andhra
Pradesh, will be implemented in Wave 1. However, as the core package is being
developed concurrently, the Primary Sector package applications will be initially
developed as a stand-alone package and integrated with the existing applications
covering the functional requirements as per the Volume I Annexure 2 of ePRS.
Upon completion of the core e-Pragati package, the primary sector package will
integrate to the core package through the e-Highway to facilitate sharing of data with
other applications and services. User will then log on to the core e-Pragati portal from
the People Hub SSO and be redirected to various applications under the respective
departments.
4.4 Departments / Commissionerate/ Agencies for primary sector package
The applications developed/integrated as part of the primary sector package will cater to the
following departments / Commissionerate / agencies:
Agriculture
Horticulture
Animal Husbandry
Sericulture
Fisheries
Cane
Support Departments
Marketing
Cooperation
5 Scope of work for SI - e-Pragati Primary Sector Modules
The Scope of Work of the System Integrator is provided in the Volume 1 of the RFP. The below scope is only an overview of the scope for the completeness of the document. Kindly note that all three volumes of the RFP have to be read in conjunction as there are cross references on sections in these volumes. The selected System Integrator will be solely responsible for any gaps in scope coverage caused by not referring to all three volumes:
The SI will develop the Primary Sector Package as a standalone application with its
own portal.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 20 | P a g e
The SI will develop the Tier 3 Common Modules and Tier 4 Departmental Modules listed in Section 5.1 of Volume 1 of the RFP (ePRS). The services envisaged under these modules are listed in Section 5.4 of Volume 1 of the RFP.
The SI will integrate the existing primary sector applications listed in Volume I Annexure 2 of ePRS with the newly developed primary sector package. Existing primary sector applications have been detailed in Annexure 2 of Volume 1 of the RFP (ePRS). These applications have been divided into 3 categories based on the current level of implementation of services within the same as follows: Category A – These applications may be retained as they are or with minor
modifications. Category B – These applications may be retained with major modifications to
functionality, architecture and standards. Category C – These applications cannot be retained because of their low volume
and nonstandard development. These should be replaced with common, group or cross cutting applications or with commercial off the shelf applications.
Any modifications in functionality, standards, architecture upgrade of existing applications will be undertaken by the SI owning / operating the respective applications. This includes the integration with the new primary sector package.
The SI will integrate the existing primary sector applications into the primary sector package with the necessary modifications in collaboration with the existing SI.
The SI will define the data standards required to facilitate the sharing of data between the primary sector package and other applications.
The SI will develop an authentication mechanism which will uniquely identify the user and allow the user to access all the services of the primary sector package. The authentication mechanism should follow the e-Pragati standards and the SI should devise a mechanism to uniquely identify the users’ based on the parameters mentioned in the People Hub until the implementation of the core e-Pragati package. Once the core package is implemented and live, the authentication mechanism of the primary package will be mapped to and integrated with the core e-Pragati Single Sign On.
The SI will develop web services that allow connectivity and data transfer between the newly developed applications of the primary sector package with the existing primary sector applications, applications of other departments that are mandatorily required for the new packages. Once the e-Pragati core package is implemented and live, the same web services would be directed to the e-Highway for connecting to the various departments.
The SI will host the primary sector package on a public cloud. The SI will be responsible for providing a link between this public cloud and the State Data Center, NIC and data centers of private vendors where the existing applications are currently being hosted. The link will have a bandwidth of 10 MBPS that will be scalable upto 1 GBPS and the link will be VPN enabled.
The SI will deploy a scalable pilot for one of the new modules with full integration with existing departmental applications as required. The scope of the pilot would be selected by SI keeping in mind the following:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 21 | P a g e
Primary Sector Portal on Cloud
Tier 3 Applications
Tier 4 Applications
Users through Internet and Mobile
Citizens and Farmers
Business Users
10 MBPS Link Scalable to 1 GBPS on demand
Web Services
SWAN
SRDHPrimary Sector
Other Govt. Depts.
People Land
STATE DATA CENTER
Applications Hubs
Primary Sector
Other Govt. Depts.
Applications
Primary Sector
Other Govt. Depts.
DATA CENTERS/CLOUD OF PRIVATE VENDORS
Applications
Department Users
CSCs
The Primary sector portal should be ready Any one module with full function shall be developed and deployed on the
cloud test environment User access (as per the requirements – citizens, business, and departmental
users as may be) and authentication from the portal should be enabled. The VPN enabled connectivity from cloud to SDC and web services connecting
to various primary and other departmental applications shall be ready. The required number of people / load testing need to be completed The services should be rolled out to all users identified in the package module A system log on usage, bandwidth scaling, cloud system performance etc
need to be provided Successful UAT and completion of a Third Party Audit need to be undertaken.
The package may be revised and changes may be made as necessitated by the learnings in the pilot phase.
The logical architecture for the two scenarios is depicted below:
Scenario 1: Primary sector package is developed as a stand-alone till the core package is ready
Scenario 2: When the core packages are ready:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 22 | P a g e
Primary Sector Portal on Cloud
Tier 3 Applications
Tier 4 Applications
Users through Internet and Mobile
Department Users
CSCs
SWAN
SRDHPrimary Sector
Other Govt. Depts.
People Land
STATE DATA CENTER
Applications Hubs
Primary Sector
Other Govt. Depts.
Applications
Primary Sector
Other Govt. Depts.
DATA CENTERS/CLOUD OF PRIVATE VENDORS
Applications
E-Highway
10 MBPS Link Scalable to 1 GBPS on demand
Citizens and Farmers
Business Users
E-pragati Portal
5.1 e-Pragati Primary Sector Application- Generic requirements
5.1.1 Authentication Mechanism
The application should provide an authentication mechanism so that any user once authenticated and authorized by system is not required to be re-authorized for completing any of the services in the same session. For employees of the department concerned, the browser based application accessed on the intranet, through the authentication mechanism, will provide access to all the services of the departments concerned (based on their roles and responsibilities), Help module, basic and advanced reporting etc. Similarly, for external users (citizens, etc), based on their profile and registration, the system shall enable an authentication mechanism to apply for various services, make payments, submit queries/complaints and check status of their applications. The authentication mechanism of the primary sector application will later be mapped to and integrated with the core e-Pragati application’s single sign on (SSO). The SI will also design a method to uniquely identify a user based on the parameters mentioned in the People Hub FRS until the core package of e-Pragati is developed.
5.1.2 Support for PKI based Authentication and Authorization
The solution shall support PKI based Authentication and Authorization, in accordance with IT Act2010, using the Digital Certificates issued by the Certifying Authorities (CA) such as MTNL or NIC. In particular, 3 factor authentications (login id & password, biometric and digital signature) shall be implemented by the selected Bidder for
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 23 | P a g e
officials/employees involved in processing citizen services as per the Functional requirement specification of the e-Pragati Primary Sector services.
5.1.3 Interoperability Standards
Keeping in view the evolving needs of interoperability, especially the possibility that the solution shall become the focal point of delivery of services, and may also involve cross-functionality with the e-Government projects of other departments/ businesses in future, the solution should be built on Open Standards. The SI shall ensure that the application developed is easily integrated with the existing applications. The SI shall ensure to interact with all departments for which the primary sector package is being developed to identify the data elements that are being used by the application and the rules of the same. Definition and approval of data standards shall be done by the e-Pragati committee. The SI shall develop all associated web services of the primary sector package to be consumed by applications of other e-Pragati packages through the e-Highway. Every care shall be taken to ensure that the code does not build a dependency on any proprietary software, particularly, through the use of proprietary ‘stored procedures’ belonging to a specific database product.
5.1.4 Security
The systems implemented for project should be highly secure, considering that it is intended to handle sensitive data relating to the citizens of the state. The overarching security considerations are described below.
I. The security services used to protect the solution shall include: Identification, Authentication, Access Control, Administration and Audit and support for industry standard protocols.
II. The solution shall support advanced user authentication mechanisms including digital certificates and biometric authentication.
III. Security design should provide for a well-designed identity management system, security of physical and digital assets, data and network security, backup and recovery and disaster recovery system.
IV. The solution should provide for maintaining an audit trail of all the transactions and should also ensure the non-repudiation of audit trail without impacting the overall performance of the system.
V. The overarching requirement is the need to comply with ISO 27001 standards of security.
VI. The application design and development should comply with OWASP top 10 principles
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 24 | P a g e
5.1.5 Application Architecture
I. It has been proposed that the applications designed and developed for the departments concerned must follow some best practice and industry standards. In order to achieve the high level of stability and robustness of the application, the system development life cycle must be carried out using the industry standard best practices and adopting the security constraints for access and control rights. The various modules/ application should have a common Exception Manager to handle any kind of exception arising due to internal/ external factors.
II. Similarly the modules of the application are to be supported by the Session and
Transaction Manager for the completeness of the request and response of the client request. The system should have a module exclusively to record the activities/ create the log of activities happening within the system/ application to avoid any kind of irregularities within the system by any User/ Application.
5.1.6 Requirement on Adherence to Standards
e-Pragati Primary Sector application must be designed following open standards, to the extent feasible and in line with overall system requirements set out in this RFP, in order to provide for good inter-operability with multiple platforms and avoid any technology or technology provider lock-in.
5.1.7 Knowledge Transfer
A. At the end of the Contract period, the selected SI will be required to provide necessary handholding and transition support to designated staff or any other agency that is selected for maintaining the system post the Contract with the selected Bidder. The handholding support will include but not be limited to, conducting detailed walkthrough and demonstrations for the e-Pragati Primary Sector Application, handing over all relevant documentation, addressing the queries/clarifications of the new agency with respect to the working/ performance levels of the e-Pragati Primary Sector Application, conducting training sessions etc.
B. Knowledge Transfer is an integral part of the scope of work of the selected Bidder. This will have to be done even in case the Contract with the Bidder ends or is terminated before the planned timelines. Please note that this is only an indicative list. Any other activity, over and above these, as may be deemed necessary by the selected SI to meet the service levels
5.1.8 Third party Audit
Government of Andhra Pradesh will arrange for the Third Party Audit for the
applications developed under this package. The cost for the audit will be borne by the
Government of Andhra Pradesh. The SI shall provide all the required support for the
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 25 | P a g e
audit process. The application GO-live will be permitted in production systems only
when it is certified from a third party agency and after successful completion of CERT-IN
certified TPA certification.
SI shall ensure the following points are duly addressed for successful completion of third party audit:
I. Successful completion of Application Audit. Application audit will include: A. Functionality audit that will map the functionality delivered to the FRS
agreed upon during development phase. B. Identify the nature and type of transactions being processed by the
application systems. C. Determine systematic measures implemented to control and secure access
to the application programs and data including password controls, user authentications, roles and responsibilities, audit trails and reporting, configuration and interface controls, etc.
D. Review of database structure including: 1. Classification of data in terms of sensitivity & levels of access 2. Security measures over database installation, password
policies and user roles and privileges 3. Access control on database objects – tables, views, triggers,
synonyms, etc. 4. Database restoration and recoverability 5. Audit trails configuration and monitoring process 6. Network connections to database
E. Review of Network and Website will include: 1. Penetration and vulnerability testing 2. Security exposures to internal and external stakeholders
F. Definition and Implementation of Security Policies and Controls will include:
1. Define and implement backup process, including schedule, storage, archival and decommissioning of media
2. Define physical access controls review (over DC and other critical area)
3. Define IT Change Management process, Incident Management process – covering identification, response, escalation mechanisms
4. Define and implement Anti-virus (malware) controls – patching, virus definition file update and requirements specified in this Contract are also required to be performed by the selected SI at no additional cost.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 26 | P a g e
5.2 Scope of Services – Project Implementation Phase
5.2.1 Project Planning and Management
e-Pragati Primary Sector Project is a geographically spread initiative involving multiple stakeholders. Successful implementation and state-wide roll out of the project ultimately depends on all its stakeholders which makes the role of the SI extremely critical. Hence SI is required to design and implement a comprehensive and effective project planning and management methodology together with efficient and reliable tools. Project planning exercise shall essentially commence with the start of the project, and shall continue till the O&M Phase of the project.
5.2.2 Project Deliverables & Timelines
This section of the RFP details the key project milestones, deliverables to be submitted by the Supplier at each milestone and timelines of completion of each milestones.
Sl No
Phase Milestone Deliverables Timeline
1 Project Planning and
Analysis
Signing of the contract
Performance Bank Guarantee for 10 % of total contract value.
Effective Date of the Contract (T)
Submission of Project Work Plan documents
Detailed Project Plan for Design, Development & Implementation of Primary Sector System
Comprehensive project risk management plan Data Assessment Report which should include Data quality, availability of all Data elements required for PS Package Applications
Data Access Requirements Report which will specify what level of access is required for which users on which data elements.
Data Security Requirements Report which will describe how Data Security Standards and Requirements will be met.
Data Migration Strategy
Data Digitization Strategy
Data Cleansing and Standardization Strategy
Data and Application Integration Strategy (shall be SOA based)
Identification and listing of all Sources of Data
Legacy Application and Data management Strategy
Application decommissioning or retirement Strategy
Change Management and Training Strategy
Change Communication Strategy and Impact Analysis Report
T + 2 weeks
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 27 | P a g e
2 Systems Study,
Architecture and Design
Completion of Systems Study
Updated Functional Requirements for Primary Sector Package
T + 1 Month
Submission of Solution Architecture Documents
System Requirement Specifications (SRS) Document
Technical Architecture Document
High-level Software Application Logic
Application Workflow
Wireframes and User Interface Screens
Data and Application Integration design and specifications
Database Architecture, including defining data structure, data dictionary
Design documents for all Application Modules and Sub-modules for PS Applications
Solution Architecture – Final Software specifications for Applications, Database, Web services etc.
IT Infrastructure solution encompassing Network, Servers, Storage, System Software
Requirement Traceability Matrix
T + 1.5 Months
Submission of Systems Design Documents
Technical/ Solution Design Documents including but not limited to:
Design of the detailed application system, including modular structure, usage of third party API,
User interface designs
Database structures including ER, Data Dictionaries and DFD diagrams, if any.
Security architecture & policies subject to e-Highway, SDC, APSWAN, IT security policy
Network architecture
Data backup & recovery strategy
Integration/ interface design mechanism with other Departments
Integration with e-mail, help desk Services of Govt. of AP.
Software/ Hardware deployment model
Software/ Hardware configuration management
Database backup and management policies
Quality Assurance Plan
Testing Plan/ Strategy and test cases
T + 2.5 Months
Cloud Infrastructure Setup
Cloud Infrastructure Set Up T + 3 months
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 28 | P a g e
3 Development and
Integration Testing of Solution
Submission of Development Plan
Development, Testing, and Deployment Plan which should at minimum contain the following
Breakdown of total scope into phases or iterations
Phase or Iteration-wise Identification of requirements for Software development
Phase-wise Testing and Deployment Strategy
Phase-wise User Sign-off Strategy
T + 4 months
Completion of development of the solution
A. Application Readiness Report, Development completion report including minimum following:
Source code(soft copy)
Report formats (soft copy)
Test script (soft copy)
Database (soft copy)
Data digitized and Migrated (soft copy)
Executable file(soft copy)
Product CDs
Others relevant documents deemed necessary.
Functional Requirement Traceability Report
Technical documentation to explain Source Code and solution design Maintenance manuals for Data Center, Software, Networks, server and other hardware.
T + 7 months
Data Digitization & Migration
Data digitization and migration strategy report. T + 6 Months
Completion of testing of the solution.
System Testing Results
Integration Testing Results
User Sign off
Deployment plan
Back-out or Rollback plan
Contingency plan
Updated Risk Plan
T + 7 months
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 29 | P a g e
Submission of Project Documentation
Standard Operating Procedures
Maintenance Manuals for Administration and Maintenance of Primary Sector System
SLA Monitoring & Measurement system using EMS
Call Center Operations along with the Automated solution for Call center operations
Documentation w.r.t. ISO 9001, ISO20000 and ISO 27001, 27002, 27005 and other relevant standards that are in scope of the work
Technical, Operational and User Manuals for operation of the deployed solution including.
User Manual
Training Manual
Operations Manual
Administrator Manual,
Security Policy, etc.
Network Diagrams for Data Center and Networks.
Documentation of IP and Subnet Addressing Scheme, Routing
Tables and ACL deployed for Intranet.
T + 7 months
4 User Acceptance Testing and Third Party
Audit
Completion of User Acceptance Testing
UAT Reports for Phase I including
Various Tests performed
Test results
Resolution reports for the issues identified during Testing
T + 8 Months
Completion of Third Party Audit
Audit Compliance Report and Audit Certification T + 9 Months
5 Enterprise Change Management and Training
Completion of Training
Report on completion of training for all the identified users in terms of:
Application administration training.
Pilot Phase Functional User Training (On Job training/ Pilot locations) etc.
Training and change management report on user feedback and duly filled in User Feedback form.
T + 9 Months
6 Deployment Pilot Implementation Phase
Pilot Implementation Report T + 10
Operational Acceptance by Purchases
Operational Acceptance Certificate
Deployment Checklist
Fully Updated Master-data and Metadata repository
T + 10
Go-Live Go Live Certificate T + 11.5
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 30 | P a g e
7 Post Deployment
Operation and Maintenance
Quarterly Report for Operations and Maintenance Activities carried out during the quarter, including:
Post Implementation Support to Purchaser.
Software change logs, etc.
Annual Certification stating all patches/ upgrades/ service releases have been properly installed
Other Reports as mentioned in the Scope of work.
Date of Go Live + 24 months or T + 36 months - whichever is earlier
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 31 | P a g e
T+1 T+2 T+3 T+4 T+5 T+6 T+7 T+8 T+9 T+10 T+11 T+12 T+36
1 Signing of the Contract (T)
2
Submission of Project Work Plan
document (T+2 weekS)
3
Completion of Systems Study and
Submission of updated FRS
4
Submission of Solution Architecture
Documents
5
Submission of Systems Design
Documents
6 Cloud Infrastructure Setup
7 Submission of Development Plan
7 Development of Solution
8 Data Digitization & Migration
9 Solution Testing and Modification
10 Submission of Project Documentation
11
User Acceptance Testing by Dept /
ePragati / APTS
12 3rd party security Audit
13 Compliance with 3rd party security Audit
14 Training and Capacity Building
15 Pilot Implementation
16
Operational Acceptance Certificate from
the Purchaser
17 Go-Live
18
Quarterly Operations & Maintenance
Support.
Timeline in MonthsMilestoneS. No
PROJECT PLANNING AND ANALYSIS
POST DEPLOYMENT
DEVELOPMENT AND INTEGRATION TESTING OF THE SOLUTION
DEPLOYMENT
SYSTEMS STUDY, ARCHITECTURE AND DESIGN
USER ACCEPTANCE TESTING AND THIRD PARTY AUDIT
ENTERPRISE CHANGE MANAGEMENT AND CAPACITY BUILDING
Timelines and milestones
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 32 | P a g e
5.2.3 Preparation of e-Pragati Primary Sector Project Implementation and Roll-out Plan
The SI shall prepare a comprehensive e-Pragati Primary Sector implementation and deployment plan in consultation with APTS/ITE&C / APTS (ITE&C / APTS). Further, SI will also prepare a detailed work plan and estimate the timelines and resources required for configuration, customization, extension, integration, and commissioning of the e-Pragati Primary Sector software as per the DeitY GoI/ State requirements. All the plans and frameworks prepared by SI during the duration of the Contract shall be required to seek approval from APTS/ITE&C / APTS. The SI can design a cost-effective solution by proposing to use open source products or components to the extent permissible by the basic principles of e-Pragati. SI shall also prepare a detailed roll-out plan for each of the modules / geographies (districts) in the phase and get the same approved by the ITE&C / APTS/APTS/e-Pragati Enterprise Architecture Design Group (EADG). SI is also responsible for conducting workshops for the key officers (State Mission Team, District Mission Team, and District Core Team, NIC, e-Pragati Enterprise Architecture Design Group (EADG), ITE&C / APTS/APTS, State DIT) of the Districts/ State for presenting the District-Wise roll-out plan and getting the approval of the same. To have an effective project management system in place, it is necessary for the SI to use a Project Management Information System (PMIS) to monitor the Project Progress. The SI shall address at the minimum the following using PMIS:
I. Create an organized set of activities for the project. II. Establish and measure resource assignments and responsibilities.
III. Construct a project plan schedule including milestones. IV. Measure project deadlines, budget figures, and performance objectives. V. Communicate the project plan to stakeholders with meaningful reports.
VI. Provide facility for detecting problems and inconsistencies in the plan
During the project implementation the SI shall report to the State Nodal Officer/e-Pragati Enterprise Architecture Design Group (EADG) on following items:
I. Results accomplished during the reporting period; II. Cumulative deviations to date from schedule of progress on milestones as
specified in this RFP with the agreed and finalized Project Plan; III. Corrective actions to be taken to return to planned schedule of progress; IV. Proposed revision to planned schedule provided such revision is necessitated by
reasons beyond the control of the SI; V. Other issues and outstanding problems, and actions proposed to be taken;
VI. Interventions which the SI expects to be made by the State Nodal Officer and/ or actions to be taken by the State Nodal Officer before the next reporting period.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 33 | P a g e
VII. Issue Management to help identify and track the issues that need attention and resolution from the State.
VIII. Scope Management to manage the scope and changes through a formal management and approval process.
IX. Risk Management to identify and manage the risks that can hinder the project progress.
SI will closely work with and send the reports to the e-Pragati Enterprise Architecture Design Group (EADG)(EADG) as well. e-Pragati enterprise architecture design group (EADG)(EADG) will assist Nodal Officer in acceptance of the report/ document and suggest the action plan to the Nodal Officer. The Project plan prepared by the SI at the initial stage of the project shall be reviewed by the <e-Pragati Enterprise Architecture Support Group (EADG)(EADG) >/ by the Apex/ Empowered Committee on the advice of the State Mission Team and e-Pragati enterprise architecture design group (EADG)(EADG) . The SI shall update and maintain the Project Plan throughout the duration of the engagement. All changes are to be reviewed and approved by the <Nodal agency name> or appointed representatives.
5.2.4 Project Sign off Deliverable/ Exit Criteria
The SI shall submit a list of deliverables that they shall submit based on the methodology they propose. The SI shall prepare the formats/templates for each of the deliverables upfront based upon industry standards and the same will be approved by ITE&C / APTS/APTS prior to its use for deliverables.
Requirements Traceability Matrix: The SI shall ensure that developed e-Pragati Primary Sector application is fully compliant with the requirements and specifications provided in the RFP such as functional, non-functional and technical requirements. For ensuring this, the SI shall prepare a Requirements Traceability Matrix on the basis of Functional Requirements Specifications (FRS), Non Functional Requirements Specification, and Technical Requirements provided by State (updated, expanded and fine-tuned by the SI). Project Documentation: The SI shall create and maintain all project documents that shall be passed on to the State as deliverables as per the agreed project timelines. The documents created by the SI will be reviewed and approved by the e-Pragati Enterprise Architecture Design Group (EADG) & State Nodal Agency. All project documents are to be kept up-to-date during the course of the project. The SI shall maintain a log of the internal review of all the deliverables submitted. Soft copy of logs shall be submitted to State Nodal Officer on regular basis.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 34 | P a g e
5.2.5 Manpower requirements- Central Location (State HQ)
The Indicative Roles envisaged for this project are as follows.
S # Position
1 Project Director / Manager
2 Project coordinator
3 Support Engineers
An indicative list of activities to be performed by the deployed resources for existing system support is:
I. Project Manager shall be the SPOC to the ITE&C / APTS/e-Pragati Enterprise Architecture Design Group (EADG) / Department for the implementation of the project.
II. The other staff shall function based on the scope of work of the RFP and contract signed between SI and ITE&C / APTS.
III. If required, SI shall provide additional manpower to complete the work/task within timelines. during the tenure of the project the APTS/ITE&C can instruct SI to change the manpower at any location as per the requirements of ITE&C / APTS/Department.
IV. SI will provide the projected list as well as actual list of deployed manpower on monthly basis.
V. The qualification and experience requirements of these resource persons are mentioned in the Form 9 and 10 of the Bid Process Annexure.
VI. SI will ensure that all the resources deployed at any location are easily approachable over mobile phones. SI will provide the contact details of the manpower at the time of commencement of operations. SI will also ensure that the proposed resources will not be changed during project implementation without explicit approval of the ITE&C / APTS.
VII. The APTS/ITE&C reserves the right to evaluate the performance of the resource persons deployed on the project by SI and ask for a suitable replacement in case of unsatisfactory performance by any of the resource persons deployed to support the project.
5.2.6 Business Continuity Planning
The selected SI is expected to develop a Business Continuity Plan (BCP) and Disaster Recovery Plan (DRP) for the operations carried out by the selected Bidder. An indicative list of activities to be performed by the selected Bidder is mentioned below:
I. Designing and implementing adequate data backup, business continuity and restoration procedures for the e-Pragati Primary Sector application data (including but not limited to the database, attachments and all other data elements created in and generated by the system and users)
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 35 | P a g e
II. Ensuring that there is no single point of failure and adequate level of redundancy is built in to meet the uptime and other requirements of this RFP. While building redundancies, it should be ensured that failure of a single component of communication link does not result in failure of primary as well as secondary connectivity. Hence primary and secondary connectivity should be taken from 2 separate communication link providers and both links should not have any single point of failure. Preferably, all the redundancy will be in auto fail over mode so that if primary component fails, secondary component automatically takes over.
III. Ensuring data backup till the last transaction occurring in the system to ensure enhanced service levels and following RPO and RTO objectives:
A. Peak hours: Zero RPO and Zero RTO B. Non-Peak Hours: Zero RPO and RTO <= 60 minutes
IV. Any storage space/ media required to maintain backups and other requirements of the RFP should be provisioned for by the selected Bidder in his Bid.
V. Designing and implementing data synchronization procedures for the DR Site. Periodic testing may be done to ensure that all replication and data synchronization procedures are in place all the time. Replication between Data Centre and DR Site as well as change-over during disaster should be automatic and real-time for minimal impact on user experience.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 36 | P a g e
5.3 Exit Management (on Termination or at the end of the Contract)
5.3.1 Purpose
I. This sets out the provisions, which will apply on expiry or termination of the MSA, the Project Implementation, Operation and Management SLA.
II. In the case of termination of the Project Implementation and/or Operation and Management, the Parties shall agree at that time whether, and if so during what period, the provisions of this Schedule shall apply.
III. The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this Exit Management Schedule.
5.3.2 Transfer of Assets
I. APTS/ITE&C / APTS shall be entitled to serve notice in writing on the SI at any time during the exit management period as detailed hereinabove requiring the SI and/or its sub-contractors to provide the APTS/ITE&C with a complete and up to date list of the Assets within 30 days of such notice. APTS/ITE&C shall then be entitled to serve notice in writing on the SI at any time prior to the date that is 30 days prior to the end of the exit management period requiring the SI to sell the Assets, if any, to be transferred to APTS/ITE&C / APTS or its nominated agencies at book value as determined as of the date of such notice in accordance with the provisions of relevant laws.
II. In case of contract being terminated by APTS/ITE&C, APTS/ITE&C reserves the right to ask SI to continue running the project operations for a period of 6 months after termination orders are issued.
III. Upon service of a notice under this Article the following provisions shall apply: A. APTS/ITE&C / APTS shall pay to the SI on the last day of the exit
management period to the tune of last set of completed services/ deliverables, subject to SLA requirements. All relevant Assets (S/W Application source code, docs etc.) to be transferred as stated in the Terms of Payment Schedule.
B. The outgoing SI will pass on to APTS/ITE&C / APTS and/or to the Replacement SI, the subsisting rights in any leased properties/ licensed products on terms not less favourable to APTS/ITE&C / APTS/ Replacement SI, than that enjoyed by the outgoing SI.
5.3.3 Cooperation and Provision of Information
During the exit management period: I. The SI-‘System integrator’ will allow the APTS/ITE&C / APTS or its
nominated agency access to information reasonably required to define the then current mode of operation associated with the provision of the
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 37 | P a g e
services to enable the APTS/ITE&C / APTS to assess the existing services being delivered;
II. promptly on reasonable request by the APTS/ITE&C, the SI shall provide access to and copies of all information held or controlled by them which they have prepared or maintained in accordance with this agreement relating to any material aspect of the services (whether provided by the SI-‘System integrator’ or sub-contractors appointed by the SI-‘System integrator’. The APTS/ITE&C shall be entitled to copy of all such information. Such information shall include details pertaining to the services rendered and other performance data. The SI-‘System integrator’ shall permit the APTS/ITE&C or its nominated agencies to have reasonable access to its employees and facilities as reasonably required by the Chairman, PIU to understand the methods of delivery of the services employed by the SI-‘System integrator’ and to assist appropriate knowledge transfer.
5.3.4 Confidential Information, Security and Data
I. The SI-‘System integrator’ will promptly on the commencement of the exit management period supply to the APTS/ITE&C or its nominated agency the following:
A. information relating to the current services rendered and customer and performance data relating to the performance of sub-contractors in relation to the services;
B. documentation relating to Computerization Project’s Intellectual Property Rights;
C. documentation relating to sub-contractors; D. all current and updated data as is reasonably required for purposes
of APTS/ITE&C / APTS or its nominated agencies transitioning the services to its Replacement SI in a readily available format nominated by the APTS/ITE&C, its nominated agency;
E. all other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable APTS/ITE&C or its nominated agencies, or its Replacement SI-‘System integrator’ to carry out due diligence in order to transition the provision of the Services to APTS/ITE&C / or its nominated agencies, or its Replacement SI- (as the case may be).
II. Before the expiry of the exit management period, the SI-‘System integrator’ shall deliver to the APTS/ITE&C or its nominated agency all new or up-dated materials from the categories set out in Schedule above and shall not retain any copies thereof, except that the SI-‘System integrator’ shall be permitted to retain one copy of such materials for archival purposes only.
III. Before the expiry of the exit management period, unless otherwise provided under the MSA, the APTS/ITE&C or its nominated agency shall deliver to the SI-‘System integrator’ all forms of SI-‘System integrator’
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 38 | P a g e
confidential information, which is in the possession or control of Chairperson, PIU or its users.
5.3.5 Employees
I. Promptly on reasonable request at any time during the exit management period, the SI-‘System integrator’ shall, subject to applicable laws, restraints and regulations (including in particular those relating to privacy) provide to the APTS/ITE&C or its nominated agency a list of all employees (with job titles) of the SI-‘System integrator’ dedicated to providing the services at the commencement of the exit management period.
II. Where any national, regional law or regulation relating to the mandatory or automatic transfer of the contracts of employment from the SI-‘System integrator’ to the APTS/ITE&C or its nominated agency, or a Replacement SI-‘System integrator’ ("Transfer Regulation") applies to any or all of the employees of the SI-‘System integrator’, then the Parties shall comply with their respective obligations under such Transfer Regulations.
III. To the extent that any Transfer Regulation does not apply to any employee of the SI-‘System integrator’, department, or its Replacement SI-‘System integrator’ may make an offer of employment or contract for services to such employee of the SI-‘System integrator’ and the SI-‘System integrator’ shall not enforce or impose any contractual provision that would prevent any such employee from being hired by the Chairperson, PIU or any Replacement SI-‘System integrator’.
5.3.6 Transfer of Certain Agreements
On request by the APTS/ITE&C or its nominated agency the SI-‘System integrator’ shall effect such assignments, transfers, licences and sub-licences as the Chairperson, PIU may require in favour of the Chairperson, PIU, or its Replacement SI-‘System integrator’ in relation to any equipment lease, maintenance or service provision agreement between SI-‘System integrator’ and third party lessors, vendors, and which are related to the services and reasonably necessary for the carrying out of replacement services by the APTS/ITE&C or its nominated agency or its Replacement SI-‘System integrator’.
5.3.7 Rights of Access to Premises
I. At any time during the exit management period, where Assets are located at the SI –“System Integrator’s” premises, the SI-‘System integrator’ will be obliged to give reasonable rights of access to (or, in the case of Assets located on a third party's premises, procure reasonable rights of access to) the APTS/ITE&C or its nominated agency and/or any Replacement SI-‘System integrator’ in order to make an inventory of the Assets.
II. The SI-‘System integrator’ shall also give the APTS/ITE&C or its nominated agency or its nominated agencies, or any Replacement SI-‘System integrator’ right of reasonable access to the Implementation Partner's premises and shall procure
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 39 | P a g e
the APTS/ITE&C / APTS or its nominated agency or its nominated agencies and any Replacement SI-‘System integrator’ rights of access to relevant third party premises during the exit management period and for such period of time following termination or expiry of the MSA as is reasonably necessary to migrate the services to the APTS/ITE&C or its nominated agency, or a Replacement SI-‘System integrator’.
5.3.8 General Obligations of the SI-‘System integrator’
I. The SI-‘System integrator’ shall provide all such information as may reasonably be necessary to effect as seamless a handover as practicable in the circumstances to the APTS/ITE&C or its nominated agency or its Replacement SI-‘System integrator and which the SI-‘System integrator’ has in its possession or control at any time during the exit management period.
II. For the purposes of this Schedule, anything in the possession or control of any SI-‘System integrator’, associated entity, or sub-contractor is deemed to be in the possession or control of the SI-System integrator’.
III. The SI-‘System integrator’ shall commit adequate resources to comply with its obligations under this Exit Management Schedule.
5.3.9 Exit Management Plan
I. The SI-‘System integrator’ shall provide the APTS/ITE&C or its nominated agency with a recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the MSA as a whole and in relation to the Project Implementation, and the Operation and Management SLA.
A. A detailed program of the transfer process that could be used in conjunction with a Replacement SI-‘System integrator’ including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer;
B. plans for the communication with such of the SI-‘System integrator's' sub- contractors, staff, suppliers, customers and any related third party as are necessary to avoid any material detrimental impact on the APTS/ITE&C operations as a result of undertaking the transfer;
C. Plans for provision of contingent support to APTS-ITE&C and Replacement SI-‘System integrator’ for a reasonable period after transfer.
II. The ‘System Integrator (SI)’ shall re-draft the Exit Management Plan annually thereafter to ensure that it is kept relevant and up to date.
III. Each Exit Management Plan shall be presented by the ‘’System Integrator’’ to and approved by the ITE&C / APTS or its nominated agencies.
IV. The terms of payment as stated in the Terms of Payment Schedule include the costs of the ‘System integrator’ SI complying with its obligations under this Schedule.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 40 | P a g e
V. In the event of termination or expiry of MSA, and Project Implementation, each Party shall comply with the Exit Management Plan.
VI. During the exit management period, the System Integrator (SI) shall use its best efforts to deliver the services.
VII. Payments during the Exit Management period shall be made in accordance with the Terms of Payment Schedule.
VIII. This Exit Management plan shall be furnished in writing to the ITE&C / APTS/APTS or its nominated agencies within 90 days from the Effective Date of this Agreement.
5.3.10 Exit Management – Parallel-run
a. For taking over and handing over by the SI, the process will have a parallel run of 30 calendar days.
b. During the parallel period the KT and asset transfer shall be completed.
c. The parallel run shall start 30 days prior to the expiry of the contract.
5.3.1 Exit Management Process
1. Upon completion of the contract period or upon termination of the agreement for any reasons, the SI shall comply with the following:
a. Deliver forthwith actual or constructive possession of the Primary Sector Package Project free and clear of all Encumbrances and execute such deeds, writings and documents as may be required by the APTS for fully and effectively divesting the SI of all of the rights, title and interest of the SI in the Primary Sector Package Project and conveying the Primary Sector Package Project.
b. Comply with the Divestment Requirements set out except in case if Termination of this Agreement is due to APTS Event of Default. In case of Termination due to APTS Event of Default, the SI shall have implemented the maintenance schedule as well as any repairs pointed out by the Independent Consultant in its Operations & Maintenance Inspection Report prior to date of Termination Notice. In case of Termination due to Force Majeure Event, the Divestment Requirements shall be agreed between APTS and the Primary Sector Package Operator.
c. Pay all transfer costs and stamp duty applicable on hand back of project assets except in case the Project is being transferred due to APTS event of default or expiry of contract period, where APTS shall be responsible for transfer costs and stamp duty, if any. For clarification of doubt, transfer costs in this Clause relate to taxes and duties applicable at transfer of Primary Sector Package Project, if any.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 41 | P a g e
2. Subject to clause 1 of exit management, upon completion of the contract period or upon termination of the agreement, the SI shall comply and conform to the following Divestment Requirements in respect of the Primary Sector Package Project:
a. All Project Assets including the hardware, software, documentation and any other infrastructure shall have been renewed and cured of all defects and deficiencies as necessary so that the Primary Sector Package Project is compliant with the Specifications and Standards set forth in the RFP, Agreement and any other amendments made during the contract period.
b. The SI delivers relevant records and reports pertaining to the Primary Sector Package Project and its design, engineering, operation, and maintenance including all operation and maintenance records and manuals pertaining thereto and complete as on the Divestment Date.
c. The SI executes such deeds of conveyance, documents and other writings as the APTS may reasonably require to convey, divest and assign all the rights, title and interest of the SI in the Primary Sector Package Project free from all Encumbrances absolutely and free of any charge or tax unto the APTS or its Nominee.
d. The SI complies with all other requirements as may be prescribed under Applicable Laws to complete the divestment and assignment of all the rights, title and interest of the SI in the Primary Sector Package Project free from all Encumbrances absolutely and free of any charge or tax to APTS or its nominee.
3. Not earlier than 3 (three) months before the expiry of the contract Period but not later than 30 (thirty) days before such expiry, or in the event of earlier Termination of the contract, immediately upon but not later than 15 (fifteen) days from the date of issue of Termination Notice, the Independent Consultant as nominated by the APTS/IT&C(GoAP) shall verify, in the presence of a representative of the Primary Sector Package Operator, compliance by the SI with the Divestment Requirements set forth in relation to the Primary Sector Package Project and, if required, cause appropriate tests to be carried out at the Primary Sector Package Operator’s cost for determining the compliance therewith. If any shortcomings in the Divestment Requirements are found by either Party, it shall notify the other of the same and the SI shall rectify the same at its cost.
Upon the conforming to all Divestment Requirements and handing over actual or
constructive possession of the Primary Sector Package Project to APTS or a person
nominated by APTS in this regard, APTS shall issue a certificate substantially, which will
have the effect of constituting evidence of divestment of all rights, title and lien in the
Primary Sector Package Project by the SI and their vesting in Primary Sector Package
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 42 | P a g e
Project pursuant hereto. Issue of such certificate shall not be unreasonably withheld by
APTS. The divestment of all rights, title and lien in the Primary Sector Package Project
shall be deemed to be complete on the date when all the Divestment Requirements
have been fulfilled or the Certificate has been issued, whichever is earlier, it being
expressly agreed that any defect or deficiency in any Divestment Requirement shall not
in any manner be construed or interpreted as restricting the exercise of any rights by
State Government or its nominee on or in respect of the Primary Sector Package Project
on the footing as if all Divestment Requirements have been complied with by the
Concessionaire.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 43 | P a g e
6 Business Model
There are seven departments in the Primary Sector Package. The business models are
proposed differently for each department
6.1.1 Agri Management System :
a. The system provides a range of services to the farmers. A subscription model to be implemented for interested (large) farmers.
b. SI has to design specialized services, which shall be targeted to a minimum 10% coverage of farmers.
c. The existing applications shall be leveraged. d. SI shall propose a public-cloud-based solution. e. The project to be implemented on a BOOT Model over 3 years. f. The income from transaction charges proposed by the bidder will be paid as
incentive
6.1.2 Fisheries Management
a. The SI has to design value-added services to the progressive clients (farmers/ fisherman).
b. SI shall propose a public-cloud-based solution. c. The project to be implemented on a BOOT Model over 3 years. d. The income from transaction charges proposed by the bidder will be paid as
incentive
6.1.3 e-Mandi (e-Market)
a) eMarket is funded by the Agricultural Market Committees (AMCs). The AMCs stand to gain from integration with ePragati, through access to applications like the DataLytics, Works Management, People Hub and the Agri Package.
b) The SI has to design transaction model with Value added services and subscription-based revenue model.
c) The project to be implemented on a BOOT Model over 3 years.
d) The income from transaction charges proposed by the bidder will be paid as incentive
6.1.4 Animal Husbandry :
The program is to benefit small farmers of weaker sections, it is felt that no revenue model would be possible. It can be a public-cloud-based solution.
a) The SI has to design transaction model with Value added services and subscription-based revenue model.
b) The models will be on a bought-out model, with payments to SI deferred over 3 years
c) The income from transaction charges proposed by the bidder will be paid as incentive
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 44 | P a g e
6.1.5 Cane Management
a) The SI has to design transaction model with Value added services and subscription-based revenue model.
b) The models will be on a bought-out model, with payments to SI deferred over 3 years
c) The income from transaction charges proposed by the bidder will be paid as incentive
The detailed revenue model for the project is proposed in Volume I section 3.5 of
the RFP.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 45 | P a g e
7 Governance structure for e-Pragati project
7.1.1 e-Pragati Governance Structure
The entire e-Pragati Governance Structure consists of three layers which are given below:
i. High level committee on APSEA headed by Hon’ble CM ii. EA Design group headed by IT Advisor iii. EA support group headed by Secretary ITE&C The above three committees will be supported by E-Pragati Academy E-Governance Authority APTS EA Working Group
7.1.2 EA Design Group consists of:
1. IT advisor 2. Principal Secretaries 3. Commissioner 4. CEO e-Gov Audit 5. MD, APTS 6. SIO,NIC 7. Representatives 8. Joint Director( APSEA)/ ePragati 9. Secretary ITE&C
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 46 | P a g e
7.1.3 EA Support Group consists of:
1. Secretary ITE&C 2. Head SOA 3. PD MeeSeva 4. Director, IT Finance 5. PD,CMRO Revenue 6. Manager APTS 7. PD Suvidha MA,UD 8. Sr Tech Director NIC 9. Sr. Consultant SeMT 10. Consultant SeMT
7.1.4 Coordination committees with existing service providers :
1. Head Of the Department (Chairman) 2. Joint Director( APSEA)/ e-Pragati 3. PM of Existing Service Provider 4. PM/PL of SI 5. Consultant – ePragati 6. Representative of APTS 7. IT coordinator of the Department – Convener
7.1.5 Place of Work:
1. At present the Government operates from Hyderabad. 2. In the event the departments move to the new capital OR any location identified
by the Govt., the SI has to coordinate with departments from the new location. 3. The SI is proposed to operate from his development centre. 4. SI need to set up a local project office in AP. 5. The coordination team should work with the departments
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 47 | P a g e
8 Instructions to the Bidders
8.1 General
While every effort has been made to provide comprehensive and accurate background information and requirements and specifications, Bidders must form their own conclusions about the solution needed to meet the requirements. Bidders and recipients of this RFP may wish to consult their own legal advisers in relation to this RFP. All information supplied by Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by the APTS/ITE&C on the basis of this RFP. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the APTS. Any notification of preferred bidder status by the APTS/ITE&C shall not give rise to any enforceable rights by the Bidder. The APTS/ITE&C may cancel this public procurement at any time prior to a formal written contract being executed by or on behalf of the APTS. This RFP supersedes and replaces any previous public documentation & communications, and Bidders should place no reliance on such communications.
8.2 Bidding Schedule
The following table lists important bidding process milestones and time for completion
S.
No Milestone Time for
Completion
1. Release of Request For Proposal (RFP) 14/12/2015 2. Last date for Submission of Written Questions by bidders 21/12/2015 3. Pre- Bid Conference 28/12/2015 4. Response to bidder Questions 04/01/2016 5. Last Date for Submission of bids 25/01/2016 6. Date of opening the Pre-qualification bids 01/02/2016 7. Date of opening the Technical bids 08/02/2016 8. Technical Presentations & Demonstration 15/02/2016 9. Date of opening theFinancial bids 22/02/2016
10. Contract Finalization and Award 29/02/2016
8.3 Compliant Proposals/ Completeness of Response
Bidders are advised to study all instructions, forms, terms, requirements and other information in the RFP documents carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 48 | P a g e
Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the Proposal may be rejected. Bidders must:
Include all documentation specified in this RFP;
Follow the format of this RFP and respond to each element in the order as set out in this RFP
Comply with all requirements as set out within this RFP.
8.4 Pre-Bid Meeting & Clarifications
8.4.1 Pre-bid Conference
APTS/ITE&C shall hold a pre-bid meeting with the prospective bidders on the 28th of December 2015, at 10.00 AM at office of APTS office or any other venue as intimated. Only those bidders who have purchased the bid shall be allowed to represent in the pre-bid meeting. A bidder shall represent with a maximum of 2 persons for the pre-bid meeting. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to Name, Address, Fax and email id of the Nodal Officer by post, facsimile or email on or before 27th December 2015, 11:30 AM. The queries should necessarily be submitted in the following format: Bidder’s Request for Clarification
Name and Address of the
Organization submitting
request
Name and Position of
Person submitting request
Contact Details of the
Organization / Authorized
Representative
Tel:
Fax:
Email:
S. No RFP Reference(s)
(Section, Page)
Content of RFP requiring
clarification
Points of clarification
required
1
2
APTS/ITE&C shall not be responsible for ensuring that the bidders’ queries have been received by them. Any requests for clarifications after the indicated date and time may not be entertained by the APTS.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 49 | P a g e
8.4.2 Responses to Pre-Bid Queries and Issue of Corrigendum
The Nodal Officer notified by the APTS/ITE&C will endeavour to provide timely response to all queries. However, APTS/ITE&C makes no representation or warranty as to the completeness or accuracy of any response; neither response nor does APTS/ITE&C undertake to answer all the queries that have been posed by the bidders. The responses to the queries from all bidders will be distributed to all. At any time prior to the last date for receipt of bids, APTS/ITE&C may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP Document by a corrigendum. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the eprocurement portal (http://www.eprocurement.gov.in/). Any such corrigendum shall be deemed to be incorporated into this RFP. In order to provide prospective Bidders reasonable time for taking the corrigendum into account, APTS/ITE&C may, at its discretion, extend the last date for the receipt of Proposals.
8.5 Key Requirements of the Bid
8.5.1 Right to Terminate the Process
APTS/ITE&C may terminate the RFP process at any time and without assigning any reason. APTS/ITE&C makes no commitments, express or implied, that this process will result in a business transaction with anyone. This RFP does not constitute an offer by APTS. The bidder's participation in this process may result in APTS/ITE&C selecting a bidder to engage towards execution of the contract.
8.5.2 RFP Document Fees
All the participating bidders who submit the bids have to pay an amount @ 0.03% of their final bid value online with a cap of Rs.10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & service tax applicable or as levied by Govt. of India on transaction fee through online in favour of MD, APTS. The amount payable to APTS is non refundable
8.5.3 Earnest Money Deposit (EMD)
a) Bidders shall submit, along with their Bids, EMD of INR 1,00,00,000 only (Rupees One Crore Only), in the form of a Demand Draft OR Bank Guarantee (in the format specified in Annexure I: Form 3) issued by any Scheduled bank in favour
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 50 | P a g e
of Managing Director, APTS, payable at Hyderabad, and should be valid for a period of 6 months from the due date of the tender/ RFP.
b) EMD of all unsuccessful bidders would be refunded by APTS/ITE&C within two months of the bidder being notified as being unsuccessful. The EMD, for the amount mentioned above, of successful bidder would be returned upon submission of Performance Bank Guarantee as per the format provided in Annexure III: Form 1.
c) The EMD amount is interest free and will be refundable to the unsuccessful bidders without any accrued interest on it.
d) The bid/ proposal submitted without EMD, mentioned above, will be summarily rejected.
e) The EMD may be forfeited: A. If a bidder withdraws its bid during the period of bid validity. B. In case of a successful bidder, if the bidder fails to sign the contract in
accordance with this RFP f) Scanned copy of EMD document should be uploaded on e-Procurement website.
The Original Copy of EMD should be submitted to APTS before opening of PQ bid.
8.5.4 Submission of Proposals
a) Bidders are requested to submit the bids after issue of minutes of the pre bid meeting duly considering the changes made if any, during the pre-bid meeting. Bidders are totally responsible for incorporating/ complying the changes/ amendments issued if any during pre-bid meeting in their bid. However, hard copies of PQ& TQ bids to be submitted to APTS in separate sealed covers with proper titles on the next day of Bid Submission Date.
b) Bids shall be submitted online on www.eprocurement.gov.in platform.
The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website www.eprocurement.gov.in.
Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates.
The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the formats given.
The bidders should scan and upload the respective documents in Pre-Qualification and Technical bid documentation as detailed in the RFP including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/ authenticity.
The rates should be quoted in online only
c) After uploading the documents, the copies of the uploaded statements, certificates, documents (except the Price bid/ offer/ break-up of taxes) are to be submitted by the bidder to the O/o The Managing Director, APTS, BRKR Bhavan, Hyderabad.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 51 | P a g e
d) Failure to furnish any of the uploaded documents, certificates, will entitled in rejection of the bid. The APTS shall not hold any risk on account of postal delay. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false/ fabricated/ bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited.
e) APTS will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents.
f) The Documents that are uploaded online on e-procurement platform will only be considered for Bid Evaluation.
g) Important Notice to Contractors, Suppliers and Department users (i)In the endeavor to bring total automation of processes in e-Procurement, the Govt. has issued orders vide G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of electronic Payment Gateway of ICICI/ HDFC/ Axis Banks with e-Procurement platform, which provides a facility to participating suppliers/ contractors to electronically pay the transaction fee online using their credit cards.
h) The prime bidder shall purchase the bid document. The bid can be filed with user ID of bidder.
8.5.5 Authentication of Bids
The Proposal should be accompanied by a power-of-attorney in the name of the signatory of the Proposal. A scanned copy of the power-of-attorney should also be uploaded on the e-Procurement portal along with the other documents.
8.6 Preparation and Submission of Proposal
8.6.1 Proposal Preparation Costs
a) The bidder shall be responsible for all costs incurred in connection with participation in the RFP process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by APTS/ITE&C to facilitate the evaluation process, and in negotiating a definitive contract or all such activities related to the bid process.
b) APTS/ITE&C will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
8.6.2 Language
a) The Proposal should be filled by the Bidder in English language only. If any supporting documents submitted are in any language other than English, translation of the same in English language is to be duly attested by the Bidders. For purposes of interpretation of the Proposal, the English translation shall govern.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 52 | P a g e
8.6.3 Venue & Deadline for Submission of Proposals
a) Proposals, in its complete form in all respects as specified in the RFP, must be submitted to APTS/ITE&C online in the procurement portal before the deadline as indicated in Bidding Schedule in Section 1.2.
8.6.4 Late Bids
a) Bids received after the due date and the specified time (including the extended period if any) for any reason whatsoever, shall not be entertained and shall be returned unopened.
b) The bids submitted by telex/telegram/fax/e-mail/hard copies etc. shall not be considered. No correspondence will be entertained on this matter.
c) APTS/ITE&C shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further correspondence on the subject will be entertained.
d) APTS/ITE&C reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon project priorities vis-à-vis urgent commitments.
8.7 Evaluation Process
a) APTS/ITE&C will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders
b) The Proposal Evaluation Committee constituted by the APTS/ITE&C shall evaluate the responses to the RFP and all supporting documents/ documentary evidence. Inability to submit requisite supporting documents/ documentary evidence, may lead to rejection.
c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee.
d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their proposals
e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on the basis of any deviations.
f) Each of the responses shall be evaluated as per the criteria and requirements specified in this RFP.
8.7.1 Tender Opening
The Proposals submitted up to the Time and Date specified will be opened at the Time and Date as specified in section 1.2. Bids will be opened by any officer authorized by APTS, in the presence of such of those Bidders or their representatives who may be present at the time of opening.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 53 | P a g e
The representatives of the bidders should be advised to carry the identity card or a letter of authority from the tendering firms to identify their bona-fides for attending the opening of the proposal.
8.7.2 Tender Validity
The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of submission of Tender.
8.7.3 Tender Evaluation
I. Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-responsive, if Proposals :
A. Are not submitted in as specified in the RFP document B. Received without the Letter of Authorization (Power of Attorney) C. Are found with suppression of details D. With incomplete information, subjective, conditional offers and partial
offers submitted E. Submitted without the documents requested in the checklist F. Have non-compliance of any of the clauses stipulated in the RFP G. With lesser validity period
II. All responsive Bids will be considered for further processing as below.
A. APTS/ITE&C will prepare a list of responsive bidders, who comply with all the Terms and Conditions of the Tender. All eligible bids will be considered for further evaluation by a Committee according to the Evaluation process define in this RFP document. The decision of the Committee will be final in this regard.
9 Criteria for Evaluation
I. The overall objective of this evaluation process is to select the capable and qualified firm in the business domain of developing and rolling out a Portal, e-Pragati Primary Sector Application, providing associated capacity building, training and handholding support as well as associated managed services and who will provide a comprehensive solution towards Deployment, Deployment, Integration, Commissioning, Operation & Management of e-Pragati Primary Sector Application in Andhra Pradesh state.
II. First the Pre-Qualification Proposal will be evaluated and only those bidders who qualify the requirements will be eligible for next set of evaluations. Technical Proposal andFinancial Proposal of Bidders who do not meet the Pre-Qualification criteria will not be evaluated.
III. The technical score of all the eligible bidders (who have met pre-qualification criteria) would be calculated as per the criteria mentioned below. All the bidders who achieve at least 70 marks in the technical evaluation would be eligible for the next stage, i.e. Financial Bid opening.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 54 | P a g e
IV. Proposals of Companies would be evaluated as per Technical Evaluation Criteria (Section 6.2).Agencies/ firms should clearly indicate, giving explicit supporting documentary evidence, with respect to the above, in absence of which their proposals will be rejected summarily at the qualification stage itself.
V. The bidder with the lowest financial quote (L1) among the technically qualified bidders’ would be considered as the most responsive bid.
VI. In the event that there are 2 or more bidders having the same value in the financial bid, the bidder securing the highest technical score will be adjudicated as the “Best responsive bid” for award of the Project.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 55 | P a g e
9.1 Pre-Qualification Criteria
S No Qualification Criteria Documents/ Information to be provided in
the submitted proposal
1 Legal Entity: all the Companies comprising
the consortium should be registered under
Companies Act, 1956 / Partnership firms
and should have been in the business at
least for 5 years as on 31st
March 2015.
Quote the number of Certificate of
Incorporation issued by MCA, GoI
2 The Net Worth of each of the Consortium
members must be positive as on
31/03/2015.
Extracts from the audited Balance sheet
and Profit & Loss, accompanied by a
certificate of Statutory Auditor for the
Net worth
3 The members of the consortium should be
certified for ISO 9001:2008 and CMMi5
and ISO/IEC 20000-1: 2011.
Copy of certification which is valid on date
of submission.
4 Constitution of Consortium Not more than 5 members (Prime bidder
+ 4 members)
One of the consortium member must be
an SME/start-up empanelled with APTS/
ITE&C Dept. and eligible for PMA as per
GO MS 22 dated 28.11.2015
S No Parameter Qualification Criteria
5 Prime Bidder - Prime bidder Shall be the SI - Prime bidder shall be responsible for discharging the
responsibilities as per contractual obligations. - Prime Bidder shall submit the bid which is complete in all
aspects on behalf of the consortium. - Payments will be released to Prime bidder only.
6 Prime Bidder and Consortium Members
- The Prime Bidder and Consortium Partner should be i) System integrator (SI) or ii) Authorized Representative of a Manufacturer /OEM or iii) Product developer or
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 56 | P a g e
iv) A Software development / services company. v) PMA eligible company - The authorized representatives should submit the latest authorization from manufacturer’s / OEM / Product developer.
7. Development Centre in AP
The Consortium Partner in the role of SI should have a development center in AP or eligible for PMA as per the GO MS 22 dated 28.11.2015 issued by ITE&C dept.
S. No Requirement Criteria Documents Required
8 Prime bidder: Average Annual Sales Turnover generated from system Integration (SI) services related during the last five (5) for financial years (FY 14-15, FY 13-14, FY 12-13, FY 11-12 and FY 10-11).
Rs. 500 Cr. or more
Extracts from the audited Profit & Loss statements;
OR
Certificate from the statutory auditor.
9 The Consortium members (Partners) Should have minimum average annual turnover of Rs. 5 Cr. in the areas as specified in S.No 6 above, during the financial years (2010-11, 2011-12, 2012-13, 2013-14 or 2014-15). For PMA eligible consortium member this criteria is not applicable
Rs. 5.0 Cr. or more
Extracts from the audited Profit & Loss statements;
OR
Certificate from the statutory auditor.
10 Prime Bidder experience in implementation of integrated turnkey projects around application development as a System Integrator in India with One 40 Cr. ProjectOR Two 20 Cr. Projects
OR Three 16 Cr. Project, which have gone live in the past 5 years (FY 14-15, FY 13-14, FY 12-13, FY 11-12 and FY 10-11).
(Specifically each project should have components of Hardware, Networking, Helpdesk and Application related training necessary for this project).
One 40 Cr. Projects
OR Two 20 Cr. Projects OR Three 16 Cr. Projects
Details of Experience of responding firm/ Project Citation for 3 projects supported with Work order and Proof of Go-live/ Project completion certificates from client
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 57 | P a g e
11 The responding firm/ agency
(a) Should have made a payment for the RFP document (b) Should have submitted a EMD
Details of the payment made online on the eProcurement Portal
EMD to be submitted along with the bid.
12 The responding firm shall not be under a declaration of ineligibility for corrupt or fraudulent practices.
A self-certified letter by the designated official of the responding firm – Form 20.
9.2 Technical Qualification Criteria
I. Technical proposal of the bidders will be opened and evaluated who meets all the prequalification criteria.
II. The evaluation committee will evaluate the Technical Proposals on the basis of the technical evaluation criterion as provided below.
S No
Criteria Max Criteria/ Sub Criteria Marks
1 Past Experience of the responding firm 30
2 Solution proposed for the e-Pragati Primary Sector Project by the responding firm
40
3 Project Management and Work Plan 10
4 Adequacy and Quality of Resources proposed for Deployment
20
Total Points 100
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 58 | P a g e
S No
Criteria/Sub
Criteria Description Point System
Max Points
Form to be used
1 Past Experience of the responding firm 30
a.
System Integration projects
Client references for implementation of an integrated turnkey project around a) network solution and b) software development c) Hardware commissioning and d) O&M phase for maintaining all of the above in the last 5 years (FY 10-11 to FY 14-15)
2 projects of INR 40 Crores each = 5 points each; 4 projects >INR 20 Crores but less than INR 40 Crores= 2.5 points each; 5 projects >INR 16 Crores but less than INR 20 Crores= 2 points each;
10
Form 6, supported by documentary evidence
b.
Software Solutions
At least TWO completed/ ongoing software development projects each having a minimum value of INR 5 Crores – for software development component only). The project should have some or all of the following components :
– Portal – Web based
Application Server – Electronic Forms
> 4 Projects – 10 points;
4 Projects - 8 points; 3 Projects - 5 points; 2 Projects - 2 points; else 0.
10
Form 6, supported by documentary evidence
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 59 | P a g e
C Maintenance Services and Helpdesk in the State
Providing Maintenance Services/ Helpdesk services in the field of IT services with a minimum order size of INR 2 Crores in the State
In case of any one project done for the following locations :
a) covers multiple locations or
b) covers all districts in the State
5
Form 6, supported by documentary evidence
D Projects in India
SI Projects undertaken in India involving at least 6 locations with a value of more than INR 2 Crores per project
> =9 Projects – 5 points;
6 projects - 3 point 3 Project - 1 points; else 0 However if any one of the projects undertaken has a value more than INR 20 Crores – 5 points
5
Form 6, supported by documentary evidence
Note :
1. For all the above, the Completion Certificate of the projects completed in the last 5 years (as on 14/12/2015) need to be provided (issued to the responding firm by the respective customers)
2. The value of the projects considered in the above criterion would be based on the Purchase Order or the LOI issued to the responding firm. In absence of the supporting documents, the
projects would not be considered for evaluation
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 60 | P a g e
S No
Criteria/ Sub Criteria Description Point
System Forms
2 Solution proposed 40
a.
Proposed solution
Requirements addressed as mentioned in different parts of the RFP and the quality of the solution
Evaluation Committee will evaluate whether all the points/ requirements mentioned in the RFQ are addressed well and award points accordingly, the important parameters being:-
– Solution Architecture conceptualized for this project. – 5 points
– Security Architecture- 2 points – Application deployment and
testing Strategy -3 points – Quality Control Procedures
suggested by responding firm - 1 points
– Cloud infrastructure proposed to meet SLA- 4 (Separate installation for Development / Test / Production)
15 -
b.
Implementation methodology
Evaluation Committee will evaluate whether the implementation methodology is in line with the requirement. The important parameters being:-
- Plan for meeting the SLA norms.
- Redundancy and failover options.
In this section, the responding firm should:
– Explain the understanding of the project requirements, highlight the expected support from the State, approach to the services, SLA management methodology, methodology for carrying out the activities for expected output - 4 points
– Highlight the associated risks/ problems and plans for mitigation and explain the technical approach it would adopt to address them – 2 points
– Explain the methodologies the responding firm proposes to adopt and highlight the compatibility of those methodologies with the proposed
10 Form 7
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 61 | P a g e
approach – – 2 points – Planning and Building
Infrastructure (assessment, design, integration/ migration of existing Portal infrastructure) – 2 points
C Training
Proposed Training and Change Management plan description to be looked into
The Evaluation will be based on:
– Proposed Training Schedule – 1 point
– Plan to develop Training Manuals – 1 point
– Areas/domains covered – 1 point
– Number & Quality of personnel to be deployed for training at the site of Implementation of the Project.- 2 points
5
D
Formation/Location of Helpdesk & other manpower support
Proposed methodology of formation of the manpower support team.
Operating and Maintaining Infrastructure
The Evaluation will be based on
– Proposed Staff details – Call centre s/w used and the
ability to log the calls and measure SLA
– Areas/domains covered
10 -
3 Project Management and Work Plan 10
a. Project Management
The overall approach to be looked into
The overall project management approach adopted by the responding firm to implement the project to meet the timelines.
5 -
b. Detailed Work Plan
The description and quality of the work plan to be looked into.
Evaluation will be based on the detailed Project Plan including day wise, week wise activities with Work Breakdown Structures, Project estimates, milestones etc.
5 Form 8
4 Resource Deployment (Refer Section 2.3 below for Scoring Pattern)
20 Form 10
& 11
Total Points 100
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 62 | P a g e
9.3 Technical resources scoring pattern
E-Pragati Core managed services team, under leadership of Director / Head, shall
have following key roles who will in turn lead the respective teams;
Separate resources shall be proposed for each of the key proposed positions and
only one profile shall be evaluated for each position. Each resource will be evaluated
50% for EQ (Educational Qualification) and 50% for Experience. A resource profile
meeting the required EQ will be given full marks and not meeting the required EQ
will be given no marks. A resource profile meeting the required Experience criteria
will be given full marks and not meeting the required Experience criteria will be
given no marks.
S No
Designated Role / Title
Score
1. Project Director / Head (E-Pragati) 14
2. Project Manager(e-Pragati) 9
3. Team Leaders 25
4. Domain Expert (SME) 4
5. Delivery and Integration Lead 4
6. Security Lead 4
7. Infrastructure and Data Centre Lead 4
8. Capacity building(Training) Change Management Lead 4
9. Networking Lead 4
10. Quality Assurance Lead 4
11. System Administrator 4
12. Database Administrator 4
13. Development / customization team & others 4
14. Helpdesk Lead 4
15. Testing Team 4
16. Helpdesk Team 4
Total 100
The marks obtained for total of 100 marks will be scaled down to 20 for the
Technical evaluation purpose. The team requirements and qualification is provided
below:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 63 | P a g e
Designated Role / Title
Job Responsibility Profile Eligibility Details
Project Director /
Head (E-Pragati)
Ensure IT Services Delivery for E-Pragati core components
Interface with E-Pragati teams to obtain business requirements
SPOC for escalations coming from E-Pragati business
Interface with E-Pragati team for day to day operations and new activities like product launch etc
Any graduate / Post graduate with IT Qualification (B.Tech/ BE / M.Tech, MCA / BCA, M.Sc / B. Sc, Com. Sc. etc)
Minimum 15 years of IT Service management in leading organizations
Minimum 8 years of experience in handling service delivery or/and practice groups or/and solution architecture or/and Transition & Transformation management in IMS domain, Service Management, Operations Management
Minimum 5 years of experience in Govt Projects
PMP/equivalent certification
Project Manager
(E-PRAGATI)
Ensure IT Services Delivery for E-PRAGATI for End 2 End Delivery.
Interface with E-Pragati teams to obtain business requirements
SPOC for escalations coming from E-PRAGATI business
Interface with E-Pragati team for day to day operations and new activities like product launch etc
Good knowledge of IT infrastructure and working in a high-value production environment.
Proven ability to plan and execute workload in a highly demanding & dynamic environment
Able to work with suppliers and stake holders to achieve the best solution for the customer
B. Tech / BE/ MBA / MCA / MSc / BCA
Minimum 10 years of IT Service management in leading organizations
Minimum 2 year of experience in managing large enterprise IT infrastructure, team of 20+, in Government related IT/eGovernance projects
PMP/equivalent certification
Team Ensure to deliver committed services B. Tech / BE/ MBA / MCA / MSc
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 64 | P a g e
Leaders(7)
and service levels to internal & external Govt dept customers
Ensure efficient Service Management (Cost, Time, and Resource management)
Coordinate end-to-end delivery of complex customer engagements involving multiple projects
Ensure that systems, organization processes, &unit practices adhere to quality policies
Effective management of clients, management, and team expectations
Conduct periodic reviews with customer(s), management, and the team
/ BSc / BCA
Minimum 6 to 8 years of IT Service management/delivery in leading organizations
Minimum 1 years of experience in managing large enterprise IT infrastructure, managing team of 20 members
Relevant certifications for the technology platforms proposed in the solution – Enterprise Architect Certifications
Domain Expert - SMEs, Analytics Experts and Business Analysts
Data Center Operational, Data Analytics responsibility of business process deliverables
Escalation point for all incidents not resolved by Help Desk, all teams and also any potential issues which may lead to critical incidents
Engage with relevant stakeholders on forums (major incidents/key changes/key problems/release AIS), providing appropriate support to support teams
Provide guidance and initiate various SIP (Service Improvement Plans) processes towards continuous improvements in service (e.g. CSIPs (Continuous Service Improvement Plans), PoR (Prevention of Reoccurrence))
Contribute and own maintaining the Product and Circuit list/ log for the Product families as required ensuring up to date product data is used while dealing with the reports/ analysis.
Contribute to RCA, Quality Gate review ,evidence pack activity, lessons learnt activity.
Requirements gathering, requirement analysis, mock-up design of systems,
B. Tech / BE/ MBA / MCA / MSc / BSc / BCA
Minimum 5-7 Years of experience in Analytics (Domain Expert)
Minimum 2 Years of experience as Analytics lead
CAP Certification
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 65 | P a g e
preparation of System Requirement Specifications (SRS), as-is to-be process modelling.
Preparation of wireframes and UI mock up
Analyze change requests and modify requirements without affecting scope.
Business process flow analysis and documentation.
Delivery and Integration Lead
Set up a e-Pragati E2E Delivery, integration environment between Data base Server and e-Pragati sandbox, including setting up e-Pragati, creating data connections and installing database drivers etc.
Work with the business analyst and understand about twenty data feeds into and out of the multiple existing CRM systems; create field dictionary for all data feeds for the e-Pragati core modules.
Work with the Govt team lead to develop custom objects in e-Pragati to store the Govt related data;
Transform the data feed from various source databases and store them in the landing tables in the dev database, including : o Client Data o Security Data o People / User Data o Contact Data o Trading related data etc..
Build up data sync and integration script to sync
B. Tech / BE/ MCA
Minimum 5 years of experience implementing enterprise level IT solution
Minimum 2 years of experience in Team Lead roles
Relevant certifications in the technology platforms proposed –Oracle Certified Professional/Microsoft certified Professional etc.
Security Lead
Tracking / Solving of security incidents Security Audits and designing
information Security policies and procedures.
Ensure security posture compliance Conduct Information Security
Awareness Programs at regular
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in Information Security network and systems security , other best practices and
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 66 | P a g e
interval Internal/external teams to understand
the security audit requirements and deliver against project plans.
experience in designing information Security policies and procedures
Minimum 1-2 years’ Experience in compliance initiatives at function and organizational levels in areas of Information security, Business Continuity/ Disaster Recovery, IT Service Management and Quality.
Well conversant with Management Standards/Best Practices like ISO 27001: 2005, ISO 20000, and BS 25999.
Infrastructure and Data Centre Lead
Own the technical data center architecture for business applications / tools
Provide architectural inputs to IT Infrastrure roadmaps for E-PRAGATI
Generation of technical concepts Application related design and
documentation of processes and functions.
Adherence to Data centers norms concerning, DC Monitoring Tools application support /development, release planning
Ensure high availability of the application as per the SLA
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in Data Centre strategy covering strategic partnerships, co-create and build models. Hosting and Colocation Infrastructure as a Services (IaaS), Platform as a Service (PaaS)
Minimum 1-2 years of experience as Infrastructure Lead
Should demonstrate expertise in similar environments.
Capacity building(Training) Change Management Lead
Strong IT skills and Work experience in government, especially at the state level, and civil society organization specifically in managing training programmes. Identify training requirements-both for fresh trainees and refresher courses at all levels for
M.Tech/MBA + B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in identifying the training needs and coordinate activities for the development of
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 67 | P a g e
various functionaries. Provide technical support in reviewing
and designing curriculum for training manuals.
Help maintain a database of trainers and other resource persons
Develop training sections on website, to allow easy access to information, materials and guidance on different packages.
Perform any other tasks related to capacity building, planning and implementation.
Manage roster of trainers, trainees and system for nomination of officers for facilitation of regular training programmes.
institutional and managerial capacities of government, communities and institutions.
Minimum 1 year of experience in a Government organization/Public Sector undertaking in a Change Management Role
Networking Lead
Provide round the clock monitoring of the enterprise network and network, SAN, NAS, F5 Load balancer, network security devices for E-PRAGATI
Configuration & Maintenance of the network and security devices, VLANs as specified by E-PRAGATI
Coordinate hardware and software upgrades and /or maintenance for the network equipments with respective OEM / vendors
Performing regular Audit of enterprise network with tools provided
Problem identification and troubleshooting of issues related to LAN and WAN.
Active Directory Tools, Objects (Policy, Trust, FSMO), DNS, DHCP, Windows Group Policy and Exchange mail server configuration.
B. Tech / BE/ MCA / MSc / BSc /BCA
5 - 7 Years’ experience in Network Administration
Minimum 1-2 Years of experience as a Lead
CCNA or equivalent certification
Quality Assurance Lead
Test framework designed and implemented a test strategy for a product or an independent e-Pragati project. Develop test strategy from scratch.
Continuous integration test bed environment
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in Testing lifecycle
Minimum 1-2 years’ experience as a QA lead
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 68 | P a g e
Experience in best practices in testing and QA either in CMM/ISO cos or MNCs like Microsoft, Oracle, IBM.
Automation tools such Selenium, HP's Quality Center, Mobile Platform, Azure Cloud based SaaS app nice to have.
Design and architect tools and frameworks for automated testing. Develop functional and performance test plans and cases for complex applications and services.
Create and develop all quality gates, ensure compliance
Analyze requirement for testing and provide initial estimate to Delivery
Prepare and maintain Test Scope, Strategy and Approach slide pack (draft documents to be provided with draft design document and issue version after HLD sign off).
Prepare test environment support - requirement slide pack including support required.
CSQA/ ISTQB equivalent certification
System Administrator
Governance of entire E-Pragati Systems Administration.
Experience of System administration on the latest platforms as indicated in the solution architecture.
Domain Controller, DNS Servers, DHCP Servers, File Server Exchange creating and manage
RAID Configurations and Disk management utilities tools
Maintenance of Hardware Monitoring Agents
Backup configuration and management, Management of file system, Administrative User Account Reviews.
B. Tech / BE / MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in OS Software installation, configuration and troubleshooting.
Minimum 1 Year of experience in a large IT Project.
Database Administrator
Undertake end-to-end management of database on an on-going basis to facilitate smooth functioning and optimum utilization
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in databases
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 69 | P a g e
Regular database backup and periodical testing of backup data
Conducting configuration review to tune database
Maintaining the necessary documentation and managing schemes to database schema, disk space, user roles, and storage.
that are relevant to the Technology Solution being proposed.
Minimum 1 year of experience as a Database Admin.
Development /
customization team & others
Write clean, well-engineered code that comply with accepted standards, and test web applications and Cloud based Application developments
Build quality applications and portals with structure of modern enterprise Web applications: the user interface, application server, and database.
Clarity of Interfaces, Constructors, Polymorphism, Static methods.
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 3 - 5 Years’ experience in Designing, developing Web applications and Client-Server based applications in the platforms which are part of the solution proposed by the bidder.
Experience in web service development, HTML, Javascript, Ajax, Angular JS & other scripting languages for web development.
Helpdesk Lead
L1 Team should Lead and provide the quality of help desk support.
Track and report service performance metrics
Lead continuous improvement program
Coordinate Service Improvement Plans to execution
Team Roster plans and 24/7/365 support
Provide training to new help desk team members
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 5 - 7 Years’ experience in the role of managing the operations of call center/ helpdesk.
Minimum 1-2 years of experience as a Helpdesk Lead
Testing Team Members
Preparation of test cases, test scripts Execution of test scripts Preparation of Test Plan Able to identify and develop test cases
for smoke test and regression test Reporting compliance to the test
scenarios Work closely with the Quality
Assurance Lead
B. Tech / BE/ MCA / MSc / BSc /BCA
Minimum 2 years of experience in Quality Assurance Teams, writing test cases, preparation of test scripts, use of Tools indicated in the Solution proposed by the bidder
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 70 | P a g e
Helpdesk Team Members
Answer calls and respond to emails handle customer inquiries both
telephonically and by email manage and resolve customer
complaints provide customers with product and
service information enter new/update existing customer
information identify and escalate priority issues follow up customer calls where
necessary document all call information
according to standard operating procedures
complete call logs , produce call reports
B. Tech / BE/ MCA / MSc / BSc /BCA
Fluency in Telugu/English Minimum 1 year of
experience in a call center environment
9.4 Commercial Bid Evaluation
1. The Financial Bids of technically qualified bidders (i.e. above 70 marks) will be opened on the prescribed date in the presence of bidder representatives.
2. For any additional scope / Services apart from the identified services shall be priced as per the unit rate quoted.
3. The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned separately.
4. Any conditional bid would be rejected. 5. Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If
there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail”.
6. If there is no price quoted for certain material or service, the bid shall be declared as disqualified.
7. In the event that there are 2 or more bidders having the same value in the financial bid, the bidder securing the highest technical score will be adjudicated as the “Best responsive bid” for award of the Project.
8. The financial bid cost would be considered from the Form 2A of the Financial Proposal
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 71 | P a g e
10 Appointment of System Integrator
10.1 Award Criteria
APTS/ITE&C will award the Contract to the successful bidder whose financial proposal is the lowest and would consider it as substantially responsive as per the process outlined above.
10.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s)
APTS/ITE&C reserves the right to accept or reject any proposal, and to annul the tendering process/ Public procurement process and reject all proposals at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for APTS/ITE&C action.
10.3 Notification of Award
I. Prior to the expiration of the validity period, APTS/ITE&C will notify the successful bidder in writing or by fax or email, that its proposal has been accepted. In case the tendering process/ public procurement process has not been completed within the stipulated period, APTS may request the bidders to extend the validity period of the bid.
II. The notification of award will constitute the formation of the contract. Upon the successful bidder's furnishing of Performance Bank Guarantee, APTS/ITE&C will notify each unsuccessful bidder and return their EMD.
10.4 Contract Finalization and Award
I. The APTS/ITE&C shall reserve the right to negotiate with the bidder(s) whose proposal has been most responsive. On this basis the draft contract agreement would be finalized for award & signing.
II. APTS/ITE&C may also like to reduce or increase the Scope of Work defined in the RFP. Accordingly total contract value may change on the basis of the rates defined in the financial proposal.
10.5 Performance Guarantee
I. APTS/ITE&C will require the selected bidder to provide a Performance Bank Guarantee, within 15 days from the Notification of award, for a value equivalent to <10%> of the Total Value of the Contract. The Performance Guarantee should be valid for a period of <6 months> beyond the contract period. The Performance Guarantee shall be kept valid till completion of the project and Warranty period. The Performance Guarantee shall contain a claim period of three months from the last date of validity. The selected bidder shall be responsible for extending the validity date and claim period of the Performance Guarantee as and when it is due on account of non-completion of the project and Warranty period. In case the
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 72 | P a g e
selected bidder fails to submit performance guarantee within the time stipulated, the APTS/ITE&C at its discretion may cancel the order placed on the selected bidder without giving any notice. APTS/ITE&C shall invoke the performance guarantee in case the selected Vendor fails to discharge their contractual obligations during the period or APTS/ITE&C incurs any loss due to Vendor’s negligence in carrying out the project implementation as per the agreed terms & conditions.
10.6 Signing of Contract
I. After the APTS/ITE&C notifies the successful bidder that its proposal has been accepted, APTS/ITE&C shall enter into a contract with the successful bidder, incorporating all clauses, pre-bid clarifications, Corrigendum and the proposal of the bidder. The Draft Legal Agreement is provided in Volume III of this RFP.
10.7 Failure to Agree with the Terms and Conditions of the RFP
I. Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions of the RFP shall constitute sufficient grounds for the annulment of the award, in which event APTS/ITE&C may award the contract to the next best value bidder or call for new proposals from the interested bidders.
II. In such a case, the APTS/ITE&C shall invoke the EMD of the most responsive bidder.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 73 | P a g e
11 Project Annexures
Bid Processes Annexures
Annexure I: TECHNICAL BID TEMPLATES
The bidders are expected to respond to the RFP using the forms given in this section and all documents supporting Technical Evaluation Criteria. Technical Proposal shall comprise of following forms: Form 1: Undertaking on Total Responsibility Form 2: Particulars of the Bidder Form 3: Bank Guarantee for Earnest Money Deposit Form 4: Compliance Sheet for Technical Proposal Form 5: Letter of Proposal Form 6: Project Citation Format Form 7: Proposed Solution Form 7A: FRS compliance sheet Form 8: Proposed Work Plan Form 9: Team Composition Form 10: Curriculum Vitae (CV) of Key Personnel Form 11: Deployment of Personnel Form 12: Deviations Form 13: Declaration on Source Code and Intellectual Property Rights Form 14: Undertaking on Patent Rights Form 15: Undertaking on Compliance to Standards mentioned in the RFP Form 16: Undertaking on Service Level Compliance Form 17: Undertaking on Deliverables Form 18: Undertaking on Support to Third Party Solution acceptance and certification Form 19: Undertaking on Exit Management and Transition Form 20: Declaration that the bidder has not been blacklisted Form 21: Consortium Agreement
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 74 | P a g e
Form 1: Undertaking on Total Responsibility
No. Date: To: Dear Sir, Sub: Self certificate regarding Total Responsibility This is to certify that we undertake total responsibility for the successful and defect free operation of the proposed Project solution, as per the requirements of the RFP for e-Pragati Primary Sector Project. Thanking you, Yours faithfully (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 75 | P a g e
Form 2: Particulars of the Bidder
SI No.
Information Sought Details to be Furnished
A Name and address of the bidding Company
B Incorporation status of the firm (public limited/ private limited, etc.)
C Year of Establishment
D Date of registration
E ROC Reference No.
F Details of company registration
G Details of registration with appropriate authorities for service tax
H Name, Address, email, Phone nos. and Mobile Number of Contact Person
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 76 | P a g e
Form 3: Bank Guarantee for Earnest Money Deposit
To, <Name> <Designation> <Address> <Phone Nos.> <Fax Nos.> <Email id> Whereas <Name of the bidder> (hereinafter called 'the Bidder') has submitted the bid for Submission of RFP # <RFP Number> dated <Date> for <Name of the assignment> (hereinafter called "the Bid") to APTS Know all Men by these presents that we <> having our office at <Address> (hereinafter called "the Bank") are bound unto the APTS/ITE&C (hereinafter called "the Purchaser") in the sum of Rs. <Amount in figures> (Rupees <Amount in words> only) for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this <Date> The conditions of this obligation are:
1. If the Bidder having its bid withdrawn during the period of bid validity specified by the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser
during the period of validity of bid
(a) Withdraws his participation from the bid during the period of validity of bid document; or (b) Fails or refuses to participate in the subsequent Tender process after having been short listed;
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 77 | P a g e
This guarantee will remain in force up to <insert date> and including <extra time over and above mandated in the RFP> from the last date of submission and any demand in respect thereof should reach the Bank not later than the above date. NOTHWITHSTANDING ANYTHING CONTAINED HEREIN: I. Our liability under this Bank Guarantee shall not exceed Rs. <Amount in figures>
(Rupees <Amount in words> only) II. This Bank Guarantee shall be valid upto<insert date>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this Bank Guarantee that we receive a valid written claim or demand for payment under this Bank Guarantee on or before <insert date>) failing which our liability under the guarantee will automatically cease.
(Authorized Signatory of the Bank) Seal: Date:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 78 | P a g e
Form 4A: Compliance Sheet for Pre-Qualification Proposal
Sr. No
Qualification Criteria Documents/Information to be provided in the submitted proposal
Compliance Reference & Page Number
1. The responding firm/ agency (a) Should have made a payment of Rs. << Enter the amount>> (Rupees <<Enter amount in words>> only) for the RFP document (b) Should have submitted a EMD of Rs. << Enter the amount>> (Rupees <<Enter amount in words>> only)
(a) DD for Rs. << Enter the amount>> (b) The original bank guarantee must be furnished in the format prescribed in Annexure I: Form 3
Yes/No
2. Legal Entity
Company should be registered under Companies Act, 1956 / LLP companies
Registered with the Service Tax Authorities
Should have been operating for the last Five years (FY 11-12, FY 10-11 and FY 09-10)
Certificate of Incorporation Registration Certificate Service Tax Certificate
Yes/No
3. The Firm/ Company should be in the business as System Integrator for at least 3 years as of 31st March 2015
Annexure I: Form 2 Details of Responding Firm & Memorandum & Articles of Association should be attached, and Work orders confirming year and Area of activity
Yes/No
4. The responding firm shall not be under a declaration
A self-certified letter by the designated official of
Yes/No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 79 | P a g e
Sr. No
Qualification Criteria Documents/Information to be provided in the submitted proposal
Compliance Reference & Page Number
of ineligibility for corrupt or fraudulent practices.
the responding firm or Annexure I Form 1: Notice of Intent to Submit Proposal in Response to RFP Notice
5. The Net Worth of the responding firm must be positive as per the last audited Balance Sheet.
Chartered Accountant Certificate for Net worth
Yes/No
6. The responding firm should be ISO 9001:2008 certified.
Copy of certification which is valid on date of submission.
Yes/No
7. The responding firm should be CMMi Level 5.
Relevant certificate needs to be attached which is valid on date of submission.
Yes/No
8. The responding firm should be ISO/IEC 20000-1: 2011.
Relevant certificate needs to be attached which is valid on date of submission.
Yes/No
9. Average Annual Turnover generated from services related to System Integration (SI) during the last Five (5) financial years as per the last published balance sheets
Extracts from the audited Balance sheet and Profit & Loss; OR Certificate from the statutory auditor.
Yes/No
10. Company experience in implementation of integrated turnkey projects around application development as a System Integrator in India. (Specifically each project should have components of Helpdesk and Application related training necessarily for this
Completed Annexure I: Form 6: Details of Experience of responding firm/ Project Citation for 3 projects supported with Work order and Proof of Go-live/ Project completion certificates from client
Yes/No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 80 | P a g e
Sr. No
Qualification Criteria Documents/Information to be provided in the submitted proposal
Compliance Reference & Page Number
project). Refer to the Important Note below for more details. Number of such Assignments of value (as specified for tiers) which have gone live in the past 5 years (FY 14-15, FY 13-14, FY 12-13, FY 11-12 and FY 10-11)
11. The responding firm must have a minimum number of 200 IT Staff of technically qualified personnel in the domain of systems integration, as on 31st July, 2015 on its roll.
Certificate from HR Department for number of technically qualified professionals employed by the company
Yes/No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 81 | P a g e
Form 4B: Compliance Sheet for Technical Proposal
The Technical proposal should comprise of the following basic requirements. The documents mentioned in this compliance sheet along with this form, needs to be a part of the Technical proposal For Technical Evaluation
S. No.
Specific Requirements Documents Required Compliance Reference & Page Number
1 Covering Letter for Technical Proposal
As per Form 5 Yes/ No
2 System Functionality: Meeting the requirements of module in terms of how close the proposal is to the functional requirements for the solution as have been proposed for module (In case it is COTS, it should be measured by degree of customization required)
A note containing the Mapping as per information provided in FRS – as per Form 7A
Yes/ No
3 Technology: Demonstrated robustness of the technology deployed across other installations around the world, including
– Scalability – Security – Ease of implementation
A note containing details on
a) Solution Architecture
b) Security c) System
Performance d) Supported Platform
Operating System e) Cloud Hardware /
Operating System / system software
f) Database g) System
Management h) Web Server Support i) Application Server
Support j) Single Sign-on
Yes/ No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 82 | P a g e
S. No.
Specific Requirements Documents Required Compliance Reference & Page Number
k) Presentation l) Session
Management m) Integration
capabilities n) Auditing/ Reporting
features o) Disaster recovery &
back-up p) NMS / EMS details q) All reports from
Cloud service provide (sample) for uptime, bandwidth measurement, all vital statics on usage etc.
4 India Specific Capabilities: Number of Projects of similar nature in India and size of those projects in the past 5 years
Completion Certificates from the client; OR Work Order + Self Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate (for on- going projects) from the client Project citation (Form 6)
Yes/ No
5 Industry Specific Capabilities: Past experience of the bidder in executing similar assignments, size of those
Completion Certificates from the client; OR
Yes/ No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 83 | P a g e
S. No.
Specific Requirements Documents Required Compliance Reference & Page Number
assignments in the past five years. [The definition of “similar” should be such that it focuses on the areas which are “innovative” or where the technical feasibility is a challenge in the context of the project]
Work Order + Self Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate (for on-going projects) from the client
6 Training: Trainings proposed by the vendor and the amount of emphasis laid on Training the employees schedule details, locations, sessions and their description
A note on training containing
a) Training model b) Approach c) Deliverables
Yes/ No
7 Profile of proposed team members: Relevant assignment experience/ Years of experience/ Number of Certifications in Technology specific to Solution proposed
Form 9,10 and 11 Yes/ No
8 Project Methodology, Support and Documentation
Form 8 & additional notes/document for support & documentation
Yes/ No
9 Inclusion of MSMEs in Project Delivery
Letter of evidence and commitment that MSME will be contracted the required value of work
Yes/ No
10 Tools and Assets As per requirement specified in Technical evaluation
Tools and Assets which could be leveraged for the assignment [for e.g.
Yes/ No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 84 | P a g e
S. No.
Specific Requirements Documents Required Compliance Reference & Page Number
Test Case Builders, Effort Estimators, PMU Tool, Load testing etc., depending on the relevance to the Scope of work] A note and demonstration of the Tool/Assets
11 Deviations (if any) Form 12 Yes/ No
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 85 | P a g e
Form 5: Letter of Proposal
To:
<Location, Date> <Name> <Designation> <Address> <Phone Nos.> <Fax Nos.> <Email id>
Subject: Submission of the Technical bid for <Name of the Systems Implementation
assignment> Dear Sir/Madam,
We, the undersigned, offer to provide Systems Implementation solutions to the APTS/ITE&C on <Name of the Systems Implementation engagement> with your Request for Proposal dated <insert date> and our Proposal. We are hereby submitting our Proposal, which includes this Technical bid and the Financial Bid sealed in a separate envelope.
We hereby declare that all the information and statements made in this Technical bid are true and accept that any misinterpretation contained in it may lead to our disqualification. We undertake, if our Proposal is accepted, to initiate the Implementation services related to the assignment not later than the date indicated in Fact Sheet. We agree to abide by all the terms and conditions of the RFP document. We would hold the terms of our bid valid for <90> days as stipulated in the RFP document. We hereby declare that we are not insolvent, in receivership, bankrupt or being wound up, our affairs are not being administered by a court or a judicial officer, our business activities have not been suspended and we are not the subject of legal proceedings for any of the foregoing. We understand you are not bound to accept any Proposal you receive. Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 86 | P a g e
Name of Firm: Address: Location: _____________________________________Date: ___________________________ _____________________________________________________________________________
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 87 | P a g e
Form 6: Project Citation Format
Relevant IT project experience (provide no more than 5 projects in the last 5 years)
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Service levels being offered/ Quality of service (QOS)
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the respondent
Duration of the project (no. of months, start date, completion date, current status)
Other Relevant Information
Letter from the client to indicate the successful completion of the projects
Copy of Work Order
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 88 | P a g e
Form 7: Proposed Solution
Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present Approach and Methodology divided into the following sections:
a) Solution Proposed b) Understanding of the project (how the solution proposed is relevant to the
understanding) c) Technical Approach and Methodology d) Cloud hosting detailed architecture of h/w, s/w including virtualizations, scaling
mechanism, disaster recovery, BCP, security, network access e) Details on the connectivity with SDC proposed with detailed network architecture
including the core network components at the cloud, and requirements at SDC to be mentioned.
S.No
Proposed Solution (Provide the Product Name or fill Custom Built, in case of a new development)
Version & Year of Release
OEM Features & Functionalities
O&M Support (Warranty/ATS/: as required as per RFP)
Reference in the Submitted Proposal (Please provide page number/section number/ volume)
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 89 | P a g e
Form 7A: Functional Requirements Compliance
Fully
Compliant
Partially Compliant
with Customization
Not Compliant
- To Be
Developed
Component Name : <Component Name>
Component Functionality: <Component
Functionality Description>
<Sub
compon
Sub-Component: <Sub Component Name>
<Requir
ement
<Functional Requirement 1>
<Functional Requirement 2>
<Functional Requirement 'n'>
<Comp
onent
No>
Sl No Functional Requirements Level of Compliance Remarks
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 90 | P a g e
Form 8: Proposed Work Plan
No Activity1 Calendar Months
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
N
1 Indicate all main activities of the assignment, including delivery of reports (e.g.:
inception, interim, and final reports), and other benchmarks. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart. 3 All activities should meet the 8/80 criteria i.e. should at least take 8 hours and a
maximum of 80 hours.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 91 | P a g e
Form 9: Team Composition
Name of Staff with qualification and experience
Area of Expertise
Position Assigned
Task Assigned
Time committed for the engagement
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 92 | P a g e
Form 10: Curriculum Vitae (CV) of Key Personnel
General Information
Name of the person
Current Designation/ Job Title
Current job responsibilities
Proposed Role in the Project
Proposed Responsibilities in the Project
Academic Qualifications:
Degree
Academic institution graduated from
Year of graduation
Specialization (if any)
Key achievements and other relevant information (if any)
Professional Certifications (if any)
Total number of years of experience
Number of years with the current company
Summary of the Professional/ Domain Experience
Number of complete life cycle implementations carried out
The names of customers (Please provide the relevant names)
Past assignment details (For each assignment provide details regarding name of organizations worked for, designation, responsibilities, tenure) Prior Professional Experience covering:
Organizations worked for in the past o Organization name o Duration and dates of entry and
exit o Designation Location(s) o Key responsibilities
Prior project experience o Project name o Client o Key project features in brief o Location of the project o Designation o Role
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 93 | P a g e
o Responsibilities and activities o Duration of the project
Please provide only relevant projects.
Proficient in languages (Against each language listed indicate if speak/read/write)
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 94 | P a g e
Form 11: Deployment of Personnel
No Name of Staff Staff input in Months (in the form of a bar chart)2
Total staff man-months proposed
1 2 3 4 5 6 7 8 9 10 11 12 n Total
1
2
3
N
Total
1. Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category 2 Months are counted from the start of the assignment. Full time input Part time input
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 95 | P a g e
Form 12: Deviations
[This section should contain any assumption on areas which have not been provided in the RFP OR any changes to the existing provisions of the RFP] A - On the Terms of Reference [Suggest and justify here any modifications or improvement to the Scope of Work you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.] B – Any other areas
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 96 | P a g e
Form 13: Declaration on Source Code and Intellectual Property Rights
No. Date: To: Dear Sir, Sub: Self-certificate regarding the source code and Intellectual property rights under this Project I, authorized representative of _________________________, hereby solemnly affirm to the IPR and Source Code rights as defined in Clause 19.2, 19.3 and 19.4 of the Contract Agreement. In the event of any deviation from the factual information/ declaration, <<ITE&C / APTS>> reserves the right to terminate the Contract without any compensation to the System Integrator. Thanking you, Yours faithfully (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 97 | P a g e
Form 14: Undertaking on Patent Rights
No. Date: To: Dear Sir,
Sub: Undertaking on Patent Rights 1. I/We as System Integrator (SI) do hereby undertake that none of the deliverables being provided by us is infringing on any patent or intellectual and industrial property rights as per the applicable laws of relevant jurisdictions having requisite competence. 2. I/We also confirm that there shall be no infringement of any patent or intellectual and industrial property rights as per the applicable laws of relevant jurisdictions having requisite competence, in respect of the equipment’s, systems or any part thereof to be supplied by us. We shall indemnify APTS/ITE&C against all cost/claims/legal claims/liabilities arising from third party claim in this regard at any time on account of the infringement or unauthorized use of patent or intellectual and industrialpropertyrightsofanysuchparties,whethersuchclaimsarisein respectofmanufactureoruse.Withoutprejudicetotheaforesaidindemnity, the SI shall be responsibleforthecompletionofthesuppliesincludingsparesanduninterrupteduseoftheequipmentand/orsystemoranypartthereof to APTS/ITE&C and persons authorized by APTS, irrespective of the fact of claims of infringement of any or all the rights mentioned above. 3. If it is found that it does infringe on patent rights, I/We absolve APTS/ITE&C of any legal action. Yours faithfully, (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 98 | P a g e
Form 15: Undertaking on Compliance and Sizing of Infrastructure
No. Date: To: Dear Sir, Sub: Undertaking on Compliance and Sizing of Infrastructure
1. I/We as System Integrator do hereby undertake that we have proposed and sized the hardware and all software (including perennial and enterprise wide licenses, unless stated otherwise) based on information provided by <<ITE&C / APTS>> in its RFP document and in accordance with the service level requirements and minimum specifications provided and assure <<ITE&C / APTS>> that the sizing is for all the functionality envisaged in the RFP document.
2. Any augmentation of the proposed solution or sizing of any of the proposed solutions (including software and hardware) in order to meet the minimum RFP requirements and/or the requisite service level requirements given by <<ITE&C / APTS>> will be carried out at no additional cost to <<ITE&C / APTS>> during the entire period of Contract.
Yours faithfully, (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 99 | P a g e
Form 16: Undertaking on Service Level Compliance
No. Date: To: Dear Sir, Sub: Undertaking on Service Level Compliance
1. I/We as System Integrator do here by undertake that we shall monitor, maintain, and comply with the service levels stated in the RFP to provide quality service to<<ITE&C / APTS>>.
2. However, if the proposed resources and infrastructure are found to be insufficient in meeting the RFP and/or the service level requirements given by <<ITE&C / APTS>>, then we will augment the same without any additional cost to <<ITE&C / APTS>>.
Yours faithfully, (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 100 | P a g e
Form 17: Undertaking on Deliverables
No. Date: To: Dear Sir, Sub: Undertaking on Deliverables 1. I/We as System Integrator do hereby undertake that processes, deliverables/artefacts submitted to<<ITE&C / APTS>> will adhere to the quality and standards specified in this RFP. 2. We also recognize and undertake that the deliverables/artefacts shall be presented and explained to<<ITE&C / APTS>> and other key stakeholders (identified by<<ITE&C / APTS>>), and also take the responsibility to provide clarifications as requested by<<ITE&C / APTS>>. 3. We agree to abide by the procedures laid down for acceptance and review of deliverables/ artefacts by the Department as stated in this RFP or as communicated to us from time-to-time. 4. We also understand that the acceptance, approval and sign-off of the deliverables by<<ITE&C / APTS>> will be done on the advice of Department and any other agency appointed by the Department for the same. We understand that while all efforts shall be made to accept and convey the acceptance of each deliverable in accordance with the Project schedule, no deliverable will be considered accepted until a specific written communication to that effect is made by<<ITE&C / APTS>>. Yours faithfully, (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 101 | P a g e
Form 18: Undertaking on Support to Third Party Solution acceptance and certification
No. Date: To: Dear Sir, Sub: Under taking on Support to Third Party Solution Acceptance and Certification
1. I/We understand that the System (including the application and the associated
IT systems) may be assessed and certified by a 3rd party agency (to be identified by <<ITE&C / APTS>>) before the system is commissioned. 2. I/We understand that while the certification expenses will be borne by <<ITE&C / APTS>>, the responsibility to ensure successful acceptance and certification lies with the System Integrator. 3. I/We hereby undertake that we shall do all that is required of the System Integrator to ensure that system will meet all the conditions required for successful acceptance and certification.
Yours faithfully, (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 102 | P a g e
Form 19: Undertaking on Exit Management and Transition
No. Date: To: Dear Sir, Sub: Undertaking on Exit Management and Transition
1. I/We here by undertake that at the time of completion of o u r engagement with the Department, either at the End of Contract or termination of Contract before planned Contract Period for any reason, we shall successfully carry out the exit management and transition of this Project to the <<ITE&C / APTS>> or to an agency identified by <<ITE&C / APTS>> to the satisfaction of the Department. I/We further undertake to complete the following as part of the Exit management and transition:
a. We undertake to complete the updation of all Project documents and other artefacts and handover the same to <<ITE&C / APTS>> before transition.
b. We undertake to design standard operating procedures to manage system (including application and IT systems), document the same and train <<ITE&C / APTS>> personnel on the same.
c. If Department decides to take over the operations and maintenance of the Project on its own or identifies or selects any other agency for providing operations & maintenance services on this Project, then we shall provide necessary handholding and transition support, which shall include but not be limited to, conducting detailed walkthrough and demonstrations for the IT Infrastructure, handing over all relevant documentation, addressing the queries/clarifications of the new agency with respect to the working/ performance levels of the infrastructure, conducting Training sessions etc.
3. I/We also understand that the Exit management and transition will be considered complete on the basis of approval from<<ITE&C / APTS>>.
Yours faithfully, (Signature of the Authorized signatory of the Bidding Organisation) Name : Designation : Date : Time : Seal : Business Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 103 | P a g e
Form 20: Declaration that the bidder has not been blacklisted
(To be submitted on the Letterhead of the responding agency) {Place} {Date} To, Ref: RFP Notification no <xxxx> dated <DD/MM/YY> Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of System Integrator for Statewide Roll-out of e-Pragati Primary Sector File No <xxx>>. Dear Sir, We confirm that our company, ____________, is not blacklisted in any manner whatsoever by any of the State/UT and/or central government in India on any ground including but not limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice. Place: Date: Bidder’s Company Seal: Authorized Signatory’s Signature: Authorized Signatory’s Name and Designation: Note: The Bidder shall necessarily provide a copy of ‘Power of Attorney’ authorizing the signatory for signing the Bid on behalf of the Bidder in its Pre-Qualification Bid.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 104 | P a g e
ANNEXURE II: FINANCIAL PROPOSAL TEMPLATE
Form 1: Covering Letter
To:
<Location, Date> <Name> <Designation> <Address> <Phone Nos.> <Fax Nos.> <Email id>
Subject: Submission of the Financial bid for <Provide Name of the Implementation
Assignment> Dear Sir/Madam, We, the undersigned, offer to provide the Implementation services for <Title of Implementation Services> in accordance with your Request for Proposal dated <Date> and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of <Amount in words and figures>. This amount is inclusive of the local taxes. 1. PRICE AND VALIDITY All the prices mentioned in our Tender are in accordance with the terms as
specified in the RFP documents. All the prices and other terms and conditions of this Bid are valid for a period of <days> calendar days from the date of opening of the Bid.
We hereby confirm that our prices include all taxes. However, all the taxes are quoted separately under relevant sections.
We understand that the actual payment would be made as per the existing indirect tax rates during the time of payment.
2. UNIT RATES We have indicated in the relevant forms enclosed, the unit rates for the purpose of on account of payment as well as for price adjustment in case of any increase to/ decrease from the scope of work under the contract. 3. DEVIATIONS We declare that all the services shall be performed strictly in accordance with the Tender documents except for the variations and deviations, all of which have been detailed out exhaustively in the following statement, irrespective of whatever has been stated to the contrary anywhere else in our bid. Further we agree that additional conditions, if any, found in the Tender documents, other than those stated in deviation schedule, shall not be given effect to.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 105 | P a g e
4. TENDER PRICING We further confirm that the prices stated in our bid are in accordance with your Instruction to Bidders included in Tender documents. 5. QUALIFYING DATA We confirm having submitted the information as required by you in your Instruction to Bidders. In case you require any other further information/documentary proof in this regard before evaluation of our Tender, we agree to furnish the same in time to your satisfaction. 6. BID PRICE We declare that our Bid Price is for the entire scope of the work as specified in the Section No.5. These prices are indicatedFinancial Bid attached with our Tender as part of the Tender. 7. PERFORMANCE BANK GUARANTEE We hereby declare that in case the contract is awarded .to us, we shall submit the Performance Bank Guarantee as specified in the <Annexure III> of this RFP document. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e., [Date]. We understand you are not bound to accept any Proposal you receive. We hereby declare that our Tender is made in good faith, without collusion or fraud and the information contained in the Tender is true and correct to the best of our knowledge and belief. We understand that our Tender is binding on us and that you are not bound to accept a Tender you receive. Thanking you,
We remain,
Yours sincerely,
Authorized Signature: Name and Title of Signatory: Name of Firm: Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 106 | P a g e
Form 2: Financial Proposal
The PS Package will be implemented on a substantially bought out model. The SI will be
required to invest in the HLL and DLL, develop the package as a mix of components or
products readily available in the market or those developed by the SI or one of the
members of the bidding consortium AND components which are natively developed for
the PS Package. The SI will execute the entire scope of the project at its cost and
investment. The SI Shall also be responsible for maintaining the application during the
prescribed O&M period. The SI will be compensated as per the Terms of Payment
outlined in the next sub-section, but detailed in the Volume II of the RFP relating to
Financial Terms and Conditions. The SI will get incentives for launching the Package
ahead of the scheduled implementation time.
All costs below should be quoted inclusive of all statutory taxes.
Form 2 A: Consolidated Cost sheet
S.No Component Cost (Rs.)
1 Development Cost
2 Data Migration Cost
3 Training Cost
4 OPEX
5 Minimum Revenue Share to be Proposed 1775000
Total Cost Rs. (1) +(2) + (3) +(4) - (5) Authorized Signature: Name and Title of Signatory: Name of Firm: Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 107 | P a g e
Form 2 B: Development Cost
S.
No.Item
Effort In Man
Months (T)
Manmonth
cost (INR) (A)
CAPEX Lumpsum
(INR)
(T*A)
A
Primary Sector Portal development payment
gateway, unique authetication, websrvices to
connect to all existing department applications
BFor Application Development, Customization and
GO Live for Tier 3 Modules
1 Module 1 - Extension Management
2 Module 2 - Loans & Subsidies Management
3 Module 3 - Inputs Management
4 Module 4 -Insurance Management
5 Module 5 - Farm Management
6 Module 6 - Facilities & Assets Management
7 Module 7 - Marketing
8 Module 8 - Reporting & Analysis
CFor Application Development, Customization and
GO Live for Tier 4 Modules
1 Module 1 - Agriculture Management
2 Module 2 - Animal Husbandry Management
3 Module 3 - Fisheries Management
4 Module 4 - Cane Management
DIntegration, Functional Enhacement cost for
existing applications with Tier 1 & Tier 2
1
Online Licence Management System - All the
payments to the stakeholders for new and
renewal of licencing and amendment services
need to integrate with payment gateway / new
PS portal
2
Fertilizer Management System (FMS - The system
need to have the inspection report for soli health,
presently the inspection reports are downloaded,
manually signed and uploaded back into the
system. This can be automated by using e-sign for
digital signatures
3All existing applications to be integrated to the
PS portal developed by SI
4Development of web services for Integration
with People HUB
5All existing applications that require payment to
integrate with payment gateway
6
All applications to be interated with eSign as
required for all users as per the business
requirements
INR.Total (A) + (B) + ( C)+ (D)
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 108 | P a g e
Note: The payment to the SI shall be made upon completion of the various modules. Authorized Signature: Name and Title of Signatory: Name of Firm: Address:
Form 2 B: Development Cost
SL No Item Units (U)
Record
Unit Cost (INR) (
C)
Total INR
(U*C)
Remarks
1 Data Entry (from Manual to Electronic) 100000 One record contains
minimum of 100
words of 10 characters
each
2 Date Migration (from electronic forms
(Excel, flat files)
100000 One record as it exists
in the table
3 Data Migration (from existing DB to
new DB)
100000 One record as per the
DB table format
Total
Note: The above Unit cost would involve the cost of setting up of the data digitisation centres,
employing adequate systems, connectivity and people along with Data entry / migration tools or
software, data quality verification and also migration to the required system as necessary by the
scope of the RFP to enable all modules in full functional mode as the FRS requirements. All costs
related to the above should be subsumed by SI in the unit cost for respective items. The cost
should also include the data migration, digitisation in bilingual language (English, Telugu) as may
be necessary.
Authorized Signature: Name and Title of Signatory: Name of Firm: Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 109 | P a g e
Form 2 C: Training & Change management Cost
S. No. Item
No of
Department
users to be
trained (T)
Cost Per Trainee (INR)
for e-Pragati Primary
Sector Package
Orientation Training
(A)
Cost Per Trainee
(INR) forBasic
Computer Training
(B)
Cost Per Trainee
(INR) for Process
Training (C)
Cost Per Trainee
(INR) e-Pragati
Primary Sector
Applications
Training(D)
Cost Per Trainee
(INR) for
Specialized
Computer
Training (E)
Cost per Trainee
(INR) for Change
Management
Workshops (F)
Total Cost
(INR)
T*(A+B+C+D) +
(T*E) + (T*F)
1 Agriculture Department 1400
2 Horticulture Department 200
3 Sericulture Department 900
4 e-Market Department 500
5 Animal Husbandry
Department2000
6 Fisheries Department 500
7 Cane Department 100
8 Selected personnel from
SD, HoD, DC, JC, RDO,
AO, Mandal and Village
Offices and other e-
Pragati Primary Sector
Departments
500
TOTAL
Note: It is assumed that the ITE&C would arrange 3 training centre (Vijayawada,
Vishakhapatnam, Kurnool / Chittoor) to accommodate 30-40 people at a time. The SI should
arrange for the systems, connectivity, necessary trainers, training materials of required nos, and
other requirements like Projector, PA system, generator etc. at the SI’s cost. The TA/DA and the
venue charges including the refreshments would be provided by ITE&C
Authorized Signature: Name and Title of Signatory: Name of Firm: Address:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 110 | P a g e
Form 2 D: OPEX Cost
S. No. Item Y1 Cost in INR Y2 Cost in INRTotal for 2
years
Operations and Maintenance (Quarterly Expenses for 2 years of
contract after ‘”Go-Live”) - Amount will be paid in QGR
A Tier 3 Modules
1 Module 1 - Extension Management
2 Module 2 - Loans & Subsidies Management
3 Module 3 - Inputs Management
4 Module 4 -Insurance Management
5 Module 5 - Farm Management
6 Module 6 - Facilities & Assets Management
7 Module 7 - Marketing
8 Module 8 - Reporting & Analysis
B Tier 4 Modules
1 Module 1 - Agriculture Management
2 Module 2 - Animal Husbandry Management
3 Module 3 - Fisheries Management
4 Module 4 - Cane Management
CDedicated Man Power for Operational Support / helpdesk (Minimum
dedicated Team requirements)
1 Operational Team Lead (1 Nos)
2 Development Team members (5 Nos)
3 Business Analyst (2 Nos)
4 Software tester (1 Nos)
5 Deployment lead (1 Nos)
6Application Admin (1Nos), Database Admin (1 Nos), Network Admin
(1Nos)
7 Helpdesk Manager (1 Nos)
8 Helpdesk Level 1 Team (2 Nos)
9 Helpdesk Level 2 Team (2 Nos)
10 Call centre Team (As required to meet SLAs)
D Cloud Hosting cost
INR.Total (A) + (B) + ( C) + (D) Note: The development is expected to be completed module wise and the O&M for those
completed modules would start as and when the module goes live until the end of three years
from the start of the contract. However, all modules shall be completed and go-live within a
period of 1 year from the date of signing of the contract. The amount would be paid in Quarterly
instalments after any due deductions basis the SLA performance. If there has been any credits
accrued that would be adjusted and paid to the credit of the SI. All SLA measurements and
adjustments shall be on a quarterly basis and the penalty / credits would be settled in the
respective quarter itself.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 111 | P a g e
Form 2 E: Additional Manpower cost Table
S
No
Designated Role / Title Man Month Rates in INR
1. Project Director / Head (E-
2.
Project Manager(e-Pragati)
3. Team Leaders
4.
Domain Expert (SME)
5.
Delivery and Integration Lead
6.
Security Lead
7.
Infrastructure and Data Centre
Lead
8.
Capacity building(Training)
Change Management Lead
9.
Networking Lead
10. Quality Assurance Lead
11.
System Administrator
12.
Database Administrator
13.
Development / customization
team & others
14.
Helpdesk Lead
15.
Testing Team
16.
Helpdesk Team
Note: The ITE&C / APTS may require the services of any or all resources mentioned above for
any additional scope of work and would use the above rates for the scope extension. These
rates are considered to be all inclusive of all taxes and shall be fixed for the entire period of the
contract. If the services are required beyond the period of the contract 10% increase on the
same would be applicable.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 112 | P a g e
Form 2 F: Revenue Model
S. No. Item
Estimated
users for the
modules
Units Cost per Unit
Revenue
Expected INR
( R)
Revenue
sharing %
per Year
proposed by
SI (S)
Revenue
Sharing in
INR Per Year
( R1 = R*S)
Remarks
A Tier 3 Modules
1 Module 1 - Extension Management
2 Module 2 - Loans & Subsidies Management
3 Module 3 - Inputs Management
4 Module 4 -Insurance Management
5 Module 5 - Farm Management
6 Module 6 - Facilities & Assets Management
7 Module 7 - Marketing 50 YardsPer yard per
annum;
5 Lakhs Per Large
Yard
2 Lakhs per
Medium Yard
Rs 1 Laks per Small
Yard
3000000
5% 150000
2 Large Yards
5 Small Yards
10 Small
Yards
8 Module 8 - Reporting & Analysis
B Tier 4 Modules
1 Module 1 - Agriculture Management 50000Per user Per
annum100 5000000 5% 250000
2 Module 2 - Animal Husbandry Management 0 0
3 Module 3 - Fisheries Management 25000Per user Per
annum500 12500000
5%625000
4 Module 4 - Cane Management 300000Per Acre Per
Annum50
15000000 5%750000
C Value Added services (VAS)
1 Bidder is free to propose any number of VAS
1775000Total (A) + (B)
Note: The Revenue model projected above is for revenue sharing to the selected SI. The revenue
sharing % projected would be deducted from the Total cost to arrive at the L1 cost of the bidder.
The minimum revenue share shall be 10%. SI is free to project any additional VAS as per the
scope of the RFP. The revenue share model may be proposed as per the form above. Revenue
sharing proposed for VAS shall not be considered for L1. The guiding user database for revenue
model is provided in section 3.5 of Volume I of the RFP. If there are more transactions and
hence more revenue is generated the SI would be paid as per the % of revenue projected.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 113 | P a g e
ANNEXURE III: Template for PBG & CCN
Form 1: Performance Bank Guarantee
PERFORMANCE SECURITY: <Name> <Designation> <Address> <Phone Nos.> <Fax Nos.> <Email id> Whereas, <name of the supplier and address>(hereinafter called “the bidder”) has undertaken, in pursuance of contract no. <Insert Contract No.> dated. <Date> to provide Implementation services for <name of the assignment> to APTS/ITE&C (hereinafter called “the beneficiary”) And whereas it has been stipulated by in the said contract that the bidder shall furnish you with a bank guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the contract; And whereas we, <Name of Bank> a banking company incorporated and having its head/registered office at <Address of Registered Office> and having one of its office at <Address of Local Office>have agreed to give the supplier such a bank guarantee. Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of Rs.<Insert Value>(Rupees <Insert Value in Words> only) and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of Rs.<Insert Value>(Rupees<Insert Value in Words> only) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the bidder before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the Bidder shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 114 | P a g e
This Guarantee shall be valid until <Insert Date>) Notwithstanding anything contained herein:
I. Our liability under this bank guarantee shall not exceed Rs.<Insert Value>(Rupees <Insert Value in Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>) III. It is condition of our liability for payment of the guaranteed amount or any part
thereof arising under this bank guarantee that we receive a valid written claim or demand for payment under this bank guarantee on or before <Insert Expiry Date>) failing which our liability under the guarantee will automatically cease.
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 115 | P a g e
Form 2: Change Control Notice (CCN) Format
Change Control Note CCN Number:
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments as A1, A2, and A3 etc.)
Authorized by : Date:
Name:
Signature: Received by the IP
Date:
Name:
Signature:
Change Control Note
CCN Number:
Part B : Evaluation
(Identify any attachments as B1, B2, and B3 etc.) Changes to Services, charging structure, payment profile, documentation, training, service levels and component working arrangements and any other contractual issue.
Brief Description of Solution:
Impact:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 116 | P a g e
Deliverables:
Timetable:
Charges for Implementation: (including a schedule of payments)
Other Relevant Information: (including value-added and acceptance criteria)
Authorized by the Implementation Partner
Date:
Name:
Signature:
RFP for Selection of System Integrator for Implementation e-Pragati Primary Sector Modules Volume II
Andhra Pradesh State-wide rollout of the e-Pragati Primary Sector Vol –II 117 | P a g e
12 MASTER SERVICES AGREEMENT (In volume III)
13 SERVICE LEVEL AGREEMENT - (In volume III)
14 NON-DISCLOSURE AGREEMENT (In volume II)
15 Format Rate Contract Details (In volume II) 16 ROLES and RESPONSIBILITIES OF THE PARTIES (Volume II )
17 Scope of the Project - (In volume I)