29.08.2015 Views

RFP for Rajasthan Integrated Mandi ... - DOITC Rajasthan

RFP for Rajasthan Integrated Mandi ... - DOITC Rajasthan

RFP for Rajasthan Integrated Mandi ... - DOITC Rajasthan

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Draft<br />

Draft Request <strong>for</strong> Proposal (<strong>RFP</strong>) Document <strong>for</strong><br />

the Pilot Implementation of<br />

<strong>Rajasthan</strong> <strong>Integrated</strong> <strong>Mandi</strong> Management System (RIMMS)<br />

<strong>for</strong><br />

Department of Agricultural Marketing,<br />

Government of <strong>Rajasthan</strong><br />

[ Reference No. F4.2 (56)/RISL/Tech/2012/2189 Dated 06-07-2012 ]<br />

Mode of Bid Submission<br />

Tendering Authority/ Purchaser<br />

Date & Time of Pre-bid meeting<br />

Last Date & Time of Submission of eBid<br />

Date & Time of Opening of Technical eBid<br />

Online though eProcurement/ eTendering system at<br />

http://eproc.rajasthan.gov.in<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL), First Floor,<br />

Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur<br />

(<strong>Rajasthan</strong>)<br />

23.07.2012 at 03.00PM<br />

24.08.2012 at 03.00PM<br />

27.08.2012 at 03.00PM<br />

Cost of Tender Document: Rs. 5000/- Only (Rupees Five Thousand Only)<br />

Name of the Bidding Company/ Firm:<br />

Contact Person(Authorised Bid Signatory):<br />

Correspondence Address:<br />

Mobile No.<br />

Telephone & Fax Nos.:<br />

Website & E-Mail:<br />

RajCOMP Info Services Limited (RISL)<br />

1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Phone: 91(141) 2229394, 5103902 Fax: 91(141) 2228701<br />

Website: http://risl.rajasthan.gov.in<br />

Email: info.risl@rajasthan.gov.in<br />

Seal &Signature of the Auth. Sign . Page 1 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

CONTENTS<br />

1. INVITATION FOR BIDS (IFB) AND NOTICE INVITING TENDER 7<br />

NOTICE INVITING TENDER-NIT 9<br />

2. BACKGROUND INFORMATION 10<br />

2.1. PROJECT PROFILE .............................................................................................................................................. 10<br />

2.1.1 THEMATIC FOCUS/ PROJECT OBJECTIVES......................................................................................................... 10<br />

2.1.2 NEED AND BENEFITS ........................................................................................................................................... 10<br />

2.1.3 BRIEF TECHNICAL SOLUTION REQUIREMENTS .................................................................................................... 10<br />

2.1.4 BRIEF SCOPE OF WORK ..................................................................................................................................... 11<br />

2.1.5 IMPLEMENTING AND PARTICIPATING AGENCIES (STAKEHOLDERS) .................................................................... 12<br />

2.1.6 TARGET GROUP (AUDIENCE/ BENEFICIARIES) ................................................................................................... 13<br />

2.1.7 EXPECTED PROJECT OUTCOMES ....................................................................................................................... 13<br />

2.2. ABOUT DEPARTMENT OF AGRICULTURAL MARKETING ...................................................................................... 13<br />

2.2.1 FUNCTIONAL COVERAGE OF PILOT IMPLEMENTATION OF RIMMS .................................................................... 15<br />

3. ELIGIBILITY CRITERIA 17<br />

4. SCOPE OF WORK, DELIVERABLES AND TIMELINES 19<br />

4.1. CONCEPTUAL TECHNICAL DESIGN OF THE RIMMS .......................................................................................... 19<br />

4.1.1. THE WEB APPLICATION ....................................................................................................................................... 19<br />

4.1.2. PROPOSED DEPLOYMENT ARCHITECTURE ........................................................................................................ 19<br />

4.1.3. PROPOSED SECURITY ARCHITECTURE .............................................................................................................. 20<br />

4.1.4. APPROACH AND METHODOLOGY TO BE FOLLOWED ........................................................................................... 20<br />

4.1.5. DATA SIZING, NAMED USERS & CONCURRENCY OF DATA ................................................................................ 20<br />

4.2. SCOPE OF WORK ................................................................................................................................................ 21<br />

4.2.1. APPLICATION SOFTWARE DEVELOPMENT AND WEB PORTAL DEVELOPMENT .................................................. 21<br />

4.2.2. SITE SURVEY AND PREPARATION AND INSTALLATION AND COMMISSIONING OF IT AND NON-IT<br />

HARDWARE .................................................................................................................................................................... 27<br />

4.2.3. DATA DIGITIZATION AND MIGRATION .................................................................................................................. 29<br />

4.2.4. TRAINING & CAPACITY BUILDING ....................................................................................................................... 30<br />

4.2.5. SYSTEM INTEGRATION AND COMMISSIONING ( GO LIVE ) .................................................................................. 31<br />

4.2.6. OPERATION AND MAINTENANCE / FACILITY MAINTENANCE SERVICES (FMS) ................................................. 32<br />

4.2.6.1. IMPLEMENTATION SUPPORT ....................................................................................................................... 32<br />

4.2.6.2. DEPLOYMENT OF MANPOWER FOR FACILITY MANAGEMENT SERVICES ................................................... 33<br />

Seal &Signature of the Auth. Sign . Page 2 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

4.2.6.3. MANAGED SERVICES DURING O&M PERIOD ............................................................................................. 34<br />

4.2.6.4. SUPPORT SERVICES WEB PORTAL & APPLICATION S/W ........................................................................... 37<br />

4.2.6.5. MIS REPORTS: ................................................................................................................................................ 38<br />

4.2.7. CHANGE REQUEST MANAGEMENT SERVICES .................................................................................................... 40<br />

4.2.8. THIRD PARTY AUDIT (TPA) ................................................................................................................................ 40<br />

4.3. PROJECT DURATION ........................................................................................................................................... 41<br />

4.4. ROLES & RESPONSIBILITIES (STAKEHOLDER-WISE) ......................................................................................... 41<br />

4.5. PROJECT DELIVERABLES, MILESTONES & TIME SCHEDULE ............................................................................. 45<br />

5. INSTRUCTION TO BIDDERS (ITB) & BIDDING PROCESS 50<br />

6. TERMS AND CONDITIONS, OF TENDER & CONTRACT 66<br />

7. ANNEXURES 98<br />

7.1. ANNEXURE 1 – FUNCTIONAL REQUIREMENT SPECIFICATIONS ...................................................... 98<br />

7.2 ANNEXURE 2 – INDICATIVE BILL OF MATERIAL (BOM)....................................................................... 142<br />

7.3 ANNEXURE-3 – SUGGESTED TECHNICAL SPECIFICATIONS........................................................... 146<br />

7.4 ANNEXURE-4 - COVERING LETTER OF THE BID .................................................................................. 172<br />

7.5 ANNEXURE-5 - PRE- BID QUERIES FORMAT ........................................................................................ 174<br />

7.6 ANNEXURE-6 - TENDER FORM ................................................................................................................. 175<br />

7.7 ANNEXURE-7- BIDDER‟S AUTHORIZATION CERTIFICATE ................................................................ 176<br />

7.8 ANNEXURE-8 - SELF-DECLARATION – NO BLACKLISTING ............................................................... 177<br />

7.9 ANNEXURE-9 - CERTIFICATE OF CONFORMITY/ NO DEVIATION ................................................... 178<br />

7.10 ANNEXURE-10 - MANUFACTURER‟S AUTHORIZATION FORM (MAF)............................................. 179<br />

7.11 ANNEXURE-11 - UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS ................. 180<br />

7.12 ANNEXURE-12- FORMAT FOR STATEMENT OF DEVIATIONS .......................................................... 181<br />

7.13 ANNEXURE-13 - FINANCIAL BID FORMAT.............................................................................................. 183<br />

7.14 ANNEXURE-14 - PERFORMANCE BANK GUARANTEE ....................................................................... 191<br />

7.15 ANNEXURE-15 - DRAFT AGREEMENT FORMAT................................................................................... 193<br />

7.16 ANNEXURE-16 - FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-<br />

QUALIFICATION EXPERIENCE ............................................................................................................................ 196<br />

7.17 ANNEXURE 17- SERVICE LEVEL AGREMENT ....................................................................................... 197<br />

7.18 ANNEXURE 18 - FORMAT FOR CONSORTIUM AGREEMENT ............................................................ 203<br />

7.19 ANNEXURE-19 - LIST OF INFRASTRUCTURE TO BE PROVIDED BY RSDC ................................. 207<br />

ANNEXURE-20 - INDICATIVE PROJECT PLAN ................................................................................................. 208<br />

7.21 ANNEXURE-21 - EXPECTED QUALIFICATION OF MANPOWER RESOURCES .............................. 209<br />

Seal &Signature of the Auth. Sign . Page 3 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

ABBREVIATIONS & DEFINITIONS<br />

Agreement<br />

Authorised Signatory<br />

APMC<br />

Bidder / Tenderer<br />

CMC<br />

Contract<br />

COTS<br />

DAM, GoR<br />

Day<br />

DeitY, GoI<br />

The Agreement to be signed between the successful bidder and<br />

RajCOMP Info Services Ltd.<br />

The bidder‟s representative/ officer vested (explicitly, implicitly, or<br />

through conduct) with the powers to commit the authorizing<br />

organization to a binding agreement. Also called signing officer/<br />

authority having the Power of Attorney (PoA) from the competent<br />

authority of the respective bidding firm.<br />

Agriculture Produce Marketing Committee<br />

"Bidder" means any firm/ agency/ company/ contractor/ supplier/<br />

vendor responding to Invitation <strong>for</strong> Bids / Request <strong>for</strong> Proposal /<br />

Notice Inviting Tender and which is participating in the Bid. Also<br />

called offeror or quoter.<br />

Contract Monitoring Committee<br />

The “Contract” means a legally en<strong>for</strong>ceable agreement entered into<br />

between RajCOMP Info Services Limited (RISL) and the selected<br />

bidder(s) with mutual obligations.<br />

Commercial off the Shelf<br />

Department of Agricultural Marketing, Government of <strong>Rajasthan</strong><br />

“Day” means a working day as per Government of <strong>Rajasthan</strong><br />

Government of India.<br />

Department of Electronics and In<strong>for</strong>mation Technology, Government<br />

of India<br />

DoIT&C, GoR Department of In<strong>for</strong>mation Technology and Communication,<br />

Government of <strong>Rajasthan</strong><br />

EMD<br />

EMS<br />

GoI<br />

Goods<br />

GoR<br />

ICT<br />

INR<br />

ISO<br />

Earnest Money Deposit<br />

Enterprises Management System<br />

Government of India<br />

“Goods” means a tangible physical product that can be contrasted<br />

with a service which is intangible i.e. all the products which the<br />

bidder is required to supply to the purchaser under the contract.<br />

Government of <strong>Rajasthan</strong><br />

In<strong>for</strong>mation and Communication Technology<br />

Indian Rupee<br />

International Organisation <strong>for</strong> Standardisation<br />

Seal &Signature of the Auth. Sign . Page 4 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

IT<br />

ITB<br />

LCBS<br />

LD<br />

LoI<br />

NeGP<br />

NIT<br />

NMS<br />

OEM<br />

PAN<br />

PBG<br />

PC<br />

Project Site<br />

PSD<br />

Purchaser/ Tendering Authority<br />

<strong>RFP</strong><br />

RIMMS<br />

RISL<br />

RSDC<br />

RSWAN<br />

Services<br />

Supplier/SI/Vendor/Successful<br />

Bidder/ Service<br />

Provider/Contractor<br />

SLA<br />

In<strong>for</strong>mation Technology<br />

Instruction to Bidders<br />

Least Cost Based Selection Method (L1)<br />

Liquidated Damages<br />

Letter of Intent<br />

National eGovernance Plan<br />

Notice Inviting Tender<br />

Network Management System<br />

Original Equipment Manufacturer<br />

Permanent Account Number<br />

Per<strong>for</strong>mance Bank Guarantee<br />

Procurement Committee<br />

The “Project Site”, wherever applicable, means the designated place<br />

or places where the project implementation is to be carried out.<br />

Per<strong>for</strong>mance Security Deposit<br />

Person or entity that is a recipient of a good or service provided by<br />

the bidder under a purchase order or contract of sale. Also called<br />

buyer. RajCOMP Info Services Limited (RISL) in this <strong>RFP</strong> document.<br />

Request <strong>for</strong> Proposal, an early stage in procurement process,<br />

issuing an invitation <strong>for</strong> bidders, through a bidding process, to submit<br />

a proposal on a specific commodity or service.<br />

<strong>Rajasthan</strong> <strong>Integrated</strong> <strong>Mandi</strong> Management System<br />

RajCOMP Info Services Ltd.<br />

<strong>Rajasthan</strong> State Date Centre<br />

<strong>Rajasthan</strong> State Wide Area Network<br />

“Services” means the services to be delivered by the successful<br />

bidder and as required to run the project successfully as per the<br />

contract. A service is the intangible equivalent of an economic good.<br />

System Integrator, The bidder who will be finally selected and who<br />

gets into an agreement with the RISL <strong>for</strong> completing the work<br />

mentioned in this bidding document.<br />

Service Level Agreement is a negotiated agreement between two<br />

parties wherein one is RISL and the other is the selected bidder. It is<br />

a service contract where the level of service is <strong>for</strong>mally defined.<br />

Seal &Signature of the Auth. Sign . Page 5 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

SoW<br />

SSDG<br />

State Government<br />

STQC<br />

TC<br />

TIN<br />

TPA<br />

UAT<br />

VAT<br />

WO/ PO<br />

Scope of Work<br />

State Service Delivery Gateway<br />

Government of <strong>Rajasthan</strong><br />

Standardisation Testing and Quality Certification, Government of<br />

India<br />

Technical Committee<br />

Tax Identification Number<br />

Third Party Auditor<br />

User Acceptance Testing<br />

Value Added Tax<br />

Work Order/ Purchase Order<br />

Seal &Signature of the Auth. Sign . Page 6 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

1. INVITATION FOR BIDS (IFB) AND NOTICE INVITING TENDER<br />

1) RajCOMP Info services Limited (RISL) on behalf of Department of Agricultural Marketing (DAM)<br />

invites electronic bid (eBid) proposals from reputed, competent and professional In<strong>for</strong>mation<br />

Technology(IT) Firms, who meet the minimum eligibility criteria as specified in this bidding document<br />

<strong>for</strong> the design, development, implementation and maintenance <strong>for</strong> an end to end solution <strong>for</strong> the pilot<br />

implementation of <strong>Rajasthan</strong> <strong>Integrated</strong> <strong>Mandi</strong> Management System (RIMMS), as detailed in the<br />

section titled "Scope of Work" of this <strong>RFP</strong> document.<br />

2) Based on the successful implementation and operations of the pilot project, the project shall be rolledout<br />

across the state covering remaining mandis. A separate <strong>RFP</strong> shall be issued <strong>for</strong> project rollout<br />

across the state.<br />

3) The RIMMS will be based upon open standards & state-of-art technologies, designed in 3-tier<br />

architecture with the flexibility to expand/ upgrade and integrate with other existing/ proposed NeGP/<br />

GoR projects as per the requirements of DAM.<br />

4) The complete bidding document has been published on the websites http://doitc.rajasthan.gov.in,<br />

http://risl.rajasthan.gov.in and http://eproc.rajasthan.gov.in/ <strong>for</strong> the purpose of downloading. The<br />

downloaded bidding document shall be considered valid <strong>for</strong> participation in the electronic bidding<br />

process (eProcurement/ eTendering) subject to the submission of required tender/ bidding document<br />

fee and RISL Processing Fee in Cash/ Demand Draft and in favour of “Managing Director, RajCOMP<br />

Info Services Limited (RISL)” payable at “Jaipur”. A copy of the tender/ bidding document fee receipt<br />

and RISL Processing Fee must be enclosed along with the Technical bid/ proposal failing which the<br />

bid will be summarily rejected.<br />

5) Bidders who wish to participate in this bidding process must register on http://eproc.rajasthan.gov.in<br />

(bidders already registered on http://eproc.rajasthan.gov.in be<strong>for</strong>e 30-09-2011 must register again).<br />

6) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III)<br />

as per In<strong>for</strong>mation Technology Act-2000 using which they can digitally sign their electronic bids.<br />

Bidders can procure the same from any CCA approved certifying agency, i.e. TCS, safecrypt, Ncode<br />

etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a new<br />

DSC.<br />

7) A single-stage two envelope selection procedure shall be adopted.<br />

8) Bidder (authorised signatory) shall submit their offer online in electronic <strong>for</strong>mats both <strong>for</strong> technical and<br />

financial proposal. However, Demand Draft (DD) <strong>for</strong> tender document fees, RISL processing fees and<br />

Earnest Money Deposit (EMD) should be submitted physically at the office of Tendering Authority as<br />

prescribed in NIT and scanned copy of same should also be uploaded along with the technical bid/<br />

cover.<br />

Seal &Signature of the Auth. Sign . Page 7 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

9) RISL will not be responsible <strong>for</strong> delay in online submission due to any reason. For this, bidders are<br />

requested to upload the complete bid proposal well advance in time so as to avoid 11th hour issues<br />

like slow speed; choking of web site due to heavy load or any other un<strong>for</strong>eseen problems.<br />

10) Bidders are also advised to refer “Bidders Manual Kit” available at eProc website <strong>for</strong> further details<br />

about the e-tendering process.<br />

11) Training <strong>for</strong> the bidders on the usage of e-Tendering System (eProcurement) is also being arranged<br />

by RISL on regular basis. Bidders interested <strong>for</strong> training may contact e-Procurement Cell, RISL <strong>for</strong><br />

booking the training slot.<br />

Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days)<br />

e-mail: eproc@rajasthan.gov.in<br />

Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur<br />

12) Please note that a pre-bid meeting of prospective bidders, who have purchased the tender/ bidding<br />

document, is scheduled as per the details specified in Notice Inviting Tender (NIT) below. The<br />

objective of this meeting is to address the queries of the prospective bidders related to the Project/<br />

Bidding document.<br />

13) No contractual obligation whatsoever shall arise from the <strong>RFP</strong>/ bidding process unless and until a<br />

<strong>for</strong>mal contract is signed and executed between the tendering authority and the successful bidder(s).<br />

14) RISL disclaims any factual/ or other errors in this document (the onus is purely on the individual<br />

bidders to verify such in<strong>for</strong>mation) and the in<strong>for</strong>mation provided herein are intended only to help the<br />

bidders to prepare a logical bid-proposal.<br />

Seal &Signature of the Auth. Sign . Page 8 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

NOTICE INVITING TENDER-NIT<br />

Tender Reference No F4.2(56)/RISL/TECH/2012/2189 Dated 06.07.2012<br />

RajCOMP Info Services Limited (RISL), on behalf of Department of Agriculture Marketing (DAM), Govt. of<br />

<strong>Rajasthan</strong> (GoR), invites Technical & Financial eBids/ proposals from eligible In<strong>for</strong>mation Technology (IT)<br />

firms <strong>for</strong> the selection of a System Integrator (SI)/ Service Provider <strong>for</strong> an end to end solution <strong>for</strong> the Pilot<br />

implementation of <strong>Rajasthan</strong> <strong>Integrated</strong> <strong>Mandi</strong> Management System (RIMMS) project <strong>for</strong> DAM, GoR at<br />

the designated locations in the state of <strong>Rajasthan</strong>. The proposals shall only be submitted through<br />

eTendering system at www.eproc.rajasthan.gov.in .The bidding schedule is as follows:<br />

Nature of the Project<br />

Cost of <strong>RFP</strong> document (non-refundable)*<br />

RISL Processing Fees (Non – refundable)*<br />

Estimated Pilot Project Cost<br />

Earnest Money Deposit (EMD)*<br />

<strong>RFP</strong> Publishing Date & Time<br />

<strong>RFP</strong> Document Download Start Date & Time<br />

Date, Time & Venue of Pre-Bid Meeting<br />

Proposal submission Start Date & Time<br />

<strong>RFP</strong> Document Download End Date & Time<br />

Bid submission End Date & Time<br />

Submission of Demand Draft/ Banker<br />

Cheque <strong>for</strong> cost of <strong>RFP</strong> documents<br />

processing fees and Earnest Money Deposit*<br />

System Integrator <strong>for</strong> an end to end solution <strong>for</strong> the<br />

pilot implementation of RIMMS (<strong>Rajasthan</strong> <strong>Integrated</strong><br />

<strong>Mandi</strong> Management System) at select locations<br />

Rs. 5000/- (Rupees Five Thousand Only).<br />

Rs 1000 /- (Rupees One Thousand only)<br />

Rs. 5.15 Crores (Rupees Five Crores and Fifteen<br />

Lacs) approx.(Estimated project cost <strong>for</strong> scope of work<br />

in this <strong>RFP</strong>)<br />

Rs. 10.30 Lacs (Rupees Ten Lacs and Thirty<br />

Thousand Only)<br />

16/07/2012 at 04.00 P.M.<br />

From 16/07/2012 at 05:00PM<br />

23/07/2012 at 03:00PM<br />

Board Room , RISL , First Floor ,Yojana Bhawan,<br />

Tilak Marg, C-Scheme Jaipur, <strong>Rajasthan</strong>-302005<br />

at 05.00 P.M. onwards<br />

at 01.00 P.M.<br />

at 03.00 P.M.<br />

From 03.00 PM on 24/08/2012 up to 01:00PM on<br />

27/08/2012 at the following address:<br />

RISL , First Floor ,Yojana Bhawan, Tilak Marg, C-<br />

Scheme Jaipur, <strong>Rajasthan</strong>-302005<br />

Technical Proposal Opening Date & Time 27/08/2012 at 03:00PM at the a<strong>for</strong>ementioned<br />

address of pre bid meeting.<br />

Financial Proposal Opening Date & Time<br />

Websites <strong>for</strong> downloading Tender Document,<br />

Corrigendum’s, Addendums etc.<br />

Bid Validity<br />

Will be intimated later to the technically qualified<br />

bidders<br />

http://rajasthan.gov.in, http://risl.rajasthan.gov.in ,<br />

http://dipr.rajasthan.gov.in<br />

and<br />

http://eproc.rajasthan.gov.in/<br />

180 Days from the date of Bid submission<br />

*In case any of the bidders fails to physically submit the original Demand Drafts/ Banker Cheques <strong>for</strong> <strong>RFP</strong> cost,<br />

Earnest Money Deposit and processing fees up to 01:00PM on 27/08/2012, the bid of the bidder shall not be<br />

accepted. The Demand Draft/ Banker Cheque should be drawn in favor of Managing Director, RajCOMP Info<br />

Services Limited, payable at Jaipur from any scheduled Commercial bank.<br />

Date: 06/07/2012<br />

Managing Director<br />

RajCOMP Info Services Limited (RISL)<br />

Jaipur (<strong>Rajasthan</strong>)<br />

Seal &Signature of the Auth. Sign . Page 9 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

2. BACKGROUND INFORMATION<br />

2.1. Project Profile<br />

2.1.1 Thematic Focus/ Project Objectives<br />

Strategic objective of the project is to extend market reach <strong>for</strong> farmers by providing access to mandi<br />

in<strong>for</strong>mation. The main objectives of the project are mentioned below:<br />

o<br />

Democratic Participation: Commodity wise market prices will be provided in local language<br />

(English & Hindi) through web portal and electronic display boards in the Agricultural Produce<br />

Market Committee (APMC) mandis. Farmers would be able to use eGovernance to track and<br />

monitor the progress of their license and schemes applications.<br />

o<br />

Use of IT <strong>for</strong> improving eGovernance: eGovernance will facilitate the monitoring of operations of<br />

APMCs thereby bringing efficiency, effectiveness & transparency in operations of DAM.<br />

2.1.2 Need and benefits<br />

The complete administrative, capital and infrastructural resource structure of DAM is mandi oriented.<br />

<strong>Mandi</strong> yard also known as APMC, is focal point through which the physical and financial agro<br />

marketing transactions occur in real time. Majority of the revenues earned by the APMCs is through<br />

the mandi fee levied on the mandi transactions. One of the major activities of DAM is providing<br />

adequate infrastructure, regulatory framework and monitoring to ensure sale of agricultural produce in<br />

open markets through auctioning.<br />

As the transactions increase in volume and the needs at DAM increase in complexity, it becomes<br />

imperative to look <strong>for</strong> scalability, better efficiency, greater convenience as well as better returns.<br />

Moreover, the geographical spread of DAM is across the state of <strong>Rajasthan</strong> and this impacts the<br />

management and control of operations at APMC level. With this outlook, the Government of<br />

<strong>Rajasthan</strong> (GoR) has embarked on the project RIMMS to undertake computerisation at DAM.<br />

The overall aim of DAM, through this project is computerization of mandi operations to increase the<br />

efficiency and effectiveness of the markets & operations and trickle down the benefits of an efficient<br />

market to all the stakeholders.<br />

2.1.3 Brief technical solution requirements<br />

a) The bidder is responsible to provide the best of class technical solutions as per the requirements<br />

in the Scope of Work provided in Chapter 4 of this <strong>RFP</strong> document.<br />

b) The application s/w development work shall comply with the respective guidelines issued by<br />

DoIT&C, Government of <strong>Rajasthan</strong> and Department of Electronics and In<strong>for</strong>mation Technology<br />

(DeitY), Government of India (GoI).<br />

Seal &Signature of the Auth. Sign . Page 10 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

c) The resources deployed by the selected bidder <strong>for</strong> RIMMS assignment should be qualified and<br />

experienced, with specialization in identified technologies/ products. Depending upon the project<br />

needs, it is expected that adequate resources will be deployed by the firm <strong>for</strong> the entire contract<br />

period<br />

d) For detailed technical solution requirements, bidders may refer to subsequent chapters/ sections<br />

of this bidding document.<br />

2.1.4 Brief Scope of Work<br />

a) The scope involves study, design, development, testing, integration and implementation of<br />

RIMMS solution <strong>for</strong> the DAM, <strong>Rajasthan</strong>.<br />

b) The solution will be rolled out at DAM HQ at Jaipur, 10 (ten) identified regional offices Alwar,<br />

Ajmer, Bikaner, Hanumangarh, Jaipur, Jodhpur, Kota, Sikar, Sri Gaganagar and Udaipur.and 5<br />

(five) selected APMC mandis Chomu (grain), Khairthal, Udaipur (grain), Bhilwara, Pilli Banga, .<br />

The entire activity should be completed within 8 months of award of contract. This will be followed<br />

by operations & maintenance phase <strong>for</strong> 2 years post successful commissioning of the project.<br />

c) The bidder shall be responsible <strong>for</strong> supply, installation & maintenance of hardware at DAM HQ,<br />

10 regional offices and 5 selected mandis and at <strong>Rajasthan</strong> State Data Centre (RSDC).<br />

d) The bidder shall be responsible <strong>for</strong> Data entry and migration of all records along with provisioning<br />

<strong>for</strong> preparing and maintaining the data base.<br />

e) The bidder shall be responsible <strong>for</strong> installation and maintenance of LAN at DAM HQ, 10 regional<br />

offices and 5 selected mandis.<br />

f) The bidder shall be responsible to supply, install, configure, operate and maintain all the genuine<br />

licensed software with requisite server & user licenses (as applicable), media and manuals<br />

required at various project locations along with OEM support, updates, patches, and errata <strong>for</strong> the<br />

period of 3 years and as per the bill of material/ technical specifications specified in this bid<br />

document.<br />

g) The bidder shall be responsible to provide necessary IT skills training, sensitization training<br />

covering basics of eGovernance, Project Management etc. and handholding training to DAM and<br />

APMCs staff.<br />

The bidder should use existing EMS licenses <strong>for</strong> the SLA management tools already available at<br />

RSDC as per existing policy & guidelines of RSDC.<br />

h) The bidder shall be responsible <strong>for</strong> site preparation along with furniture & fixture, electric cabling<br />

etc. at DAM HQ, 10 regional offices and 5 selected APMC mandis and at <strong>Rajasthan</strong> State Data<br />

Centre (RSDC).<br />

i) The bidder shall provide facility management services <strong>for</strong> operations & maintenance <strong>for</strong> period of<br />

2 years.<br />

Seal &Signature of the Auth. Sign . Page 11 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

j) The detailed Functional Requirements Specifications (FRS) (please refer Annexure 1) included in<br />

this document is to be considered as an integral part of the scope of work and intending bidder<br />

should take it into account while estimating their ef<strong>for</strong>ts and bids.<br />

k) Bidders may refer Chapter – 4 <strong>for</strong> the detailed Scope of Work.<br />

2.1.5 Implementing and participating agencies (Stakeholders)<br />

The key stakeholders identified are as follows:<br />

o<br />

Farmers<br />

<br />

APMCs provide a plat<strong>for</strong>m <strong>for</strong> the farmers and traders, to come together and arrive at<br />

a mutually beneficial transaction, ensuring possible competitive prices to the farmers<br />

and range of alternatives to the purchasing community (trader Communities).<br />

<br />

DAM aims to provide real time market price in<strong>for</strong>mation through a bilingual (Hindi &<br />

English) web based electronic portal wherein all web pages, reports and <strong>for</strong>m on portal<br />

should be accessible in bilingual. By more personalized channels of delivery such as<br />

SMS, DAM aims to provide latest market price in<strong>for</strong>mation in local language to the<br />

farmers at their doorsteps. Through Electronic Display Boards in mandis, it aims to<br />

provide latest market price in<strong>for</strong>mation to the farmer communities.<br />

o<br />

Business Community<br />

<br />

Traders and broker community: APMCs provide a level playing field to the traders and<br />

broker community, to come together and compete through an open-auction <strong>for</strong><br />

agricultural produce available in the APMC mandis. Through bilingual web portal, DAM<br />

aims to provide easy access to individuals <strong>for</strong> submission of request <strong>for</strong> issue of e-<br />

Niryat Prativedan certificates, deposit mandi fees through epayment, submit<br />

application <strong>for</strong> issue of licences under various categories, view statement of account in<br />

terms of mandi fee dues/ fee payment, view his/her individual reports pertaining to<br />

purchase through auction, stock statement and commodity wise prices across the<br />

state of <strong>Rajasthan</strong>.<br />

Agriculture Produce Market Committees: There are 129 Market Committees, with 129<br />

principal market yards and 303 sub market yards. DAM provides necessary<br />

infrastructural facilities such as shops, common auction plat<strong>for</strong>m, covered sheds,<br />

individual plat<strong>for</strong>ms, link roads etc. and controls and regulates the market functioning.<br />

APMC manages principal yards and sub yards within market area, provides necessary<br />

facilities within the notified market yard viz. issuing license to traders, brokers and<br />

various class of commission agents and other market functionaries. Through publicplat<strong>for</strong>m<br />

such as bilingual web portal, DAM ensures an easy access to various<br />

Seal &Signature of the Auth. Sign . Page 12 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

auctions and support prices. These arrangements include setting-up of regularized and controlled<br />

markets, with all the necessary infrastructure and resources, operating upon pre-defined rules and<br />

regulations, and encompassing and monitoring the entire sale-purchase process.<br />

The core activities of the Department are:<br />

a) Creation of state-wide agriculture marketing infrastructure, comprising of various market<br />

committees, market yards, purchase centres, link roads, etc.<br />

b) Profit maximization <strong>for</strong> farmers by ensuring best-possible prices <strong>for</strong> their produce at the various<br />

market yards, sub yards and purchase centres.<br />

c) Regulation and administration of various market committees across the state as per the<br />

<strong>Rajasthan</strong> Agricultural Produce Markets Act, 1961.<br />

d) Collection of market fees (mandi fees) from the purchasers on various transactions taking place<br />

at the mandis.<br />

e) Creation of additional facilities, along with expansion and maintenance works.<br />

f) Facilitating the procurement activities of organizations such as FCI, RAJFED etc at various<br />

markets / mandi.<br />

Under <strong>Rajasthan</strong> Agricultural Produce Markets Act, 1961, mandis were constituted to manage and<br />

maintain sale and purchase of agricultural produce. Market areas/ <strong>Mandi</strong>s have been classified as “A”<br />

class, “B” Class, “C” class and “D” class on the basis of the annual income from the market fees.<br />

Each market committee has a Chairman (elected) and a secretary along with supporting staff placed<br />

by the DAM <strong>for</strong> the implementation of provisions of the concerned Acts, rules and by-laws. The<br />

market committees in the state have been divided into 10 (ten) regions headed by the Regional<br />

Deputy/Assistant Directors. The regional offices are at Alwar, Ajmer, Bikaner, Hanumangarh, Jaipur,<br />

Jodhpur, Kota, Sikar, Sri Gaganagar and Udaipur.<br />

The market committee is entrusted with the following functions:<br />

a) Manage and maintain the principal market yards and sub market yards within market area.<br />

b) Provide necessary facilities <strong>for</strong> marketing of agricultural produce within the principal market yard<br />

and outside the principal market yard and within the sub market yard and outside the sub market<br />

yards in the market area.<br />

c) Issue license to traders, brokers, weigh men, measurers, surveyors, warehousemen and other<br />

persons to operate in market area and renew the license and supervise the conduct of traders,<br />

brokers, weigh men, measurers, surveyors, warehousemen and other persons operating in the<br />

market area and en<strong>for</strong>ce conditions of license.<br />

d) Regulate and supervise the auction of agricultural produce in accordance with acts and bye laws<br />

of market committee.<br />

Seal &Signature of the Auth. Sign . Page 14 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

e) Regulate the making, carrying out and en<strong>for</strong>cement or cancellation of agreement of sale,<br />

weighment, delivery, payment and all other matters relating to the market of agricultural produce<br />

in prescribed manner.<br />

f) Levy, recover and receive rates, charges, fees and other sums of money to which market<br />

committee is entitled.<br />

g) Administer market committee fund and maintain the account thereof in prescribed manner.<br />

h) Provide <strong>for</strong> settlement of all disputes between the seller and buyer arising out of any kind of<br />

transaction connected with marketing of agricultural produce.<br />

2.2.1 Functional Coverage of pilot implementation of RIMMS<br />

In the envisaged scenario, DAM, GoR intends to cover the following functional areas <strong>for</strong> ICT<br />

enablement at pilot locations:<br />

a) Recording of arrivals at Entry Gate<br />

b) Recording of all consignments and vehicle passing through Exit Gate<br />

c) Control of entry and exit gate through automated boom barrier<br />

d) Recording of auction related transaction details and sales slip generation<br />

e) Tracking inter- APMC transactions specially where mandi fee exemption is applicable<br />

f) Tracking sales proceed/stock accounting of traders<br />

g) Tracking unsold produce deposited (amanat) by farmers<br />

h) Manage <strong>Mandi</strong> fees including payments<br />

i) Online submission and management of claims received and claims granted under Rajiv Gandhi<br />

Krishak Saathi Yojana.<br />

j) Online submission and management of applications <strong>for</strong> issue of licenses <strong>for</strong> establishment of<br />

yards and sub yards and <strong>for</strong> various other market functionaries<br />

k) Online submission and management of applications <strong>for</strong> issue of licenses to traders/ brokers/<br />

commission agents/and labourers working in APMCs.<br />

The following diagram provides an overview of the process flow and envisaged technology<br />

support to the same:<br />

Seal &Signature of the Auth. Sign . Page 15 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Draft<br />

Seal &Signature of the Auth. Sign . Page 16 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Draft<br />

3. ELIGIBILITY CRITERIA<br />

S. No. Basic<br />

Requirement<br />

Specific Requirements<br />

1 Legal Entity The Bidder can be an individual company or firm<br />

or consortium (Allowed with one company only)<br />

.The Bidder (In case of consortium , all members)<br />

should be a company registered under Indian<br />

Companies Act, 1956 or a partnership firm<br />

registered under Indian Partnership Act, 1932 or a<br />

proprietorship firm registered under shop act and<br />

VAT registration .<br />

2 Turnover from<br />

IT/ITeS<br />

Annual Turnover of the bidder (Lead partner in<br />

case of Consortium) from IT/ ITeS during each of<br />

the last three financial years (2009-10, 2010-11<br />

and 2011-12)as per the last published audited<br />

balance sheets), should be at least Rs. 51.5<br />

Crores.<br />

3 Net Worth The net worth of the bidder (Both lead bidder and<br />

consortium member , in case of consortium) in the<br />

last financial year, i.e. 2011-12, should be<br />

positive.<br />

4 Technical<br />

Capability<br />

5 Tax registration<br />

and clearance<br />

The bidder (Lead partner in case of Consortium)<br />

must have successfully completed at least One<br />

eGovernance project of including services like site<br />

preparation, hardware provisioning, software<br />

development, and O&M to any state/ central<br />

government organization/ PSU‟s (excluding<br />

Banks) only in India not less than the amount Rs.<br />

4.1 Crores during the last three financial Years<br />

(2009-10, 2010-11 and 2011-12).<br />

OR<br />

The bidder (Lead partner in case of Consortium)<br />

must have successfully completed at least TWO<br />

eGovernance projects of including services like<br />

site preparation, hardware provisioning, software<br />

development, and O&M to any state/ central<br />

government organization/ PSU‟s (excluding<br />

Banks) only in India not less than the amount Rs.<br />

2.6 Crores each during the last three financial<br />

Years (2009-10, 2010-11 and 2011-12).<br />

The bidder (Both lead bidder and consortium<br />

member , in case of consortium) should have a<br />

registered number of<br />

i. VAT/Sales Tax where his business is located<br />

ii. Service Tax<br />

iii. Income Tax / Pan number.<br />

The bidder should have cleared his VAT dues to<br />

the State Government of <strong>Rajasthan</strong>.<br />

6 Certifications The bidder (In case of consortium, the member<br />

whoever is responsible <strong>for</strong> the s/w activity) must<br />

possess at the time of bidding, a valid below<br />

certifications:<br />

ISO 9001:2008 (For Quality Management<br />

Documents Required<br />

Copy of the Certificate of<br />

Incorporation and registration<br />

certificates<br />

CA Certificate with CA‟s<br />

Registration<br />

Number/ Seal<br />

CA Certificate with CA‟s<br />

Registration<br />

Number/ Seal<br />

<br />

<br />

Project reference <strong>for</strong>mat as<br />

per Annexure – 16<br />

Work Completion Certificates<br />

from the client; OR Work<br />

Order + Self Certificate of<br />

Completion (Certified by the<br />

Statutory Auditor); OR Work<br />

Order + Phase Completion<br />

Certificate from the client<br />

Copies of relevant certificates of<br />

Registration<br />

VAT clearance certificate from the<br />

Commercial Taxes Officer of the<br />

Circle concerned<br />

Copy of a valid certificate<br />

Seal &Signature of the Auth. Sign . Page 17 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S. No. Basic<br />

Requirement<br />

Specific Requirements<br />

<br />

System) certification<br />

CMMi Level 3 (Software Development &<br />

Customization) certification<br />

7 Blacklisting The Bidder (Both lead bidder and consortium<br />

member , in case of consortium) is not eligible to<br />

participate in this project while under sanction by<br />

RISL. Similarly, at the time of bidding, the firms<br />

black-listed/ debarred in participating in any<br />

8 Manpower<br />

Strength<br />

procurement activities by any State or Central<br />

Government or UT in India are not allowed to bid<br />

The bidder (Lead partner in case of Consortium)<br />

must have a minimum strength of 100 IT /<br />

software professionals / domain experts on their<br />

permanent rolls.<br />

9 Local Presence The Bidder (Lead partner in case of Consortium)<br />

should have their own office located at Jaipur. If<br />

the bidder, at the time of bidding, does not have a<br />

local support office at Jaipur an undertaking on<br />

the bidders‟ letter head (as a part of the cover<br />

letter at Annexure - 4) that an office will be<br />

opened by the bidder(if selected <strong>for</strong> the award of<br />

the contract) within 2 months from the date of<br />

issue of LoI, should be submitted by the bidder<br />

10 Consortium In the event of a consortium, one of the partners<br />

shall be designated as a "Lead Partner/ Bidder".<br />

Consortium is allowed with ONE company only.<br />

The lead partner should have atleast 51% stake in<br />

consortium.<br />

11 OEM<br />

Authorisation<br />

The bidder (lead partner or member of<br />

consortium) should have been authorized by<br />

respective OEM <strong>for</strong> distribution/channel partner/<br />

Retailer of the equipments covered under the<br />

<strong>RFP</strong>. The bidder must attach Manufactures<br />

Authorization certificate & Back-to-back support<br />

<strong>for</strong> all the active items to be covered through this<br />

tender except <strong>for</strong> the items which are declared<br />

End of Support from respective OEM.<br />

Documents Required<br />

A Self Certified letter<br />

Undertaking to this effect shall be<br />

submitted by the bidder on a<br />

letter head as per the <strong>for</strong>mat<br />

given in Annexure – 8.<br />

Self Certification by the<br />

authorized signatory with clear<br />

declaration of staff – year wise,<br />

level/designation wise.<br />

Declaration as a part of the cover<br />

letter as per the <strong>for</strong>mat given at<br />

Annexure – 4<br />

The MoU/ Agreement, on an<br />

appropriate stamp paper,<br />

between the Lead partner and his<br />

Consortium partner(s) as per the<br />

<strong>for</strong>mat given at Annexure – 18<br />

clearly depicting the roles and<br />

responsibilities of each member.<br />

As per Annexure-10<br />

Note: In case of consortium , all the above criteria shall have to be fulfilled by the lead bidder.<br />

Additionally, the consortium partner should satisfy the eligibility requirements mentioned at<br />

Sl.No.1, 3, 5, and 7. Regarding 6 , certification criteria has to be satisfied by either of the<br />

consortium members whoever is doing the s/w application activity .<br />

Note: The bidder/ firm are requested to kindly adhere to the order of documents as mentioned above.<br />

Also, all the required documents should be properly annexed as indicated above along with an Index<br />

Page.<br />

Seal &Signature of the Auth. Sign . Page 18 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

secured network connection. However, all public users and business community can connect<br />

through internet only.<br />

4.1.3. Proposed Security Architecture<br />

Envisaged security architecture <strong>for</strong> the RIMMS solution is as provided below:<br />

<br />

User Level Security: Restricted areas of the application should only be accessible<br />

through pre-defined user access rights.<br />

<br />

Application Level Security: Role based access, encryption of user credentials and<br />

storing of user credentials <strong>for</strong> external and internal users in separate repositories.<br />

<br />

Network Level Security: Network traffic shall be encrypted using SSL & secured<br />

connectivity between the HQ, <strong>Mandi</strong>s, ROs and RSDC.<br />

<br />

Infrastructure Level Security: Application infrastructure shall be hosted in a DMZ &<br />

firewall and IPS shall be installed to detect malicious activities.<br />

<br />

IP Based security: a comprehensive security solution in an IP environment will provide<br />

three critical components: IP Address Management (IPAM); a DNS security solution;<br />

and a security solution that can address the expanding use of DHCP (Dynamic Host<br />

Configuration Protocol).<br />

4.1.4. Approach and Methodology to be followed<br />

The bidder is expected to adopt any of the following approaches or combination of<br />

following approaches:<br />

a) Bespoke development of the application OR<br />

b) Configuration / Customization of an existing application that may be either<br />

Commercially available Off-the-shelf product (COTS) or that might have been<br />

developed <strong>for</strong> deployment in another State <strong>Mandi</strong>s OR<br />

c) Combination of (a) and (b) above.<br />

Note: For COTS, the licensing should be of perpetual and unlimited client/ user type.<br />

4.1.5. Data Sizing, Named Users & Concurrency of Data<br />

RIMMS application should have the scalability capacity to handle 15000 transactions per<br />

hour <strong>for</strong> at least 5000 concurrent users (500 internal users and 4500 public users over<br />

internet). The approximate number of named users <strong>for</strong> the pilot implementation shall be<br />

150.<br />

The bidder is expected to carry out an independent exercise to see that the conceptual<br />

design including the data centre infrastructure and the internet bandwidth proposed to be<br />

provided by the purchaser and the IT and non-IT hardware proposed to be provided by the<br />

Seal &Signature of the Auth. Sign . Page 20 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

bidder is capable to meet the requirements of the bid document including the per<strong>for</strong>mance<br />

requirements and service level standards. Any major IT and non-IT item required <strong>for</strong><br />

meeting the requirements of the bid should be pointed out by the bidders well be<strong>for</strong>e the<br />

last date of bid submission.<br />

4.2. Scope of Work<br />

The broad scope of work <strong>for</strong> the successful bidder during the period of contract/ engagement would<br />

include (but not limited to): -<br />

<br />

<br />

Application software development and Web portal Development<br />

Site Survey and Site Preparation and installation and commissioning of IT and non-IT<br />

hardware<br />

<br />

<br />

<br />

<br />

<br />

Data Digitization and Migration<br />

Training and Capacity Building<br />

System Integration and Commissioning (Go-Live)<br />

Handholding support after Go-Live<br />

Operation & Maintenance (O&M)/ Facility Management Services (FMS)<br />

4.2.1. Application Software Development and Web Portal Development<br />

a) Broad scope of activities to be computerised<br />

i. The core applications envisaged to be developed and to be rolled out in DAM HQ, 10<br />

regional offices and 5 pilot APMCs in the State of <strong>Rajasthan</strong> are as below:<br />

1. Recording of Arrival / Exit<br />

2. Auction Management System<br />

3. <strong>Mandi</strong> Fee Management<br />

4. Scheme Management <strong>for</strong> Rajiv Gandhi Krishak Saathi Yojana<br />

5. License Allotment Management System<br />

ii.<br />

The application will be integrated with following third party applications<br />

SMS gateway<br />

Payment gateway<br />

Integration with Email Solution<br />

Integration with AGMARKNET <strong>for</strong> telecast of market price (Bidder is advised to study<br />

the AGMARKNET application)<br />

iii.<br />

Annexure 1 provides <strong>for</strong> the FRS <strong>for</strong> these applications.<br />

Seal &Signature of the Auth. Sign . Page 21 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) System Requirement Study<br />

i. Although the FRS has been provided <strong>for</strong> the application, the bidder is responsible to carry out<br />

ii.<br />

iii.<br />

an independent system study at DAM HQ, at least 1 regional offices, and 2 mandis to<br />

thoroughly understand the function and operational process of department by -<br />

a. Interacting with concerned departmental officials<br />

b. Reviewing the existing systems, applications, and the departmental website<br />

c. Detailed study of requirements of RIMMS components and solutions<br />

d. Detailing various use cases scenario<br />

e. Understanding / assessing data migration / digitization requirement and strategy<br />

f. Understanding / assessing data inputs and outputs requirements<br />

g. Assessment of existing applications from prospective of integration with core application<br />

h. Collecting all input <strong>for</strong>ms, registers and reports <strong>for</strong>mats of Department<br />

The bidder shall be responsible <strong>for</strong> preparation of Software Requirement Specification (SRS)<br />

based on an independent assessment of the requirements of the RIMMS and the functional<br />

requirements as specified in this <strong>RFP</strong> document. The System Requirement Specifications<br />

(SRS) should be prepared as per the latest version of the IEEE Standard 830 & 1233 <strong>for</strong><br />

drafting the SRS.<br />

The bidder shall obtaining sign-off of SRS from the designated authority.<br />

c) Development of the Web Portal and Software Application S/w<br />

i. The bidder shall prepare & submit System Design Document (SDD) / Process Design<br />

ii.<br />

iii.<br />

Report based on principles of enterprise and service oriented architecture to provide <strong>for</strong> a<br />

secure and scalable application software. The design should be modular. He shall submit<br />

the SDD including<br />

a. Solution Architecture<br />

b. Application Architecture<br />

c. Network Architecture<br />

d. Security Architecture<br />

e. Deployment Architecture<br />

f. Database Design<br />

An industry standard methodology should be adopted <strong>for</strong> Software Engineering, covering<br />

the entire SDLC (Software Development Life Cycle).<br />

The bidder shall be responsible <strong>for</strong> the development of dynamic content and feature rich<br />

Web portal <strong>for</strong> the department and as per the guidelines issued by the Govt. of India and<br />

Govt. of <strong>Rajasthan</strong> <strong>for</strong> the development of the government websites/ portal like GIGW etc.<br />

All the sections of the Web portal should be of dynamic nature and must be supported with<br />

a Content Management module <strong>for</strong> easy content management and administration of the<br />

Seal &Signature of the Auth. Sign . Page 22 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

same.<br />

iv. Both the departmental Web portal and the RIMMS solution should support at least Unicode<br />

5.1/ 6.0 standard based Bi-lingual versions <strong>for</strong> user interface. It is expected to be in Hindi<br />

and English (India) languages. The users should see the labels and captions on selected<br />

language and additionally be able to feed-in their data in the language of their own choice<br />

as per the requirement. Also, the SI must translate, at its own, the equivalent Hindi<br />

Captions <strong>for</strong> the English version (without altering the meaning) of the Web Portal and the<br />

RIMMS solution and the same must be submitted to the DAM, GoR <strong>for</strong> approval be<strong>for</strong>e<br />

implementation/ uploading or vice-versa.<br />

v. To maintain in<strong>for</strong>mation security during transaction the developed application should<br />

support both HTTP and HTTPS (SSL certificate to be deployed by the bidder on the Web/<br />

Application Server <strong>for</strong> the entire project duration).<br />

vi. The development should be based upon automated work flow system, open standards and<br />

64-bit architecture.<br />

vii. The Application must have integrated security/ monitoring features with the following: -<br />

o Definition of Roles and Users<br />

o Define Role-wise add/ edit/ view/ delete rights <strong>for</strong> each Entry Form/ Report in all<br />

modules<br />

o Digital Time and User Stamping of each transaction<br />

viii. Audit trail should be maintained, All deleted & edited records should be traceable and copy<br />

of all editions/ deletions should be available with MIS reporting of the same. The audit trail<br />

should be preserve in securely and No user other than authorise should be allowed to<br />

modify audit record.<br />

ix. The in<strong>for</strong>mation and <strong>for</strong>ms collected from various sources and the development of the web<br />

portal and application will have to be converted into appropriate electronic open standard<br />

<strong>for</strong>mat(s) as mentioned in “Interoperability Framework <strong>for</strong> E-Governance in India-Draft v0.6<br />

issued by Department of In<strong>for</strong>mation Technology (DIT), Ministry of Communications & IT<br />

(MCIT), Government of India” and is as under.<br />

o Simple Hypertext Web context: HTML v4.01<br />

o Complex, Strict Hypertext Web content: XTML v1.1<br />

o Style Sheets (Look & Feel of Web page): CSS v2.0<br />

o Extensible Style Sheets (to trans<strong>for</strong>m <strong>for</strong>mat & addressing parts of documents):<br />

XSL v1.1<br />

o Editable Documents (with <strong>for</strong>matting): ODF v1.0<br />

o Presentation Documents: ODF v1.0<br />

o Spreadsheet Documents: ODF v1.0<br />

Seal &Signature of the Auth. Sign . Page 23 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

o Non-editable Documents: PDF v1.7<br />

o Graphics – Raster Image (Lossy Compression): JPEG 2000, Part-1<br />

o Graphics – Raster Image (Lossless Compression): PNG<br />

o Audio Compression: Ogg Vorbis-I<br />

o Video Compression: Ogg Theora-I<br />

o Image Storage/ Archival: PNG<br />

o Scanned Document Storage/ Archival: PDF/A<br />

o E-Forms: XFORMS with XHTML<br />

o Database: Postgre SQL Server v9.x (available at RSDC in Clusters)<br />

x. The successful bidder will develop application with built-in feature or provide software<br />

integration of third party application involving all services and software functionalities as<br />

described below:<br />

o User Access Control<br />

o User Dash Board<br />

o Workflow Management<br />

o Document Management System<br />

o Content Management System<br />

o Meta Tag base search engine<br />

o SMS Services<br />

o Mailing Solution<br />

o Electronic Fund Transfer<br />

Notes:<br />

1) Middleware Application <strong>for</strong> Workflow/CMS/ User Access Control/ Dash Board/ Search<br />

Engine: To maintain the business continuity of RSDC, the selected bidder may make<br />

use of the existing portal application (MS-Sharepoint available at RSDC <strong>for</strong> building all<br />

the required CMS/ Workflow/ User Access Control/ Dash Board/ Search Engine<br />

features in the web portal and application s/w. Additional MS-Sharepoint licenses, if<br />

any and as applicable, shall be procured by the bidder.<br />

Alternatively, the bidder may opt <strong>for</strong> any open source software /tools to built CMS/<br />

Workflow/ User Access Control/ Dash Board/ Search Engine and in this case should<br />

also supply, if any and as applicable, all the required server (perpetual) and client/<br />

user licenses.<br />

2) DMS: The selected bidder shall make use of the existing DMS software (MS-<br />

Sharepoint or Omnidocs) available at RSDC <strong>for</strong> building all the required DMS features<br />

in the web portal and application s/w. Additional MS-Sharepoint or Omnidocs licenses,<br />

if any and as applicable, shall be procured by the bidder. Alternatively, the bidder may<br />

Seal &Signature of the Auth. Sign . Page 24 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

xi.<br />

xii.<br />

xiii.<br />

xiv.<br />

xv.<br />

opt <strong>for</strong> any open source DMS software and should also in this case supply, if any and<br />

as applicable, all the required server (perpetual) and client/ user licenses.<br />

3) Alternatively, selected bidder may also use any other middleware application to built<br />

DMS/CMS/ Workflow/ User Access Control/ Dash Board/ Search Engine and should<br />

then also supply, if any and as applicable, all the required server (perpetual) and<br />

client/ user licenses.<br />

Content Lifecycle Management: The bidder would be required to provide automated facility/<br />

tool to maintain the complete life cycle of all the contents. The functionality should provide<br />

at least two features <strong>for</strong> lifecycle automation: (a) The ability to conduct scheduled releases<br />

of content and (b) The ability to set expiration date <strong>for</strong> a content element. Both automated<br />

processes ensure that content is published and expired on time, without manual<br />

intervention.<br />

Version Control & Archiving: The SI would be required to provide version control and<br />

archiving facility as strict version control is necessary <strong>for</strong> legal accountability, backup and<br />

disaster recovery. A simple but powerful interface must be provided <strong>for</strong> these features viz.<br />

date based snapshots, version comparing etc. Check in and checkout ability is there<strong>for</strong>e an<br />

essential component of content management. Versioning should also allow contributors to<br />

know whether they are working with the latest version, and allow them to merge changes<br />

made in separate versions when needed.<br />

The bidder shall provide the provision <strong>for</strong> the application to have feature to integrate to any<br />

external device like PDA/Hand held devices to capture live auction data at the mandis. The<br />

device should be able to store the data on daily / as defined and should synchronize with<br />

the web application so that data can be transferred to application database at RSDC. The<br />

solution should provide integrated functionalities through following devices:<br />

GPRS enabled Handheld device with thermal printer<br />

IP enabled CCTV camera (Currently the storage is limited to the storage<br />

provided by the CCTV Cameras. No central storage is envisaged presently).<br />

Electronic Display Board <strong>for</strong> broadcasting<br />

Electronic Weighment (To be provided by the Department)<br />

Automatic Boom barriers<br />

The Web portal & the Application developed should be compatible with all the common<br />

web browsers i.e. Web portal & the Application so developed should be browser<br />

independent (at least 32bit and 64bit MS-Internet Explorer v8.0, 32bit Google Chrome<br />

v15.0/ Mozilla Firefox v3.0, Apple Safari).<br />

To maintain business continuity the SI shall make use of existing database cluster<br />

(Database: Postgre SQL Server v9.x) available at the RSDC.<br />

Seal &Signature of the Auth. Sign . Page 25 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

d) Software Testing of Web Portal & application S/w<br />

i. The costs of testing (other than third party auditing) shall be borne by the bidder<br />

ii. The selected bidder shall be responsible <strong>for</strong> the following –<br />

• Conducting testing of various components/ modules of the software developed,<br />

as per the latest version of the IEEE 730 standards.<br />

• Designing the Testing strategy, Test Cases<br />

• Obtaining sign-off on testing approach and plan.<br />

e) Deployment & Configuration of Web Portal & Software Application<br />

i. The selected SI shall be provided with required infrastructure at RSDC to host<br />

application. The list of Infrastructure hardware and software to be provided by RSDC is<br />

attached as Annexure 19 of this <strong>RFP</strong> document.<br />

ii.<br />

iii.<br />

iv.<br />

The bidder shall be responsible to coordinate with RSDC operator to host, install and<br />

configure web portal and application at RSDC Jaipur. SI shall adhere with the rules and<br />

regulation of RSDC.<br />

Configuration with RSDC infrastructure: The selected bidder shall be responsible to<br />

configure the web portal and application with existing infrastructure at RSDC like DNS<br />

Server, backup server, EMS server, application load balancer etc.<br />

The bidder should provide server and client edition usage licenses (Perpetual Licence) in<br />

the name of DAM <strong>for</strong> the various tools and third party components used by the bidder to<br />

run the application. These tools would typically include Application Framework /<br />

Environment <strong>for</strong> custom built and COTS based products, application to manage<br />

document repository, application to manage business process & workflow, Database<br />

Schema Designer, Help authoring tool etc., if used.<br />

v. All third party tool/software supply by bidder to run web portal and software application<br />

should provide comprehensive support though online/phone line, along with upgrade<br />

option <strong>for</strong> period of 3 years from data of installation.<br />

f) Integration with Payment Gateway, SMS Gateway and Email Server<br />

i. Integration with Payment Gateway: The selected bidder would be responsible <strong>for</strong><br />

integrating the existing payment gateway(s) with the proposed web portal/ application<br />

software, whenever required by RISL/ GoR, <strong>for</strong> making online payments. The recurring<br />

transaction charges, if any, shall be borne by RISL/ GoR.<br />

Seal &Signature of the Auth. Sign . Page 26 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

ii.<br />

Integration with SMS Gateway: The Web portal & Application must facilitate, from the day<br />

one, existing SMS gateway (MSDG) <strong>for</strong> automatically sending the required details/<br />

in<strong>for</strong>mation through SMS to the designated officers of the department and other<br />

stakeholders. The selected bidder would be responsible <strong>for</strong> integrating the existing SMS<br />

Gateway (MSDG), provided by GoI, with the proposed web portal/ application software.<br />

The recurring SMS charges, if any, shall be borne by RISL/ GoR.<br />

iii.<br />

Integration with email Server: The Web portal & Application must facilitate, from the day<br />

one <strong>for</strong> automatically sending the required details/ in<strong>for</strong>mation through email to notify the<br />

designated officers of the department and other stakeholders. The selected bidder would<br />

be responsible <strong>for</strong> integrating the existing email solution of GoR with the proposed web<br />

portal/ application software.<br />

g) User Acceptance Testing (UAT)<br />

The selected bidder would be responsible <strong>for</strong>:<br />

o<br />

o<br />

o<br />

Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ <strong>for</strong>mats.<br />

Prepare various use cases and scenarios<br />

Per<strong>for</strong>ming Hardware and Software Testing: Conducting testing of various components/<br />

modules of the software developed (web portal and RIMMS application), as per the latest<br />

version of the IEEE 730 standards. The bidder shall be required to share the testing<br />

documents and standards with the designated S/w testing team, wherever applicable/<br />

required.<br />

o<br />

o<br />

o<br />

o<br />

Assist Purchaser in carrying out user acceptance of solution.<br />

System Test Cases with Results<br />

UAT Case and Results<br />

Rectifying the Hardware and Software (including the departmental website and RIMMS<br />

application software) issues/ bugs reported during the testing upto the satisfaction of RISL/<br />

DAM.<br />

o<br />

Final approval/user acceptance of the software and system shall be given by DAM / RISL<br />

after successful implementation and testing. This is the responsibility of the bidder to obtain<br />

the UAT approval from the DAM / RISL.<br />

4.2.2. Site Survey and Preparation and installation and commissioning of IT and non-IT<br />

hardware<br />

a) The SI shall per<strong>for</strong>m Site-survey of all the project locations (RSDC, DAM HQ, 10 Regional offices<br />

and 5 selected mandis) and submit site survey reports (location-wise) <strong>for</strong> the installation of all the<br />

required equipments.<br />

Seal &Signature of the Auth. Sign . Page 27 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) The list of project sites and locations are as below:<br />

i. DAM HQ, Jaipur<br />

ii. 10 Regional offices (Alwar, Ajmer, Bikaner, Jodhpur, Jaipur, Kota, Udaipur, Ganganagar,<br />

Hanumangarh and Sikar)<br />

iii. 5 <strong>Mandi</strong> Locations: Chomu, Khairthal, Udaipur (Grain), Bhilwada and Pili Banga.<br />

However, the purchaser reserves the right to change any mandi location at any time<br />

be<strong>for</strong>e the installation of equipments without any additional financial cost.<br />

c) DAM shall provide the requisite space to the SI <strong>for</strong> the deployment of the requisite IT/ Non-IT<br />

infrastructure in the existing office premises at all the designated project locations. However, the<br />

requisite infrastructure <strong>for</strong> hosting of web portal and application shall be provided by RISL to SI at<br />

RSDC, Jaipur. The selected bidder shall not be liable <strong>for</strong> any delay arising out of RISL/ DAM‟s<br />

failure to provide the sites within the stipulated period.<br />

d) All the quantities of the equipment to be supplied and installed at locations other than the RSDC<br />

mentioned in the BOM are indicative. The bidder shall be responsible <strong>for</strong> carrying out an<br />

independent exercise to finalise the quantities of these items mentioned in the BOM especially<br />

that of automatic boom barriers, CCTV camera, and hand held devices and LCD TVs.<br />

e) The entire hardware and software supplied under the project should be branded, interoperable,<br />

Unicode 5.1 or higher compliant and IPv6 ready from the day one.<br />

f) The bidder supply all the media and manuals, OEM support, updates, patches, and errata.<br />

g) Bidder should ensure that none of the components and sub-components is declared end-of-sale<br />

or end-of-support by the respective OEM at the time of submission of bid. If, the OEM declares<br />

any of the products / solutions end-of-sale subsequently, bidder should ensure that the same is<br />

supported by the respective OEM from its date of installation till the end of the 3 years.<br />

h) The bidder shall be responsible <strong>for</strong> supply, installation and commissioning of all equipment as per<br />

finalised quantities of items mentioned in the BOM.<br />

i) Bidder should ensure that all the software, hardware, peripherals, accessories, sub-components<br />

required <strong>for</strong> the functionality and completeness of the solution, including but not limited to<br />

devices, equipment, accessories, patch cords (copper / fibre), cables, software, licenses,<br />

development / testing kits, tools, etc. should also be provisioned according to the requirements of<br />

the solution.<br />

j) SI will be responsible <strong>for</strong> supplying and installing all allied accessories, consumables and fitting<br />

assembly and complete all related work <strong>for</strong> installation and commissioning including but not<br />

limited to the following -<br />

a. For installation of LAN, the bidder is expected to also carry out structured cabling. Any<br />

equipment (like Screws, clamps, fasteners, ties, anchors, supports, grounding strips,<br />

wires, fibre termination kits etc.) required <strong>for</strong> completing installation of LAN will be<br />

Seal &Signature of the Auth. Sign . Page 28 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

supplied/provided by the bidder.<br />

b. For installing and commission UPS at all the required locations, the bidder will also be<br />

required to undertake any work related to electrical wiring.<br />

c. The selected bidder will be required to undertake all civil infrastructure and electrical<br />

wiring to operationalise DG sets at the required locations.<br />

d. The selected bidder shall be responsible <strong>for</strong> construction of check post and other civil<br />

infrastructure required <strong>for</strong> installation of boom barrier at gates.<br />

e. The selected bidder will have to undertake work related to wiring, foundation, bracket etc<br />

<strong>for</strong> installation and commissioning of electronics / LED display boards, CCTV camera,<br />

LCD TVs and boom barriers.<br />

k) The bidder shall provide OEM documentation with every unit of the equipment supplied.<br />

l) The bidder shall ensure proper display of services, citizen charters on laminated plastic boards/<br />

flex (size 8‟ x 10‟) at all the designated project locations (1 Head Office, 10 regional office and 5<br />

selected <strong>Mandi</strong>) followed by timely updation of the contents, if required, as instructed by RISL/<br />

DAM, GoR.<br />

4.2.3. Data Digitization and Migration<br />

. The selected SI expected to carryout independent exercise <strong>for</strong> assessment of data source, data<br />

<strong>for</strong>mat, and data fields and no of records be<strong>for</strong>e migration. Data entry and migration of records<br />

pertaining to commodity wise arrival & market price across <strong>Rajasthan</strong> of last 5 years shall be done<br />

<strong>for</strong> trend analysis . The other scope related to data digitization includes<br />

1. Selected SI should develop a migration strategy <strong>for</strong> migration of digitized data available<br />

from AGMARKNET (data required <strong>for</strong> last 6 months) <strong>for</strong> the trends analysis.<br />

2. The SI is expected to digitize the data with respect to the various licenses issued at the 5<br />

<strong>Mandi</strong>s. For the masters to be used, SI will be provided data in raw <strong>for</strong>mat by the DAM.<br />

SI may use the data <strong>for</strong> creation of masters.<br />

3. SI should ensure proper validations, tracking and reporting and correction procedures <strong>for</strong><br />

migration of data <strong>for</strong> RIMMS from electronics <strong>for</strong>mat shared by the DAM.<br />

4. Ensuring correct migration of data shall be the responsibility of the SI<br />

Indicative list of master records and transaction record need to be digitized is as under:<br />

Sr No Record Description No of record Fields Format Available<br />

1 Master data of Commission<br />

agent & brokers in 5 <strong>Mandi</strong><br />

600 25 Raw<br />

2 Master data <strong>for</strong> Traders 5,000 25 Raw<br />

3 Last five years record of 90,000 8 Raw<br />

Seal &Signature of the Auth. Sign . Page 29 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

monthly summary of<br />

commodity wise arrival and<br />

price (required <strong>for</strong> trend<br />

analysis)<br />

4.2.4. Training & Capacity Building<br />

a) Training of staff is essential <strong>for</strong> ensuring that the software developed is actually put to use.<br />

Hence, the selected bidder shall also ensure a proper hands-on training to the designated<br />

end-users on the Website and RIMMS application developed by him so as to make them<br />

well conversant with the functionalities, features and processes built in the RIMMS.<br />

b) Training could have multiple sessions as per the need and requirement of the project/<br />

application. Hence, SI shall conduct Training Needs Analysis of all the concerned staff and<br />

drawing up a systematic training plan. The training duration should be sufficiently long <strong>for</strong><br />

effecting meaningful assimilation of training content by an average user. There should be<br />

sufficient number of trainers in every training session <strong>for</strong> conducting the training program.<br />

c) The content of the training plan and schedule shall be mutually decided by RISL / DAM and<br />

the selected bidder later at an appropriate time period.<br />

d) Retraining the above staffs whenever significant changes are made in the application and/or<br />

personnel.<br />

e) The bidder shall take training feedback from the trainees.<br />

f) In case more than 30% of the respondents suggest that the training provided to them was<br />

unsatisfactory or less than satisfactory, then SI would re-conduct the same training at no<br />

extra cost.<br />

g) The space <strong>for</strong> training will be provided by the RISL/DAM, GoR.<br />

h) The requisite training infrastructure like computers, projector with screen shall be provided<br />

by the RISL/DAM.<br />

i) Training should be of 8hrs/ session and all the trainees should be offered Morning Tea,<br />

Lunch and Evening Tea. Hence, the bidder is advised to quote accordingly.<br />

j) The SI shall provide training manual (role base), the language of training manual shall be in<br />

Hindi and English.<br />

k) The SI shall ensure that all the training documentation in Hardcopy and Softcopy is in place<br />

(user training, operation procedures, visual help-kit etc.).<br />

l) Indicative Training needs identified <strong>for</strong> DAM are:<br />

Seal &Signature of the Auth. Sign . Page 30 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No. Description of<br />

Training<br />

1 Basic Skills/Office<br />

Suite/Internet Skills<br />

Including Basic<br />

Hardware &<br />

Networking Concepts<br />

2 Sensitization Training<br />

covering basics of<br />

eGovernance,<br />

Project Management<br />

etc<br />

No of<br />

employees<br />

to be<br />

trained<br />

approx<br />

(pilot)<br />

Batch<br />

Size<br />

No of<br />

Batch<br />

No. of<br />

Session/Batch<br />

Total No<br />

of<br />

Session<br />

60 20 3 2 6<br />

20 10 2 1 2<br />

3 Application Training 140 20 7 2 14<br />

o<br />

o<br />

Duration of each training session should be of 8 Hours per day,<br />

Expected number of participants <strong>for</strong> the training session will be atleast 20 participants<br />

except sensitization training to top management which expected to be 10 persons only. .<br />

4.2.5. System Integration and commissioning ( Go live )<br />

a) Facilitation <strong>for</strong> network connectivity: The bidder shall provide the following facilitation and<br />

integration –<br />

I. DAM will be responsible <strong>for</strong> providing the network connectivity (MPLS/broadband) to<br />

the SI <strong>for</strong> running RIMMS solution till RSWAN is operational. The department will<br />

identify the Broadband service provider (BSP) <strong>for</strong> this purpose. The SI will facilitate<br />

and provide all technical support to the department to get required network<br />

connectivity and backup connectivity to 10 regional offices and 5 mandis from the<br />

BSP.<br />

II. The traffic from all the project locations would arrive at the central site i.e. RSDC,<br />

Jaipur. Hence, SI, In consultation with the designated BSP, shall get deployed a<br />

dedicated 2 x 4Mbps Internet bandwidth at RSDC, Jaipur <strong>for</strong> the Web/ Application<br />

Server access by the department officials and citizens.<br />

III. Dedicated 100 mbps connectivity has already been provided to DAM HQ, and further<br />

2 Mbps connectivity at Regional offices of DAM and 2Mbps connectivity through<br />

MPLS/RSWAN will be provided by DAM GoR. To avoid any failover in network<br />

connectivity an alternative broadband of 1Mbps will also be provide at 5 selected<br />

mandis by the DAM. The BSP will be responsible to provide the connectivity till the<br />

PoP (router) only. However, SI will be responsible <strong>for</strong> the further LAN connectivity<br />

Seal &Signature of the Auth. Sign . Page 31 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

within mandi or department.<br />

IV. The DoIT&C ,GoR has envisaged connecting DAM HQ, District HQ and further<br />

connectivity till block level under RSWAN. RSWAN is expected to be operationalised<br />

by the end of year 2012. . After the successful roll out of RSWAN in state, the bidder<br />

will be provided a 6 months advance notification/ intimation, subject to the currency of<br />

the contract, from DAM/ DoIT&C, GoR and upon receiving such notification, bidder<br />

shall assist the purchaser to configure changes in a phased manner, duly approved by<br />

department and switch to RSWAN.<br />

b) The bidder shall integrate the hardware including the LAN, system software and application<br />

software and commission the whole project. The purchaser shall conduct Final Acceptance<br />

Testing on receipt of intimation of commission of the whole project from the bidder. Only after<br />

the acceptance of FAT reports by RISL, the entire infrastructure (including RIMMS<br />

application) would be deemed to have been commissioned. After the successful<br />

commissioning of the project, the system would be declared as Go-Live and enter into O&M/<br />

FMS phase and the selected bidder would also be issued a commissioning certificate by<br />

RISL/ GoR.<br />

c) SI should provide following documents to the purchaser<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Installation Manuals<br />

User manual (Role wise)<br />

Asset Management Policy<br />

Backup & Recovery Policy<br />

Access Control Policy<br />

Incident Management Policy<br />

Change management plan development<br />

d) Transferring the ownership of all software developed/ customized/ configured/ procured. All<br />

licenses & support related documents should be in the name of DAM, GoR.<br />

4.2.6. Operation and Maintenance / Facility Maintenance Services (FMS)<br />

Bidder would be responsible of operations and maintenance <strong>for</strong> the entire RIMMS solution at<br />

DAM HQ, 10 Regional offices and 5 mandis <strong>for</strong> 2 years after the Go-live (as certified and<br />

accepted by DAM/RISL)<br />

4.2.6.1. Implementation Support<br />

a) Post Go- live SI shall be responsible to provide 3 month implementation support.<br />

b) During implementation period SI shall be responsible to create a separate register <strong>for</strong> all<br />

telephone call/online calls received from all project locations regard, SI shall also keep a<br />

Seal &Signature of the Auth. Sign . Page 32 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

tracker of call resolve and pending. SI will provide a monthly compliance report after resolving<br />

of such calls to RISL/DAM.<br />

c) After the successful per<strong>for</strong>mance of the web portal & application s/w, a separate signoff/acceptance<br />

shall be issued to the selected bidder by RISL/ DAM. In case SI fails to<br />

per<strong>for</strong>m successfully during first 3 months of roll out, then time frame shall be extended<br />

automatically <strong>for</strong> next 3 months.<br />

4.2.6.2. Deployment of Manpower <strong>for</strong> Facility Management Services<br />

i. Bidder shall depute the following resources at the below project locations <strong>for</strong> two years,<br />

from starting day of commissioning of hardware and system software, to trouble shoot,<br />

manage, replace and repair the hardware/ system software onsite (if possible) and also<br />

lodge complaints of the local support team at 5 selected mandis <strong>for</strong> repairing the items as<br />

per SLA.<br />

S.<br />

No<br />

Resource<br />

DAM/ HO<br />

NOC<br />

Regional<br />

office<br />

APMC <strong>Mandi</strong><br />

1. Project Manager 1<br />

2. Software Engineer /System<br />

Engineer 1<br />

3. Hardware & Network<br />

Engineers 1<br />

4. IT Helpdesk Engineer 1<br />

5. Local helpdesk support<br />

engineer<br />

5<br />

a. One full time project manager at DAM HQ, Jaipur, <strong>for</strong> two years.<br />

b. Two full time dedicated resident network/ hardware engineer at DAM HQ, Jaipur, <strong>for</strong><br />

two years.<br />

c. 1 helpdesk person at DAM HQ, Jaipur to log and resolve complaints of the various<br />

project locations.<br />

d. 1 local support staff at each mandi to log complaints to the central helpdesk at the<br />

DAM HQ and resolve complaints as per instructions from central helpdesk.<br />

ii.<br />

iii.<br />

The minimum required technical qualifications and experience details <strong>for</strong> the<br />

a<strong>for</strong>ementioned manpower are provided in annexure 21 of this <strong>RFP</strong> document<br />

Also, it would be the responsibility of the SI to retain the deployed manpower <strong>for</strong> the<br />

entire Contract/ Project duration or in the event of a resource leaving the employment<br />

with SI, the same shall be immediately replaced with another resource of equivalent<br />

minimum qualifications and experience. All such events should be notified prior to RISL.<br />

Seal &Signature of the Auth. Sign . Page 33 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

iv.<br />

During and after the end of the project period, the SI shall refrain from canvassing DAM/<br />

RISL/ GoR and any of its associates with any claim <strong>for</strong> employment of the bidder‟s<br />

personnel deployed under the project.<br />

v. As Hindi is Official Language of the Government of <strong>Rajasthan</strong>, the SI has to appoint<br />

personnel having proficiency with Hindi language.<br />

vi.<br />

vii.<br />

viii.<br />

ix.<br />

The staff provided by the SI will per<strong>for</strong>m their duties in accordance with the instructions<br />

given by the designated officers of RISL/ DAM from time to time. RISL/ DAM will examine<br />

the qualification, experience etc. of the personnel provided be<strong>for</strong>e they are put on<br />

positions. The SI has to take approval from RISL/ DAM <strong>for</strong> the proposed staff be<strong>for</strong>e their<br />

deployment. RISL/ DAM has every right to reject the personnel, if the same is not<br />

acceptable, be<strong>for</strong>e or after commencement of the awarded work/ project.<br />

At no time, the provided manpower should be on leave or absent from the duty without<br />

prior permission from the designated nodal officer of DAM. In case of long term absence<br />

due to sickness, leave etc the SI shall ensure replacements and manning of all manpower<br />

posts by without any additional liabilities to RISL/ DAM. Substitute will have to be<br />

provided by the SI against the staff proceeding on leave/ or remaining absent and should<br />

be of equal or higher qualifications/ experience.<br />

The proposed services shall be normally manned from 9:30 AM to 6:30 PM but may vary<br />

as per the requirement throughout the project period or as decided by RISL/ DAM<br />

The operational support will have to be provided through a suitable helpdesk system, to<br />

ensure that the solution is functioning as intended and that all problems associated with<br />

operation are resolved satisfactorily.<br />

x. The SI will make use of existing helpdesk management system (web enabled with SMS<br />

and eMail based alert system) available at RSDC, GoR <strong>for</strong> Helpdesk Call management<br />

and SLA reporting. Any additional licence required <strong>for</strong> the IT helpdesk shall be provided<br />

by the RISL/DAM.<br />

xi.<br />

The SI will make use of existing EMS licenses <strong>for</strong> the SLA management tools already<br />

available at RSDC as per existing policy & guidelines of RSDC. All additional Network<br />

management system licences required <strong>for</strong> the project shall be provided by SI.<br />

4.2.6.3. Managed Services during O&M Period<br />

a) Helpdesk Support (Incident/ Problem Management)<br />

I. The SI would setup a Helpdesk with One executive at DAM Head Office, Jaipur. To setup<br />

helpdesk the DAM shall provide a dedicated telephone line at the Helpdesk.<br />

II.<br />

Help desk should be able to per<strong>for</strong>m<br />

Seal &Signature of the Auth. Sign . Page 34 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Handle teething issues of the departmental users, farmers and citizens.<br />

The Helpdesk persons should be accessible to all the project locations and their endusers<br />

on telephone/ e-mail/ chat.<br />

The SI shall have to maintain an online call log register with all the necessary details/<br />

references and submit the report from same to the nodal officer as and when required.<br />

The <strong>for</strong>mat of the report would be mutually decided later at appropriate time.<br />

The end-users should be allowed to create a ticket <strong>for</strong> any problem faced by him and<br />

same should be closed only by him after the resolution of the problem.<br />

Helpdesk staff shall escalate the problem to the Project Manager and maintain the log/<br />

status of the complaint in the online call log register.<br />

Reply to the queries/ feedback/ suggestions/ complaints from all the stakeholders.<br />

Help desk should provide handholding support at all project location through<br />

online/telephone line.<br />

b) Preventive Maintenance Services<br />

This activity shall be carried out at least once in every quarter in addition to the normal<br />

maintenance required and sub activities are detailed as below:<br />

i. Check <strong>for</strong> any loose contacts in the cables & connections.<br />

ii. Inspection, testing, satisfactory execution of diagnostics and necessary repairing of the<br />

equipment<br />

iii. Cleaning and removal of dust and dirt from the interior and exterior of the equipment.<br />

c) Corrective Maintenance Services<br />

i. The SI shall be responsible of troubleshooting of hardware problem of all supplied equipments<br />

and rectification of the same.<br />

ii. Documentation of problems, isolation, cause and rectification procedures <strong>for</strong> building<br />

knowledge base <strong>for</strong> the known problems.<br />

d) Asset Management Services<br />

i. The SI shall be required to create database of all IT assets like hardware, software,<br />

peripherals, etc., by recording in<strong>for</strong>mation like configuration details, serial numbers, licensing<br />

agreements, warranty and AMC details, etc. Create Software inventory with in<strong>for</strong>mation such<br />

as Licenses, Version Numbers and Registration Details<br />

ii. The SI shall record installation and removal of any equipment from the network and in<strong>for</strong>m<br />

DAM even if it is temporary.<br />

Seal &Signature of the Auth. Sign . Page 35 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

iii. The SI shall register all software procured by RISL / DAM in this bid document with respective<br />

OEMs.<br />

iv. The SI shall per<strong>for</strong>m software license management and arrange <strong>for</strong> licensing contract renewal<br />

<strong>for</strong> RISL / DAM <strong>for</strong> period of 2 years from the date of installation at no cost to RISL / DAM. and<br />

notify RISL/DAM on licensing contract renewal.<br />

e) Configuration Management Services<br />

i. The SI shall maintain a record of hardware as well as software configurations of all<br />

equipments including the details of different policies implemented on the devices such as<br />

VLAN configurations, access control lists, routing filters, clustering details etc.<br />

ii. The bidder shall keep soft copies of the configurations of each of the devices mentioned<br />

above.<br />

iii. The bidder shall define change management procedures to ensure that no unwarranted<br />

changes are carried out on the equipments. All the changes carried out by the bidder must be<br />

<strong>for</strong>mally approved by RISL / DAM and recorded.<br />

iv. The bidder shall do proper version management of these configurations as the configurations<br />

may be changed from time to time. This is required to ascertain changes made to these<br />

configurations at different stages as well as have functional configurations.<br />

v. SI shall ensure that these configurations are not accessible in general and must be kept<br />

confidential with the RISL and project manager.<br />

f) Vendor Management Services<br />

i. The bidder shall coordinate with external vendors, <strong>for</strong> upkeep of equipment deployed to meet<br />

the SLA and shall liaison with various vendors/OEMS <strong>for</strong> all items as described in BoM<br />

Annexure -2 of this <strong>RFP</strong><br />

ii. The bidder should maintain database of the various vendors and service providers, including<br />

vendors <strong>for</strong> hardware under warranty, service providers etc. with details like contact person,<br />

telephone numbers, escalation matrix, response time and resolution time commitments etc.<br />

iii. The bidder should, if required escalate and log calls with vendors/ OEM and other service<br />

providers and coordinate with them to get the problems resolved.<br />

g) Network Management Services (LAN Only)<br />

The bidder shall be responsible <strong>for</strong>:<br />

i. The SI shall per<strong>for</strong>m the Network monitoring, Network per<strong>for</strong>mance management,<br />

Configuration management, Network Fault management, Carrier/ Link management,<br />

Security management, IP management etc. from the NOC.<br />

ii. Per<strong>for</strong>mance tuning and ensuring resilient per<strong>for</strong>mance, reliability and high availability of<br />

the network and per<strong>for</strong>mance maintenance.<br />

Seal &Signature of the Auth. Sign . Page 36 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

iii.<br />

Daily monitoring of LAN & WAN, manual testing, troubleshooting and reporting including<br />

the following:<br />

o Monitor the availability of links and their utilisation to various offices of DAM in case<br />

network fails at any BSP/RSWAN PoP SI shall be responsible to (logging complaint).<br />

o Collect the data flow on basis of time, interface, IP address, application wise <strong>for</strong> traffic<br />

analysis.<br />

o Sending alerts to concerned people regarding critical errors.<br />

o Checking local network status and taking remedial action (Logging Calls etc) in case<br />

of problems.<br />

4.2.6.4. Support Services Web Portal & application S/w<br />

i. Overall administration, operations, monitoring, maintenance of the deployed Web portal,<br />

Application software and the Database to ensure the desired uptime.<br />

ii. Periodic backup and recovery of Database, application and web content.<br />

iii. During O&M period DAM/RISL may request SI, to make necessary changes in the layout,<br />

colour schema, MIS reports <strong>for</strong>mate, input <strong>for</strong>ms layout. However, these changes shall be<br />

suggested keeping in view that it should not trans<strong>for</strong>m in database schema. The SI shall<br />

be responsible to make these changes at No extra cost to purchaser.<br />

iv. Design & Upload content on web portal as per instruction of Purchaser. Content<br />

management services includes (content collection, translation, conversion, design of<br />

content upload content using CMS),<br />

v. Web portal and application administration, support & maintenance throughout the project<br />

period. The SI shall provide support on following activities<br />

<br />

<br />

Minor changes in RIMMS on instruction of DAM/RISL<br />

Bugs Fixing reported by DAM/RISL<br />

Back office support required to update Web Portal & Applications S/W<br />

vi. Maintain version control and archives of source code, and web site content and<br />

database<br />

vii. Download definitions/ patches/ updates/ service packs of the deployed third party<br />

tools/middle ware Software, this includes infrastructure at RSDC and DAM Head Office at<br />

Jaipur, Regional offices, selected <strong>Mandi</strong>s and to ensure the desired uptime.<br />

Seal &Signature of the Auth. Sign . Page 37 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

4.2.6.5. MIS Reports:<br />

The SI shall have to submit certain key deliverables which are mentioned hereunder. However, in<br />

addition to the reports/ deliverables as indicated below, SI shall prepare and submit all other<br />

required in<strong>for</strong>mation in the desirable <strong>for</strong>mat as notified by the purchaser related to project.<br />

The <strong>for</strong>mats <strong>for</strong> all the reports shall be prepared by the SI and submitted to the purchaser <strong>for</strong><br />

approval. The reports submitted by the SI should strictly be in the approved <strong>for</strong>mat only which, if<br />

required, may be revised from time to time.<br />

Sr Activity Deliverable Frequency Time Frame<br />

1. Asset Management<br />

Services<br />

Details of Hardware Equipments<br />

with serial no., configuration<br />

details, Software Details,<br />

Policies implemented<br />

Once<br />

During<br />

handholding<br />

2. Software license<br />

management<br />

Details of software licences with<br />

renewal due date<br />

Once<br />

During<br />

handholding<br />

3. Install, Move, Add,<br />

Change Report (IMAC)<br />

Details of Hardware Equipments Quarterly Within 1 Week<br />

of end of each<br />

4. Software Inventory Details of software licence with<br />

renewal due date<br />

Quarterly<br />

Quarter<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

5. Preventive<br />

Maintenance Reports<br />

Equipment wise and date wise<br />

list of hardware <strong>for</strong> which<br />

preventive maintenance was<br />

undertaken during quarter<br />

Quarterly<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

6. Vendor Management<br />

Report<br />

Date wise details of calls logged<br />

with external vendor and their<br />

resolution time<br />

Quarterly<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

7. Network Management<br />

Report (LAN Only)<br />

Network up time report of all<br />

network devices<br />

Quarterly<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

8. SLA Compliance<br />

Quarterly<br />

Within 1 Week<br />

Report<br />

of end of each<br />

Quarter<br />

9. SLA FMS Support Log reports of help desk, Call Daily Daily<br />

Seal &Signature of the Auth. Sign . Page 38 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

(User) resolved, unresolved and<br />

escalated issues<br />

List of stand by equipments<br />

Incident Reporting<br />

Quarterly<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

User complaint redressal<br />

resolve time<br />

10. SLA Manpower Report Attendance of Manpower<br />

deployed<br />

Quarterly<br />

Quarterly<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

11. Backup and recovery<br />

services<br />

Log reports of backup server Quarterly Within 1 Week<br />

of end of each<br />

12. Configuration changes Report on changes like<br />

configuration changes, patch<br />

upgrades,<br />

database<br />

reorganization, storage<br />

reorganization, log truncation,<br />

volume expansion, user<br />

creation, user password reset,<br />

etc.<br />

Quarterly<br />

Quarter<br />

Within 1 Week<br />

of end of each<br />

Quarter<br />

13. SLA Web Portal<br />

Application S/w Report<br />

Application up time report Quarterly Within 1 Week<br />

of end of each<br />

Quarter<br />

14. SLA (Web Portal<br />

Report on content<br />

Quarterly<br />

Within 1 Week<br />

Support)<br />

management reported and<br />

of end of each<br />

Time to upload<br />

Quarter<br />

Report on minor changes<br />

Quarterly<br />

Within 1 Week<br />

reported and time taken to<br />

of end of each<br />

complete<br />

Quarter<br />

Report on incident reporting of<br />

Quarterly<br />

Within 1 Week<br />

Bugs fixing reported and time<br />

of end of each<br />

taken to resolve<br />

Quarter<br />

Seal &Signature of the Auth. Sign . Page 39 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

4.2.7. Change Request Management Services<br />

i. The DAM envisaged that RIMMS should have integration with exiting application. The<br />

requirement <strong>for</strong> integration shall be finalise in consultation with DAM and DoIT&C as and<br />

when these projects will be operational. The required integration shall be done through<br />

change request management system. Following are envisaged existing application but not<br />

limited to these to be considered <strong>for</strong> change request.<br />

<br />

<br />

<br />

<br />

<br />

Integration with UIDAI /SSDG<br />

Integration with SSDG<br />

Integration with e-Mitra<br />

Integration with LITES<br />

Integration with SUGAM<br />

ii.<br />

RISL/ DAM may at any time, by a written order given to the selected bidder, make changes<br />

within the general scope of the Agreement in any one or more of the following: -<br />

<br />

Designs, specifications, requirements which software or service to be provided under<br />

the Agreement are to be specifically developed and rendered <strong>for</strong> the DAM.<br />

<br />

<br />

<br />

The method of deployment, shipping or packing.<br />

Schedule <strong>for</strong> Installation Acceptance.<br />

The place of delivery and/or the services to be provided by the selected bidder.<br />

iii.<br />

The steps to be followed in change request/ management procedure has been described in<br />

terms & condition (section 6 Para 40) of this <strong>RFP</strong> .<br />

4.2.8. Third Party Audit (TPA)<br />

o A third party audit may be got done by RISL/ DAM, GoR at its own cost. The TPA would be<br />

selected separately by RISL/ GoR<br />

o The audit may cover one or more of the following aspects of the project: -<br />

<br />

<br />

Vulnerability Assessment of the critical servers and network devices<br />

Penetration testing of the systems and networks (External and Internal)<br />

Application Security Assessment<br />

System Per<strong>for</strong>mance Testing/ Monitoring<br />

Review and Assessment of Security Policies<br />

Seal &Signature of the Auth. Sign . Page 40 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

To provide acceptance and Sign off SRS document<br />

To conduct review meetings at defined regular intervals to monitor the overall progress of<br />

the project.<br />

Provide feedback on changes to be in the solution to improve usability of the application<br />

software.<br />

Report problems/ bugs in solution to the selected bidder <strong>for</strong> immediate action/<br />

rectification.<br />

Approval and disapproval of change requested including the finalisation of ef<strong>for</strong>ts<br />

estimation, cost estimation, milestone and payment<br />

Prioritize the change requests as per project objectives.<br />

Provide required infrastructure to conduct training at Jaipur<br />

Co-ordination with the RSDC Operator and other stakeholders of the project.<br />

To ensure timely project milestones sign offs.<br />

To provide sign off/ acceptance of SRS, UAT, FAT, Commissioning Certificate,<br />

Acceptance of successful per<strong>for</strong>mance after completion of 3 Months<br />

Facilitate UAT, security audit and per<strong>for</strong>mance audit<br />

Appoint agency <strong>for</strong> third party audit of web portal & application s/w if needed<br />

To approve and oversee the proposed training plan<br />

Set up and administration of escalation mechanism<br />

Review and approve the payments to the bidder as per SLA<br />

Any other help/ assistance/ co-ordination required <strong>for</strong> the successful implementation and<br />

operations of the work/ project<br />

b) Responsibilities of DAM, GoR<br />

The roles and responsibilities of the DAM, GoR shall be as follows: -<br />

To <strong>for</strong>mulate a nodal team <strong>for</strong> the project responsible <strong>for</strong> end to end coordination and<br />

execution of the RIMMS project.<br />

To identify the Regional Offices and <strong>Mandi</strong> <strong>for</strong> conducting detailed SRS study<br />

To provide necessary support during requirement gathering, sharing of sample reports<br />

and other IT infrastructure requirements<br />

To identify and appoint nodal officer <strong>for</strong> facilitating the project execution<br />

Explain the functional requirements in detail to the selected bidder<br />

To approve schedules <strong>for</strong> Hardware deployment , training ,data digitization etc proposed<br />

by the bidder .<br />

Provide space and infrastructure <strong>for</strong> purpose of training in case training is required at a<br />

location outside Jaipur<br />

Seal &Signature of the Auth. Sign . Page 42 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

DAM will be responsible <strong>for</strong> providing the network connectivity (MPLS/broadband) to the<br />

SI <strong>for</strong> running RIMMS solution till RSWAN is operational. The department will identify the<br />

Broadband service provider (BSP) <strong>for</strong> this purpose.<br />

DAM will provide alternative broadband connection at <strong>Mandi</strong> to avoid failover<br />

To ensure active participation from the departmental users<br />

To provide data required to be digitized<br />

To provide liaison and official support <strong>for</strong> integration of RIMMS with AGRIMARK<br />

To conduct review meetings at defined regular intervals to monitor the overall progress of<br />

the project.<br />

Provide feedback on changes to be in the solution to improve usability of the application<br />

software.<br />

Prioritize the change requests as per project objectives.<br />

To ensure timely project milestones sign offs<br />

to provide readiness report from all project location after commissioning of infrastructure<br />

To approve and oversee the proposed training plan<br />

To ensure close coordination of all the participants and the external agencies involved in<br />

the project.<br />

To review the installation, commissioning and maintenance of the software<br />

To take steps to mitigate any potential risks that might surface during the course of the<br />

project<br />

Set up and administration of an issue and escalation management process.<br />

To identify the staff at various levels who need to undergo user training<br />

To identify employees who needs to be trained by SI <strong>for</strong> learning the technical aspects of<br />

the RIMMS application.<br />

Upload monthly arrival and price report on the central web portal by the Regional office<br />

<strong>for</strong> their respective mandies<br />

DAM will provide dedicated telephone line at DAM HQ <strong>for</strong> managing help desk<br />

Handle change management<br />

To monitor the overall progress of the project<br />

Review of software requirement specifications, system design, hardware sizing/Scrutiny<br />

of deliverables <strong>for</strong> their compliance with <strong>RFP</strong> specifications<br />

Review content, methodology and pedagogy <strong>for</strong> user training<br />

Review data migration plans and their implementation.<br />

Review the documentation provided by the Bidder and verifies that it con<strong>for</strong>ms to the<br />

requirements.<br />

Seal &Signature of the Auth. Sign . Page 43 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

To facilitate RISL in providing sign-off /acceptance UAT of web portal & application s/w<br />

To facilitate RISL in providing sign-off/acceptance final FAT of web portal & application<br />

s/w and its integration with hardware and network components<br />

To facilitate RISL in providing acceptance of successful per<strong>for</strong>mance of web portal &<br />

application S/w (post implementation)<br />

Periodic SLA monitoring of the system deployed by the successful bidder<br />

To ensure timely release of the payments as per agreed schedule<br />

c) DoIT&C GOR<br />

<strong>Rajasthan</strong> State Data Centre (RSDC)<br />

RSDC is the focal point of DAM ICT infrastructure. The core software application<br />

infrastructure and web portal are expected to be hosted at the RSDC. The data collected<br />

from all 10 ROs and 5 selected APMCs will be centrally stored at the RSDC.<br />

All services, applications and infrastructure to provide efficient delivery of G2G and G2C<br />

services will be consolidated on RSDC.<br />

The SI will be provided with the requires hardware infrastructure <strong>for</strong> hosting web portal<br />

and RIMMS software applications. The list of infrastructure to be provide by RSDC has<br />

been attached as Annexure19 of this <strong>RFP</strong>.<br />

RSDC will be responsible to manage all servers and infrastructure to be use <strong>for</strong><br />

deployment of web portal application software.<br />

RSDC will provide infrastructure such as firewall service, directory service, management<br />

and data storage services, SMS and payment gateway which could be a shared<br />

infrastructure to all the applications /departments in the RSDC.<br />

Some of the key functionalities of RSDC are Central Data Repository of the State, Secure<br />

Data Storage, Disaster Recovery, Remote Management and Service Integration.<br />

RSDC will provide access and share middleware application software available at RSDC<br />

(MS share point and omni docs) to build DMS/CMS/Workflow/search engine/ dash<br />

board/access control<br />

RSDC will provide database cluster (Post grey server) along with database admin access<br />

rights to SI <strong>for</strong> manage database.<br />

The RSDC will provide existing EMS server and tools <strong>for</strong> the SLA management, in<br />

respect to monitor application downtime and application per<strong>for</strong>mance.<br />

The RSDC will provided with existing IT help desk server and tools <strong>for</strong> help desk<br />

monitoring.<br />

RSDC will provide necessary server licenses like operating system <strong>for</strong> (servers), antivirus<br />

(servers), backup software licence etc.<br />

Seal &Signature of the Auth. Sign . Page 44 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

RSDC will provide required physical and remote access to SI <strong>for</strong> monitoring the RIMMS<br />

applications at RSDC.<br />

RSDC Will share the required Non-IT infrastructure (e.g. Electricity, power backup etc.)<br />

as per service level.<br />

RSDC will provide SAN Storage, high speed (Fibre Channel)<br />

RSDC will provide all SAN related infrastructure (e.g. SAN switch) <strong>for</strong> sharing to the<br />

successful bidder.<br />

RSDC will provide SAN SATA and Tap liberary usable <strong>for</strong> archived data storage.<br />

RSDC will provide required number of Internal and external IP at data centre <strong>for</strong> the<br />

RIMMS application and web portal.<br />

RSWAN <strong>Rajasthan</strong> (As when Implemented)<br />

Provide a dedicated 2Mbps PTP Link under the SecLAN project at Head Office of the<br />

DAM at Jaipur<br />

Provide a dedicated 2Mbps connection ROs and APMCs through vertical and horizontal<br />

component of RSWAN.<br />

Under RSWAN last mile connectivity will be provided at nearest PoP to the project<br />

location<br />

Provide Maintain & support in connectivity till the last mile connectivity PoP (routers)<br />

d) Responsibilities of System Integrator (SI)<br />

The detailed role & responsibilities of SI has already been described in the scope of work section 4 of<br />

this <strong>RFP</strong>.<br />

4.5. Project Deliverables, Milestones & Time Schedule<br />

In view of the volume and complexity of the RIMMS, bidder is expected to carry out all ground work<br />

<strong>for</strong> implementation including documentation, coordination with GoR and other stakeholders of the<br />

project, site survey etc. These reports or deliverables are to be submitted timely by bidder to the RISL<br />

/ DAM to ensure the timely and smooth execution of RIMMS project. Certain key deliverables are<br />

identified <strong>for</strong> each of the parts/stages, which are mentioned hereunder. However, bidder has to<br />

prepare and submit any required in<strong>for</strong>mation in <strong>for</strong>m of Reports / excel sheet / document desired by<br />

RISL related to RIMMS other than defined hereunder in the table.<br />

The milestones and deliverables <strong>for</strong> the implementation of RIMMS project would be as follows:-<br />

Seal &Signature of the Auth. Sign . Page 45 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Scope of Work Milestone Deliverable<br />

(Reports/ Documents & Infra)<br />

Project Kick off Project Plan Detailed Project Plan with Timelines<br />

(.MPP/ .XLS or any other <strong>for</strong>mat<br />

chosen by the bidder)<br />

Study, Design,<br />

Development &<br />

Deployment of<br />

RIMMS<br />

Procurement<br />

and Installation<br />

of IT and Non<br />

IT<br />

Infrastructure<br />

and all project<br />

location<br />

Per<strong>for</strong>m System Study<br />

& Prepare SRS (Para<br />

4.2.1 b)<br />

Development &<br />

Deployment of Web<br />

Portal & RIMMS<br />

Application S/w (Para<br />

4.2.1 c to 4.2.1 g)<br />

Site Survey &<br />

Preparation of Site<br />

survey report<br />

(Para 4.2.2)<br />

Installation &<br />

commissioning at DAM<br />

HQ<br />

Procurement, Installation<br />

and commissioning of IT<br />

& Non IT infrastructure at<br />

DAM HQ as per BoM<br />

annexure -2 (A) and<br />

(Para 4.2.2 of SoW)<br />

<br />

<br />

<br />

Service Level Agreement (SLA)<br />

Per<strong>for</strong>mance Security Deposit<br />

Approved Software Requirement<br />

Specifications (SRS)<br />

System Design Document (SDD) /<br />

Process Design Report<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Testing Methodology including test<br />

cases and test plan and Test Results<br />

Core application perpetual license<br />

along with source code<br />

Server and client edition usage<br />

perpetual licenses in the name of the<br />

purchaser <strong>for</strong> the various<br />

middleware/ Portal/ and third party<br />

tools used by the bidder to run the<br />

application. (with 3 years OEM<br />

Support<br />

UAT Acceptance<br />

Site survey Report<br />

Hardware Deployment Plan, Testing<br />

Plan and Methodology<br />

Bill of Material <strong>for</strong> requisite hardware<br />

items with make/ model/ qty (sitewise<br />

Item Delivery Report, inspection<br />

reports (component - wise)<br />

<br />

<br />

<br />

Infrastructure security and IP Policy<br />

with detailed specifications<br />

Site Completion/redlines Report<br />

Time of<br />

completion<br />

T+2 Weeks<br />

T1=T+12<br />

weeks<br />

(includes 2<br />

weeks <strong>for</strong><br />

approving<br />

SRS by<br />

purchaser)<br />

T2=T1+20<br />

weeks<br />

(Including 3<br />

weeks <strong>for</strong><br />

time taken<br />

<strong>for</strong> UAT<br />

acceptance)<br />

T+8 weeks<br />

T3+4<br />

Weeks<br />

Installation & Item Delivery Report, inspection T4+4<br />

Seal &Signature of the Auth. Sign . Page 46 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Scope of Work Milestone Deliverable<br />

Data<br />

Digitization<br />

Training<br />

Rollout of<br />

RIMMS Go<br />

Live<br />

commissioning at DAM<br />

10 Regional Offices<br />

Procurement, Installation<br />

and commissioning of IT<br />

& Non IT infrastructure at<br />

10 regional offices of<br />

DAM as per BoM<br />

annexure -2 (A) and<br />

(Para 4.2.2 of SoW)<br />

Installation &<br />

commissioning at 5<br />

Selected <strong>Mandi</strong><br />

Procurement, Installation<br />

and commissioning of IT<br />

& Non IT infrastructure at<br />

10 regional offices of<br />

DAM as per BoM<br />

annexure -2 (A) and<br />

(Para 4.2.2 of SoW)<br />

Per<strong>for</strong>m activities as per<br />

the scope defined in SoW<br />

(Para 4.2.3) of this <strong>RFP</strong><br />

Per<strong>for</strong>m activities as per<br />

the scope defined in SoW<br />

(para 4.2.4) of this <strong>RFP</strong><br />

GO-Live<br />

<br />

<br />

Publish Web portal<br />

<strong>for</strong> public Use<br />

Obtaining required<br />

approvals and<br />

procedural <strong>for</strong>malities<br />

<strong>for</strong> hosting<br />

(Para 4.2.5)<br />

(Reports/ Documents & Infra)<br />

reports with detailed specifications<br />

Site Completion/ Readiness report<br />

from each project location<br />

Item Delivery Report, inspection<br />

reports with detailed specifications<br />

Site Completion/Readiness report<br />

from each project location<br />

<br />

<br />

<br />

<br />

<br />

Data Migration/Digitization approach,<br />

methodology and plan<br />

Electronics Conversion of master<br />

records and arrival data<br />

Training Plan<br />

Training manual<br />

Trainees Feedback<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Final Acceptance (FAT)<br />

Installation Manuals<br />

User manual (Role wise)<br />

Asset Management Policy<br />

Backup & Recovery Policy<br />

Access Control Policy<br />

Incident Management Policy<br />

Change management plan<br />

development<br />

Transfer of License in name of<br />

purchaser<br />

Time of<br />

completion<br />

Weeks<br />

T5+8<br />

Weeks<br />

T6+8 Weeks<br />

T 7+8<br />

Weeks<br />

T2+2<br />

Weeks<br />

Operation and Implementation Support Acceptance of successfully<br />

per<strong>for</strong>mance of Web Portal &<br />

Post –Go live<br />

Seal &Signature of the Auth. Sign . Page 47 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Scope of Work Milestone Deliverable<br />

Maintenance<br />

<strong>for</strong> a Period of<br />

two year post<br />

acceptance of<br />

the solution<br />

<br />

Implementation<br />

support <strong>for</strong> period of<br />

3 months as per<br />

SOW defined in<br />

section 4.2.6.1 of this<br />

<strong>RFP</strong><br />

FMS During O&M<br />

Per<strong>for</strong>m all activities<br />

defined in SoW (Para<br />

4.2.6) <strong>for</strong> 2 years from<br />

Go-Live<br />

IT & Non IT<br />

Infrastructure provided<br />

at DAM HQ<br />

(Reports/ Documents & Infra)<br />

<br />

application s/w<br />

Monthly compliance report on<br />

incident reporting and bugs fixing<br />

Report from (SN 1 to 11) defined in para<br />

(Para 4.2.6.5), Operation &<br />

management/ facility management<br />

section of this <strong>RFP</strong><br />

Time of<br />

completion<br />

+12 Weeks<br />

Go-Live + 2<br />

Years<br />

IT & Non IT<br />

Infrastructure provided<br />

at DAM RO<br />

IT & Non IT<br />

Infrastructure provided<br />

at DAM <strong>Mandi</strong>s<br />

Support web<br />

portal & RIMMS<br />

application S/w<br />

Support Web Portal &<br />

RIMMS Application S/W<br />

Per<strong>for</strong>m activities related<br />

to maintenance of web<br />

portal & application S/w ,<br />

defined in SoW section<br />

(Para 4.2.7.4) Operation<br />

& Maintenance /Facility<br />

Maintenance services <strong>for</strong><br />

a period of 2 years from<br />

Go-Live<br />

Report from (SN 11 to 14) defined in<br />

(Para 4.2.7.5), Operation &<br />

management/facility management<br />

section of this <strong>RFP</strong><br />

Go-Live + 2<br />

Years<br />

Note: It may be noted that the contract will be signed within 30 days of selection of the bidder.<br />

The entire activity should be completed within 8 months of signing of contract. This will be followed by<br />

operations & maintenance phase <strong>for</strong> 2 years post successful commissioning of the project.<br />

<br />

Deliverables/ Reports, if any, mentioned elsewhere in this <strong>RFP</strong> document would also be<br />

accounted <strong>for</strong> while ascertaining the successful completion of the respective Phase of the project<br />

and SI would submit the same as per the requirement of RISL/ DAM.<br />

Seal &Signature of the Auth. Sign . Page 48 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

It may be also be noted that the time schedule <strong>for</strong> each milestone shown in the table above would<br />

be en<strong>for</strong>ced independently, even though some of them are inter-dependent. This would have a<br />

cascading effect of penalties <strong>for</strong> delays in all other milestones dependent on the precedent<br />

milestone. There<strong>for</strong>e, the SI shall have to be extremely careful in establishing an excellent project<br />

management set-up. Any delay in the approval of the deliverable(s) submitted by the SI to RISL/<br />

DAM shall not account <strong>for</strong> the delay on SI’s part.<br />

The selected bidder has to design and implement a very detailed plan of implementation that<br />

seeks to execute several activities in parallel, adopts critical path method and commits additional<br />

resources to activities falling behind schedule so as to keep up with the overall deadline of<br />

implementation as mentioned above. The time specified <strong>for</strong> delivery and other activities as<br />

mentioned in the table above shall be deemed to be the essence of the contract and the<br />

successful bidder shall arrange supplies and provide the required services within the specified<br />

period.<br />

It should be noted that any delay in the project timelines shall attract Liquidated Damages to the<br />

selected bidder as per the details mentioned in subsequent sections of this <strong>RFP</strong> document.<br />

T is the event marking RISL signing the agreement with the successful bidder (including the<br />

submission of the required PSD), who is also called the System Integrator (SI).<br />

T1 is the event marked when RISL approved SRS<br />

T 2 is the event marked when RISL/DAM will provide User acceptance (UAT)<br />

T3 is the event marked when RISL/DAM will provide schedule to deploy IT& Non IT infrastructure<br />

at DAM HQ<br />

T4 is the event marked when RISL/DAM will provide schedule to deploy IT& Non IT infrastructure<br />

at DAM Regional offices<br />

T5 is the event marked when RISL/DAM will provide schedule to deploy IT& Non IT infrastructure<br />

at <strong>Mandi</strong>s<br />

T6is the event marked when RISL/DAM will provide schedule <strong>for</strong> data digitization<br />

T7 is the event marked when RISL/DAM will provide schedule <strong>for</strong> training & capacity building<br />

Indicative project plan has been attached as annexure -20 of this <strong>RFP</strong><br />

Seal &Signature of the Auth. Sign . Page 49 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

5. INSTRUCTION TO BIDDERS (ITB) & BIDDING PROCESS<br />

1. Sale of Tender/ Bidding Document<br />

The complete bidding document would be available on the websites <strong>for</strong> the period as specified in the<br />

NIT. The prospective bidders are permitted to download the bidding document from any of the<br />

specified websites but must pay the cost of <strong>RFP</strong>/bidding document while submitting the ebids.<br />

2. Clarifications to the Bidding Document<br />

a) If the prospective bidder has any doubts as to the meaning of any portion of the bidding<br />

document, then he is allowed to refer the same to the tendering authority and get clarifications.<br />

He may do so by contacting the tendering authority in writing at the tendering authority‟s<br />

address indicated in the NIT.<br />

b) The Tendering authority/ Procurement Committee will respond, either in writing or will upload<br />

the details on the websites mentioned in the NIT, to any request <strong>for</strong> clarification, provided that<br />

such request is received no later than 3 days after the Pre-bid Meeting. All the prospective<br />

bidders must submit the prescribed <strong>RFP</strong> document fees be<strong>for</strong>e submitting any such requests to<br />

the Tendering authority.<br />

c) The Tendering authority shall <strong>for</strong>ward copies of its response to all bidders who have purchased<br />

the <strong>RFP</strong> document directly from it and shall also place it on the eProc website, including a<br />

description of the inquiry but without identifying its source.<br />

d) Should the Tendering authority deem it necessary to amend the Bidding Document as a result<br />

of a clarification or otherwise, it shall do so by issuing a revised <strong>RFP</strong>/bidding document and/ or<br />

Addendum/ Corrigendum. If need be, the deadline <strong>for</strong> submission of Bids may also be<br />

extended in order to give reasonable time to the prospective Bidders to take into account the<br />

amendment.<br />

e) Post- bid clarifications, if any, will be sought only once. Hence, bidders are advised to prepare<br />

and submit the proposal accordingly and ensure that all the required documents are in place.<br />

Also, clarifications shall be sought only <strong>for</strong> the proposal /documents submitted and no new<br />

documents shall be accepted.<br />

3. Pre-bid Conference/ Meeting<br />

a) The bidder or its official representative (not more than two representatives per bidder) may<br />

attend the pre-bid meeting as per the details specified in NIT. The objective of this meeting is to<br />

address the generic queries of the prospective bidders related to the Project/ bidding<br />

document.<br />

b) Only the bidders/ firms, who have purchased the bidding document from the office of the RISL<br />

or have deposited the prescribed <strong>RFP</strong> document fee, are allowed to attend the pre-bid<br />

Seal &Signature of the Auth. Sign . Page 50 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

conference/ meeting and submit their pre-bid queries in the specified <strong>for</strong>mat as provided in<br />

Annexure 5. Bidders having purchased the bidding document are welcomed to attend the prebid<br />

meeting, even if they do not have any specific queries. Tendering authority shall respond to<br />

the queries of only those bidders who have purchased the bidding document till the day of prebid<br />

meeting or within 3 days after the pre-bid meeting.<br />

c) As a result of discussions in the pre-bid conference, if modifications in the bidding document,<br />

specifications of services and/ or goods are considered necessary, they may be done by<br />

issuing an addendum/ corrigendum and its copies shall be sent through Email/ post to all the<br />

bidders having purchased the bidding document. The corrigendum/ addendum and the Final<br />

<strong>RFP</strong>/bidding document will be placed on the websites as specified in the NIT.<br />

d) The tendering authority reserves the right not to respond to any/ all queries raised or<br />

clarifications sought if, in their opinion and at their sole discretion, they consider that it would be<br />

inappropriate to do so or do not find any merit in it.<br />

4. Amendment of Bidding Document<br />

a) At any time prior to the deadline <strong>for</strong> submission of the Bids, the tendering authority may amend<br />

the <strong>RFP</strong>/Bidding document by issuing Corrigendum/ Addendum.<br />

b) Any Corrigendum/ Addendum issued shall be a part of the Bidding document and shall be<br />

communicated to all, either in writing or by uploading the details on the websites mentioned in<br />

the NIT, who have purchased the <strong>RFP</strong>/Bidding document and on the websites specified in NIT.<br />

c) To give prospective Bidders reasonable time in which to take a Corrigendum/ Addendum into<br />

account in preparing their bids, the tendering authority may, at its discretion, extend the<br />

deadline <strong>for</strong> the submission of the bids.<br />

d) Any change in date of submission and opening of bids would be published in appropriate<br />

manner including the websites mentioned in the NIT.<br />

5. Documents comprising the Bid<br />

a) A Single stage-Two envelope/ cover system shall be followed <strong>for</strong> the bid –<br />

a. Technical bid (including the pre-qualification & technical Documents)<br />

b. Commercial bid<br />

b) Technical bid shall include the following documents: -<br />

S. No. Documents Type Document Format<br />

1. Covering Letter – Technical Bid On bidder‟s letter head duly signed<br />

by authorized signatory (as per<br />

Annexure - 4)<br />

2. Bidder‟s Authorization Certificate As per Format given at Annexure –<br />

7<br />

Seal &Signature of the Auth. Sign . Page 51 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

3. Copy of board resolution/ Power of Attorney in<br />

favor of person signing the Letter of Authority<br />

at 2 above<br />

Power of Attorney/ Copy of board<br />

resolution<br />

Fee Details<br />

4. Tender Fee Scanned copy of Fee Receipt<br />

5. RISL Processing Fee Scanned copy of Fee Receipt<br />

6. EMD Scanned copy of DD/ Banker‟s<br />

Cheque/ Bank Guarantee<br />

Pre-Qualification Documents<br />

7. Tender Form As per Annexure-6<br />

8. Self-Declaration – No Blacklisting As per Annexure-8<br />

9. All the documents mentioned in the “Eligibility As per the <strong>for</strong>mat mentioned<br />

Criteria”, in support of the eligibility<br />

against the respective eligibility<br />

criteria clause<br />

Technical Documents<br />

10. Certificate of Con<strong>for</strong>mity/ No-Deviation As per Annexure-9<br />

11. Manufacturer‟s Authorisation Form (MAF) As per Annexure-10<br />

12. Undertaking of Authenticity of Computer As per Annexure-11<br />

Equipments<br />

13. Statement of Deviations As per Annexure-12<br />

14. Compliance Report of Technical Specifications As per Annexure -3, along with<br />

datasheet<br />

c) Commercial bid shall include the following documents: -<br />

S. No. Documents Type Document Format<br />

1. Covering Letter – Financial Bid On bidder‟s letter head duly signed<br />

by authorized signatory<br />

2. Price Bid As per Annexure-13, As per BoQ<br />

(.XLS) on eProc website<br />

d) The bidder should ensure that all the required documents, as mentioned in this <strong>RFP</strong>/bidding<br />

document, are submitted along with the bid and in the prescribed <strong>for</strong>mat only. Non-submission<br />

of the required documents or submission of the documents in a different <strong>for</strong>mat/ contents may<br />

lead to the rejections of the bid proposal submitted by the bidder.<br />

e) Post-bid clarifications, if any, will be sought only once. Hence, bidders are advised to prepare<br />

and submit the bid accordingly and ensure that all the required documents are in place. Also,<br />

clarification shall be sought only <strong>for</strong> the bid/documents submitted and no new documents shall<br />

be accepted.<br />

6. Cost of Bidding<br />

Seal &Signature of the Auth. Sign . Page 52 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

The bidder shall bear all costs associated with the preparation and submission of its<br />

proposal/eBids, and the tendering authority shall not be responsible or liable <strong>for</strong> those costs,<br />

regardless of the conduct or outcome of the bidding process.<br />

7. Language of Bids<br />

The eBid, as well as all correspondence and documents relating to the bid exchanged by the<br />

bidder and the tendering authority, shall be written only in English language. Supporting<br />

documents and printed literature that are part of the bid may be in another language provided<br />

they are accompanied by an accurate translation of the relevant passages in English/ Hindi<br />

language, in which case, <strong>for</strong> purposes of interpretation of the bid, such translation shall govern.<br />

8. Bid Prices<br />

a) The price/financial bid must be specified in the BoQ file available at eProc and without<br />

changing it <strong>for</strong>m and type.<br />

b) All the prices should be quoted only in Indian Rupees (INR) Currency.<br />

c) Prices/ Rates shall be written both in words and figures. There should not be errors and/ or<br />

over-writings. Corrections/ alterations, if any, should be made clearly and initialled with dates by<br />

the authorized signatory.<br />

d) All rates quoted must be FOR destination/ site where the IT/ Computer systems and allied<br />

items are to be installed, and should include all incidental charges except Central/ <strong>Rajasthan</strong><br />

VAT, which should be shown separately in the Financial/ Commercial bid <strong>for</strong>mat only. In case<br />

of local supplies the rates should include all taxes, etc., and RISL will not pay any cartage or<br />

transportation charges.<br />

e) Prices quoted in the bid must be firm and final and shall not be subject to any modifications, on<br />

any account whatsoever.<br />

f) The prices quoted by the Bidder in the Financial/ Commercial bid shall con<strong>for</strong>m to the<br />

requirements specified therein.<br />

g) All the required items must be listed and priced separately in the financial bid. If a financial bid<br />

shows items listed but not priced, their prices shall be assumed to be included in the prices of<br />

other items. Items not listed in the financial bid shall be assumed not to be included in the bid,<br />

and provided that the bid is substantially responsive, the corresponding adjustment shall be<br />

applied in accordance with the provisions of bidding document.<br />

h) The price to be quoted in the financial bid shall be the total price of the bid. Discount, if any,<br />

should be included in the quoted price. Discounts of any type, indicated separately, will not be<br />

taken into account <strong>for</strong> evaluation purposes.<br />

Seal &Signature of the Auth. Sign . Page 53 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

i) The disaggregation of price components is required solely <strong>for</strong> the purpose of facilitating the<br />

comparison of bids by the tendering authority. This shall not in any way limit the tendering<br />

authority‟s right to contract on any of the terms offered: -<br />

i. For Goods offered from within/ outside the country.<br />

ii. For Related Services whenever such Related Services are specified in the bidding<br />

document.<br />

9. Period of Validity of Bids<br />

a) Bids shall remain valid <strong>for</strong> the period of 180 days, as specified in NIT, after the bid submission<br />

deadline date prescribed by the tendering authority. A bid valid <strong>for</strong> a shorter period shall be<br />

rejected by the tendering authority as nonresponsive bid.<br />

b) In exceptional circumstances, prior to the expiration of the bid validity period, the tendering<br />

authority may request bidders to extend the period of validity of their bids. The request and the<br />

responses shall be made in writing. If EMD is requested, it shall also be extended <strong>for</strong> a<br />

corresponding period. A bidder may refuse the request without <strong>for</strong>feiting its bid security i.e.<br />

EMD. A bidder granting the request shall not be required or permitted to modify its bid.<br />

c) If the validity of the EMD instrument expires be<strong>for</strong>e the bid validity period, the bidder will ensure<br />

renewal / resubmission of EMD as and when asked <strong>for</strong>.<br />

10. Earnest Money Deposit (EMD)<br />

a) Every bidder, if not exempted, participating in the bid must furnish the earnest money deposit<br />

as specified in the Notice Inviting Tender (NIT).<br />

b) Government of <strong>Rajasthan</strong> and Union Government undertakings, corporations, companies;<br />

autonomous bodies managed or controlled by Government are not required to submit the EMD.<br />

Receipt of EMD or Registration certificate or Certificate that the bidder is a Government<br />

undertaking/ Corporation/ Company/ autonomous body as mentioned above shall necessarily<br />

accompany the sealed bid without which the bid shall be rejected <strong>for</strong>thwith.<br />

c) For the S.S.I. units of <strong>Rajasthan</strong>, a 75% discount shall be given in EMD, i.e., they will have to<br />

pay only 25% of the prescribed EMD. Similarly, Per<strong>for</strong>mance Security Deposit shall be @ 1% of<br />

the total agreed/ ordered project cost. They will have to furnish original or certified copy of the<br />

registration of SSI unit issued by the Director of Industries in respect of stores <strong>for</strong> which they<br />

are registered.<br />

Seal &Signature of the Auth. Sign . Page 54 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

d) Earnest money deposit of a bidder lying with RISL in respect of other bids awaiting decision will<br />

not be adjusted towards earnest money deposit <strong>for</strong> the fresh bids. The earnest money originally<br />

deposited may, however, should be taken into consideration in case bids are re-invited.<br />

e) Form of EMD: The EMD may be deposited in the <strong>for</strong>m of a banker‟s cheque or demand draft or<br />

bank guarantee in favour of “Managing Director, RajCOMP Info Services Limited” payable at<br />

“Jaipur”. The Bank Guarantee shall be valid <strong>for</strong> the period of Bid Validity as mentioned in the<br />

NIT. The same shall be payable at par at Jaipur.<br />

f) Refund of EMD: The earnest money deposit of unsuccessful bidders shall be refunded soon<br />

after final acceptance of bid and award of contract. In case of best/ successful bidder, the EMD,<br />

if feasible, may also be adjusted in arriving at the amount of the Per<strong>for</strong>mance Security Deposit.<br />

g) Forfeiture of EMD: The EMD taken from the bidder shall be <strong>for</strong>feited in the following cases:-<br />

i. When the bidder withdraws or modifies his bid proposal after opening of bids.<br />

ii. When the bidder does not execute the agreement after placement of order within the<br />

specified time.<br />

iii. When the bidder fails to commence the supply of the goods and service as per<br />

purchase / work order within the time prescribed.<br />

iv. When the bidder does not deposit the security money after the purchase/ work order is<br />

placed.<br />

v. To adjust any dues against the firm from any other contract with RISL.<br />

11. Deadline <strong>for</strong> the submission of Bids<br />

a) Bids must be submitted by the bidders online at eProc website as indicated in the NIT of<br />

subsequent corrigendums, if any.<br />

b) Normally, the date of submission and opening of bids would not be extended. However, in<br />

exceptional circumstances or when the bidding document is required to be substantially<br />

modified as a result of discussions in pre-bid conference and the time with the prospective<br />

bidders <strong>for</strong> preparation of bids appears insufficient, the date may be extended by Managing<br />

Director, RISL and due publicity to such change in date of submission of bids would be given.<br />

In such cases, it would be ensured that after issue of corrigendum, reasonable time is<br />

available to the bidders to prepare and submit their bids. Any change in date of submission<br />

Seal &Signature of the Auth. Sign . Page 55 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

and opening of bids would also be placed on the respective websites immediately. However, if<br />

the modifications in bidding document, specifications of goods and service are substantial,<br />

fresh publication of original bid inquiry may also be issued.<br />

c) The tendering authority may, at its discretion, extend the deadline <strong>for</strong> the submission of bids<br />

by amending the <strong>RFP</strong>/bidding document, in which case all rights and obligations of the<br />

tendering authority and bidders previously subject to the deadline shall thereafter would be<br />

subject to the deadline as extended.<br />

12. Format and Signing of Bid<br />

a) The bid <strong>for</strong>ms/templates/annexure etc., wherever applicable, shall be typed or written in<br />

indelible ink and shall be signed (all the pages) by a person duly authorized to sign, in token of<br />

acceptance of all the terms and conditions of the bidding document. This authorization shall<br />

consist of a written confirmation as specified in the bidding document and shall be attached to<br />

the bid.<br />

b) A written letter of Authorization accompanied by the board resolution/power of attorney must be<br />

submitted as per Annexure – 7.<br />

c) Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are<br />

signed or initialled by the authorized person signing the bid.<br />

d) The bid, duly signed (digitally) by Authorized Signatory, should be uploaded on the eproc portal<br />

in respective file/ <strong>for</strong>mat.<br />

e) Bidders must submit their bids online at eproc portal. Bids received by another other means<br />

shall not be accepted.<br />

f) If bids are not submitted as per the details mentioned in this bidding document and eProc<br />

website, the tendering authority shall reject the bid.<br />

13. Withdrawal and Resubmission (Substitution) of Bids<br />

a) If permitted by the tendering authority, a Bidder may withdraw its bid or re-submit its bid<br />

(technical and/ or financial cover) as per the instructions/ procedure mentioned at eProc<br />

website under the section “Bidder‟s Manual Kit”.<br />

b) Bids withdrawn shall not be opened and processed further.<br />

14. Bid Opening/ Opening of Tenders<br />

a) The designated Procurement Committee will per<strong>for</strong>m the bid opening, which is a critical event<br />

in the bidding process.<br />

b) The Tendering authority shall conduct the bid opening at the address, date and time specified<br />

in the NIT.<br />

Seal &Signature of the Auth. Sign . Page 56 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

c) All the bids received up to the specified time and date in response to all the bid inquiries shall<br />

be opened by the members of the designated Procurement Committee at the specified place,<br />

date and time in the presence of bidders or their authorized representatives who may choose to<br />

be present. Alternatively, the bidders may also view the bid opening status/ process online at<br />

eProc website.<br />

d) All the documents comprising of technical bid/ cover shall be opened & downloaded from the<br />

eProc website (only <strong>for</strong> the bidder‟s who have submitted the prescribed fee(s) to RISL).<br />

e) All the technical bid covers, except the Commercial/ Financial cover, shall be opened one at a<br />

time, and the following read out and recorded: the name of the bidder; the presence of the<br />

processing fee, <strong>RFP</strong> document fee, EMD and any other details as the tendering authority may<br />

consider appropriate.<br />

f) The Tendering authority shall prepare a record of the bid opening that shall include, at a<br />

minimum: the name of the bidder and the presence or absence of RISL processing fee, <strong>RFP</strong><br />

document fee, and EMD. The bidder‟s representatives who are present shall be required to<br />

sign the attendance sheet.<br />

g) The Commercial/ Financial cover shall be kept unopened and shall be opened later on the date<br />

and time intimated to the bidders who qualify in the evaluation of technical bids.<br />

15. Evaluation /Selection Method<br />

a) A bidder would be selected on the basis of Least Cost Based Selection Method (LCBS) i.e. L1<br />

method wherein an eligible bidder with adequate technical competence and the most competitive<br />

(lowest) rates/ quote would be selected <strong>for</strong> the implementation of the pilot project.<br />

16. Guiding principle <strong>for</strong> evaluation of bids<br />

a) The tendering authority shall strictly apply only and all of the evaluation and qualification criteria<br />

specified in the bidding document.<br />

b) The determination shall be based upon an examination of the documentary evidence of the<br />

bidder‟s qualifications and proposed solution submitted by the bidder.<br />

17. Determination of eligibility and responsiveness<br />

a) A bidder shall be considered to be eligible if it meets the eligibility and technical evaluation criteria<br />

mentioned in the <strong>RFP</strong> document.<br />

b) A responsive bid would be the one that meets the requirements of the bidding document without<br />

material deviation, reservation, or omission where: -<br />

i. “Deviation” is a departure from the requirements specified in the bidding document;<br />

ii.<br />

“Reservation” is the setting of limiting conditions or withholding from complete<br />

acceptance of the requirements specified in the bidding document; and<br />

Seal &Signature of the Auth. Sign . Page 57 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

iii.<br />

“Omission” is the failure to submit part or all of the in<strong>for</strong>mation or documentation<br />

required in the bidding document.<br />

c) A material deviation, reservation, or omission is one that,<br />

i. if accepted, would: -<br />

a. affect in any substantial way the scope, quality, or per<strong>for</strong>mance of the Goods and<br />

Related Services specified in the bidding document; or<br />

b. limits in any substantial way, inconsistent with the bidding document, the tendering<br />

authority‟s rights or the bidder‟s obligations under the proposed Contract; or<br />

ii.<br />

if rectified, would unfairly affect the competitive position of other bidders presenting<br />

responsive bids.<br />

d) The tendering authority shall examine the technical proposals including the pre-qualification<br />

documents.<br />

e) Provided that a bid is substantially responsive, the tendering authority -<br />

<br />

<br />

<br />

may waive any noncon<strong>for</strong>mity in the bid that does not constitute a material deviation,<br />

reservation or omission.<br />

may request that the bidder submit the necessary in<strong>for</strong>mation or documentation, within a<br />

reasonable period of time, to rectify nonmaterial noncon<strong>for</strong>mities or omissions in the bid<br />

related to documentation requirements. Requesting in<strong>for</strong>mation or documentation on such<br />

noncon<strong>for</strong>mities shall not be related to any aspect of the price of the bid. Failure of the<br />

bidder to comply with the request may result in the rejection of its bid.<br />

shall rectify nonmaterial noncon<strong>for</strong>mities or omissions. To this effect, the bid price shall be<br />

adjusted, <strong>for</strong> comparison purposes only, to reflect the price of the missing or noncon<strong>for</strong>ming<br />

item or component. The adjustment shall be made using the method indicated<br />

in pre-qualification and Evaluation Criteria of this bidding document.<br />

f) The eligible bidders whose bid is determined to be substantially responsive shall be considered to<br />

be qualified in the technical evaluation, unless disqualified pursuant to clause 18 or 31, and shall<br />

be in<strong>for</strong>med either in writing or by uploading the details on the websites mentioned in the NIT,<br />

about the date, time and place of opening of their financial bids.<br />

g) The firms which could not qualify in technical evaluation will be in<strong>for</strong>med about this fact. Their<br />

financial bid will be returned unopened and EMD refunded after completion of the bid process i.e.<br />

award of the contract to the best/ successful bidder.<br />

18. Conflict of Interest<br />

Seal &Signature of the Auth. Sign . Page 58 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

a) RISL considers a conflict of interest to be a situation in which a party has interests that could<br />

improperly influence that party‟s per<strong>for</strong>mance of official duties or responsibilities, contractual<br />

obligations, or compliance with applicable laws and regulations. In pursuance of RISL's<br />

Procurement Ethics requirement that bidders, suppliers, and contractors under contracts, observe<br />

the highest standard of ethics, RISL will take appropriate actions against the bidder, if it<br />

determines that a conflict of interest has flawed the integrity of any procurement process.<br />

Consequently all bidders found to have a conflict of interest shall be disqualified.<br />

b) A bidder may be considered to be in a conflict of interest if the bidder or any of its affiliates<br />

participated as a consultant in the preparation of the solicitation documents/<strong>RFP</strong> <strong>for</strong> the<br />

procurement of the goods and services that are the subject matter of the bid.<br />

c) It may be considered to be in a conflict of interest with one or more parties in the bidding process<br />

if<br />

i. they have controlling shareholders in common; or<br />

ii. it receives or have received any direct or indirect subsidy from any of them; or<br />

iii. they have the same legal representative <strong>for</strong> purposes of the Bid; or<br />

iv. they have a relationship with each other, directly or through common third parties, that puts<br />

them in a position to have access to in<strong>for</strong>mation about or influence on the Bid of another<br />

Bidder, or influence the decisions of the tendering authority regarding this bidding process.<br />

19. Confidentiality<br />

a) In<strong>for</strong>mation relating to the examination, evaluation, comparison, and post qualification of bids, and<br />

recommendation of contract award, shall not be disclosed to bidders or any other persons not<br />

officially concerned with such process until publication of the Contract award.<br />

b) Any attempt by a bidder to influence the tendering authority or other officials in the examination,<br />

evaluation, comparison, and post qualification of the bids or Contract award decisions may result<br />

in the rejection of his bid.<br />

c) From the time of bid opening to the time of Contract award, if any bidder wishes to contact the<br />

tendering authority on any matter related to the bidding process, he is allowed to do so in writing.<br />

20. Clarification of Bids<br />

a) To assist in the examination, evaluation, comparison and post qualification of the bids, the<br />

tendering authority may, at its discretion, ask any bidder <strong>for</strong> a clarification of his bid. The<br />

tendering authority‟s request <strong>for</strong> clarification and the response shall be either in writing or by<br />

uploading the details on the websites mentioned in the NIT.<br />

b) Any clarification submitted by a bidder with regard to his bid that is not in response to a request<br />

by the tendering authority shall not be considered.<br />

Seal &Signature of the Auth. Sign . Page 59 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

c) No change in the prices or substance of the bid shall be sought, offered, or permitted, except to<br />

confirm the correction of arithmetic errors discovered by the tendering authority in the evaluation<br />

of the Commercial/ Financial Bids.<br />

21. Evaluation of Technical Bids<br />

a) The technical evaluation shall be completed by the designated Procurement Committee as early<br />

as possible after opening of technical bids.<br />

b) After approval of the technical evaluation by tendering authority, the firms which qualified in the<br />

technical evaluation shall be in<strong>for</strong>med in writing or by uploading the details on the websites<br />

mentioned in the NIT about the date, time and place of opening of their financial bids.<br />

c) The firms who could not qualify in technical evaluation will be in<strong>for</strong>med about this fact and their<br />

EMD will be refunded after completion of the tender process i.e. award of the contract to the best/<br />

successful bidder.<br />

22. Evaluation of Financial Bids<br />

a) The financial bids/ cover of bidders who qualify in technical evaluation shall be opened online at<br />

the notified time, date and place by the members of the designated Procurement Committee in<br />

the presence of the bidders or their representatives who choose to be present. Alternatively, the<br />

bidders may also view the financial bid opening status/ process online at eProc website.<br />

b) The Process of opening of financial bids/covers shall be similar to that of technical bids.<br />

c) The names of the firms, the rates given by them, shall be read out and recorded in tender<br />

opening register.<br />

d) o evaluate a bid, the tendering authority shall consider the following: -<br />

i. the bid price as quoted in accordance with bidding document.<br />

ii. price adjustment <strong>for</strong> correction of arithmetic errors in accordance with bidding<br />

document.<br />

e) The tendering authority‟s evaluation of a bid will exclude and not take into account -<br />

i. in the case of goods, <strong>Rajasthan</strong> VAT but Central Sales Tax shall be considered <strong>for</strong><br />

purposes of comparison; and<br />

f) The evaluation shall include all costs and all taxes and duties applicable to the bidder as per law<br />

of the Central/ State Government/ Local Authorities. Treatment of CenVAT/ VAT etc. would,<br />

however, be as per Clause No. 23 below.<br />

23. Correction of Arithmetic Errors<br />

Provided that the Bid is substantially responsive, the competent Procurement Committee shall<br />

correct arithmetical errors on the following basis: -<br />

Seal &Signature of the Auth. Sign . Page 60 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

i. if there is a discrepancy between the unit price and the total price that is obtained by<br />

multiplying the unit price and quantity, the unit price shall prevail and the total price shall be<br />

corrected, unless in the opinion of the tendering authority there is an obvious misplacement<br />

of the decimal point in the unit price, in which case the total price as quoted shall govern<br />

and the unit price shall be corrected;<br />

ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the<br />

subtotals shall prevail and the total shall be corrected; and<br />

iii. if there is a discrepancy between words and figures, the amount in words shall prevail,<br />

unless the amount expressed in words is related to an arithmetic error, in which case the<br />

amount in figures shall prevail subject to (i) and (ii) above.<br />

24. Comparison of Rates of firms outside and those in <strong>Rajasthan</strong><br />

While tabulating the bids of those firms which are not entitled to price preference, the element of<br />

<strong>Rajasthan</strong> VAT shall be excluded from the rates quoted by the firms of <strong>Rajasthan</strong> and the element<br />

of Central VAT shall be included in the rates of firms outside <strong>Rajasthan</strong>. In such case, if the price of<br />

any commodity being offered <strong>for</strong> sale by firms in <strong>Rajasthan</strong> is the same or lower (excluding element<br />

of <strong>Rajasthan</strong> Sales Tax) than the price of firm outside <strong>Rajasthan</strong> (including element of Central<br />

Sales Tax), the commodity shall be purchased from the firm in <strong>Rajasthan</strong>.<br />

25. Margin of Preference/ Price Preference<br />

No margin of preference/ price preference shall be given to the goods produced or manufactured by<br />

Industries of <strong>Rajasthan</strong> over goods produced or manufactured by Industries outside <strong>Rajasthan</strong>.<br />

26. Negotiations<br />

a) As a general rule, negotiations after opening of financial bids would be discouraged. However,<br />

negotiations may be undertaken in exceptional circumstances, such as: -<br />

i. when ring prices have been quoted.<br />

ii. When the quoted rates have wide variations and are much higher than the market rates<br />

prevailing at the time of opening of bids.<br />

b) Negotiations shall not make original offer of the bidder ineffective.<br />

c) Negotiations shall be conducted with the best value bidder only and by in<strong>for</strong>mation given in<br />

writing with a minimum period of 3 days (in case of a local bidder) and 7 days (in case of an<br />

outstation bidder) shall be given <strong>for</strong> response in writing and in sealed cover. In case of urgency,<br />

the tender sanctioning Procurement Committee (PC) may reduce the notice period <strong>for</strong><br />

negotiations provided the bidder receives the in<strong>for</strong>mation regarding holding negotiations.<br />

d) In case the best value bidder does not reduce his rates in response to negotiations or the rates so<br />

reduced are still considered to be higher, the tender sanctioning PC may decide to make a written<br />

Seal &Signature of the Auth. Sign . Page 61 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

counter offer to the best value bidder. If the best value bidder does not accept the counter offer<br />

given by the PC, the PC may recommend rejecting the bid or may repeat the process to make the<br />

same counter offer to second best value bidder and so on to third, fourth best value bidder, etc.<br />

till a bidder accepts it.<br />

27. Comparison of bids and determination of the best value bid<br />

The tendering authority shall compare responsive bids of all eligible bidders to determine the best<br />

value bid, in accordance with the evaluation criteria given in this <strong>RFP</strong>.<br />

28. Tendering authority’s Right to Accept/ Reject any or all of the Bids<br />

The tendering authority reserves the right to accept or reject any Bid, and to annul the bidding<br />

process and reject all Bids at any time prior to Contract award, without thereby incurring any liability<br />

to the Bidders.<br />

29. Right to vary Quantities<br />

a) At the time the Contract is awarded, the quantity of Goods and Related Services originally<br />

specified in the bidding document may be increased or decreased, provided this change does not<br />

exceed the limits/ ceilings of minimum and maximum quantity, if any, indicated in the bidding<br />

document, and without any change in the unit prices or other terms and conditions of the bid and<br />

the bidding document.<br />

b) The tendering authority reserves the right to increase the quantity of goods and scope of services<br />

originally specified in the bidding document by 25% and without any change in the unit prices or<br />

other terms and conditions of the bid and the bidding document.<br />

c) Repeat orders may also be placed with the consent of the contractor/ supplier on the rates and<br />

conditions given in the bidding document provided that the repeat orders are up to 50% of the<br />

quantity originally purchased and the period is not more than one month from the date of expiry of<br />

last supply (i.e., delivery) and that the original order was given after inviting open tenders/ bids.<br />

The delivery/ completion period will also be proportionately increased.<br />

d) If the tendering authority does not purchase any of the tendered articles or purchases less than<br />

the quantity/ indicated in the tender <strong>for</strong>m, the bidder shall not be entitled to claim any<br />

compensation.<br />

e) Notwithstanding anything to the contrary mentioned in this bidding document, the quantities of the<br />

items like Quantity mentioned in financial bid <strong>for</strong>mat as item no 8 (structure cable) item no 13 (<br />

handheld device), item no 14 (CCTV camera + accessories), item no 15 (CCTV LCD Panel) and<br />

item no 18 (automatics boom barriers) are Indicative, SI will finalised actual quantity in<br />

consultation with DAM, in case of any deviation in quantity unitary price of each item shall be<br />

Seal &Signature of the Auth. Sign . Page 62 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

applicable. are Indicative, SI will finalised actual quantity in consultation with DAM, in case of<br />

any deviation in quantity unitary price of each item shall be applicable.<br />

30. Disqualification<br />

Tendering authority may at its sole discretion and at any time during the processing of bid,<br />

disqualify any Bidder/ proposal from the bid process if the bidder: -<br />

i. Has not submitted the bid in accordance with the bidding document.<br />

ii. Has submitted bid without submitting the prescribed Tender Fee, RISL Processing fee,<br />

Earnest Money Deposit (EMD) or the bidder's authorisation certificate/Power of Attorney.<br />

iii. Has imposed conditions in his bid.<br />

iv. During validity of the bid or its extended period, if any, increases his quoted prices.<br />

v. Has made misleading or false representations in the <strong>for</strong>ms, statements and attachments<br />

submitted in proof of the eligibility requirements.<br />

vi. Has failed to provide clarifications related thereto, when sought.<br />

vii. Has submitted more than one bid. This will cause disqualification of all bids submitted by<br />

such bidders including <strong>for</strong>feiture of the EMD.<br />

viii. Is found to canvass, influence or attempt to influence in any manner <strong>for</strong> the qualification or<br />

selection process, including without limitation, by offering bribes or other illegal gratification.<br />

31. Acceptance of the Tender / Bid and Notification of Award<br />

a) Prior to the expiration of the period of bid validity, the tendering authority shall notify the<br />

successful Bidders, in writing, that their Bids have been accepted.<br />

b) The tendering authority shall award the Contract to the Bidders whose offer have been<br />

determined to be the best Bid and are substantially responsive to the Bidding Document,<br />

provided further that the Bidders are determined to be qualified to per<strong>for</strong>m the Contract<br />

satisfactorily.<br />

c) Decision on tenders shall be taken within original validity period of offers. If the decision on<br />

acceptance or rejection of a tender cannot be taken within the original bid validity period due to<br />

unavoidable circumstances, all the bidders shall be requested to extend validity period of their<br />

bids up to a specified date.<br />

d) As soon as a bid is accepted by the tendering authority, its written intimation would be sent to the<br />

concerned bidder. If the issuance of <strong>for</strong>mal Work Order is likely to take time, a Letter of Intent<br />

(LOI) may be sent in the meanwhile. In the same intimation the bidder may be asked to execute<br />

an agreement in prescribed <strong>for</strong>mat on a non-judicial stamp of prescribed value and deposit the<br />

Seal &Signature of the Auth. Sign . Page 63 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

amount of prescribed per<strong>for</strong>mance security deposit within 15 days from the date of issue of<br />

acceptance.<br />

e) The acceptance of an offer is complete as soon as the letter of communication is posted to the<br />

correct address of the bidder.<br />

f) The acceptance of the bid shall also be placed on website of DAM and RISL <strong>for</strong> general<br />

in<strong>for</strong>mation to all.<br />

g) The EMD of the bidders whose bids could not be accepted shall be refunded soon after the<br />

agreement with the successful bidder is executed and his per<strong>for</strong>mance security deposit is<br />

obtained. Until a <strong>for</strong>mal Contract is prepared and executed, the notification of award shall<br />

constitute a binding Contract.<br />

32. Signing of Contract<br />

a) Promptly after notification of award, the tendering authority shall send to the successful Bidders<br />

the Contract Agreement including “Special Conditions of Contract.<br />

b) Within fifteen (15) days of receipt of the Letter of Intent from the tendering authority, the<br />

successful Bidders shall sign, date, and return the Contract Agreement to the tendering authority.<br />

33. Per<strong>for</strong>mance Security Deposit (PSD)<br />

a) Within fifteen (15) days of the receipt of notification of award from the tendering authority, the<br />

successful Bidder shall furnish the Per<strong>for</strong>mance Security Deposit (PSD) @5% of the total<br />

agreed/ordered project value.<br />

b) Failure of the successful bidder to submit the a<strong>for</strong>ementioned PSD or sign the Contract<br />

Agreement shall constitute sufficient grounds <strong>for</strong> the annulment (cancellation/ termination) of the<br />

award and <strong>for</strong>feiture of the EMD. In that event the tendering authority may award the Contract to<br />

the next best value bidder whose offer is valid and substantially responsive and is determined by<br />

the tendering authority to be qualified to per<strong>for</strong>m the Contract satisfactorily.<br />

34. Reservation of Rights<br />

To take care of unexpected circumstances, RISL / DAM shall reserve the rights <strong>for</strong> the following: -<br />

a) Extend the Closing Date <strong>for</strong> submission of the proposals.<br />

b) Amend the bidding requirements at any time prior to the closing date, with the amendment being<br />

notified to prospective bidders and on the respective websites.<br />

c) Allow a bidder to change its technical proposal if the same opportunity is given to all bidders but<br />

be<strong>for</strong>e the opening of financial bids.<br />

Seal &Signature of the Auth. Sign . Page 64 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

d) To accept any bid not necessarily the lowest, reject any bid without assigning any reasons and<br />

accept bid <strong>for</strong> all or anyone or more of the articles/services <strong>for</strong> which bid has been invited or<br />

distribute items of stores/services to more than one bidder.<br />

e) Terminate or abandon the bidding procedure or the entire project whether be<strong>for</strong>e or after the<br />

receipt of bid proposals.<br />

f) Seek the advice of external consultants to assist RISL / DAM in the evaluation or review of<br />

proposals.<br />

g) Make enquiries of any person, company or organization to ascertain in<strong>for</strong>mation regarding the<br />

bidder and its proposal.<br />

h) Reproduce <strong>for</strong> the purposes of the procedure the whole or any portion of the proposal despite any<br />

copyright or other intellectual property right that may subsist in the proposal.<br />

35. Monitoring of Contract<br />

a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be<br />

nominated by tendering authority to monitor the progress of the contract during its delivery period.<br />

b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall<br />

ensure that quantity of goods and service delivery is in proportion to the total delivery period<br />

given, if it is a severable contract, in which the delivery of the goods and service is to be obtained<br />

continuously or is batched. If the entire quantity of goods and service is to be delivered in the<br />

<strong>for</strong>m of completed work or entire quantity of goods and service is to be delivered in the <strong>for</strong>m of<br />

completed work or entire contract like fabrication work, the process of completion of work may be<br />

watched and inspections of the selected bidders premises where the work is being completed,<br />

may be inspected.<br />

c) If delay in delivery of goods and service is observed a per<strong>for</strong>mance notice would be given to the<br />

selected bidder to speed up the delivery.<br />

d) Any change in the constitution of the firm, etc. shall be notified <strong>for</strong>th with by the contractor in<br />

writing to the tendering authority and such change shall not relieve any <strong>for</strong>mer member of the<br />

firm, etc., from any liability under the contract.<br />

e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the<br />

contract unless he/ they agree to abide by all its terms, conditions and deposits with the tendering<br />

authority through a written agreement to this effect. The bidder‟s receipt <strong>for</strong> acknowledgement or<br />

that of any partners subsequently accepted as above shall bind all of them and will be sufficient<br />

discharge <strong>for</strong> any of the purpose of the contract.<br />

f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any<br />

other agency without the permission of tendering authority.<br />

Seal &Signature of the Auth. Sign . Page 65 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

6. TERMS AND CONDITIONS, OF TENDER & CONTRACT<br />

Definitions<br />

For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned<br />

to them: -<br />

a) “Contract” means the agreement entered into between the Purchaser and the Supplier, together with<br />

the contract documents referred to therein, including all attachments, appendices, and all documents<br />

incorporated by reference therein.<br />

b) “Contract Documents” means the documents listed in the agreement, including any amendments<br />

thereto.<br />

c) “Contract Price” means the price payable to the Supplier as specified in the agreement, subject to<br />

such additions and adjustments thereto or deductions there from, as may be made pursuant to the<br />

Contract.<br />

d) “Day” means calendar day.<br />

e) “Delivery” means the transfer of the Goods from the Supplier to the Purchaser in accordance with the<br />

terms and conditions set <strong>for</strong>th in the Contract.<br />

f) “Completion” means the fulfilment of the related services by the Supplier in accordance with the terms<br />

and conditions set <strong>for</strong>th in the contract.<br />

g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other<br />

materials that the Supplier is required to supply to the Purchaser under the contract.<br />

h) “Purchaser” means the entity purchasing the Goods and Related Services, as specified in the bidding<br />

document.<br />

i) “Related Services” means the services incidental to the supply of the goods, such as insurance,<br />

installation, training and initial maintenance and other similar obligations of the Supplier under the<br />

Contract.<br />

j) “Subcontractor” means any natural person, private or government entity, or a combination of the<br />

above, including its legal successors or permitted assigns, to whom any part of the Goods to be<br />

supplied or execution of any part of the Related Services is subcontracted by the Supplier.<br />

k) “Supplier / Successful or Selected bidder” means the person, private or government entity, or a<br />

combination of the above, whose bid to per<strong>for</strong>m the Contract has been accepted by the Purchaser<br />

and is named as such in the Agreement, and includes the legal successors or permitted assigns of<br />

the Supplier.<br />

l) “The Site,” where applicable, means the project places named in the bidding document.<br />

Seal &Signature of the Auth. Sign . Page 66 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

A. General Conditions of the Bid<br />

1. Income Tax and VAT Registration and VAT Clearance Certificate<br />

No Dealer who does not hold PAN / Tax Identification Number (TIN) from Income Tax department,<br />

GoI and who is not registered under the Sales Tax Act prevalent in the State where his business is<br />

located shall bid. The VAT Registration Number should be quoted and a VAT clearance certificate<br />

from the Commercial Taxes Officer of the Circle concerned valid on the date of submission of bid<br />

shall be submitted without which the bid is liable to rejection. The bidder quoting <strong>Rajasthan</strong> VAT<br />

should have valid VAT registration in the state of <strong>Rajasthan</strong> and he should mention the same VAT<br />

registration number in the bid document.<br />

2. Contract Documents<br />

Subject to the order of precedence set <strong>for</strong>th in the Agreement, all documents <strong>for</strong>ming the Contract<br />

(and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.<br />

3. Interpretation<br />

a) If the context so requires it, singular means plural and vice versa.<br />

b) Commercial Terms: The meaning of any trade term and the rights and obligations of parties there<br />

under shall be as prescribed by commercial terms. All the terms shall be governed by the rules<br />

prescribed in the current edition of commercial terms, published by the Indian Chamber of<br />

Commerce at the date of the Invitation <strong>for</strong> Bids or as specified in the bidding document.<br />

c) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and the<br />

Supplier and supersedes all communications, negotiations and agreements (whether written or<br />

oral) of parties with respect thereto made prior to the date of Contract.<br />

d) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing,<br />

is dated, expressly refers to the Contract, and is signed by a duly authorized representative of<br />

each party thereto.<br />

e) Non-waiver: Subject to the condition (f) below, no relaxation, <strong>for</strong>bearance, delay, or indulgence by<br />

either party in en<strong>for</strong>cing any of the terms and conditions of the Contract or the granting of time by<br />

either party to the other shall prejudice, affect, or restrict the rights of that party under the<br />

Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of<br />

any subsequent or continuing breach of Contract.<br />

f) Any waiver of a party‟s rights, powers, or remedies under the Contract must be in writing, dated,<br />

and signed by an authorized representative of the party granting such waiver, and must specify<br />

the right and the extent to which it is being waived.<br />

Seal &Signature of the Auth. Sign . Page 67 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

g) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or<br />

unen<strong>for</strong>ceable, such prohibition, invalidity or unen<strong>for</strong>ceability shall not affect the validity or<br />

en<strong>for</strong>ceability of any other provisions and conditions of the Contract.<br />

4. Language<br />

a) The Contract as well as all correspondence and documents relating to the Contract exchanged by<br />

the Supplier/ successful bidder and the Purchaser, shall be written in English language only or as<br />

specified in the special conditions of the contract. Supporting documents and printed literature<br />

that are part of the Contract may be in another language provided they are accompanied by an<br />

accurate translation of the relevant passages in the language specified in the special conditions<br />

of the contract, in which case, <strong>for</strong> purposes of interpretation of the Contract, this translation shall<br />

govern.<br />

b) The Supplier/ successful bidder shall bear all costs of translation to the governing language and<br />

all risks of the accuracy of such translation.<br />

5. Joint Venture, Consortium or Association<br />

a) Unless otherwise specified in the special conditions of the contract, if the Supplier/ Bidder is a<br />

joint venture, consortium, or association, all of the parties shall be jointly and severally liable to<br />

the Purchaser <strong>for</strong> the fulfilment of the provisions of the contract and shall designate one party to<br />

act as a leader with authority to bind the joint venture, consortium, or association.<br />

b) The composition or the constitution of the joint venture, consortium, or association shall not be<br />

altered without the prior consent of the purchaser.<br />

c) Any change in the constitution of the firm, etc. shall be notified <strong>for</strong>th with by the contractor in<br />

writing to the purchase officer and such change shall not relieve any <strong>for</strong>mer member of the firm,<br />

etc., from any liability under the contract.<br />

d) No new partner/ partners shall be accepted in the firm by the contractor in respect of the contract<br />

unless he/they agree to abide by all its terms, conditions and deposits with the purchase officer a<br />

written agreement to this effect. The contractor‟s receipt <strong>for</strong> acknowledgement or that of any<br />

partners subsequently accepted as above shall bind all of them and will be sufficient discharge <strong>for</strong><br />

any of the purpose of the contract.<br />

e) No new consortium agreement shall be allowed during the project period.<br />

f) In Consortium, all the members shall be equally responsible to complete the project as per their<br />

roles & responsibilities; however Lead partner shall give an undertaking <strong>for</strong> the successful<br />

completion of the overall project. In case of any issues, Lead partner is the responsible person <strong>for</strong><br />

all the penalties.<br />

Seal &Signature of the Auth. Sign . Page 68 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

g) The lead bidder is required to do majority (>50%) of the work. However, the lead bidder and<br />

consortium partner is jointly and severely liable <strong>for</strong> the entire scope of work and risks involved<br />

thereof.<br />

h) The non-lead bidder (consortium partner) is liable <strong>for</strong> the scope of work <strong>for</strong> which they are<br />

responsible along with the lead bidder.<br />

i) Any change in the consortium at a later date will not be allowed without prior permission from the<br />

tendering authority/ purchaser.<br />

6. Eligible Goods and Related Services<br />

a) For purposes of this Clause, the term “goods” includes commodities, raw material, machinery,<br />

equipment, and industrial plants; and “related services” includes services such as insurance,<br />

transportation, installation, and commissioning, training, and initial maintenance.<br />

b) Bids <strong>for</strong> articles defined in the BOM (Annexure 2) should be the ones which are produced in<br />

volume and are used by a large number of users in India/ abroad should be encouraged. All<br />

products quoted by the suppliers/ bidders must be associated with specific model numbers, item<br />

code and names and with printed literature describing configuration and functionality. Any<br />

deviation from the printed specifications should be clearly mentioned in the offer document by the<br />

bidders/ suppliers.<br />

c) The OEM/ Vendor must have its own registered spares depot in India having adequate inventory<br />

of the equipment being quoted <strong>for</strong> providing the necessary spares within next business day or<br />

maximum 30 hours.<br />

d) The OEM/ Vendor should have its direct representation in India in terms of registered office <strong>for</strong> at<br />

least past 3 years. The presence through any Distribution/ System Integration partner agreement<br />

will not be accepted.<br />

e) Bidder must quote products in accordance with above clause “Eligible goods and related<br />

services”.<br />

f) The OEM/ Vendor whose equipments are being quoted shall have Technical Support/ Assistance<br />

Centre to provide 24x7 support over toll free numbers as well as web-based support.<br />

7. Notices<br />

a) Any Notice given by one party to the other pursuant to the Contract shall be in writing to the<br />

address specified in the contract. The term “in writing” means communicated in written <strong>for</strong>m with<br />

proof of receipt.<br />

b) A Notice shall be effective when delivered or on the Notice‟s effective date, whichever is later.<br />

8. Governing Law<br />

Seal &Signature of the Auth. Sign . Page 69 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

The Contract shall be governed by and interpreted in accordance with the laws of the <strong>Rajasthan</strong><br />

State/ the Country (India), unless otherwise specified in the contract.<br />

9. Scope of Supply<br />

a) Subject to the provisions in the bidding document and contract, the Goods and Related Services<br />

to be supplied shall be as specified in Scope of Work/ Schedule of Supply section of the bidding<br />

document.<br />

b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items not<br />

specifically mentioned in the Contract but that can be reasonably inferred from the Contract as<br />

being required <strong>for</strong> attaining delivery and completion of the goods and related services as if such<br />

items were expressly mentioned in the Contract.<br />

c) The bidder shall not quote and supply and hardware/ software that is likely to be declared as End<br />

of Sale in next 6 months and End of Service/ Support <strong>for</strong> a period of 3 Years from the last date of<br />

bid submission. OEMs are required to mention this in the MAF <strong>for</strong> all the quoted hardware/<br />

software. If any of the hardware/ software is found to be declared as End of Sale/ Service/<br />

Support, then the bidder shall replace all such hardware/ software with the latest ones having<br />

equivalent or higher specifications without any financial obligation to the purchaser.<br />

10. Delivery & Installation<br />

a) Subject to the conditions of the contract, the delivery of the goods and completion of the related<br />

services shall be in accordance with the delivery and completion schedule specified in the bidding<br />

document. The details of supply/ shipping and other documents to be furnished by the Supplier<br />

are specified in the bidding document and/ or contract.<br />

b) The Contract <strong>for</strong> the supply can be repudiated at any time by the Purchase Officer, if the supplies<br />

are not made to his satisfaction after giving an opportunity to the bidder of being heard and<br />

recording the reasons <strong>for</strong> repudiation.<br />

c) The Supplier/ Bidder shall arrange to supply, install and commission the ordered materials/<br />

system as per specifications within the specified delivery/ completion period at various<br />

departments and/ or their offices/ locations mentioned in purchase order.<br />

d) Shifting the place of Installation: The user will be free to shift the place of installation within the<br />

same city /town/ district/ division. The supplier shall provide all assistance, except transportation,<br />

in shifting of the equipment. However, if the city/town is changed, additional charges of<br />

assistance in shifting and providing maintenance services <strong>for</strong> remaining period would be decided<br />

mutually.<br />

11. Supplier’s/ Bidder’s Responsibilities<br />

Seal &Signature of the Auth. Sign . Page 70 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

The Supplier/ Bidder shall supply all the goods and related services included in the scope of supply in<br />

accordance with the provisions of bidding document and/ or contract.<br />

12. Purchaser’s Responsibilities<br />

a) Whenever the supply of goods and related services requires that the Supplier/ Bidder obtain<br />

permits, approvals, and import and other licenses from local public authorities, the Purchaser<br />

shall, if so required by the Supplier/ Bidder, make its best ef<strong>for</strong>t to assist the Supplier/ Bidder in<br />

complying with such requirements in a timely and expeditious manner.<br />

b) The Purchaser shall pay all costs involved in the per<strong>for</strong>mance of its responsibilities, in<br />

accordance with the general conditions of the contract.<br />

13. Contract Price<br />

a) The Contract Price shall be paid as specified in the contract subject to any additions and<br />

adjustments thereto, or deductions there from, as may be made pursuant to the Contract.<br />

b) Prices charged by the Supplier/ Bidder <strong>for</strong> the Goods delivered and the Related Services<br />

per<strong>for</strong>med under the Contract shall not vary from the prices quoted by the Supplier/ Bidder in its<br />

bid, with the exception of any price adjustments authorized in the special conditions of the<br />

contract.<br />

14. Recoveries from Suppliers/ Bidders<br />

a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made<br />

ordinarily from bills.<br />

b) The Purchase Officer shall withhold amount to the extent of short supply, broken/damaged or <strong>for</strong><br />

rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount,<br />

it shall be recovered from his dues and per<strong>for</strong>mance security deposit.<br />

c) The balance, if any, shall be demanded from the Supplier/ Bidder and when recovery is not<br />

possible, the Purchase Officer shall take recourse to law in <strong>for</strong>ce.<br />

15. Taxes & Duties<br />

a) The income tax, service tax, value added tax, etc. if applicable shall be deducted at source from<br />

the payment to the Supplier/ Bidder as per the law in <strong>for</strong>ce at the time of execution of contract.<br />

b) The entry tax, if applicable shall be deducted at source and deposited in the government treasury<br />

in proper revenue receipt head of account.<br />

c) For goods supplied from outside India, the Supplier shall be entirely responsible <strong>for</strong> all taxes,<br />

stamp duties, license fees, and other such levies imposed outside the country.<br />

d) For goods supplied from within India, the Supplier shall be entirely responsible <strong>for</strong> all taxes,<br />

duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.<br />

Seal &Signature of the Auth. Sign . Page 71 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

e) Revision in VAT and Service Tax shall be on account of the tendering authority if it has been<br />

asked <strong>for</strong> separately in the financial bid and is not taken into account <strong>for</strong> the purpose of<br />

comparison of bids. If, however, they have not been asked <strong>for</strong> separately, any benefit or<br />

additional cost will be on account of the bidder. Revision of any other tax or duty shall be on<br />

account of the bidder.<br />

f) If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in<br />

India, the Purchaser shall use its best ef<strong>for</strong>ts to enable the Supplier to benefit from any such tax<br />

savings to the maximum allowable extent.<br />

16. Per<strong>for</strong>mance Security Deposit<br />

a) In case of successful Supplier/ Bidder, the Earnest Money will be adjusted in arriving at the<br />

amount of the Per<strong>for</strong>mance Security Deposit.<br />

b) The Supplier/ Bidder shall, within fifteen (15) days of the notification of Contract award, provide a<br />

Per<strong>for</strong>mance Security deposit (PSD) @5% of the total agreed/ordered project value <strong>for</strong> the due<br />

per<strong>for</strong>mance of the Contract in the amounts and currencies specified in the contract.<br />

c) The proceeds of the Per<strong>for</strong>mance Security deposit shall be payable to the Purchaser as<br />

compensation <strong>for</strong> any loss resulting from the Supplier‟s/ Bidder‟s failure to complete its<br />

obligations under the Contract.<br />

d) Form of Per<strong>for</strong>mance Security deposit: Per<strong>for</strong>mance Security Deposit (PSD) in the <strong>for</strong>m of cash<br />

will not be accepted. It may be deposited in the <strong>for</strong>m of Bank Draft or Banker‟s Cheque or Bank<br />

guarantee in favour of Managing Director, Rajcomp Info Services Limted, payable at Jaipur . The<br />

other <strong>for</strong>m of security money shall be Post-office Savings Bank Pass Book duly pledged or<br />

National Savings Certificates, Defence Savings Certificates. Kisan Vikas Patras, or any other<br />

script/ instrument under National Savings Schemes <strong>for</strong> promotion of small savings, if the same<br />

can be pledged. These certificates shall be accepted at surrender value.<br />

e) Refund of Per<strong>for</strong>mance Security deposit: The Per<strong>for</strong>mance Security deposit shall be refunded<br />

within two months from the expiry of the term of contract.<br />

f) Forfeiture of Per<strong>for</strong>mance Security deposit: Per<strong>for</strong>mance Security deposit shall be <strong>for</strong>feited in the<br />

following cases: -<br />

i. When any terms and condition of the contract is breached.<br />

ii. When the Supplier/ Bidder fail to commence supply or stops making the supplies or fail to<br />

provide deliverables after partially executing the purchase/ work order.<br />

iii. To adjust any dues against the firm from any other contract with RISL.<br />

Seal &Signature of the Auth. Sign . Page 72 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

g) No interest will be paid by RISL on the amount of earnest money and per<strong>for</strong>mance security<br />

deposit.<br />

h) Proper notice will be given to the Supplier/ Bidder with reasonable time be<strong>for</strong>e earnest money/<br />

per<strong>for</strong>mance security deposit is <strong>for</strong>feited.<br />

i) Forfeiture of earnest money / per<strong>for</strong>mance security deposit shall be without prejudice to any other<br />

right of RISL to claim any damages as admissible under the law as well as to take such action<br />

against the Supplier/ Bidder such as severing future business relation or black listing, etc.<br />

17. Copyright<br />

a) The application developed along with source code, documentation and IPR will be the sole<br />

property of Purchaser.<br />

b) The selected bidder shall indemnify RISL against all third-party claims of infringement of patent,<br />

copy right, trademark or industrial design rights arising from use of the goods or any part thereof<br />

in India.<br />

c) The ownership of the source code of the application developed by the SI should be transferred to<br />

DAM or to RISL / Department of IT, Govt. of <strong>Rajasthan</strong> and also the SI is not supposed to use the<br />

same <strong>for</strong> any other Government projects without the prior written consent of DAM / RISL or<br />

Department of IT, Govt. of <strong>Rajasthan</strong>.<br />

d) In case of third party tools/ application been used <strong>for</strong> application development then all the<br />

required users base licenses or Procs Base Licence of third party tools/application should be in<br />

the name of RISL / DAM only. This licence should have provision to download updates <strong>for</strong><br />

respective application <strong>for</strong> at least period of 3 years.<br />

18. Confidential In<strong>for</strong>mation<br />

a) The Purchaser and the Supplier/ Bidder shall keep confidential and shall not, without the written<br />

consent of the other party hereto, divulge to any third party any documents, data, or other<br />

in<strong>for</strong>mation furnished directly or indirectly by the other party hereto in connection with the<br />

Contract, whether such in<strong>for</strong>mation has been furnished prior to, during or following completion or<br />

termination of the Contract.<br />

b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such documents,<br />

data, and other in<strong>for</strong>mation it receives from the Purchaser to the extent required <strong>for</strong> the<br />

Subcontractor to per<strong>for</strong>m its work under the Contract, in which event the Supplier/ Selected<br />

Seal &Signature of the Auth. Sign . Page 73 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Bidder shall obtain from such Subcontractor an undertaking of confidentiality similar to that<br />

imposed on the Supplier/ Selected Bidder<br />

c) The Purchaser shall not use such documents, data, and other in<strong>for</strong>mation received from the<br />

Supplier/ Bidder <strong>for</strong> any purposes unrelated to the Contract. Similarly, the Supplier/ Bidder shall<br />

not use such documents, data, and other in<strong>for</strong>mation received from the Purchaser <strong>for</strong> any<br />

purpose other than the design, procurement, or other work and services required <strong>for</strong> the<br />

per<strong>for</strong>mance of the Contract.<br />

d) The obligation of a party under sub-clauses above, however, shall not apply to in<strong>for</strong>mation that: -<br />

i. the Purchaser or Supplier need to share with the DAM / RISL or other institutions<br />

participating in the Contract;<br />

ii. now or hereafter enters the public domain through no fault of that party;<br />

iii. can be proven to have been possessed by that party at the time of disclosure and which was<br />

not previously obtained, directly or indirectly, from the other party; or<br />

iv. otherwise lawfully becomes available to that party from a third party that has no obligation of<br />

confidentiality.<br />

e) The above provisions shall not in any way modify any undertaking of confidentiality given by<br />

either of the parties hereto prior to the date of the Contract in respect of the supply or any part<br />

thereof.<br />

f) The provisions of this clause shall survive completion or termination, <strong>for</strong> whatever reason, of the<br />

Contract.<br />

19. Sub-contracting<br />

a) Unless otherwise specified in the Contract, the bidder shall not assign or sub-let his contract or<br />

any substantial part thereof to any other agency without the permission of Purchasing Authority.<br />

b) If permitted, the bidder shall notify the Purchaser in writing of all subcontracts awarded under the<br />

Contract if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier<br />

from any of its obligations, duties, responsibilities, or liability under the Contract.<br />

c) Subcontracts shall comply with the provisions of bidding document and/ or contract.<br />

20. Specifications and Standards<br />

a) All articles supplied shall strictly con<strong>for</strong>m to the specifications, trademark laid down in the tender<br />

<strong>for</strong>m and wherever articles have been required according to ISI/ ISO/ other applicable<br />

specifications/ certifications/ standards, those articles should con<strong>for</strong>m strictly to those<br />

specifications/ certifications/ standards. The supply shall be of best quality and description. The<br />

Seal &Signature of the Auth. Sign . Page 74 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

decision of the competent authority/ purchase committee whether the articles supplied con<strong>for</strong>m to<br />

the specifications shall be final and binding on the supplier / selected bidder.<br />

b) Technical Specifications and Drawings<br />

i. The Supplier/ Bidder shall ensure that the goods and related services comply with the<br />

technical specifications and other provisions of the Contract.<br />

ii. The Supplier/ Bidder shall be entitled to disclaim responsibility <strong>for</strong> any design, data, drawing,<br />

specification or other document, or any modification thereof provided or designed by or on<br />

behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.<br />

iii. The goods and related services supplied under this Contract shall con<strong>for</strong>m to the standards<br />

mentioned in bidding document and, when no applicable standard is mentioned, the standard<br />

shall be equivalent or superior to the official standards whose application is appropriate to the<br />

country of origin of the Goods.<br />

c) Wherever references are made in the Contract to codes and standards in accordance with which<br />

it shall be executed, the edition or the revised version of such codes and standards shall be those<br />

specified in the bidding document. During contract execution, any changes in any such codes and<br />

standards shall be applied only after approval by the Purchaser and shall be treated in<br />

accordance with the general conditions of the contract.<br />

21. Packing and Documents<br />

a) The Supplier/ Bidder shall provide such packing of the Goods as is required to prevent their<br />

damage or deterioration during transit to their final destination, as indicated in the Contract.<br />

During transit, the packing shall be sufficient to withstand, without limitation, rough handling and<br />

exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size<br />

and weights shall take into consideration, where appropriate, the remoteness of the final<br />

destination of the Goods and the absence of heavy handling facilities at all points in transit.<br />

b) The packing, marking, and documentation within and outside the packages shall comply strictly<br />

with such special requirements as shall be expressly provided <strong>for</strong> in the Contract, including<br />

additional requirements, if any, specified in the contract, and in any other instructions ordered by<br />

the purchaser.<br />

22. Insurance<br />

a) Unless otherwise specified in the contract, the Goods supplied under the Contract shall be fully<br />

insured against loss by theft, destruction or damage incidental to manufacture or acquisition,<br />

transportation, storage, fire, flood, under exposure to weather and delivery, in accordance with<br />

the applicable terms or in the manner specified in the contract. The insurance charges will be<br />

borne by the supplier and Tendering Authority will not be required to pay such charges if incurred.<br />

Seal &Signature of the Auth. Sign . Page 75 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) The goods will be delivered at the FOR destination in perfect condition.<br />

23. Transportation<br />

a) Unless otherwise specified in the contract, obligations <strong>for</strong> transportation of the Goods shall be in<br />

accordance with the commercial terms specified in the bidding document.<br />

b) The bidder shall be responsible <strong>for</strong> the proper packing so as to avoid damage under normal<br />

conditions of transport by sea, rail and road or air and delivery of the material in the good<br />

condition to the consignee at destination. In the event of any loss, damage, breakage or leakage<br />

or any shortage the bidder shall be liable to make good such loss and shortage found at the<br />

checking/ inspection of the material by the consignee. No extra cost on such account shall be<br />

admissible.<br />

c) All goods must be sent freight paid through Railways or goods transport. If goods are sent freight<br />

to pay, the freight together with departmental charge @ 5% of the freight will be recovered from<br />

the supplier‟s bill.<br />

24. Inspection<br />

a) The Purchase Officer or his duly authorized representative shall at all reasonable time have<br />

access to the suppliers premises and shall have the power at all reasonable time to inspect and<br />

examine the materials and workmanship of the goods/ equipment/ machineries during<br />

manufacturing process or afterwards as may be decided.<br />

b) The supplier shall furnish complete address of the premises of his factory, office, go-down and<br />

workshop where inspection can be made together with name and address of the person who is to<br />

be contacted <strong>for</strong> the purpose. In case of those dealers who have newly entered in business, a<br />

letter of introduction from their bankers will be necessary.<br />

c) After successful inspection it will be supplier‟s responsibility to dispatch and install the equipment<br />

at respective locations without any financial liability to the Purchaser. However, supplies when<br />

received at respective locations shall be subject to inspection to ensure whether they con<strong>for</strong>m to<br />

the specification.<br />

25. Testing charges<br />

Testing charges shall be borne by the RISL / DAM. In case urgent testing is desired to be arranged<br />

by the bidder or in case of test results showing that supplies are not upto the prescribed standards or<br />

specifications, the testing charges shall be payable by the bidder.<br />

26. Rejection<br />

a) Articles not approved during inspection or testing shall be rejected and will have to be replaced by<br />

the bidder at his own cost within the time fixed by the Purchase Officer.<br />

Seal &Signature of the Auth. Sign . Page 76 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) If, however, due to exigencies of RISL / DAM‟s work, such replacement either in whole or in part,<br />

is not considered feasible, the Purchase Officer after giving an opportunity to the bidder of being<br />

heard shall <strong>for</strong> reasons to be recorded, deduct a suitable amount from the approved rates. The<br />

deduction so made shall be final.<br />

c) The rejected articles shall be removed by the bidder within 15 days of intimation of rejection, after<br />

which Purchase Officer shall not be responsible <strong>for</strong> any loss, shortage or damage and shall have<br />

the right to dispose of such articles as he thinks fit, at the bidder‟s risk and on his account.<br />

27. Extension in Delivery Period and Liquidated Damages (LD)<br />

a) Except as provided under clause “Force Majeure”, if the Supplier/ Bidder fails to deliver any or all<br />

of the Goods or per<strong>for</strong>m the Related Services within the period specified in the Contract, the<br />

Purchaser may without prejudice to all its other remedies under the Contract, deduct from the<br />

Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the<br />

conditions of the Contract Price <strong>for</strong> each week or part thereof of delay until actual delivery or<br />

per<strong>for</strong>mance, up to a maximum deduction of the percentage specified in the bidding document<br />

and/ or contract. Once the maximum is reached, the Purchaser may terminate the Contract<br />

pursuant to clause “Termination”.<br />

b) The time specified <strong>for</strong> delivery in the tender <strong>for</strong>m shall be deemed to be the essence of the<br />

contract and the successful bidder shall arrange supplies within the specified period.<br />

c) Delivery and installation/ completion period may be extended with or without liquidated damages<br />

if the delay in the supply of goods or service is on account of hindrances beyond the control of the<br />

bidder.<br />

i. The supplier/ service provider shall request in writing to purchaser giving reasons <strong>for</strong><br />

extending the delivery period of service if he finds himself unable to complete the supply of<br />

goods or service within the stipulated delivery period or is unable to maintain prorate<br />

progress in the supply of goods or service delivery. This request shall be submitted as soon<br />

as a hindrance in delivery of goods and service occurs or within 15 days from such<br />

occurrence but be<strong>for</strong>e expiry of stipulated period of completion of delivery of goods and<br />

service after which such request shall not be entertained.<br />

ii. The purchaser shall examine the justification of causes of hindrance in the delivery of goods<br />

and service and the period of delay occurred due to that and recommend the competent<br />

Seal &Signature of the Auth. Sign . Page 77 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

authority on the period of extension which should be granted with or without liquidated<br />

damages.<br />

iii. Normally, extension in delivery period of goods and service in following circumstances may<br />

be considered without liquidated damages:<br />

a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if the<br />

RISL / DAM was required to supply them to the supplier of goods or service provider as<br />

per terms of the contract.<br />

b. When delay has occurred in supply of materials etc. if these were required to be supplied<br />

to the supplier or service provider by the DAM/ RISL as per terms of the contract.<br />

iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment to<br />

the contract with suitable denial clauses and with or without liquidated damages, as the case<br />

may be, shall be issued. The amendment letter shall mention that no extra price or additional<br />

cost <strong>for</strong> any reason, what so ever beyond the contracted cost shall be paid <strong>for</strong> the delayed<br />

supply of goods and service.<br />

v. It shall be at the discretion of the concerned authority to accept or not to accept the supply of<br />

goods and/ or services rendered by the contractor after the expiry of the stipulated delivery<br />

period, if no <strong>for</strong>mal extension in delivery period has been applied and granted. The<br />

competent authority shall have right to cancel the contract with respect to undelivered goods<br />

and/ or service.<br />

vi. If RISL / DAM are in need of the good and/ or service rendered after expiry of the stipulated<br />

delivery period, it may accept the services and issue a letter of extension in delivery period<br />

with usual liquidated damages and denial clauses to regularize the transaction.<br />

d) In case of extension in the delivery and/ or installation/ completion period is granted with full<br />

liquidated damages, the recovery shall be made on the basis of following percentages of value of<br />

goods and/ or service which the bidder has failed to supply or complete : -<br />

No. Condition LD %*<br />

a.<br />

Delay up to one fourth period of the prescribed period of delivery, successful<br />

installation and completion of work<br />

2.5 %<br />

b. Delay exceeding one fourth but not exceeding half of the prescribed period 5.0 %<br />

Seal &Signature of the Auth. Sign . Page 78 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

of delivery, successful installation and completion of work<br />

c.<br />

d.<br />

Delay exceeding half but not exceeding three fourth of the prescribed period<br />

of delivery, successful installation and completion of work<br />

Delay exceeding three fourth of the prescribed period of delivery, successful<br />

installation and completion of work<br />

7.5 %<br />

10.0 %<br />

i. Fraction of a day in reckoning period of delay in supplies, successful installation and<br />

completion of work shall be eliminated if it is less than half a day.<br />

ii. The maximum amount of liquidated damages shall be 10%.<br />

iii. * The percentage refers to the payment due <strong>for</strong> the associated milestone.<br />

28. Authenticity of Equipments<br />

a) The selected bidder shall certify (as per Annexure-9) that the supplied goods are brand new,<br />

genuine/ authentic, not refurbished, con<strong>for</strong>m to the description and quality as specified in this<br />

bidding document and are free from defects in material, workmanship and service.<br />

b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to<br />

con<strong>for</strong>m to the description and quality a<strong>for</strong>esaid or have determined (and the decision of the<br />

Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the<br />

purchaser may have inspected and/ or approved the said goods, the purchaser will be entitled to<br />

reject the said goods or such portion thereof as may be discovered not to con<strong>for</strong>m to the said<br />

description and quality, on such rejection the goods will be at the selected bidder‟s risk and all the<br />

provisions relating to rejection of goods etc., shall apply. The selected bidder shall, if so called<br />

upon to do, replace the goods etc., or such portion thereof as is rejected by Purchase Officer,<br />

otherwise the selected bidder shall pay such damage as may arise by the reason of the breach of<br />

the condition herein contained. Nothing herein contained shall prejudice any other right of the<br />

Purchase Officer in that behalf under this contract or otherwise.<br />

c) Goods accepted by the purchaser in terms of the contract shall in no way dilute purchaser‟s right<br />

to reject the same later, if found deficient in terms of the this clause of the contract.<br />

29. Warranty<br />

a) The bidder must supply all items with comprehensive on-site warranty valid <strong>for</strong> <br />

after the goods, or any portion thereof as the case may be, have been delivered to, installed and<br />

accepted at the final destination(s) indicated in the bidding document. However, if delay of<br />

installation is more than a month‟s time due to the reasons ascribed to the bidder, the warranty<br />

shall start from the date of last successful installation of the items covered under the PO.<br />

Seal &Signature of the Auth. Sign . Page 79 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) The bidder shall submit a certificate/ undertaking from all the respective OEMs mentioning the<br />

fact that the goods supplied are covered under comprehensive warranty & support <strong>for</strong> the<br />

prescribed period.<br />

c) The purchaser shall give a written notice to the selected bidder stating the nature of any defect<br />

together with all available evidence thereof, promptly following the discovery thereof. The<br />

purchaser shall af<strong>for</strong>d all reasonable opportunity <strong>for</strong> the selected bidder to inspect such defects.<br />

Upon receipt of such notice, the selected bidder shall expeditiously cause to repair the defective<br />

goods or parts thereof or replace the defective goods or parts thereof with brand new genuine/<br />

authentic ones having similar or higher specifications from the respective OEM, at no cost to the<br />

Purchaser. Any goods repaired or replaced by the selected bidder shall be delivered at the<br />

respective location without any additional costs to the purchaser.<br />

d) If having been notified, the selected bidder fails to remedy the defect within the period specified,<br />

the purchaser may proceed to take within a reasonable period such remedial action as may be<br />

necessary, in addition to other recourses available in terms and conditions of the contract and<br />

bidding document.<br />

e) During the warranty period, the bidder shall also be responsible to ensure adequate and timely<br />

availability of spare parts needed <strong>for</strong> repairing the supplied goods.<br />

f) The warranty on supplied software media, if any, should be at least 3 years<br />

30. Patent Indemnity<br />

a) The Supplier / selected bidder shall, subject to the Purchaser‟s compliance with sub-clause (b)<br />

below, indemnify and hold harmless the Purchaser and its employees and officers from and<br />

against any and all suits, actions or administrative proceedings, claims, demands, losses,<br />

damages, costs, and expenses of any nature, including attorney‟s fees and expenses, which the<br />

Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility<br />

model, registered design, trademark, copyright, or other intellectual property right registered or<br />

otherwise existing at the date of the Contract by reason of: -<br />

i. the installation of the Goods by the Supplier or the use of the Goods in the country where the<br />

Site is located; and<br />

ii. the sale in any country of the products produced by the Goods.<br />

Such indemnity shall not cover any use of the Goods or any part thereof other than <strong>for</strong> the<br />

purpose indicated by or to be reasonably inferred from the Contract, neither any infringement<br />

resulting from the use of the Goods or any part thereof, or any products produced thereby in<br />

association or combination with any other equipment, plant, or materials not supplied by the<br />

Supplier, pursuant to the Contract.<br />

Seal &Signature of the Auth. Sign . Page 80 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) If any proceedings are brought or any claim is made against the Purchaser arising out of the<br />

matters referred to above, the Purchaser shall promptly give the Supplier a notice thereof, and<br />

the Supplier may at its own expense and in the Purchaser‟s name conduct such proceedings or<br />

claim and any negotiations <strong>for</strong> the settlement of any such proceedings or claim.<br />

c) If the Supplier fails to notify the Purchaser within thirty (30) days after receipt of such notice that it<br />

intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the<br />

same on its own behalf.<br />

d) The Purchaser shall, at the Supplier‟s request, af<strong>for</strong>d all available assistance to the Supplier in<br />

conducting such proceedings or claim, and shall be reimbursed by the Supplier <strong>for</strong> all reasonable<br />

expenses incurred in so doing.<br />

e) The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and<br />

Subcontractors from and against any and all suits, actions or administrative proceedings, claims,<br />

demands, losses, damages, costs, and expenses of any nature, including attorney‟s fees and<br />

expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of<br />

any patent, utility model, registered design, trademark, copyright, or other intellectual property<br />

right registered or otherwise existing at the date of the Contract arising out of or in connection<br />

with any design, data, drawing, specification, or other documents or materials provided or<br />

designed by or on behalf of the Purchaser.<br />

31. Limitation of Liability<br />

Except in cases of gross negligence or wilful misconduct: -<br />

a) neither party shall be liable to the other party <strong>for</strong> any indirect or consequential loss or damage,<br />

loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall<br />

not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and<br />

b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort, or<br />

otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall<br />

not apply to the cost of repairing or replacing defective equipment, or to any obligation of the<br />

Supplier to indemnify the Purchaser with respect to patent infringement.<br />

32. Change in Laws & Regulations<br />

Unless otherwise specified in the Contract, if after the date of the Invitation <strong>for</strong> Bids, any law,<br />

regulation, ordinance, order or bylaw having the <strong>for</strong>ce of law is enacted, promulgated, abrogated, or<br />

changed in <strong>Rajasthan</strong>/ India, where the Site is located (which shall be deemed to include any change<br />

in interpretation or application by the competent authorities) that subsequently affects the Delivery<br />

Date and/ or the Contract Price, then such Delivery Date and/ or Contract Price shall be<br />

correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in<br />

the per<strong>for</strong>mance of any of its obligations under the Contract. Notwithstanding the <strong>for</strong>egoing, such<br />

Seal &Signature of the Auth. Sign . Page 81 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

additional or reduced cost shall not be separately paid or credited if the same has already been<br />

accounted <strong>for</strong> in the price adjustment provisions where applicable.<br />

33. Force Majeure<br />

a) The Supplier shall not be liable <strong>for</strong> <strong>for</strong>feiture of its Per<strong>for</strong>mance Security deposit, liquidated<br />

damages, or termination <strong>for</strong> default if and to the extent that its delay in per<strong>for</strong>mance or other<br />

failure to per<strong>for</strong>m its obligations under the Contract is the result of an event of Force Majeure.<br />

b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of<br />

the Supplier that is not <strong>for</strong>eseeable, is unavoidable, and its origin is not due to negligence or lack<br />

of care on the part of the Supplier. Such events may include, but not be limited to, acts of the<br />

Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine<br />

restrictions, and freight embargoes.<br />

c) If a Force Majeure situation arises, the supplier shall promptly notify RISL in writing of such<br />

conditions and cause thereof within 15 days of occurrence of such event. Unless otherwise<br />

directed by RISL, the supplier shall continue to per<strong>for</strong>m its obligations under the contract as far as<br />

reasonably practical.<br />

d) If the per<strong>for</strong>mance in whole or part or any obligation under the contract is prevented or delayed by<br />

any reason of Force Majeure <strong>for</strong> a period exceeding 60 days, either party at its option may<br />

terminate the contract without any financial repercussion on either side.<br />

e) In case a Force Majeure situation occurs with the RISL / DAM, RISL / DAM may take the case<br />

with the contractor on similar lines.<br />

34. Change Orders and Contract Amendments<br />

a) The Purchaser may at any time order the Supplier/ Bidder through Notice in accordance with<br />

clause “Notices” above, to make changes within the general scope of the Contract in any one or<br />

more of the following: -<br />

i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to<br />

be specifically manufactured <strong>for</strong> the Purchaser;<br />

ii. the method of shipment or packing;<br />

iii. the place of delivery; and<br />

iv. the Related Services to be provided by the Supplier.<br />

b) If any such change causes an increase or decrease in the cost of, or the time required <strong>for</strong>, the<br />

Supplier‟s/ Bidder‟s per<strong>for</strong>mance of any provisions under the Contract, an equitable adjustment<br />

shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the<br />

Contract shall accordingly should be amended. Any claims by the Supplier/ Bidder <strong>for</strong> adjustment<br />

Seal &Signature of the Auth. Sign . Page 82 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

under this clause must be asserted within thirty (30) days from the date of the Supplier‟s/ Bidder‟s<br />

receipt of the Purchaser‟s change order.<br />

c) Prices to be charged by the Supplier/ Bidder <strong>for</strong> any Related Services that might be needed but<br />

which were not included in the Contract shall be agreed upon in advance by the parties and shall<br />

not exceed the prevailing rates charged to other parties by the Supplier/ Bidder <strong>for</strong> similar<br />

services.<br />

35. Termination<br />

a. Termination <strong>for</strong> Default<br />

i. The tender sanctioning authority of RISL may, without prejudice to any other remedy <strong>for</strong><br />

breach of contract, by written notice of default sent to the contractor, terminate the contract in<br />

whole or in part: -<br />

a. If the SI fails to deliver any or all quantities of the service within the time period specified<br />

in the contract, or any extension thereof granted by RISL; or<br />

b. If the SI fails to per<strong>for</strong>m any other obligation under the contract within the specified period<br />

of delivery of service or any extension granted thereof; or<br />

c. If the SI, in the judgement of the Procuring Authority has engaged in corrupt, fraudulent,<br />

collusive, or coercive practices in competing <strong>for</strong> or in executing the contract.<br />

d. If the SI commits breach of any condition of the contract.<br />

ii. If RISL terminates the contract in whole or in part, it may take recourse to any or more of the<br />

following actions: -<br />

a. Amount of per<strong>for</strong>mance security deposit may be <strong>for</strong>feited.<br />

iii. Be<strong>for</strong>e cancelling a contract and taking further action, advice of senior most finance person<br />

available in the office and of legal adviser or legal assistant posted in the office, if there is<br />

one, may be obtained.<br />

b. Termination <strong>for</strong> Insolvency<br />

RISL may at any time terminate the Contract by giving Notice to the Supplier if the Supplier<br />

becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation<br />

to the Supplier, provided that such termination will not prejudice or affect any right of action or<br />

remedy that has accrued or will accrue thereafter to RISL.<br />

Seal &Signature of the Auth. Sign . Page 83 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

c. Termination <strong>for</strong> Convenience<br />

i. RISL, by Notice sent to the Supplier, may terminate the Contract, in whole or in part, at any<br />

time <strong>for</strong> its convenience. The Notice of termination shall specify that termination is <strong>for</strong> the<br />

Purchaser‟s convenience, the extent to which per<strong>for</strong>mance of the Supplier under the Contract<br />

is terminated, and the date upon which such termination becomes effective.<br />

ii. Depending on merits of the case the SI may be appropriately compensated on mutually<br />

agreed terms <strong>for</strong> the loss incurred by the contract if any due to such termination.<br />

iii. The Goods that are complete and ready <strong>for</strong> shipment within twenty-eight (28) days after the<br />

Supplier‟s receipt of the Notice of termination shall be accepted by the Purchaser at the<br />

Contract terms and prices. For the remaining Goods, the Purchaser may elect:<br />

a. To have any portion completed and delivered at the Contract terms and prices; and/or<br />

b. To cancel the remainder and pay to the Supplier an agreed amount <strong>for</strong> partially<br />

completed Goods and Related Services and <strong>for</strong> materials and parts previously procured<br />

by the supplier / selected bidder.<br />

36. Settlement of Disputes<br />

a) General: If any dispute arises between the SI / contractor / supplier and RISL during the<br />

execution of a contract that should be amicably settled by mutual discussions. However, if the<br />

dispute is not settled by mutual discussions, a written representation will be obtained from the<br />

contractor on the points of dispute. The representation so received shall be examined by the<br />

concerned Procurement Committee which sanctioned the tender. The Procurement Committee<br />

may take legal advice of a counsel and then examine the representation. The contractor will also<br />

be given an opportunity of being heard. The Committee will take a decision on the representation<br />

and convey it in writing to the supplier / selected bidder.<br />

b) Standing Committee <strong>for</strong> Settlement of Disputes: If a question, difference or objection arises in<br />

connection with or out of the contract agreement or the meaning of operation of any part, thereof<br />

or the rights, duties or liabilities of either party have not been settled by mutual discussions or the<br />

decision of tender sanctioning Procurement Committee, it shall be referred to the empowered<br />

standing committee <strong>for</strong> decision if the amount of the claim is more than Rs 50,000. The<br />

empowered standing committee shall consist of following members: -<br />

Principal Secretary, Agriculture : Chairman<br />

Managing Director, RISL : Member<br />

Director, DAM : Member<br />

Seal &Signature of the Auth. Sign . Page 84 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Director (Technical)/ Executive Director, RISL : Member<br />

Director (Finance), RISL : Member<br />

A Legal Expert to be nominated by the Chairman : Member<br />

c) Procedure <strong>for</strong> reference to the Standing Committee: The contractor shall present his<br />

representation to the Managing Director, RISL along with a fee equal to two percent of the<br />

amount of dispute, not exceeding Rupees One lakh, within one month from the date of<br />

communication of decision of the tender sanctioning Procurement Committee. The officer-incharge<br />

of the project who was responsible <strong>for</strong> taking delivery of the goods and/ or service from<br />

the contractor shall prepare a reply of representation and shall represent the RISL‟s stand be<strong>for</strong>e<br />

the standing committee. From the side of the contractor, the claim case may be presented by<br />

himself or through a lawyer. After hearing both the parties, the standing committee shall<br />

announce its decision which shall be final and binding both on the contractor and RISL. The<br />

standing committee, if it so decides, may refer the matter to the Board of Directors of RISL <strong>for</strong><br />

further decision.<br />

d) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties<br />

regarding a contract shall be settled by a competent court having jurisdiction over the place,<br />

where agreement has been executed and by no other court, after decision of the standing<br />

committee <strong>for</strong> settlement of disputes.<br />

B. Payment Terms and Schedule<br />

37. Terms of Payment<br />

a) The supplier‟s/ selected bidder‟s request <strong>for</strong> payment shall be made to the DAM, GoR in writing,<br />

accompanied by invoices describing, as appropriate, the goods delivered and related services<br />

per<strong>for</strong>med, and by the required documents submitted pursuant to general conditions of the<br />

contract and upon fulfilment of all the obligations stipulated in the Contract.<br />

b) Subject to the per<strong>for</strong>mance as per SLA, Payments shall be made promptly by the DAM, GoR,<br />

generally within sixty (60) days after submission of an invoice or request <strong>for</strong> payment by the<br />

supplier/ selected bidder, and the DAM, GoR purchaser has accepted it.<br />

c) The currency or currencies in which payments shall be made to the supplier/ selected bidder<br />

under this Contract shall be Indian Rupees (INR) only.<br />

d) All remittance charges will be borne by the supplier/ selected bidder.<br />

e) In case of disputed items, the disputed amount shall be withheld and will be paid only after<br />

settlement of the dispute.<br />

Seal &Signature of the Auth. Sign . Page 85 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

f) Payment in case of those goods which need testing shall be made only when such tests have<br />

been carried out, test results received con<strong>for</strong>ming to the prescribed specification.<br />

g) Advance Payments will not be made.<br />

h) Payments to the selected bidder, after successful completion of the target milestones (including<br />

specified project deliverables), would be made as under: -<br />

Milestone<br />

Deliverable (Reports/<br />

Documents & Infra)<br />

Payment Terms<br />

Payment Schedule<br />

Per<strong>for</strong>m System<br />

Study & SRS (Para<br />

4.2.1 b)<br />

<br />

Software Requirement<br />

Specifications (SRS)<br />

(Acceptance of the<br />

SRS <strong>for</strong> Web portal<br />

and RIMMS<br />

Application S/w)<br />

10 % of CAPEX <strong>for</strong> Web<br />

portal & RIMMS<br />

Application S/w (S.No.<br />

1 of Table A4 of Fin.<br />

Bid)<br />

Development of Web<br />

Portal & RIMMS<br />

Application S/w (Para<br />

4.2.1 c to 4.2.1 g<br />

<br />

o<br />

System Design Document<br />

(SDD) / Process Design<br />

Report<br />

Testing Methodology<br />

including test cases and<br />

test plan and Test Results<br />

(Sign off- Final user<br />

acceptance of Web<br />

portal & RIMMS<br />

application S/W)<br />

50 % of CAPEX <strong>for</strong> Web<br />

portal & RIMMS<br />

Application S/w (S.No. 1<br />

of Table A4 of Fin. Bid)<br />

o<br />

Core application perpetual<br />

license along with source<br />

code<br />

<br />

Server and client edition<br />

usage perpetual licenses in<br />

the name of the purchaser<br />

<strong>for</strong> the various middleware/<br />

Portal/ and third party tools<br />

used by the bidder to run<br />

the application. (with 3<br />

years OEM Support)<br />

<br />

UAT Sign off<br />

Procurement,<br />

Installation and<br />

commissioning of IT<br />

& Non IT<br />

infrastructure at<br />

DAM HQ as per BoM<br />

annexure -2 (A) and<br />

(Para 4.2.2 of SoW)<br />

<br />

Site survey Report<br />

Hardware Deployment<br />

Plan, Testing Plan and<br />

Methodology<br />

Bill of Material <strong>for</strong><br />

requisite hardware items<br />

with make/ model/ qty<br />

(site-wise<br />

(Successful<br />

commissioning of IT&<br />

Non IT Infrastructure at<br />

DAM HQ (after UAT of<br />

the Website and<br />

RIMMS Application<br />

S/w)<br />

70% of the total CAPEX<br />

(Table A1 of Fin. Bid) <strong>for</strong><br />

DAM HQ infrastructure<br />

Item Delivery Report,<br />

inspection reports with<br />

detailed specifications<br />

Site Completion/redlines<br />

Report<br />

Seal &Signature of the Auth. Sign . Page 86 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Milestone<br />

Deliverable (Reports/<br />

Documents & Infra)<br />

Payment Terms<br />

Payment Schedule<br />

<br />

Procurement,<br />

Installation and<br />

commissioning of IT<br />

& Non IT<br />

infrastructure at 10<br />

regional offices DAM<br />

as per BoM<br />

annexure -2 (B) and<br />

(Para 4.2.2 of SoW)<br />

Item Delivery Report,<br />

inspection reports with<br />

detailed specifications<br />

<br />

Site Completion/ Readiness<br />

report from each project<br />

location<br />

Successful<br />

commissioning of IT&<br />

Non IT Infrastructure at<br />

all regional offices<br />

(after UAT of the<br />

Website and RIMMS<br />

Application S/w<br />

70% of the total CAPEX<br />

(Table A2 of Fin. Bid) <strong>for</strong><br />

10 Regional offices<br />

infrastructure<br />

Procurement,<br />

Installation and<br />

commissioning of IT<br />

& Non IT<br />

infrastructure at 5<br />

<strong>Mandi</strong>s of DAM HQ<br />

as per BoM<br />

annexure -2 (c) and<br />

(Para 4.2.2 of SoW)<br />

Item Delivery Report,<br />

inspection reports with<br />

detailed specifications<br />

<br />

Site Completion/Readiness<br />

report from each project<br />

location<br />

Successful<br />

commissioning of IT&<br />

Non IT Infrastructure at<br />

all the respective<br />

locations (after UAT of<br />

the Website and<br />

RIMMS Application S/w<br />

70% of the total CAPEX<br />

(Table A3 of Fin. Bid) <strong>for</strong><br />

5 selected <strong>Mandi</strong><br />

Data Digitization<br />

(Para 4.2.3 of SoW)<br />

Training<br />

Para 4.2.4 of<br />

SoW)<br />

Data Migration/Digitization<br />

approach, methodology and<br />

plan<br />

<br />

<br />

<br />

<br />

<br />

Electronics Conversion of<br />

master records and arrival<br />

data<br />

Training Plan<br />

Training manual<br />

Training to all Nominated<br />

employees of DAM as per<br />

SoW<br />

Trainees Feedback<br />

GO-Live Installation Manuals<br />

User manual (Role<br />

wise)<br />

Asset Management<br />

Policy<br />

Backup & Recovery<br />

Policy<br />

<br />

Access Control Policy<br />

Incident Management<br />

Policy<br />

<br />

Change management<br />

Successful completion<br />

& validation of the<br />

overall Master Data<br />

Built-up activity and it<br />

accessibility through<br />

the Website and<br />

RIMMS Application S/w<br />

Successful completion<br />

of the Training to all the<br />

designated officers/<br />

employees on the basis<br />

of training feedback<br />

report<br />

Final FAT of Website<br />

and RIMMS Application<br />

S/w (Go-Live)<br />

Monthly payment shall be<br />

paid based on no of<br />

records successfully<br />

digitized during a month<br />

(unitary price S No 2 of<br />

table A4 of Fib Bid)<br />

Monthly payment shall be<br />

paid based on no of<br />

session successfully<br />

completed during a<br />

month (unitary price S<br />

No3 of table A4 of Fib<br />

Bid)<br />

25% of CAPEX <strong>for</strong> Web<br />

Portal & RIMMS<br />

Application S/w (S.No. 1<br />

of Table A4 of Fin. Bid)<br />

Seal &Signature of the Auth. Sign . Page 87 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Milestone<br />

Deliverable (Reports/<br />

Documents & Infra)<br />

Payment Terms<br />

Payment Schedule<br />

plan development<br />

Operation & Management (Post Go-Live)<br />

Implementation<br />

Support<br />

Post –Go live <strong>for</strong><br />

period of 3 months<br />

<br />

Monthly compliance report<br />

on compliant registers and<br />

bugs fixing<br />

Successfully rollout of<br />

Web portal & RIMMS<br />

application S/W <strong>for</strong><br />

period of minimum 3<br />

months at all project<br />

locations(Acceptance<br />

<strong>for</strong> successful<br />

per<strong>for</strong>mance from<br />

DAM/RISL)<br />

Remaining 15% CAPEX<br />

<strong>for</strong> Web portal & RIMMS<br />

Application S/w (S N 1<br />

of A4 of Fin. Bid) shall be<br />

paid after successful go<br />

live ( Minimum 3<br />

months).<br />

FMS During O&M Manpower Supply <strong>for</strong><br />

period of 2 years at as per<br />

requirement mentioned in<br />

SoW (operation &<br />

maintenance) to manage<br />

services<br />

Infrastructure &<br />

Hardware<br />

Maintenance at DAM<br />

HQ<br />

During O&M period of 2<br />

years <strong>for</strong> maintenance<br />

of hardware supplied at<br />

DAM HQ<br />

Infrastructure &<br />

Hardware<br />

Maintenance at 10<br />

Regional Offices<br />

During O&M period of 2<br />

years <strong>for</strong> maintenance<br />

of hardware supplied at<br />

10 DAM regional office<br />

Infrastructure &<br />

Hardware<br />

Maintenance at 5<br />

<strong>Mandi</strong><br />

During O&M period of 2<br />

years <strong>for</strong> maintenance<br />

of hardware supplied at<br />

<br />

<br />

<br />

<br />

<br />

Helpdesk <strong>for</strong> the technical &<br />

functional scope<br />

MIS reports as per SOW<br />

(Para 4.2.6.5) Operation &<br />

maintenance sub section of<br />

this <strong>RFP</strong><br />

Monthly Compliance Report<br />

on hardware complaints<br />

registered and solved to<br />

the hardware at DAM HQ<br />

Monthly Compliance Report<br />

<strong>for</strong> hardware complaints<br />

registered and resolved at<br />

DAM Regional offices<br />

Monthly Compliance Report<br />

<strong>for</strong> hardware complaints<br />

registered and resolved at<br />

<strong>Mandi</strong><br />

Successful completion<br />

of O&M Activities and<br />

submission of<br />

associated deliverables<br />

every quarter during the<br />

O&M Phase of the<br />

project.<br />

Successfully<br />

Completion activities<br />

related to Hardware<br />

maintenance supplied<br />

at DAM HQ as defined<br />

in SoW section (Para<br />

4.2.6)<br />

Successfully<br />

Completion activities<br />

related to Hardware<br />

maintenance supplied<br />

at 10 Regional offices<br />

of DAM as defined in<br />

SoW section (Para<br />

4.2.6)<br />

Successfully<br />

Completion activities<br />

related to Hardware<br />

maintenance supplied<br />

at 5 selected APMC of<br />

DAM as defined in SoW<br />

section (Para 4.2.6)<br />

12.5% of OPEX in 8<br />

Equal quarterly<br />

instalment of the total<br />

OPEX (SN 1 & SN 2<br />

Table B1 of Financial<br />

Bid)<br />

Remaining 30% CAPEX<br />

of (Table A1 of Fin. Bid)<br />

shall be paid in equal<br />

quarterly instalments<br />

during the O&M phase of<br />

the project i.e. 3.75% per<br />

Quarter<br />

Remaining 30% CAPEX<br />

of (Table A2 of Fin. Bid)<br />

shall be paid in equal<br />

quarterly instalments<br />

during the O&M phase of<br />

the project i.e. 3.75% per<br />

Quarter<br />

Remaining 30% CAPEX<br />

of (Table A3 of Fin. Bid)<br />

shall be paid in equal<br />

quarterly instalments<br />

during the O&M phase of<br />

the project i.e. 3.75% per<br />

Quarter<br />

Seal &Signature of the Auth. Sign . Page 88 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Milestone<br />

Deliverable (Reports/<br />

Documents & Infra)<br />

Payment Terms<br />

Payment Schedule<br />

5 selected <strong>Mandi</strong><br />

Support Web Portal &<br />

RIMMS Application<br />

S/W<br />

<br />

<br />

Maintain Version control<br />

and archives Update of<br />

Source Code<br />

Monthly compliance report<br />

on compliant registers and<br />

bugs fixing<br />

Successfully<br />

Completion activities<br />

related to maintenance<br />

of web portal &<br />

application S/w ,<br />

defined in SoW section<br />

(para 4.2.7.4)<br />

12.5% of OPEX in 8<br />

Equal quarterly<br />

instalment of the total<br />

OPEX (SN 3 Table B1 of<br />

Financial Bid)<br />

i) Any penalties/ liquidated damages, as applicable, <strong>for</strong> delay and non-per<strong>for</strong>mance, as per the<br />

criterion mentioned in this bidding document, will be deducted from the payments <strong>for</strong> the<br />

respective milestones.<br />

j) The selected bidder must obtain an NOC <strong>for</strong> all the kind of deliverables as mentioned in this<br />

bidding document from the designated nodal officer/ authority be<strong>for</strong>e raising the Bill/ Invoice <strong>for</strong><br />

the successful completion of the respective milestone.<br />

k) All work contract tax, service tax and income tax, etc., as applicable, will be deducted at source<br />

as per the prevalent rules & regulations at the time of making payments to the selected bidder.<br />

C. Special Conditions of the Bid<br />

38. Acceptance Testing and Certification<br />

a) The primary goal of Acceptance Testing and Certification is to ensure that the Project (including all<br />

the project components as discussed in the scope of work) meets requirements, standards,<br />

specifications and per<strong>for</strong>mance, by ensuring that the following are associated with clear, quantifiable<br />

metrics <strong>for</strong> accountability:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Functional requirements<br />

Infrastructure (Hardware and Network) Compliance Review<br />

Availability of the project Services in the defined locations<br />

Per<strong>for</strong>mance<br />

Security<br />

Manageability<br />

SLA Reporting System<br />

Project Documentation (Design, development, configuration, training and administration manuals<br />

etc)<br />

Data Quality Review<br />

Seal &Signature of the Auth. Sign . Page 89 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

b) As part of Acceptance testing, per<strong>for</strong>med through a third party agency, the procurement agency shall<br />

review all aspects of project development and implementation covering software, hardware and<br />

networking including the processes relating to the design of solution architecture, design of systems<br />

and sub-systems, coding, testing, business process description, documentation, version control,<br />

change management, security, service oriented architecture, per<strong>for</strong>mance in relation to defined<br />

requirements, interoperability, scalability, availability and compliance with all the technical and<br />

functional requirements of the <strong>RFP</strong> and the agreement.<br />

c) The procedures and parameters <strong>for</strong> testing will be laid down by the Third Party Agency after approval<br />

from procurement agency; the solution deployed by the vendor has to satisfy third party acceptance<br />

testing upon which the system shall go-live, subject to procurement agency approval.<br />

d) The procurement agency will establish appropriate processes <strong>for</strong> notifying the selected vendor of any<br />

shortcomings from defined requirements at the earliest instance after noticing the same to enable the<br />

selected vendor to take corrective action. All gaps identified shall be addressed by the vendor<br />

immediately prior to Go-live of the solution. It is the responsibility of the selected Bidder to take any<br />

corrective action required to remove all shortcomings, be<strong>for</strong>e the roll out of the project.<br />

e) It is to be noted that the involvement of the third party <strong>for</strong> acceptance testing and certification, does<br />

not absolve the vendor of his responsibilities to meet all SLAs as laid out in this <strong>RFP</strong> document.<br />

f) It is to be noted that the procurement agency may get the solution audited through a Third Party<br />

be<strong>for</strong>e Go-Live and periodically after Go-Live in order to ensure the success of the project. Such<br />

third-party agency <strong>for</strong> carrying out the acceptance testing and certification of the entire solution will be<br />

nominated by the Department.<br />

g) Following discusses the acceptance criteria to be adopted <strong>for</strong> the project as mentioned above. The<br />

list below is indicative and the activities will include but not be limited to the following:<br />

<br />

Functional Requirements Review: The solution developed/customized by selected Bidder shall<br />

be reviewed and verified by the agency against the Functional Requirements signed-off between<br />

the procurement agency and the selected Bidder. All gaps, identified shall be addressed by the<br />

vendor immediately prior to Go-live of the solution. One of the key inputs <strong>for</strong> this testing shall be<br />

the traceability matrix to be developed by the vendor <strong>for</strong> the solution. Apart from Traceability<br />

Matrix, agency may develop its own testing plans <strong>for</strong> validation of compliance of system against<br />

the defined requirements. The acceptance testing w.r.t. the functional requirements shall be<br />

per<strong>for</strong>med by independent third party agency (external audit) as well as the select internal<br />

department users (User Acceptance Testing) and system has to satisfy both third party<br />

acceptance testing and internal user acceptance testing, upon which the system shall go-live. For<br />

conducting the User Acceptance Testing, the procurement agency shall identify the employees<br />

from respective regions, who shall be responsible <strong>for</strong> day-to-day operations of the functions<br />

Seal &Signature of the Auth. Sign . Page 90 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

automated through the project. The system, during the functional requirements review, shall<br />

necessarily satisfy the user acceptance testing process.<br />

<br />

<br />

Infrastructure Compliance Review : Third party agency shall per<strong>for</strong>m the Infrastructure<br />

Compliance Review to verify the con<strong>for</strong>mity of the Infrastructure (both IT, non IT as well as<br />

Network infrastructure) supplied by the selected Bidder against the requirements and<br />

specifications provided in the <strong>RFP</strong> and/or as proposed in the proposal submitted by the selected<br />

Bidder. Compliance review shall not absolve the vendor from ensuring that proposed<br />

infrastructure meets the SLA requirements.<br />

Security Review: The software developed/customized shall be audited by the agency from a<br />

security and controls perspective. Such audit shall also include the IT infrastructure and network<br />

deployed <strong>for</strong> the project. Following are the broad activities to be per<strong>for</strong>med by the Agency as part<br />

of Security Review. The security review shall subject the solution to the following activities.<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Audit of Network, Server and Application security mechanisms<br />

Assessment of authentication mechanism provided in the application /components/modules<br />

Assessment of data encryption mechanisms implemented <strong>for</strong> the solution<br />

Assessment of data access privileges, retention periods and archival mechanisms protected.<br />

Server and Application security features incorporated etc.<br />

Application Security mechanisms should be accessed in compliance with the IT Act<br />

2000,2008 Amendment and IT rules 2011, such that it maintains data/in<strong>for</strong>mation Integrity,<br />

Confidentiality, Non-repudiation.<br />

Audit of Security mechanisms so that they are in compliance with the latest Guidelines by<br />

Controller of Certifying authority (CCA), IT Act, ISO27001.<br />

o Gap assessment of certain controls like say ISO 27001 and section 43, 47, 66, 69, 79, 84<br />

and 87 of IT ACT amendment 2008 and decide how the sensitive data from a data centric<br />

stand point is to be protected.<br />

<br />

<br />

Per<strong>for</strong>mance: Per<strong>for</strong>mance is another key requirement <strong>for</strong> the project and the agency shall<br />

review the per<strong>for</strong>mance of the deployed solution against certain key parameters defined in SLA.<br />

Such parameters include request-response time, work-flow processing time, concurrent sessions<br />

supported by the system etc, Disaster Recovery drill etc. The per<strong>for</strong>mance review also includes<br />

verification of scalability provisioned in the solution <strong>for</strong> catering to the project requirements.<br />

Availability: The solution should be designed to remove all single point failures. Appropriate<br />

redundancy shall be built into all the critical components to provide the ability to recover from<br />

failures. The agency shall per<strong>for</strong>m various tests including network, server, security, DC/DR failover<br />

tests to verify the availability of the services in case of component/location failures. The<br />

Seal &Signature of the Auth. Sign . Page 91 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

agency shall also verify the availability of the project services to all the users in the defined<br />

locations.<br />

<br />

<br />

<br />

<br />

<br />

Manageability Review: The agency shall verify the manageability of the solution and its<br />

supporting infrastructure deployed using the Enterprise Management System (EMS) proposed by<br />

the selected Bidder. The manageability requirements include requirements such as remote<br />

monitoring, administration, configuration, inventory management, fault identification etc.<br />

SLA Reporting System: The selected Bidder shall design, implement/customize the Enterprise<br />

Management System (EMS) and shall develop any additional tools required to monitor the<br />

per<strong>for</strong>mance indicators listed as per the SLAs mentioned the <strong>RFP</strong>. The Acceptance Testing and<br />

Certification agency shall verify the accuracy and completeness of the in<strong>for</strong>mation captured by<br />

the SLA monitoring system implemented by the vendor and shall certify the same. The EMS<br />

deployed <strong>for</strong> the project, based on SLAs, shall be configured by the selected Bidder to calculate<br />

the payment to be paid by the department after deducting the necessary penalties.<br />

Project Documentation: The Agency shall review the project documents developed by the<br />

selected Bidder including requirements, design, source code, installation, training and<br />

administration manuals, version control etc.<br />

Any issues/gaps identified by the Agency, in any of the above areas, shall be addressed to the<br />

complete satisfaction of the Department.<br />

Data Quality: The Agency shall per<strong>for</strong>m the Data Quality Assessment <strong>for</strong> the Data digitized by<br />

selected Bidder and the data migrated by the vendor to the new system. The errors/gaps<br />

identified during the Data Quality Assessment shall be addressed by the vendor be<strong>for</strong>e moving<br />

the data into production environment, which is a key mile stone <strong>for</strong> Go-live of the solution.<br />

39. Service Level Standards/ Requirements/ Agreement<br />

Service level Agreement - SLA defines the terms of the successful bidder‟s responsibility in ensuring the<br />

per<strong>for</strong>mance of the hardware, software & other equipments supplied <strong>for</strong> RIMMS project based on the<br />

agreed per<strong>for</strong>mance indicators as detailed in the agreement. This defines various Service Levels <strong>for</strong><br />

various components of the project, which shall be considered in the Service Level Agreement with SI. The<br />

service level agreement has been given at Annexure – 17.<br />

40. Change Requests/ Management<br />

i. RISL/ DAM may at any time, by a written order given to the selected bidder, make changes<br />

within the general scope of the Agreement in any one or more of the following: -<br />

<br />

<br />

Designs, specifications, requirements which software or service to be provided under<br />

the Agreement are to be specifically developed and rendered <strong>for</strong> the DAM.<br />

The method of deployment, shipping or packing.<br />

Seal &Signature of the Auth. Sign . Page 92 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

<br />

<br />

Schedule <strong>for</strong> Installation Acceptance.<br />

The place of delivery and/or the services to be provided by the selected bidder.<br />

ii. The change request/ management procedure will follow the following steps: -<br />

<br />

<br />

<br />

<br />

<br />

Identification and documentation of the need <strong>for</strong> the change - The in<strong>for</strong>mation related<br />

to initiator, initiation date and details of change required and priority of the change will<br />

be documented by DAM/ RISL.<br />

Analysis and evaluation of the Change Request - Impact of the change in terms of<br />

the estimated ef<strong>for</strong>t, changed schedule, cost and the items impacted will be analyzed<br />

and documented by the selected bidder.<br />

Approval or disapproval of the change request – DAM/ RISL will approve or<br />

disapprove the change requested including the additional payments <strong>for</strong> software<br />

development, quoted man-month rate shall be used <strong>for</strong> cost estimation, ef<strong>for</strong>ts of all<br />

technical resources- project manager, analyst, software developer, testing engineer,<br />

database architecture etc shall be taken into account <strong>for</strong> total man-month estimation<br />

to carry out the s/w development resulting from the change request. For all technical<br />

resources irrespective of their experience and specialisation, the quoted man-month<br />

rate shall be used. Ef<strong>for</strong>ts of support staff shall not be taken into consideration <strong>for</strong> this<br />

purpose.<br />

Implementation of the change – The change will be implemented in accordance to<br />

the agreed cost, ef<strong>for</strong>t, and schedule by the selected bidder.<br />

Verification of the change - The change will be verified by the DAM/ RISL on<br />

implementation of the change request.<br />

iii. All changes outside the scope of supplies agreed to herein which may have likely financial<br />

implications in terms of the overall cost/ time of the project shall be undertaken by SI only<br />

after securing the express consent of the DAM/ RISL. In the event that the consent of DAM/<br />

RISL is not received then the change will not be carried out.<br />

iv. While approving any change request, if required, RISL/ GoR may ask the selected bidder to<br />

deploy the required resources on-site.<br />

v. If any such change outside the scope of supplies agreed to herein causes an increase or<br />

decrease in cost of, or the time required <strong>for</strong>, firm‟s per<strong>for</strong>mance of any provisions under the<br />

Agreement, equitable adjustments shall be made in the Agreement Price or Delivery<br />

Schedule, or both, and the Agreement shall accordingly be amended. Any claims by firm <strong>for</strong><br />

adjustment under this must be asserted within 30 (thirty) days from the date of SI receiving<br />

the RISL change order which shall not be unreasonably withheld or delayed.<br />

Seal &Signature of the Auth. Sign . Page 93 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

D. Exit Management<br />

<br />

Preamble<br />

I. The word „parties‟ include the tendering authority and the selected bidder.<br />

II.<br />

III.<br />

IV.<br />

This Schedule sets out the provisions, which will apply on expiry or termination of the<br />

Project Implementation and Operations and Management of SLA.<br />

In the case of termination of the Project Implementation and/ or Operation and<br />

Management SLA due to illegality, the Parties shall agree at that time whether, and if so<br />

during what period, the provisions of this Schedule shall apply.<br />

The Parties shall ensure that their respective associated entities carry out their respective<br />

obligations set out in this Exit Management Schedule.<br />

<br />

Transfer of Assets<br />

I. The selected bidder may continue work on the assets <strong>for</strong> the duration of the exit<br />

management period which may be a six months period from the date of expiry or<br />

termination of the agreement, if required by RISL / DAM to do so. During this period the<br />

selected bidder will transfer all the assets in good working condition and as per the<br />

specifications of the bid document including the ones being upgraded to the department/<br />

designated agency. The security deposit/ per<strong>for</strong>mance security submitted by selected<br />

bidder will only be returned after the successful transfer of the entire project including its<br />

infrastructure.<br />

II.<br />

III.<br />

IV.<br />

The selected bidder will transfer all the Software Licenses under the name of the<br />

department as desired by the tendering authority during the exit management period.<br />

DAM / RISL during the project implementation phase and the operation and management<br />

phase shall be entitled to serve notice in writing to the selected bidder at any time during<br />

the exit management period requiring the selected bidder to provide DAM / RISL or its<br />

nominated agencies with a complete and up-to-date list of the assets within 30 days of<br />

such notice.<br />

Upon service of a notice, as mentioned above, the following provisions shall apply:<br />

a. In the event, if the assets which to be transferred to DAM / RISL mortgaged to any<br />

financial institutions by the selected bidder, the selected bidder shall ensure that all such<br />

liens and liabilities have been cleared beyond any doubt, prior to such transfer. All<br />

documents regarding the discharge of such lien and liabilities shall be furnished to DAM /<br />

RISL or its nominated agencies.<br />

b. All title of the assets to be transferred to DAM / RISL or its nominated agencies pursuant<br />

to clause(s) above shall be transferred on the last day of the exit management period. All<br />

Seal &Signature of the Auth. Sign . Page 94 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

<br />

expenses occurred during transfer of assets shall be borne by the selected bidder.<br />

c. That on the expiry of this clause, the selected bidder and any individual assigned <strong>for</strong> the<br />

per<strong>for</strong>mance of the services under this clause shall handover or cause to be handed over<br />

all confidential in<strong>for</strong>mation and all other related material in its possession, including the<br />

entire established infrastructure supplied by selected bidder to RISL / DAM.<br />

d. That the products and technology delivered to RISL /DAM during the contract term or on<br />

expiry of the contract duration should not be sold or re-used or copied or transferred by<br />

selected bidder to other locations apart from the locations mentioned in the this bid<br />

document without prior written notice and approval of DAM and RISL. Supplied hardware,<br />

software & documents etc., used by selected bidder <strong>for</strong> DAM / RISL shall be the legal<br />

properties of DAM / RISL.<br />

Cooperation and Provision of In<strong>for</strong>mation<br />

I. During the exit management period<br />

<br />

a. The selected bidder will allow RISL / DAM or its nominated agencies access to the<br />

in<strong>for</strong>mation reasonably required to define the current mode of operation associated with<br />

the provision of the services to enable DAM / RISL or its nominated agencies to assess<br />

the existing services being delivered.<br />

b. The selected bidder shall provide access to copies of all in<strong>for</strong>mation held or controlled by<br />

them which they have prepared or maintained in accordance with the Project<br />

Implementation, the Operation and Management SLA and SOWs relating to any material<br />

aspect of the services provided by the selected bidder. RISL / DAM or its nominated<br />

agencies shall be entitled to copy all such in<strong>for</strong>mation comprising of details pertaining to<br />

the services rendered and other per<strong>for</strong>mance data. The selected bidder shall permit RISL<br />

/ DAM or its nominated agencies and/ or any Replacement Operator to have reasonable<br />

access to its employees and facilities as reasonably required by RISL / DAM or its<br />

nominated agencies to understand the methods of delivery of the services employed by<br />

the selected bidder and to assist appropriate knowledge transfer.<br />

Confidential In<strong>for</strong>mation, Security and Data<br />

I. The selected bidder will promptly on the commencement of the exit management period<br />

supply to RISL / DAM or its nominated agencies the following:<br />

a. Documentation relating to Intellectual Property Rights;<br />

b. Project related data and confidential in<strong>for</strong>mation;<br />

c. All current and updated data as is reasonably required <strong>for</strong> purposes of RISL / DAM or its<br />

nominated agencies transitioning the services to its replacement selected bidder in a<br />

readily available <strong>for</strong>mat nominated by RISL / DAM or its nominated agencies; and<br />

Seal &Signature of the Auth. Sign . Page 95 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

<br />

d. All other in<strong>for</strong>mation (including but not limited to documents, records and agreements)<br />

relating to the services reasonably necessary to enable RISL / DAM or its nominated<br />

agencies, or its replacement operator to carry out due diligence in order to transition the<br />

provision of the services to RISL / DAM or its nominated agencies, or its replacement<br />

operator (as the case may be).<br />

e. Be<strong>for</strong>e the expiry of the exit management period, the selected bidder shall deliver to RISL<br />

/ DAM or its nominated agencies all new or up-dated materials from the categories set<br />

out above and shall not retain any copies thereof, except that the selected bidder shall be<br />

permitted to retain one copy of such materials <strong>for</strong> archival purposes only.<br />

Transfer of certain agreements<br />

I. On request by Tendering Authority or its nominated agencies, the selected bidder shall<br />

effect such assignments, transfers, innovations, licenses and sub-licenses as Tendering<br />

authority or its nominated agencies may require in favour of tendering authority or its<br />

nominated agencies, or its Replacement Operator in relation to any equipment lease,<br />

maintenance or service provision agreement between selected bidder and third party<br />

leasers, operators, or Operator, and which are related to the services and reasonably<br />

necessary <strong>for</strong> carrying out of the replacement services by RISL / DAM or its nominated<br />

agencies, or its replacement Operator.<br />

II.<br />

Right of Access to Premises: At any time during the exit management period and <strong>for</strong><br />

such period of time following termination or expiry of the SLA, where assets are located<br />

at the selected bidder‟s premises, the selected bidder will be obliged to give reasonable<br />

rights of access to (or, in the case of assets located on a third party's premises, procure<br />

reasonable rights of access to RISL / DAM or its nominated agencies, and/ or any<br />

replacement operator in order to inventory the assets.<br />

<br />

General Obligations of the selected bidder<br />

I. The selected bidder shall provide all such in<strong>for</strong>mation as may reasonably be necessary to<br />

effect as seamless during handover as practicable in the circumstances to RISL / DAM or<br />

its nominated agencies or its replacement operator and which the operator has in its<br />

possession or control at any time during the exit management period.<br />

II.<br />

The selected bidder shall commit adequate resources to comply with its obligations under<br />

this Exit Management Clause.<br />

<br />

Exit Management Plan<br />

I. The selected bidder shall provide RISL / DAM or its nominated agencies with a<br />

recommended exit management plan ("Exit Management Plan") which shall deal with at<br />

Seal &Signature of the Auth. Sign . Page 96 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

least the following aspects of exit management in relation to the SLA as a whole and in<br />

relation to the Project Implementation, the Operation and Management SLA and SOWs.<br />

II.<br />

III.<br />

IV.<br />

A detailed program of the transfer process that could be used in conjunction with a<br />

replacement operator including details of the means to be used to ensure continuing<br />

provision of the services throughout the transfer process or until the cessation of the<br />

services and of the management structure to be used during the transfer; and<br />

Plans <strong>for</strong> the communication with such of the selected bidder's, staff, suppliers,<br />

customers and any related third party as are necessary to avoid any material detrimental<br />

impact on RISL / DAM operations as a result of undertaking the transfer; and<br />

If applicable, proposed arrangements and Plans <strong>for</strong> provision of contingent support in<br />

terms of business continuance and hand holding during the transition period, to RISL /<br />

DAM or its nominated agencies, and Replacement Operator <strong>for</strong> a reasonable period, so<br />

that the services provided continue and do not come to a halt.<br />

V. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to<br />

ensure that it is kept relevant and up to date.<br />

VI.<br />

VII.<br />

VIII.<br />

IX.<br />

Each Exit Management Plan shall be presented by the selected bidder to and approved<br />

by DAM / RISL or its nominated agencies.<br />

In the event of termination or expiry of SLA, Project Implementation, Operation and<br />

Management SLA or SOWs each party shall comply with the Exit Management Plan.<br />

During the exit management period, the selected bidder shall use its best ef<strong>for</strong>ts to<br />

deliver the services.<br />

Payments during the Exit Management period shall be made in accordance with the<br />

Terms of Payment Clause.<br />

X. It would be the responsibility of the selected bidder to support new operator during the<br />

transition period.<br />

Seal &Signature of the Auth. Sign . Page 97 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7. ANNEXURES<br />

7.1. ANNEXURE 1 – FUNCTIONAL REQUIREMENT SPECIFICATIONS<br />

The functional requirement specifications stated below are the minimum features that the solution<br />

suggested <strong>for</strong> DAM should have. This indicative functional requirement has been provided here to be<br />

used by the SI <strong>for</strong> the ef<strong>for</strong>t estimation. The System Integrator/ Implementation Agency (SI/IA) shall<br />

develop the final detailed Functional Requirement Specifications (FRS) and System Requirement<br />

Specifications (SRS) documents after a detailed design phase where all the processes, procedures and<br />

existing templates should be studied in detail by the SI/IA. SI/IA should independently design the<br />

solutions as may be required to support the business operations. The SI/IA shall be required to<br />

coordinate with the department <strong>for</strong> the detailed system study and interact with the different users of the<br />

department <strong>for</strong> preparation of final FRS, SRS and related design documents.<br />

7.1.1 Recording of Arrival / Exit Module<br />

The Arrival / Exit Recording module is required <strong>for</strong> recording the daily arrival / exit of agricultural produces<br />

at the mandi yards. The indicative functionalities of the module are discussed as under:<br />

This module shall be used at the entry and exit gates at every mandi<br />

The concerned authority (APMCs Clerks) at the mandi entry and exit gates will approve and<br />

allocate entry and exit gate passes<br />

The module shall generate MIS report <strong>for</strong> daily entry and exit details<br />

Requirement Id<br />

Requirement Description<br />

System Login<br />

RIMMS_RAE_1<br />

RIMMS_RAE_2<br />

The module shall be accessible only to the Departmental users.<br />

<br />

<br />

<br />

APMCs Clerk - Responsible <strong>for</strong> issuing entry / exit gate passes<br />

APMCs officer – Responsible <strong>for</strong> complete mandi operations<br />

Other departmental users <strong>for</strong><br />

o Generation of entry / exit details MIS reports <strong>for</strong> each mandi<br />

The module should allow authorized users to access various functions, <strong>for</strong>ms,<br />

screens, sub modules, in<strong>for</strong>mation etc. as per the authorizations and user roles<br />

permissible as per guidelines and policies of the Department.<br />

RIMMS_RAE_3<br />

The module should have a provision <strong>for</strong> creating unique login ID <strong>for</strong> users on<br />

provision of certain mandatory details such as Name, Department, Employee<br />

code, Designation, Location, Office Address, Residential Address, Contact<br />

Details, Email id etc. as finalized in discussions with the Department.<br />

Seal &Signature of the Auth. Sign . Page 98 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_RAE_4<br />

Requirement Description<br />

The module should provide access rights and privileges according to login ID and<br />

password. The rights and privileges allowed to that user should be as per<br />

Department guidelines and policies.<br />

RIMMS_RAE_5<br />

The module should have a mechanism <strong>for</strong> resetting and emailing the new<br />

password to the users registered email ID, in case one <strong>for</strong>gets his password.<br />

RIMMS_RAE_6<br />

RIMMS_RAE_7<br />

The module must prompt the user to change the password on the first login.<br />

The module shall as a part of registration establish challenge and responses<br />

mechanisms <strong>for</strong> session validation <strong>for</strong> future online sessions. Details such as a<br />

username and password, challenge question and response answer should be<br />

asked if login details are <strong>for</strong>gotten etc.<br />

RIMMS_RAE_8<br />

The module shall apply spam control measures like „captcha‟ images during<br />

registration to avoid spurious details being automatically submitted and ensure<br />

that data is not submitted by non-humans.<br />

System Access<br />

RIMMS_RAE_9<br />

The module should be accessible only <strong>for</strong> following roles and indicative privileges:<br />

<br />

<br />

<br />

APMCs Clerks user as per the user role specified by the DAM <strong>for</strong> issuing<br />

of entry / exit gate passes<br />

APMCs officers user as per the user role specified by the DAM <strong>for</strong><br />

monitoring day to day operations at the mandis<br />

Other departments users <strong>for</strong><br />

o Generation of entry / exit details MIS reports <strong>for</strong> each mandi<br />

Entry Recording Sub module<br />

RIMMS_RAE_10<br />

The module should have provision to issue and generate unique entry gate pass<br />

number across the 5 mandis.<br />

RIMMS_RAE_11<br />

The module should provide the functionality to record the following details at the<br />

entry gate of mandi premises:<br />

<br />

<br />

<br />

<br />

<br />

Name of Farmer<br />

UID of farmer (optional)<br />

Village of Origin<br />

District Name/code<br />

Block name/ code<br />

Seal &Signature of the Auth. Sign . Page 99 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_RAE_12<br />

RIMMS_RAE_13<br />

RIMMS_RAE_14<br />

Requirement Description<br />

Mobile number of farmer<br />

Commodity Names<br />

Approximate weight<br />

Packing Detail (including weight of container/ bags)<br />

Broker‟s Name (optional)<br />

Vehicle Number<br />

Date & time of arrival<br />

Niryat Prativedan Certificate (Y/N)<br />

The module should have integration with the state citizen database and on entry<br />

of the UID no. of the farmer, the module should automatically fetch following<br />

in<strong>for</strong>mation regarding the farmer, thereby minimizing the manual errors during<br />

data entry:<br />

Farmer Name<br />

District Name/code<br />

Block name/ code<br />

village name/ code<br />

For the inter-mandi sale transactions, the module should have facility to capture<br />

Niryat Prativedan certificate details at entry point with following indicative fields:<br />

Niryat Prativedan Certificate No<br />

Certificate date<br />

Name of Consignor (Broker Name)<br />

Broker License No<br />

APMC <strong>Mandi</strong> from where certificate is issued<br />

Name of Consignee<br />

Consignee Broker/agent License No<br />

Commodity Names (along with code)<br />

Approximate weight (in KG)<br />

Packing Detail (including weight of container/ Bags)<br />

Vehicle Number<br />

Date & time of arrival<br />

The module should enable registration of mobile number of farmer at the time of<br />

entry. The module should have integration with SMS gateway. The module should<br />

Seal &Signature of the Auth. Sign . Page 100 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

provide SMS facility to the farmer with regard to updates about current market<br />

price of respective commodity brought in by the farmer.<br />

RIMMS_RAE_15<br />

RIMMS_RAE_16<br />

RIMMS_RAE_17<br />

RIMMS_RAE_18<br />

RIMMS_RAE_19<br />

Electronic weighing Machine will be used <strong>for</strong> capturing the weight at the entry<br />

gate. The module should be able to interlink with electronics weighbridge at the<br />

entry gate. The module should also be able to record the weight of the produce<br />

through software which captures the weight from the weighing machine at the<br />

gate.<br />

In case of Niryat Prativedan, there is an exemption on the mandi fees. The<br />

module should capture interlinkage with Niryat Prativedan certificate. <br />

The module should have search facility to validate the Niryat Prativedan<br />

certificate. The search should be allowed on the following parameters:<br />

Certificate number<br />

Date range of certificate<br />

Consignor Broker name<br />

<strong>Mandi</strong> from where certificate is issued<br />

In case details of certificate is found, the module should have facility to<br />

automatically fetch Niryat Prativedan certificate details:<br />

Niryat Prativedan Certificate No<br />

Certificate date<br />

Name of Consignor (Broker Name)<br />

Broker License No<br />

<strong>Mandi</strong> from where certificate is issued<br />

Name of Consignee<br />

Consignee Broker/agent License No<br />

Commodity Names (along with code)<br />

Approximate weight (in KG)<br />

Packing Detail (including weight of container/Bags)<br />

Vehicle Number<br />

Date & time of arrival<br />

The gate opening shall be through boom barriers and only post the entry gate slip<br />

is issued by the APMC clerk through the module. All movements within the<br />

Seal &Signature of the Auth. Sign . Page 101 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

Search Entry Gate Pass<br />

mandis including auctions, entry and exit gate movements to be under CCTV<br />

cameras surveillance.<br />

RIMMS_RAE_20<br />

The module should allow central /online search option <strong>for</strong> validation of entry gate<br />

pass. The search should be allowed as per the following filters:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Date Range<br />

APMC <strong>Mandi</strong><br />

Farmer‟s name<br />

Issuing employee Name<br />

Commodity name<br />

Vehicle number<br />

Broker name<br />

Village name<br />

UID of farmer<br />

Niryat Prativedan Certificate No.<br />

Exit Recording Sub module<br />

RIMMS_RAE_21<br />

At exit gate, the module should be able to record every vehicle going out of the<br />

mandi. The module should have provision to capture the following details at the<br />

exit gate:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Entry Pass No (manual input)<br />

Exit Pass Number (auto generated)<br />

Date & time of Recording (system date)<br />

Vehicle number<br />

Commodity Bring in<br />

Gross Weight of Empty vehicle (manual input)<br />

Net weight of produce sold in mandi (if Any) <br />

Quantity of produce deposit to trader as Amanat (if any) <br />

Quantity of produce sent to other mandi through Niryat Prativedan<br />

<br />

Quantity of produce sold by the agent to wholesaler/business<br />

Seal &Signature of the Auth. Sign . Page 102 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_RAE_22<br />

RIMMS_RAE_23<br />

RIMMS_RAE_24<br />

RIMMS_RAE_25<br />

RIMMS_RAE_26<br />

RIMMS_RAE_27<br />

Requirement Description<br />

community/domestic user <br />

Approximate Balance Quantity (if any)<br />

At exit gate, the module should be able to record every transaction of the mandi.<br />

The following types of transactions are envisaged:<br />

Farmer vehicle exits after sale of produce<br />

Vehicle carrying consignment sent to other mandi through Niryat<br />

Prativedan<br />

Farmer deposits the produce and receives the Amanat Slip<br />

Vehicle carrying consignment sold by the agent to wholesaler/business<br />

community/domestic user vide issue of sales invoice<br />

The module should generate unique exit gate pass number across the 5 mandis.<br />

The module should automatically calculate net weight of produce sold in mandi on<br />

the basis of total quantity sold through auction corresponding to the given entry<br />

gate pass number. A farmer can sale out his produce to multiple locations within<br />

a mandi, in such case there will be multiple sales slip and auction of single<br />

consignment. The module should have feature <strong>for</strong> interlinking and tracking<br />

quantity sold vide one entry gate pass number along with multiple sales slips.<br />

E.g. if a farmer brings total 9000 KG of wheat in market through entry gate pass<br />

number XX201 and further sold the produce quantity of 1500 Kg, 3000 Kg and<br />

4500 Kg to broker A, B and C vide three different auctions held within mandi, in<br />

such scenario net produce sold will be sum of all three auction i.e.<br />

1500+3000+4500= 9000 Kg.<br />

The module should automatically generate total quantity of produce deposit to<br />

trader/broker as amanat on the basis of all amanat transactions held within mandi<br />

corresponding to the given entry gate pass number. .<br />

The module should interlink with the electronics weight scale to capture the gross<br />

weight of empty vehicle. In case, the facility of electronic weigh scale is not<br />

available in the jurisdiction of APMCs, then it should allow manual input to capture<br />

this record.<br />

The module should automatically calculate approximate balance quantity on the<br />

basis of given <strong>for</strong>mula:<br />

Seal &Signature of the Auth. Sign . Page 103 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

Exit Gate Pass- Niryat Prativedan<br />

Balance Quantity = Gross Weight of Vehicle – (net weight of empty vehicle+ total<br />

Quality sold+ quantity deposited as amanat+ Weight of packaging material)<br />

RIMMS_RAE_28<br />

The module should have facility to capture the details of vehicle and<br />

consignments being sent vide Niryat Prativedan. It should allow user at exit gate<br />

pass to capture the following details:<br />

Exit Gate Pass Number( auto generated)<br />

Date & time of Recording (system date)<br />

Vehicle number<br />

Niryat Prativedan Certificate No. (manual Input) (This should<br />

automatically fetch following details corresponding to the Niryat<br />

Prativedan certificate number. <br />

Issue date<br />

Consignor Name/ License No (broker/agent)<br />

Consignee name /License No (broker/agent)<br />

Consignee‟s APMC Code (where to send)<br />

Commodity<br />

Quantity<br />

Exit Gate Pass - Sales<br />

RIMMS_RAE_29<br />

The module should have facility to capture all transactions being sent by<br />

agent/trader vide issue of sales invoice. The exit gate pass should comprise of<br />

the following details:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Exit Gate Pass Number( auto generated)<br />

Date & time of Recording (system date)<br />

Vehicle number<br />

Consignor Name/ License No (broker/agent)<br />

Invoice No (manual Input)<br />

Issue date<br />

Consignee name & Address<br />

Commodity<br />

Quantity<br />

Seal &Signature of the Auth. Sign . Page 104 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

Exit Gate Pass – Amanat Patti<br />

RIMMS_RAE_30<br />

RIMMS_RAE_31<br />

The module should have facility to capture all transactions being deposited as<br />

Amanat. The exit gate pass should comprise of the following details:<br />

Exit Gate Pass Number( auto generated)<br />

Date & time of Recording (system date)<br />

Vehicle number<br />

Farmer‟s in<strong>for</strong>mation<br />

Amanat slip Number<br />

Date of Deposit<br />

Broker/ commission agent<br />

Quantity deposited <strong>for</strong> Amanat<br />

Commodity details Grade if any<br />

Employee code of APMC employee in whose presence transaction is<br />

recorded.<br />

The module should have facility to record all the transactions passing through the<br />

exit gate and it should automatically update Yard Stock or Traders Stock on the<br />

basis of produce purchased by the agent and produce sold/ transferred by the<br />

agent.<br />

Interlinking with other Modules<br />

RIMMS_RAE_32<br />

The module should have inter-linkages with the below:<br />

<br />

<br />

<br />

Auction Management Module<br />

<strong>Mandi</strong> Fee Management Module<br />

Licensees database<br />

Upload Monthly Arrival Report<br />

RIMMS_RAE_33<br />

The module should provide interface to the Regional offices to upload commodity<br />

wise monthly arrival and price report <strong>for</strong> their respective mandies. the indicative<br />

list of field requires to capture are as under<br />

<br />

<br />

<br />

Date<br />

Regional office<br />

APMC <strong>Mandi</strong><br />

Seal &Signature of the Auth. Sign . Page 105 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Month<br />

Commodity Category<br />

Commodity Name<br />

Commodity Code<br />

Total arrival Quantity<br />

Total Quantity Sold<br />

Total Value<br />

Average Price<br />

RIMMS_RAE_34<br />

RIMMS_RAE_35<br />

Should ability to automatically show the comparative statement with last year<br />

arrival and price<br />

Should ability to generate trend analysis on the basis of last years data in term of<br />

<br />

<br />

<br />

<br />

Arrival Variation<br />

Price Variation<br />

Sale Variation<br />

Variation Between arrival and sale<br />

Search – Exit Gate Pass<br />

RIMMS_RAE_36<br />

The module should allow central /online search option <strong>for</strong> validation of Exit gate<br />

pass. The search should be allowed as per the following filters:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Date Range<br />

Exit Gate Pass Number<br />

Niryat Prativedan Certificate Number<br />

Invoice number & Broker name<br />

APMC <strong>Mandi</strong> & Issuing employee Name<br />

Commodity name<br />

Vehicle number<br />

Broker name<br />

MIS Reports<br />

RIMMS_RAE_37<br />

On the basis of entry and exit gate details, the module should generate daily MIS<br />

reports like below:<br />

Seal &Signature of the Auth. Sign . Page 106 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Commodity wise approximate produce arrival in each mandi<br />

Net Weight of each commodity sold out in mandi<br />

Stock lying with each agent within mandi<br />

Stock lying as Amanat patti with each agent<br />

Stock lying with wholesaler within mandi<br />

Stock transfer to other <strong>Mandi</strong> under Niryat Prativedan<br />

Commodity wise Historical Trends of each <strong>Mandi</strong><br />

Entry Gate Register<br />

Exit Gate Register<br />

Stock sold by each agent to whole seller or domestic consumers<br />

7.1.2 Auction Management Module<br />

The Auction Management Module is required <strong>for</strong> automation and standardization of the complete process<br />

of sale, including auctions. The indicative functionalities are discussed as under:<br />

Requirement Id<br />

Requirement Description<br />

System Login<br />

RIMMS_AMM_1<br />

RIMMS_AMM_2<br />

The module shall be accessible only to the Departmental users.<br />

<br />

<br />

<br />

APMCs Accountant –Responsible <strong>for</strong> auction management<br />

APMCs officer – Responsible <strong>for</strong> complete mandi operations<br />

Other departmental users <strong>for</strong><br />

o Generation of auction reports <strong>for</strong> each mandi<br />

The module should allow authorized users to access various functions, <strong>for</strong>ms,<br />

screens, sub modules, in<strong>for</strong>mation etc. as per the authorizations and user roles<br />

permissible as per guidelines and policies of the Department.<br />

RIMMS_AMM_3<br />

The module should have a provision <strong>for</strong> creating unique login ID <strong>for</strong> users on<br />

provision of certain mandatory details such as Name, Department, Employee<br />

code, Designation, Location, Office Address, Residential Address, Contact<br />

Details, Email id etc. as finalized in discussions with the Department.<br />

RIMMS_AMM_4<br />

The module should provide access rights and privileges according to login ID<br />

and password. The rights and privileges allowed to that user should be as per<br />

Department guidelines and policies.<br />

Seal &Signature of the Auth. Sign . Page 107 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_AMM_5<br />

Requirement Description<br />

The module should have a mechanism <strong>for</strong> resetting and emailing the new<br />

password to the users registered email ID, in case one <strong>for</strong>gets his password.<br />

RIMMS_AMM_6<br />

RIMMS_AMM_7<br />

The module must prompt the user to change the password on the first login.<br />

The module shall as a part of registration establish challenge and responses<br />

mechanisms <strong>for</strong> session validation <strong>for</strong> future online sessions. Details such as a<br />

username and password, challenge question and response answer should be<br />

asked if login details are <strong>for</strong>gotten etc.<br />

RIMMS_AMM_8<br />

The module shall apply spam control measures like „captcha‟ images during<br />

registration to avoid spurious details being automatically submitted and ensure<br />

that data is not submitted by non-humans.<br />

System Access<br />

RIMMS_AMM_9<br />

The module should be accessible only <strong>for</strong> following roles and indicative<br />

privileges:<br />

<br />

<br />

<br />

APMCs Accountant user as per the user role specified by the DAM <strong>for</strong><br />

conducting auctions at the <strong>Mandi</strong>s<br />

APMCs officers user as per the user role specified by the DAM <strong>for</strong><br />

monitoring day to day operations at the mandis<br />

Other Department Users<br />

o Generation of auction reports <strong>for</strong> each mandi<br />

Sales Recording<br />

RIMMS_AMM_10<br />

The module shall have facility to create and update master <strong>for</strong> commodity wise<br />

grades.<br />

RIMMS_AMM_11<br />

The module shall have facility to create and update master <strong>for</strong> commodity wise<br />

minimum support price.<br />

RIMMS_AMM_12<br />

The module should have facility to create and update master <strong>for</strong> the schedule<br />

rates on Brokerage and other incidental charges. These rates shall be<br />

applicable according to the commodity.<br />

RIMMS_AMM_13<br />

It should be mobile based application. The module should be compatible to use<br />

Wi-Fi and GPRS enabled hand held devices to capture the auction related data<br />

on real time basis.<br />

Sales Receipt<br />

Seal &Signature of the Auth. Sign . Page 108 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_AMM_14<br />

RIMMS_AMM_15<br />

RIMMS_AMM_16<br />

RIMMS_AMM_17<br />

RIMMS_AMM_18<br />

RIMMS_AMM_19<br />

RIMMS_AMM_20<br />

Requirement Description<br />

Every auction transaction should have Interlinking to entry gate pass. It should<br />

fetch details of farmer and commodity <strong>for</strong> corresponding entry gate pass number<br />

with auction lot and sales receipt.<br />

It should have facility <strong>for</strong> Sales Receipt generation. Further each sales receipt<br />

should have unique serial number across the 5 mandis.<br />

The sales receipt should capture the following details:<br />

Sale Receipt Number (unique across 5 mandis)<br />

Date of sale<br />

Time of sale<br />

Entry gate pass No<br />

Farmer‟s in<strong>for</strong>mation<br />

Seller‟s details Broker/ commission agent name & code<br />

Government agency Detail (if buyer is Govt. Agency)<br />

Trader‟s Details (agency Details )<br />

Commodity name/code<br />

Commodity details Grade if any<br />

Quantity Sold<br />

Price at which commodity is sold<br />

<strong>Mandi</strong> Fee Applicable (based on Commodity)<br />

Employee code of APMC employee<br />

Incidental Charges (loading+ Unloading+ weighing+ Cleaning)<br />

Brokerage Charges (as per Government Schedule)<br />

The module should have facility to record description of payments (like paid in<br />

cash, online transfer etc) made to the farmer against the sales proceed.<br />

The module should have ability to calculate mandi fee corresponding to auction<br />

done by the broker.<br />

The module should have provision to broadcast the commodity wise daily prices<br />

across the 5 <strong>Mandi</strong>s on display boards.<br />

The module should have facility <strong>for</strong> registration of farmers‟ community, farmer as<br />

individual and business community, to get SMS alerts and other updates on<br />

price.<br />

Seal &Signature of the Auth. Sign . Page 109 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_AMM_21<br />

RIMMS_AMM_22<br />

Requirement Description<br />

The module should have provision to broadcast the commodity wise daily prices<br />

across the 5 mandis through SMS to the registered farmers and business<br />

communities.<br />

The module should have provision to store and display previous rates of<br />

commodities <strong>for</strong> the period as required by the mandis.<br />

Search Sales Slip<br />

RIMMS_AMM_23<br />

The module should allow central /online search feature <strong>for</strong> validation of sales<br />

receipt. The search should be allowed as per the following filters:<br />

<br />

<br />

<br />

<br />

<br />

<br />

Date Range<br />

Sale receipt number<br />

<strong>Mandi</strong> name & Issuing employee Name<br />

Commodity name & date range<br />

Entry gate pass number<br />

Broker name and code<br />

Niryat Prativedan: In case of Inter <strong>Mandi</strong> sale, where farmer sold his produce to one<br />

agent/trader/agency to avoid duplication of <strong>Mandi</strong> fee during second transaction, there is Government<br />

provision to issue a Niryat Prativedan Certificate. This certificate is being issued by the APMC <strong>Mandi</strong><br />

officer on the request of Traders/ commission agent.<br />

RIMMS_AMM_24<br />

RIMMS_AMM_25<br />

RIMMS_AMM_26<br />

The module should have provision to generate and issue centralized Niryat<br />

Prativedan certificate.<br />

Every certificate should have interlinking with entry gate pass.<br />

The module should have workflow <strong>for</strong> issue of certificate, from taking agency<br />

request to the approval of certificate. The agent should be allowed to submit<br />

request through online system. The <strong>for</strong>m should comprise of the following<br />

details:<br />

<br />

<br />

<br />

<br />

<br />

Request Date<br />

Consignor Details Broker/ commission agent who sell (Automatically<br />

Fetched)<br />

APMC <strong>Mandi</strong> from where it will be sent<br />

Consignee Details of Broker/ Commission Agent/ Traders to whom sold<br />

Details of APMC <strong>Mandi</strong> where it is to be sent<br />

Seal &Signature of the Auth. Sign . Page 110 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_AMM_27<br />

RIMMS_AMM_28<br />

RIMMS_AMM_29<br />

RIMMS_AMM_30<br />

Requirement Description<br />

Commodity details Grade if any<br />

Quantity Sold<br />

Price of Commodity<br />

Amount of <strong>Mandi</strong> Fee Paid<br />

Details of <strong>Mandi</strong> Fee paid (if any)<br />

It should have facility <strong>for</strong> Niryat Prativedan certificate generation, further each<br />

Niryat Prativedan certificate should have unique serial number across the 5<br />

mandis.<br />

The certificate should capture the following details:<br />

Certificate No<br />

Date & Time of Issue<br />

Entry gate pass No<br />

Consignor Details Broker/ commission agent who sell<br />

APMC <strong>Mandi</strong> from where it will be sent<br />

Consignee Details of Broker/ Commission Agent/ Traders to whom sold<br />

Details of mandi where it will be sent<br />

Quantity Sold<br />

Price of Commodity<br />

Commodity details Grade if any<br />

Amount of <strong>Mandi</strong> Fee<br />

Details of <strong>Mandi</strong> Fee paid (if any)<br />

Employee code of mandi employee in whose presence transaction is<br />

recorded<br />

The module should have provision to capture the mandi fees.<br />

The module should allow central/online search option <strong>for</strong> validation of Niryat<br />

Prativedan number. The search should be allowed as per the following filters:<br />

<br />

<br />

<br />

<br />

<br />

Date Range<br />

Certificate Number<br />

APMC <strong>Mandi</strong> & Issuing Authority<br />

Commodity name<br />

Broker name and code<br />

Amanat Patti: In case, a farmer is not interested to sell, the produce on that date, then farmer can unload<br />

Seal &Signature of the Auth. Sign . Page 111 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

and deposit the produce to some commission agent. In such case it will not be treated as sale of produce,<br />

till the time it is sold by the agent with acceptance of farmer through auction or other mode.<br />

RIMMS_AMM_31<br />

RIMMS_AMM_32<br />

RIMMS_AMM_33<br />

RIMMS_AMM_34<br />

RIMMS_AMM_35<br />

RIMMS_AMM_36<br />

Registered users belonging to business community should be allowed to login.<br />

Every transaction should have interlinking to entry gate pass and record into the<br />

electronic amanat patti register.<br />

It should have facility <strong>for</strong> Amanat Slip generation. Each amanat slip should have<br />

a serial number which is unique across the 5 mandis. .<br />

The sale slip should capture the following details:<br />

Amanat slip Number<br />

Date of Deposit<br />

Farmer‟s in<strong>for</strong>mation<br />

Entry gate pass No<br />

Broker/ commission agent<br />

Quantity deposited <strong>for</strong> Amanat<br />

Commodity details Grade if any<br />

Employee code of APMC employee in whose presence transaction is<br />

recorded.<br />

The module should generate automated SMS alerts to the farmers <strong>for</strong> auction or<br />

sale of produce deposited as amanat.<br />

The module should have provision to record the payment description made to<br />

the farmer towards sales proceed of amanat Patti.<br />

Interlinking with other Module<br />

RIMMS_AMM_37<br />

The module should have integration with below modules:<br />

<br />

<br />

<br />

Recording of Arrival / Exit Module<br />

<strong>Mandi</strong> Fee Management Module<br />

Licensees database<br />

MIS Reports<br />

RIMMS_AMM_38<br />

The module should generate periodic auction MIS reports, mandi wise in line<br />

with the requirements of the Department. The module should be able to<br />

Seal &Signature of the Auth. Sign . Page 112 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

generate jurisdiction wise MIS reports related to application and applicants. The<br />

indicative reports are as under:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<strong>Mandi</strong> Wise Auction Details<br />

Agent Wise Auction Details<br />

Inter <strong>Mandi</strong> Transaction with Niryat Prativedan<br />

Direct purchase by Agencies<br />

Purchase by Government Agencies<br />

Sale by Agents/Traders<br />

Stock lying with each Trader/agent<br />

<strong>Mandi</strong> Wise sales summary<br />

Day wise average Market price <strong>for</strong> a particular commodity<br />

Grade wise market price of a commodity<br />

7.1.3 <strong>Mandi</strong> Fee Management Module<br />

The <strong>Mandi</strong> Fee Management Module is required <strong>for</strong> collection and monitoring of APMC wise market fees<br />

in correlation with actual arrivals of agricultural produce. The indicative functionalities are as under:<br />

Requirement Id<br />

Requirement Description<br />

<strong>Mandi</strong> Fee Management Module<br />

System Login<br />

RIMMS_MFM_1<br />

RIMMS_MFM_2<br />

The module shall be accessible only to the Departmental users.<br />

<br />

<br />

<br />

<br />

Director- Responsible <strong>for</strong> defining the mandi fees<br />

APMCs Accountant –Responsible <strong>for</strong> auction management<br />

APMCs officer – Responsible <strong>for</strong> complete mandi operations<br />

Other departmental users <strong>for</strong><br />

o Generation of MIS reports <strong>for</strong> each mandi<br />

The module should allow authorized users to access various functions, <strong>for</strong>ms,<br />

screens, sub modules, in<strong>for</strong>mation etc. as per the authorizations and user roles<br />

permissible as per guidelines and policies of the Department.<br />

RIMMS_MFM_3<br />

The module should have a provision <strong>for</strong> creating unique login ID <strong>for</strong> users on<br />

provision of certain mandatory details such as Name, Department, Employee<br />

code, Designation, Location, Office Address, Residential Address, Contact<br />

Details, Email id etc. as finalized in discussions with the Department.<br />

Seal &Signature of the Auth. Sign . Page 113 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_MFM_4<br />

Requirement Description<br />

The module should provide access rights and privileges according to login ID<br />

and password. The rights and privileges allowed to that user should be as per<br />

Department guidelines and policies.<br />

RIMMS_MFM_5<br />

The module should have a mechanism <strong>for</strong> resetting and emailing the new<br />

password to the users registered email ID, in case one <strong>for</strong>gets his password.<br />

RIMMS_MFM_6<br />

RIMMS_MFM_7<br />

The module must prompt the user to change the password on the first login.<br />

The module shall as a part of registration establish challenge and responses<br />

mechanisms <strong>for</strong> session validation <strong>for</strong> future online sessions. Details such as a<br />

username and password, challenge question and response answer should be<br />

asked if login details are <strong>for</strong>gotten etc.<br />

RIMMS_MFM_8<br />

The module shall apply spam control measures like „captcha‟ images during<br />

registration to avoid spurious details being automatically submitted and ensure<br />

that data is not submitted by non-humans.<br />

Access Right<br />

RIMMS_MFM_9<br />

The module should be accessible only <strong>for</strong> following roles and indicative<br />

privileges:<br />

<br />

<br />

<br />

<br />

Director <strong>for</strong> defining the applicable mandi fees rates<br />

APMCs Accountant user as per the user role specified by the DAM <strong>for</strong><br />

conducting auctions at the mandis<br />

APMCs officers user as per the user role specified by the DAM <strong>for</strong><br />

monitoring day to day operations at the mandis<br />

Other Department Users<br />

o Generation of MIS reports <strong>for</strong> each mandi<br />

Fee calculation<br />

RIMMS_MFM_10<br />

The module should have feature to define the mandi fees and other government<br />

fees applicable to corresponding commodities.<br />

RIMMS_MFM_11<br />

The module should have feature to define the allowed brokerage charges and<br />

other incidental charges with respect to corresponding commodities.<br />

RIMMS_MFM_12<br />

The module should have ability to calculate mandi fee due from the broker,<br />

corresponding to the quantity of commodity auctioned by the broker/trader.<br />

Fee Payment<br />

Seal &Signature of the Auth. Sign . Page 114 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_MFM_13<br />

RIMMS_MFM_14<br />

Requirement Description<br />

The module should allow capturing the payment details of mandi fee through<br />

any mode like cash/ DD/Cheque or online system. After payment of mandi fees,<br />

module should generate unique payment receipt number across the mandis.<br />

The module should allow the business community like agents brokers/traders to<br />

pay their respective <strong>Mandi</strong> fee / other government fee through an online<br />

payment gateway.<br />

Fee Collection<br />

RIMMS_MFM_15<br />

RIMMS_MFM_16<br />

The module should have provision to manage the workflow <strong>for</strong> recovery and<br />

collection of mandi fees. It should have feature to define the authority and<br />

corresponding action points <strong>for</strong> respective recovery of mandi fees.<br />

The module should allow the agent/ brokers and traders to see their respective<br />

dues and payment history.<br />

Interlinking with other Module<br />

RIMMS_MFM_17<br />

The module should have integration with the below:<br />

<br />

<br />

<br />

Recording of Entry / Exit module <br />

Auction management Module<br />

Licensee Database<br />

MIS Reports<br />

RIMMS_MFM_18<br />

The module should generate following MIS reports with regards to mandi fees:<br />

<br />

<br />

<br />

The module should provide the details of outstanding market fees<br />

The module should generate the list of defaulters who have not paid<br />

their market fees and other charges within a stipulated period as<br />

specified by APMC<br />

The module should provide report of actual of the expected market fee<br />

realizable and the actual fee realized.<br />

Search<br />

RIMMS_MFM_19<br />

The system should provide search facility to validate <strong>Mandi</strong> fee receipts. The<br />

search should be allowed through following parameters:<br />

<br />

<br />

Receipt number<br />

Date of payment<br />

Seal &Signature of the Auth. Sign . Page 115 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

<br />

Agency name<br />

7.1.4 Scheme Management <strong>for</strong> Rajiv Gandhi Krishak Saathi Yojana<br />

Department of Agricultural Marketing has introduced a scheme “Rajiv Gandhi Krishak Sathi Yojana” in the<br />

state to provide financial assistance to the farmers/labourers, who meet with an accident while engaged<br />

in farming, or related activities. Financial assistance is provided under this scheme. The application is<br />

received at mandi level only and further processing of claim is being taken care by the APMC. A web<br />

base system is required with following functionalities.<br />

Requirement Id<br />

Requirement Description<br />

Scheme Management <strong>for</strong> Rajiv Gandhi Krishak Saathi Yojana<br />

System Login<br />

RIMMS_SMM_1<br />

RIMMS_SMM_2<br />

The module shall be accessible to the Departmental and public users.<br />

Director<br />

Officer In Charge<br />

APMC officer<br />

Public User<br />

Registered User<br />

Applicants<br />

The module should allow authorized users to access various functions, <strong>for</strong>ms,<br />

screens, sub modules, in<strong>for</strong>mation etc. as per the authorizations and user roles<br />

permissible as per guidelines and policies of the Department.<br />

RIMMS_SMM_3<br />

The module should have a provision <strong>for</strong> creating unique login ID <strong>for</strong> users on<br />

provision of certain mandatory details such as Name, Department, Employee<br />

code, Designation, Location, Office Address, Residential Address, Contact<br />

Details, Email id etc. as finalized in discussions with the Department.<br />

RIMMS_SMM_4<br />

The module should provide access rights and privileges according to login ID<br />

and password. The rights and privileges allowed to that user should be as per<br />

Department guidelines and policies.<br />

RIMMS_SMM_5<br />

The module should have a mechanism <strong>for</strong> resetting and emailing the new<br />

password to the users registered email ID, in case one <strong>for</strong>gets his password.<br />

RIMMS_SMM_6<br />

The module must prompt the user to change the password on the first login.<br />

Seal &Signature of the Auth. Sign . Page 116 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_SMM_7<br />

RIMMS_SMM_8<br />

Requirement Description<br />

The module shall as a part of registration establish challenge and responses<br />

mechanisms <strong>for</strong> session validation <strong>for</strong> future online sessions. Details such as a<br />

username and password, challenge question and response answer should be<br />

asked if login details are <strong>for</strong>gotten etc.<br />

The module shall apply spam control measures like „captcha‟ images during<br />

registration to avoid spurious details being automatically submitted and ensure<br />

that data is not submitted by non-humans.<br />

Access Login<br />

RIMMS_SMM_9<br />

The module shall be accessible to the Departmental and public users.<br />

Eligibility Criteria under scheme<br />

<br />

<br />

<br />

<br />

Director – For providing final decision (approval / rejection) on granting<br />

of scheme benefits to the applicant<br />

Officer In Charge: Overall monitoring of scheme process<br />

APMC officer:<br />

o To Track mandi wise status of submitted applications as<br />

authorized by DAM.<br />

o Responsible <strong>for</strong> providing status updates and providing<br />

response to clarifications initiated by DAM<br />

Public User / Registered User / Applicants<br />

o Uploading documents related to the scheme<br />

o To view and download final findings related to the scheme<br />

o To track status of submitted complaints.<br />

RIMMS_SMM_10<br />

The module should provide an option to download the in<strong>for</strong>mation on the<br />

scheme. It should comprise of the following details:<br />

Scheme name<br />

Funded By<br />

State & centre ratio if any<br />

Beneficiary category<br />

Benefit Type (Card/Amount)<br />

Benefit amount<br />

Eligibility criteria<br />

Application process<br />

Seal &Signature of the Auth. Sign . Page 117 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

Application Process<br />

RIMMS_SMM_11<br />

The module should provide electronic <strong>for</strong>m <strong>for</strong> registration of the farmer. It shall<br />

be able to capture details like:<br />

Name<br />

DoB<br />

Contact Details<br />

Bank Account Details<br />

Email id<br />

Phone Number<br />

Etc. (to be finalized in discussion with the Department)<br />

RIMMS_SMM_12<br />

RIMMS_SMM_13<br />

RIMMS_SMM_14<br />

For inspection, sanction and Grant, the fields to be captured will be as per<br />

<strong>for</strong>mats defined and finalized in consultation with the Department.<br />

The module should be able to define the complete workflow required <strong>for</strong><br />

application process. It should capture the steps / business rules and digital<br />

signatures required and further role based action required from application<br />

registration to final disbursement of grant.<br />

The module should provide facility to update business rules <strong>for</strong> application<br />

processing, as and when new departmental guidelines are applicable.<br />

Interlinking with other module<br />

RIMMS_SMM_15<br />

The module should be interlinked with other modules like scheme allocation &<br />

monitoring, beneficiary lists etc<br />

Application Form<br />

RIMMS_SMM_16<br />

RIMMS_SMM_17<br />

RIMMS_SMM_18<br />

Application <strong>for</strong>m should be in XML embedded <strong>for</strong>mat.<br />

This <strong>for</strong>m should have inbuilt validation check <strong>for</strong> fields, with respect to data<br />

type, date range, date <strong>for</strong>mat etc.<br />

The module should have feature to publish downloadable links on web portal<br />

along with detail in<strong>for</strong>mation on the scheme and approval process.<br />

e-Registration and e-Application Submission<br />

RIMMS_SMM_19<br />

<br />

Others<br />

Seal &Signature of the Auth. Sign . Page 118 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_SMM_20<br />

RIMMS_SMM_21<br />

RIMMS_SMM_22<br />

RIMMS_SMM_23<br />

Requirement Description<br />

The module should be able to facilitate dissemination of in<strong>for</strong>mation about the<br />

scheme to stakeholders such as registered users and employees through<br />

preferred medium like SMS and web portal.<br />

The module should define workflow <strong>for</strong> the processing at office level and it<br />

should automatically publish the status on web site till the final decision on<br />

claim.<br />

The module should have feature to configure criteria to measure the efficiency<br />

and effectiveness of the scheme.<br />

The module should have facility to capture payment details of claim like paid in<br />

cash /online transfer to farmer‟s account etc.<br />

MIS Report<br />

RIMMS_SMM_24<br />

The module should generate the MIS reports as per the requirement of APMC.<br />

Indicative list of reports are as under:<br />

<br />

<br />

<br />

<br />

<br />

<br />

Applications Received<br />

Applications rejected<br />

Sanctioned cases<br />

Applications <strong>for</strong>warded to HO <strong>for</strong> approval<br />

Grant Paid to Applicants<br />

At any given time, the list of beneficiaries<br />

7.1.5 License Allotment and Management Module<br />

This module pertains to issuance of licenses <strong>for</strong> establishment of private consumer market yards and subyards,<br />

direct purchase licenses and licenses <strong>for</strong> various market functionaries.<br />

Requirement Id<br />

Requirement Description<br />

License allotment to agents: This module pertains to issuance of license <strong>for</strong> traders/ commission agent/<br />

brokers/ labourers as well as labourers‟ (Per<strong>for</strong>ming loading, unloading, cleaning, weighting etc. activities)<br />

within APMC notified area. The indicative functionalities of the module are discussed as under.<br />

System Login<br />

RIMMS_LMM_1<br />

The module shall be accessible to the Departmental and public users.<br />

<br />

Director<br />

Seal &Signature of the Auth. Sign . Page 119 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_LMM_2<br />

Requirement Description<br />

Officer In Charge<br />

APMC officer<br />

Public User<br />

Registered User<br />

Applicants<br />

The module should allow authorized users to access various functions,<br />

<strong>for</strong>ms, screens, sub modules, in<strong>for</strong>mation etc. as per the authorizations<br />

and user roles permissible as per guidelines and policies of the<br />

Department.<br />

RIMMS_LMM_3<br />

The module should have a provision <strong>for</strong> creating unique login ID <strong>for</strong> users<br />

on provision of certain mandatory details such as Name, Department,<br />

Employee code, Designation, Location, Office Address, Residential<br />

Address, Contact Details, Email id etc. as finalized in discussions with the<br />

Department.<br />

RIMMS_LMM_4<br />

The module should provide access rights and privileges according to<br />

login ID and password. The rights and privileges allowed to that user<br />

should be as per Department guidelines and policies.<br />

RIMMS_LMM_5<br />

The module should have a mechanism <strong>for</strong> resetting and emailing the new<br />

password to the users registered email ID, in case one <strong>for</strong>gets his<br />

password.<br />

RIMMS_LMM_6<br />

The module must prompt the user to change the password on the first<br />

login.<br />

RIMMS_LMM_7<br />

The module shall as a part of registration establish challenge and<br />

responses mechanisms <strong>for</strong> session validation <strong>for</strong> future online sessions.<br />

Details such as a username and password, challenge question and<br />

response answer should be asked if login details are <strong>for</strong>gotten etc.<br />

RIMMS_LMM_8<br />

The module shall apply spam control measures like „captcha‟ images<br />

during registration to avoid spurious details being automatically submitted<br />

and ensure that data is not submitted by non-humans.<br />

Access Login<br />

RIMMS_LMM_9<br />

The module shall be accessible to the Departmental and public users.<br />

<br />

Director – For providing final decision (approval / rejection) on<br />

Seal &Signature of the Auth. Sign . Page 120 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

Application Form<br />

<br />

<br />

<br />

license allotment to the applicant<br />

Officer In Charge: Overall monitoring of license allotment process<br />

APMC officer:<br />

o To Track mandi wise status of submitted applications as<br />

authorized by DAM.<br />

o Responsible <strong>for</strong> providing status updates and providing<br />

response to clarifications initiated by DAM<br />

Public User / Registered User / Applicants<br />

o Uploading documents related to the license allotment<br />

o To view and download final findings related to the<br />

allotment<br />

o To track status of submitted complaints.<br />

RIMMS_LMM_10<br />

RIMMS_LMM_11<br />

RIMMS_LMM_12<br />

The module should provide online application <strong>for</strong>m <strong>for</strong> issue of licenses<br />

to:<br />

Direct purchase/ single license/ Trader/commission agent /joint<br />

license<br />

Warehousing agencies<br />

Brokers<br />

Labourers<br />

The module should have facility to create master <strong>for</strong> application fees<br />

corresponding to the various categories of licenses.<br />

The module should provide an option to download the in<strong>for</strong>mation on the<br />

license allotment. It should comprise of the following details:<br />

Eligibility criteria<br />

category of License allotments<br />

RIMMS_LMM_13<br />

RIMMS_LMM_14<br />

RIMMS_LMM_15<br />

Allotment process<br />

Downloadable version of Application <strong>for</strong>m should be in XML embedded<br />

<strong>for</strong>mat.<br />

This <strong>for</strong>m should have inbuilt validation checks <strong>for</strong> fields, data types, date<br />

range, date <strong>for</strong>mat etc.<br />

The module should have feature to publish downloadable link on web<br />

portal along with detailed in<strong>for</strong>mation about allotments and procedure <strong>for</strong><br />

Seal &Signature of the Auth. Sign . Page 121 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

approval.<br />

Eligibility Criteria<br />

RIMMS_LMM_16<br />

RIMMS_LMM_17<br />

The module should provide feature to capture detailed eligibility criteria of<br />

the agents.<br />

The module should provide feature to list out supporting documents<br />

needed to be attached along with application <strong>for</strong>ms under each category.<br />

Application Process<br />

RIMMS_LMM_18<br />

RIMMS_LMM_19<br />

The module should be able to define the complete workflow required <strong>for</strong><br />

application process. It should capture the steps / business rules and<br />

digital signatures required and further role based action required from<br />

application registration to final grant of licenses.<br />

The module should provide facility to update business rules <strong>for</strong><br />

application processing, as and when new departmental guidelines are<br />

applicable.<br />

Integration with other module<br />

RIMMS_LMM_20<br />

The module should be integrated with other modules like license<br />

suspension and monitoring etc.<br />

e-Registration and e-Application Submission<br />

RIMMS_LMM_21<br />

<br />

Others<br />

RIMMS_LMM_22<br />

RIMMS_LMM_23<br />

RIMMS_LMM_24<br />

RIMMS_LMM_25<br />

The module shall be able to facilitate dissemination of in<strong>for</strong>mation about<br />

the allotment to stakeholders such as registered users, agents and<br />

employees through SMS and through the online web application.<br />

The module should have integration with SMS gateway.<br />

The module shall allow authorized users to access the details of the past<br />

/ present allotments.<br />

The module should have integration with payment gateway and should<br />

provide online facility <strong>for</strong> payment of application fees.<br />

Seal &Signature of the Auth. Sign . Page 122 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

RIMMS_LMM_26<br />

RIMMS_LMM_27<br />

RIMMS_LMM_28<br />

RIMMS_LMM_29<br />

RIMMS_LMM_30<br />

RIMMS_LMM_31<br />

RIMMS_LMM_32<br />

RIMMS_LMM_33<br />

Requirement Description<br />

The module should provide interface <strong>for</strong> office user to accept and record<br />

application fee payment description. The module should generate unique<br />

receipt number <strong>for</strong> all such type of receipts.<br />

The module should provide workflow <strong>for</strong> the processing at office level and<br />

it should automatically publish the status on web site till the final decision<br />

on allotment.<br />

The module should provide online facility <strong>for</strong> applicants to track the status<br />

of application online and through departmental website.<br />

The module should provide interface to record the existing list of licensed<br />

agents along with their details as required by the department.<br />

The module should have feature to allow printing of approved licenses to<br />

the applicants post approval.<br />

The module should provide license renewal work flow as per business<br />

rule of DAM.<br />

The module should have feature to record the status of any disciplinary<br />

action/ suspension of license etc.<br />

The module should capture in<strong>for</strong>mation about the number of licenses<br />

issued with date and other details in a specified period of time within all<br />

categories <strong>for</strong> each market committee and district.<br />

Search<br />

RIMMS_LMM_34<br />

The module should provide search option to validate licenses. The search<br />

option should be enabled as per the following filters:<br />

<br />

<br />

<br />

<br />

License number<br />

Licensee name & APMC name<br />

License issue date<br />

License category<br />

MIS Reports<br />

RIMMS_LMM_35<br />

The module should generate the MIS reports as per the requirement of<br />

APMC. Indicative list of reports are as under:<br />

<br />

Number of License applications received<br />

Seal &Signature of the Auth. Sign . Page 123 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

<br />

<br />

<br />

<br />

<br />

<br />

Number of License applications rejected<br />

Number of licenses allotted<br />

Applications <strong>for</strong>warded to HO <strong>for</strong> approval<br />

At any given time, the list of licensees<br />

List of licensees under suspension<br />

Past record of Licensees<br />

License <strong>for</strong> Yard & Sub Yard: This module pertains to issuance of license <strong>for</strong> establishment of private<br />

consumer market yards and sub-yards and direct purchase license.<br />

Application Form<br />

RIMMS_LMM_36<br />

RIMMS_LMM_37<br />

RIMMS_LMM_38<br />

RIMMS_LMM_39<br />

The application <strong>for</strong>m should be accessible through web portal to HO<br />

users and registered public users.<br />

The module should have feature to create master categories and sub<br />

categories of licenses.<br />

The module should provide interface to record the existing licenses with<br />

their details and supporting documents.<br />

The module should allow the applicants to online submit the supporting<br />

documents related to the application.<br />

RIMMS_LMM_40 The module should provide unique application number across the 5<br />

mandis.<br />

RIMMS_LMM_41<br />

The module should have feature to validate the check list of documents<br />

and application fee <strong>for</strong> license application.<br />

Integration<br />

RIMMS_LMM_42<br />

RIMMS_LMM_43<br />

The module should have integration with SMS gateway.<br />

The module should have the feature to generate unique registration<br />

number and SMS updates on the progress.<br />

Application Process<br />

RIMMS_LMM_44<br />

The module should have feature to define complete work flow required at<br />

various stages of the approval process <strong>for</strong> licenses. It should capture the<br />

steps / business rules and digital signatures required and further role<br />

Seal &Signature of the Auth. Sign . Page 124 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement Id<br />

Requirement Description<br />

based action required from application registration to final grant of<br />

licenses.<br />

RIMMS_LMM_45<br />

RIMMS_LMM_46<br />

RIMMS_LMM_47<br />

RIMMS_LMM_48<br />

The module should capture audit trail about action taken in all the<br />

applications.<br />

The module should have feature to capture in<strong>for</strong>mation about the action<br />

taken against any licensee in respect of rule violation.<br />

The module should capture the details of the sale transactions executed<br />

via the licensee and his per<strong>for</strong>mance in past.<br />

The module should provide facility to office user <strong>for</strong> collection of payment<br />

against application fee at cash counter and generate online receipt<br />

against payment.<br />

MIS Reports<br />

RIMMS_LMM_49<br />

The module should generate the MIS reports as per the requirement of<br />

APMC. Indicative list of reports are as under:<br />

<br />

<br />

<br />

<br />

<br />

<br />

Number of License applications received<br />

Number of License applications rejected<br />

Number of licenses allotted<br />

Applications <strong>for</strong>warded to HO <strong>for</strong> approval<br />

At any given time, the list of licensees<br />

List of licensees under suspension<br />

7.1.6 Other Functional and Non-Functional Requirements<br />

Dashboard<br />

Requirement<br />

Id<br />

REQ_GEN_1<br />

REQ_GEN_2<br />

REQ_GEN_3<br />

Requirement Description<br />

The system should provide digital dash board <strong>for</strong> each user<br />

Dashboard should be designed in accordance to user role assign to the user<br />

The system should allow the user to personalize dashboard menu option<br />

Seal &Signature of the Auth. Sign . Page 125 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Requirement Description<br />

Id<br />

REQ_GEN_4<br />

Each user of DAM (Department user or Applicant/Registered User) should have a<br />

customized dashboard view on logging into Solution. Key sections should include<br />

REQ_GEN_5<br />

Activities pending<br />

Activities assigned<br />

Key MIS<br />

Email<br />

SMS<br />

Notifications<br />

Link to allowable modules/activities <strong>for</strong> particular User etc.<br />

The interface shall give flexibility to toggle between graphical and tabular view and tile<br />

different windows in the same interface.<br />

REQ_GEN_6<br />

The system should provide feature to change colour scheme, skin of screen, font and<br />

language<br />

Integration with Payment Gateway, SMS and Email Solution<br />

Requirement<br />

Requirement Description<br />

Id<br />

REQ_GEN_7<br />

Wherever required, modules of DAM (Department user or Applicant/Registered User)<br />

should have integration with a Payment Gateway <strong>for</strong> electronic transfer of funds.<br />

REQ_GEN_8<br />

Wherever required, modules of DAM (Department user or Applicant/Registered User)<br />

should have integration with a SMS solution <strong>for</strong> SMS based communication to<br />

users/applicants.<br />

REQ_GEN_9<br />

Wherever required, modules of DAM (Department user or Applicant/Registered User)<br />

should have integration with an email solution email based communication to<br />

users/applicants.<br />

Web Portal<br />

SI shall be required to develop a web portal <strong>for</strong> DAM which shall be user friendly, in<strong>for</strong>mative, interactive<br />

and easily accessible. It should have following sections (indicative):<br />

<br />

<br />

Overview about the DAM<br />

Brief statistics about the Department<br />

Seal &Signature of the Auth. Sign . Page 126 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Administrative setup of the DAM<br />

Access to various literature related to rules and regulations<br />

Feedback centre<br />

Contact us<br />

News section<br />

Notification section<br />

Access <strong>for</strong> users to register themselves and file online complaint<br />

Link <strong>for</strong> DAM users to access various modules of RIMMS<br />

Link <strong>for</strong> administrators <strong>for</strong> various modules/components of RIMMS including components <strong>for</strong><br />

security, database, user administration etc.<br />

In<strong>for</strong>mation related to Rights to In<strong>for</strong>mation Act that may be required to be made public<br />

In<strong>for</strong>mation about various acts and sections relevant to DAM related services<br />

Citizen charter<br />

MIS reports <strong>for</strong> citizens, Department users and identified stakeholders.<br />

The Web portal will have bilingual interface (English and Hindi) <strong>for</strong> common public, farmers and business<br />

communities and government officials working at DAM HQ, DAM regional offices and APMC offices.<br />

Requirement<br />

Id<br />

Requirement Description<br />

Access<br />

REQ_GEN_10<br />

The web portal should be accessible to<br />

Office user at head office<br />

Office staff at Regional offices<br />

Office users at APMCs<br />

Public user with view option<br />

Registered User :- Applicants<br />

Web Content Management<br />

REQ_GEN_11<br />

REQ_GEN_12<br />

The web portal should allow creating site navigation index through a dynamic menu<br />

option.<br />

The Web Content Management System (WCMS) should provide facility to create meta<br />

tag search of each web page.<br />

Language<br />

REQ_GEN_13<br />

The web portal should allow bilingual option i.e. Hindi and English.<br />

Web Page Search<br />

Seal &Signature of the Auth. Sign . Page 127 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_GEN_14<br />

REQ_GEN_15<br />

Requirement Description<br />

The web portal should provide meta tag basis search option.<br />

The search result should show path of the web page with brief description of the page.<br />

News Section<br />

REQ_GEN_16<br />

REQ_GEN_17<br />

The web portal should provide news section <strong>for</strong> publication of Department news, office<br />

circular, Daily mandis rates etc.<br />

The web portal should provide facility to attach image related to news.<br />

Event Calendar<br />

REQ_GEN_18<br />

REQ_GEN_19<br />

The web portal should provide facility to upload event details being organized by the<br />

Department.<br />

The event should comprise of minimum following details:<br />

Event Name<br />

Event Type<br />

Date of event<br />

Start time- End Time<br />

Event description<br />

Reported by<br />

Detail event program schedule<br />

Event organized by<br />

Target group<br />

Registration process<br />

REQ_GEN_20<br />

REQ_GEN_21<br />

REQ_GEN_22<br />

Fee if any<br />

The web portal should provide facility to attach image related to event.<br />

The web portal should provide facility to search event with key word.<br />

The web portal should provide facility <strong>for</strong> online registration <strong>for</strong> event. This facility should<br />

be allowed to the registered user only.<br />

Others<br />

Seal &Signature of the Auth. Sign . Page 128 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_GEN_23<br />

Requirement Description<br />

The web portal shall provide compatible interfaces, metadata and indexing support <strong>for</strong><br />

exchange of electronic documents with Scanner APIs, digital imaging Programs etc.<br />

REQ_GEN_24 All <strong>for</strong>ms shall be created on standard A4 paper (as defined by standard ISO 216: 2007).<br />

REQ_GEN_25<br />

REQ_GEN_26<br />

REQ_GEN_27<br />

REQ_GEN_28<br />

REQ_GEN_29<br />

REQ_GEN_30<br />

REQ_GEN_31<br />

All <strong>for</strong>ms shall be accompanied by a well-written set of instructions - in English and Hindi<br />

- on how to fill up the <strong>for</strong>m and the mode of submission.<br />

The web portal should have provision to display the date and time of last login when the<br />

user logs in.<br />

The web portal should have provision to ensure virus check <strong>for</strong> all files that are uploaded<br />

in the system e.g. detect malicious executables.<br />

Once authenticated through challenge and response questions, web portal should have<br />

provision to send the new password to the email id of the user within a time period of 5<br />

minutes.<br />

For all kinds of online <strong>for</strong>ms, web portal shall allow downloading of an electronic <strong>for</strong>m and<br />

uploading of the filled-in <strong>for</strong>m at a later stage.<br />

The web portal shall provide consistent look & feel to the users and the standards defined<br />

<strong>for</strong> content, structure and presentation of the portal shall be applied and followed<br />

throughout the portal.<br />

The web portal shall provide Metadata directories or indexes of data related to the data<br />

available within the application to facilitate search.<br />

e-Registration and e-Application Submission<br />

REQ_GEN_32<br />

REQ_GEN_33<br />

REQ_GEN_34<br />

The Web portal would be accessed by Citizens (Internet) and all the Users (Intranet) of<br />

the Department and various other entities related to Department through a Secured Login<br />

process.<br />

The web portal shall have feature of session validation <strong>for</strong> online sessions. Details such<br />

as username and password, challenge question and response answer should be asked if<br />

login details are <strong>for</strong>gotten etc.<br />

The web portal shall have feature to apply spam control measures like „captcha‟ images<br />

during registration to avoid spurious details being automatically submitted and ensure<br />

Seal &Signature of the Auth. Sign . Page 129 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

Requirement Description<br />

that data is not submitted by non-humans.<br />

REQ_GEN_35<br />

REQ_GEN_36<br />

REQ_GEN_37<br />

REQ_GEN_38<br />

REQ_GEN_39<br />

The web portal shall have provision to require entries from the user <strong>for</strong> certain important<br />

in<strong>for</strong>mation items entered twice. For example email id needs to be captured correctly if<br />

email is the preferred mode of communication.<br />

The web portal shall have provision to adequately aid the user in the <strong>for</strong>m of online<br />

tutorials, "How Tos", FAQs, etc that can be used on their own to familiarize themselves<br />

with keying-in the registration data and the registration process.<br />

The web portal shall provide the ability to provide all the <strong>for</strong>ms of the Department relevant<br />

to Department‟s consideration <strong>for</strong> computerization in electronic <strong>for</strong>m, accessible over<br />

Internet/ Intranet.<br />

The web portal shall have the provision to provide relevant in<strong>for</strong>mation about various<br />

licenses and scheme.<br />

The web portal shall provide user defined access to the modules <strong>for</strong>:<br />

Registered User<br />

Applicant<br />

Office User<br />

REQ_GEN_40<br />

REQ_GEN_41<br />

Others( to be finalized in discussion with the Department)<br />

The registered users should be allowed to access the portal through a secured internet<br />

user name and password. They should be further allowed to search the historical data on<br />

mandi prices as per the policy of department.<br />

The web portal should have the ability to provide electronic <strong>for</strong>m <strong>for</strong> submitting the<br />

application in following modes <strong>for</strong> scheme / licenses:<br />

Registered user may download <strong>for</strong>m, fill the <strong>for</strong>m in off line mode and then upload the<br />

application <strong>for</strong>m through their respective account.<br />

Registered user chooses to fill online application <strong>for</strong>m wherein user should be allowed<br />

to fill the application <strong>for</strong>m in online mode and submit.<br />

REQ_GEN_42<br />

Office user may fill application on behalf of applicant and capture the details.<br />

The web portal must support uploading of scanned supporting documents. There must be<br />

a check <strong>for</strong> ensuring the upload of all mandatory documents.<br />

Seal &Signature of the Auth. Sign . Page 130 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_GEN_43<br />

REQ_GEN_44<br />

REQ_GEN_45<br />

REQ_GEN_46<br />

REQ_GEN_47<br />

Requirement Description<br />

The web portal should per<strong>for</strong>m data validation checks on the input such as data <strong>for</strong>mats,<br />

completeness of the <strong>for</strong>m in terms of mandatory fields, checking <strong>for</strong> file type and size of<br />

files uploaded, etc. In case of any validation failure, the web portal should display an<br />

appropriate error message.<br />

The web portal shall provide validation <strong>for</strong> file types and should include only permissible<br />

<strong>for</strong>mats such as .pdf, .doc and .rtf. It should not allow .exe‟s.<br />

The web portal shall have the ability to save <strong>for</strong>m in draft mode be<strong>for</strong>e final submission.<br />

The web portal should allow the applicant to add/ modify details in the draft version.<br />

The web portal shall have the ability <strong>for</strong> periodic automatic saving of the data entered by<br />

the applicant during a live session and should make the data available to applicant as<br />

intermediate save even after expiry of session.<br />

The web portal shall have appropriate restrictions on various modes e.g. Draft,<br />

Submitted, Processed, Held etc.<br />

REQ_GEN_48 The web portal shall have appropriate data commitment to relevant<br />

application/beneficiary/scheme management database.<br />

REQ_GEN_49<br />

REQ_GEN_50<br />

REQ_GEN_51<br />

REQ_GEN_52<br />

REQ_GEN_53<br />

REQ_GEN_54<br />

The web portal shall have the feature to authenticate the external users through login<br />

credentials prior to providing access to update the record.<br />

The web portal shall have the ability to resubmit revised documents, however previous<br />

versions shall not be deleted but suitably archived as per relevant cases or re submission<br />

etc.<br />

The web portal shall have the ability to generate unique reference number <strong>for</strong> application<br />

submitted, which shall flash on the screen <strong>for</strong> future reference and tracking of the<br />

application. (Application number)<br />

The web portal shall have the ability to save and print acknowledgement number.<br />

The web portal shall have the ability to send auto email confirmation to the registered<br />

email id of the applicant at various stages of the application cycle as agreed with the<br />

Department.<br />

The web portal shall have the ability to send auto SMS confirmation to the registered<br />

mobile number of the applicant at various stages of the application cycle as agreed with<br />

Seal &Signature of the Auth. Sign . Page 131 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

Requirement Description<br />

the Department.<br />

REQ_GEN_55<br />

REQ_GEN_56<br />

The web portal shall have the feature to track the status of the application.<br />

The web portal shall have the ability to commit the application through configured<br />

workflow <strong>for</strong> approval and communicating necessary alerts and messages through email<br />

and SMS, only after validating that required in<strong>for</strong>mation has been provided by the<br />

applicant. Otherwise will flash appropriate messages/reminder SMS/reminder email to<br />

the applicant. The web portal shall have the ability to automatically reflect in<strong>for</strong>mation on<br />

the dash board of designated authority as per the business rule applicable <strong>for</strong> respective<br />

scheme and license allotments. The web portal shall have the ability to allow the<br />

designated authority to <strong>for</strong>ward the application to next level authority <strong>for</strong> inspection and<br />

verification. This should be allowed as per business rule applicable <strong>for</strong> respective scheme<br />

and also <strong>for</strong> license allotments.<br />

(Typically any application goes through following key steps<br />

Application Submission as per eligibility criteria<br />

Attaching suitable documents<br />

Inspection by Inspection Authority which may or may not be physical depending on<br />

scheme / license allotments and submission of inspection report<br />

Sanctioning of the application request<br />

Receiving a payment description<br />

REQ_GEN_57<br />

REQ_GEN_58<br />

REQ_GEN_59<br />

Making / Receiving payments<br />

The web portal should allow the user to provide bank details <strong>for</strong> online payments in case<br />

of scheme and to pay online incase of license allotments.<br />

The web portal shall have the feature of cancellation of any transaction. This has to be in<br />

line with the policies of the Department at any point in time. However all audit logs shall<br />

be maintained.<br />

The web portal shall provide search facility to search any application with following<br />

indicators (indicative list)<br />

Search by name<br />

Search by application number<br />

Seal &Signature of the Auth. Sign . Page 132 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

Requirement Description<br />

Search by date of application submission<br />

Date by district and block<br />

Search by category of applicants<br />

Search by scheme<br />

The web portal shall have the ability to show search result according to the authorization<br />

of the user role and jurisdiction e.g. the user of district A should not be allowed to see<br />

details of applicant belongs to district B.<br />

REQ_GEN_60<br />

REQ_GEN_61<br />

The web portal shall have the ability to maintain audit trail <strong>for</strong> note sheet and activities<br />

related to approval. The system shall maintain audit trail on events of complaint along<br />

with date, user name, remarks on note sheet etc.<br />

The web portal shall have the ability to generate change logs with details like name of the<br />

user making the changes, timestamp of transaction, etc, in case any change is made to<br />

the registration record.<br />

7.1.7 Other Requirements<br />

Requirement<br />

Id<br />

Requirement Description<br />

System Wide Functionalities<br />

REQ_OT_1<br />

Consistent, globally unique naming and addressing scheme <strong>for</strong> data made centrally<br />

and automatically.<br />

REQ_OT_2<br />

Centralized application and components.<br />

REQ_OT_3<br />

REQ_OT_4<br />

REQ_OT_5<br />

Application shall be modular in design and shall be designed using modular and<br />

reusable programming techniques <strong>for</strong> ease of maintenance.<br />

For any hardware and software purchased in order to facilitate Application, quality<br />

assurance requirements must be adhered to.<br />

Application shall have the capability to ensure that management of data is defined<br />

Seal &Signature of the Auth. Sign . Page 133 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

Requirement Description<br />

independently of the processes that create or use that data.<br />

REQ_OT_6<br />

REQ_OT_7<br />

REQ_OT_8<br />

REQ_OT_9<br />

REQ_OT_10<br />

REQ_OT_11<br />

REQ_OT_12<br />

REQ_OT_13<br />

REQ_OT_14<br />

REQ_OT_15<br />

REQ_OT_16<br />

Application shall have the capability to <strong>for</strong>mat output to support HTML, XML, text and<br />

any other <strong>for</strong>mat required <strong>for</strong> data exchange/integration with various entities involved<br />

in the process.<br />

The architecture shall be expandable. This requires that the application architecture<br />

should include interfaces that will permit easy insertion of additional capabilities as<br />

required (e.g., replacing an Relational Database Management System (RDBMS) with<br />

an RDBMS with object oriented extensions, adding new report <strong>for</strong>mats, statistical<br />

algorithms etc.)<br />

The architecture shall be operationally robust. This requires that the system<br />

architecture should: - include standard error handling modules permitting the system to<br />

degrade "gracefully" in the presence of failures, ensure that functional allocation to<br />

architectural elements does not introduce unacceptable delay or introduction of human<br />

error, support end-to-end system per<strong>for</strong>mance analysis.<br />

Application shall be designed to permit the easy insertion of new modules and new<br />

enhancements.<br />

Application shall have the capability to complete all requests (e.g., store, retrieve,<br />

update, etc.) without any data loss.<br />

Application shall have a system of record <strong>for</strong> legal purposes and shall maintain an<br />

audit file in chronological sequence of each transaction and all corresponding<br />

corrections made during the transaction by clients or their facilitators.<br />

Distributed elements shall operate as a single integrated and cohesive in<strong>for</strong>mation<br />

system.<br />

System shall have the capability to organize and store all data <strong>for</strong> aggregation and<br />

analysis.<br />

System shall be able to add new storage devices, if required, to serve archiving needs.<br />

Application shall accommodate usage growth with minimal disruptions.<br />

Application shall be designed to accommodate growth in data rates and volumes <strong>for</strong><br />

communications and networks.<br />

Seal &Signature of the Auth. Sign . Page 134 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_OT_17<br />

REQ_OT_18<br />

REQ_OT_19<br />

REQ_OT_20<br />

REQ_OT_21<br />

REQ_OT_22<br />

Requirement Description<br />

Application shall have the capability to define and modify Client‟s access privileges.<br />

Application shall have the capability to remotely maintain and upgrade the system.<br />

Application shall use open systems, standard-based architecture to meet functional<br />

requirements and to inter-operate with existing in<strong>for</strong>mation systems.<br />

Application may be built from a combination of both unique and Commercial Off-The-<br />

Shelf (COTS) service capabilities if required.<br />

Application shall facilitate the development of applications; application plat<strong>for</strong>m‟s<br />

enabling services shall consist of well-defined Applications Program Interface (API).<br />

A standards-based operating system shall be selected, which will provide <strong>for</strong>mally<br />

defined APIs <strong>for</strong> application program access.<br />

System Management Requirements<br />

REQ_OT_23<br />

REQ_OT_24<br />

REQ_OT_25<br />

REQ_OT_26<br />

REQ_OT_27<br />

REQ_OT_28<br />

REQ_OT_29<br />

REQ_OT_30<br />

REQ_OT_31<br />

System shall incorporate management capability, which shall include: Configuration<br />

Management, Testing & Validation, Fault Detection, Fault Isolation, Fault Recovery,<br />

Data collection, Data Analysis.<br />

System shall provide end-to-end per<strong>for</strong>mance monitoring and control.<br />

System shall maintain knowledge of current operational status of all elements.<br />

Necessary configuration control procedures shall be instituted to ensure a complete<br />

understanding of system and configuration.<br />

System shall provide the capability to manage system operations, administration,<br />

archiving, and security functions.<br />

System shall support end-to-end system fault isolation of all provided services,<br />

including the capability to identify a failing node, element, and/or service, to the level<br />

necessary to correct the fault.<br />

System shall provide capability to manage fault isolation functions.<br />

System shall provide data quality determination and analysis, error correction,<br />

recovery processing, and related quality control procedures and processes.<br />

System shall provide <strong>for</strong> support of coordinated management of elements distributed<br />

Seal &Signature of the Auth. Sign . Page 135 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

Requirement Description<br />

between different premises.<br />

REQ_OT_32<br />

Application shall permit inclusion of new or modified requirements during the life of<br />

application with appropriate established change control procedures.<br />

Operational Requirements<br />

REQ_OT_33<br />

REQ_OT_34<br />

REQ_OT_35<br />

REQ_OT_36<br />

REQ_OT_37<br />

REQ_OT_38<br />

REQ_OT_39<br />

REQ_OT_40<br />

REQ_OT_41<br />

REQ_OT_42<br />

REQ_OT_43<br />

REQ_OT_44<br />

REQ_OT_45<br />

Application shall support 24 hours per day, 7 days per week on a continuous basis.<br />

User training shall be provided to authorized users to permit full use of application.<br />

Application shall per<strong>for</strong>m its operations in accordance with applicable policies and<br />

procedures.<br />

Data inputs to the application shall be validated prior to being processed.<br />

Input data shall be validated <strong>for</strong> out of range values.<br />

Input data shall be validated <strong>for</strong> missing or incomplete data.<br />

Input data shall be validated <strong>for</strong> unauthorized or inconsistent control data.<br />

Input data shall be validated <strong>for</strong> values or volumes that are exceptional to the norm.<br />

Invalid input data shall be rejected and security incident shall be initiated<br />

Integrity checks functionality on any data generated by the system shall be provided.<br />

Reasonableness check functionality on the volume and values of data output shall be<br />

provided.<br />

Functionality necessary <strong>for</strong> scheduling of Application to certain days, dates or time of<br />

day, shall be provided.<br />

Functionality necessary <strong>for</strong> 'roll back' or recovery routines if applicable fails to operate<br />

as planned shall be provided.<br />

Human Engineering Requirements<br />

REQ_OT_46<br />

REQ_OT_47<br />

System shall provide a menu driven screen interface permitting a properly trained user<br />

to navigate easily through the different functions of the system.<br />

System shall provide users with access to in<strong>for</strong>mation management services at their<br />

premises.<br />

Seal &Signature of the Auth. Sign . Page 136 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_OT_48<br />

Requirement Description<br />

The user interface shall be tailored to functions, which are authorized <strong>for</strong> the user.<br />

Back Up Requirements<br />

REQ_OT_49<br />

Back-up copies of data shall be taken at a mutually agreed upon frequency to be<br />

consistent with the ability to recover cost effectively from any loss or corruption.<br />

Logs<br />

REQ_OT_50<br />

The following operations shall be logged by means of automatic (machine generated)<br />

logs:<br />

Logs shall include process start and finish times.<br />

REQ_OT_51<br />

REQ_OT_52<br />

REQ_OT_53<br />

REQ_OT_54<br />

REQ_OT_55<br />

REQ_OT_56<br />

REQ_OT_57<br />

REQ_OT_58<br />

REQ_OT_59<br />

REQ_OT_60<br />

REQ_OT_61<br />

Logs shall include Application faults, errors and recovery processes.<br />

Logs shall include the use of any privileged passwords.<br />

Logs shall include the use of any privileged utilities.<br />

Logs shall include automatically generated data necessary to assess the application<br />

per<strong>for</strong>mance.<br />

The frequency of logs generation shall be mutually agreed upon, in order to be<br />

consistent with the ability to trace appropriate actions of the application.<br />

Logs shall include all log-ons and log-outs as well as all attempts (whether successful<br />

or not) to log-on.<br />

Logs shall have appropriate mutually agreed upon retention period.<br />

The log generating software shall prohibit amendment of log details and disabling of<br />

the recording of events.<br />

The log generating software shall include review of log-on patterns to determine<br />

potentially abnormal system use.<br />

Files of logged events shall be protected from amendment or deletion.<br />

Logging process shall always be enabled except when explicitly disabled by a<br />

supervisor role. Controls shall be in place to prevent the logging process from being<br />

disabled.<br />

Security Requirements<br />

Seal &Signature of the Auth. Sign . Page 137 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_OT_62<br />

REQ_OT_63<br />

REQ_OT_64<br />

REQ_OT_65<br />

REQ_OT_66<br />

REQ_OT_67<br />

REQ_OT_68<br />

REQ_OT_69<br />

REQ_OT_70<br />

REQ_OT_71<br />

REQ_OT_72<br />

Requirement Description<br />

Application shall prevent unauthorized users from accessing the system.<br />

Application shall make data available to the authorized users in an expedient and<br />

secure environment.<br />

Application shall provide access monitoring to compile and report security violations<br />

and attempted security violations.<br />

Application shall have the thorough capability to a log record of an unauthorized<br />

attempt.<br />

Application shall provide physical and remote access control to Application systems.<br />

Application shall evaluate the following security measures such as encryption and<br />

firewalls, which shall provide a model <strong>for</strong> the Application design.<br />

Application shall implement controls to ensure the privacy of in<strong>for</strong>mation, individuals,<br />

and corporations are not compromised.<br />

Application shall use audit controls, electronic signatures, data encryption and other<br />

methods to assure the authenticity of transaction and other relevant data.<br />

Application database management security services shall include access control (e.g.,<br />

Discretionary Access Control (DAC), Mandatory Access Control (MAC), contentdependent<br />

and context dependent access control), individual user identification and<br />

authentication (I&A), data confidentiality, data integrity (e.g., entity integrity, referential<br />

integrity, and label integrity), security audit, object reuse, availability of service and<br />

data, and other security services.<br />

Application shall implement controls to ensure the authenticity of data is preserved.<br />

Application shall comply with the Application Security Plan and security guidelines of<br />

each of the stakeholder involved.<br />

REQ_OT_73 Application shall adhere to guidelines <strong>for</strong> physical, personnel, computer,<br />

communications, and internal data security.<br />

REQ_OT_74<br />

Application shall be <strong>for</strong>eseen of user registration system allowing distinguishing<br />

different user roles, authorization of users etc.<br />

Seal &Signature of the Auth. Sign . Page 138 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_OT_75<br />

REQ_OT_76<br />

REQ_OT_77<br />

REQ_OT_78<br />

REQ_OT_79<br />

REQ_OT_80<br />

REQ_OT_81<br />

REQ_OT_82<br />

REQ_OT_83<br />

REQ_OT_84<br />

REQ_OT_85<br />

REQ_OT_86<br />

REQ_OT_87<br />

REQ_OT_88<br />

Requirement Description<br />

Application shall be <strong>for</strong>eseen with an access control policy functionality allowing<br />

access of users in different roles to different functionalities of application. At least the<br />

following roles shall be introduced <strong>for</strong> Application: Supervisor, Operator, System<br />

support, User etc<br />

Only registered users shall be allowed to log-in to the application.<br />

Registered users shall be allowed to log-on only to those Application functions which<br />

they are authorized to access and use.<br />

Registration of users in their respective roles shall be valid only <strong>for</strong> a limited period of<br />

time, where after their authorization shall be re-confirmed and prolonged.<br />

The logon processes shall display only the minimum amount of in<strong>for</strong>mation to assist<br />

users.<br />

The logon processes shall prohibit the display of help screens.<br />

The logon processes shall minimize the opportunities <strong>for</strong> unauthorized connections to<br />

Application.<br />

The logon process shall deny access if either the username or password is invalid<br />

without identifying the specific erroneous element.<br />

The logon process shall allow only a fixed number of logon attempts be<strong>for</strong>e disabling<br />

the terminal.<br />

If access is denied following repeated unsuccessful logon attempts, this shall be<br />

treated by the application as a security incident and handled accordingly.<br />

The logoff procedure shall clear any screen displays prior to terminating the<br />

application.<br />

Application shall disallow simultaneous logon by the same user.<br />

Passwords to log-on to Application (and additional access control devices) shall have<br />

at least the length of TBD (to be defined) characters. The password management<br />

system shall require the en<strong>for</strong>cement of a minimum password length.<br />

The password management system shall require the use of quality (i.e. difficult to<br />

guess) passwords.<br />

Seal &Signature of the Auth. Sign . Page 139 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

REQ_OT_89<br />

REQ_OT_90<br />

REQ_OT_91<br />

REQ_OT_92<br />

Requirement Description<br />

The password management system shall require the en<strong>for</strong>cement of a password<br />

change after a TBD period.<br />

The password management system shall include non-display of the password when<br />

being entered.<br />

The password management system shall require the storage of passwords in<br />

encrypted <strong>for</strong>m.<br />

Application shall treat the following events as security incidents: unsuccessful log-on,<br />

intrusion detection, malfunctioning of encryption facility.<br />

Legal and Regulatory Requirements<br />

REQ_OT_93<br />

REQ_OT_94<br />

Application shall provide flexibility to easily modify the system to handle changes in<br />

trade laws, regulations, and license requirements.<br />

Application shall have the capability to search and analyze payment transactions <strong>for</strong><br />

en<strong>for</strong>cement purposes.<br />

Interface Requirements<br />

REQ_OT_95<br />

Seamless integration / interfacing with existing/proposed applications.<br />

Testing Requirements<br />

REQ_OT_96<br />

REQ_OT_97<br />

REQ_OT_98<br />

REQ_OT_99<br />

REQ_OT_100<br />

Standard procedures shall be established to test compliance and con<strong>for</strong>mance of<br />

equipment, to be used to facilitate standards and to certify interoperability and<br />

portability of in<strong>for</strong>mation systems coupled to applications.<br />

All corrections to address discrepancies shall be validated through <strong>for</strong>mal regression<br />

test be<strong>for</strong>e insertion into the operational systems.<br />

Application shall support the revalidation of per<strong>for</strong>mance capabilities whenever an<br />

element(s) upgrade/enhancement is made, which may cause a change in<br />

per<strong>for</strong>mance.<br />

Application shall support operations and testing concurrently.<br />

Application shall provide tools and metrics to support testing, system per<strong>for</strong>mance<br />

monitoring, fault isolation, verification and validation of the end-to-end system.<br />

Seal &Signature of the Auth. Sign . Page 140 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Requirement<br />

Id<br />

Requirement Description<br />

Common Technical Requirements<br />

REQ_OT_101<br />

REQ_OT_102<br />

The system shall have ability to customize user menus and screens based on user<br />

access authority.<br />

The system shall be able to archive transactional database records to prevent long<br />

term speed concerns. The solution must also feature functionality <strong>for</strong> efficient retrieval<br />

of archived data.<br />

Audit Trail<br />

The system shall be able to automatically record an audit trail of events under the<br />

control of the system, storing in<strong>for</strong>mation about:<br />

Action which is being carried out<br />

The object(s) to which the action is being applied<br />

The user carrying out the action<br />

REQ_OT_103<br />

REQ_OT_104<br />

REQ_OT_105<br />

REQ_OT_106<br />

REQ_OT_107<br />

The date and time of the event<br />

The system shall track and record in<strong>for</strong>mation about events in the audit trail without<br />

manual intervention, once the audit trail facility has been activated.<br />

The system shall ensure that audit trail data cannot be modified, or any part of the data<br />

be deleted by any user, including an administrator.<br />

The system allows the extent of audit trail tracking and recording to be userconfigurable,<br />

so that an administrator can select the events <strong>for</strong> which in<strong>for</strong>mation is<br />

automatically recorded.<br />

The system shall ensure that the selection <strong>for</strong> audit trail tracking, and all later changes<br />

to it, are also recorded in the audit trail.<br />

The system shall ensure that audit trail data is available <strong>for</strong> inspection on request, so<br />

that a specific event can be identified and all related data made accessible, and that<br />

this can be achieved by authorized external personnel e.g. auditors, who have little or<br />

no familiarity with the system.<br />

Seal &Signature of the Auth. Sign . Page 141 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.2 ANNEXURE 2 – INDICATIVE BILL OF MATERIAL (BoM)<br />

1. Following are minimum and indicative requirements. The bidder is expected to provide complete<br />

list of Bill of Materials proposed to fulfil the stated requirements in the <strong>RFP</strong>.<br />

2. The bidder may propose any additional components that are deemed necessary <strong>for</strong> providing the<br />

solution as a whole.<br />

3. The bidder will be required to study the existing IT Infrastructure available at RSDC <strong>for</strong> seamless<br />

integration and accordingly propose the hardware.<br />

4. The bidder is expected to size the solution to meet the expected per<strong>for</strong>mance levels.<br />

5. It may be noted that DAM intends rolling out the application across all <strong>Mandi</strong>s in the state. The<br />

functionality of the application to be developed has been provided considering requirements of<br />

state wide rollout; however, the physical infrastructure has been proposed <strong>for</strong> a limited roll out to<br />

HQ, ten regional offices and five <strong>Mandi</strong>s.<br />

6. The bidder should propose the bill of material such that the same technology, make, model,<br />

family of products are implemented at all sites. The bidder should ensure standardization at unit<br />

building blocks. It is expected that the bidder will design the overall solution such that the variety<br />

of server models in the entire architecture is minimized in order to improve the management of<br />

the overall solution and scope of future expandability.<br />

7. The bidder should offer latest and proven technologies that are available <strong>for</strong> items. All hardware<br />

and software provided by the bidder should be new and not purchased more than two months<br />

prior to the supply to DAM/RISL.<br />

8. The bidder is not required to quote and supply any Application and Web Server (Hardware and<br />

Software).<br />

9. The bidder is not required to quote and supply any Database Server (Hardware and Software).<br />

The selected bidder shall be provided one of the existing high-end HA Database Plat<strong>for</strong>ms<br />

(Hardware and Software) in RSDC and the selected bidder shall opt <strong>for</strong> Postgre while proposing<br />

the overall technical solution architecture in his bid.<br />

10. The bidder should use existing load balancer already available at RSDC.<br />

11. The bidder should use existing monitoring tools already available at RSDC.<br />

12. The power supplies, cables/connectors <strong>for</strong> all servers / equipments should be <strong>for</strong> Indian power<br />

specifications of voltage, frequency and phasing.<br />

13. The bidder has to propose hardware to meet all the minimum per<strong>for</strong>mance and SLA requirements<br />

and accordingly propose the solution.<br />

Seal &Signature of the Auth. Sign . Page 142 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

(A) Location – DAM Head Quarter, Jaipur<br />

INDICATIVE BILL OF MATERIALS<br />

S. No. Name of item Qty Technical Specification Ref<br />

1 Laptop (Incl. OS + Anti Virus + Office Suite) 10 Item No 1<br />

2 Desktop (Incl. OS + Anti Virus + Office Suite) 20 Item No 2<br />

3 800 VA UPS (30 Min Backup) 21 Item No 19<br />

4 MFD (B&W) 3 Item No 3<br />

5 Printer (standard LaserJet) 20 Item No 14<br />

6 L2 manageable Switch (48 Ports) 1 Item No 5<br />

7 Computer Table 25 Item No 17<br />

8 Computer Chair 20 Item No 18<br />

9 Passive work – structure cable –UTP (indicative) 300 meter SN 1 Item No 11<br />

10 Panel along with 19U Rack 1<br />

SN 2 Item No 11<br />

11 Passive work –I/O (In<strong>for</strong>mation outlet) 53<br />

12 Passive work –patch cord (Average 7 ft ) 70<br />

13 NMS client licence 1<br />

SN 3 Item No 11<br />

SN 4 Item No 11<br />

CA NMS<br />

1<br />

Seal &Signature of the Auth. Sign . Page 143 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

(B) Location – DAM Regional Offices<br />

The below is the requirement of 1 Regional office. The bidder needs to provide the same <strong>for</strong> 10 Regional Offices<br />

S. No Name of item Qty Tech Spec Ref<br />

1. Laptop (Incl. OS + AV + Office Suite) 1 Item No 1<br />

2. Desktop (Incl. OS + AV + Office Suite) 3 Item No 2<br />

3. 800 VA UPS (30 Min Backup) 4 Item No 19<br />

4. MFD (B&W) 1 Item No 3<br />

5. Printer (Standard LaserJet) 3 Item No 14<br />

6. L2 manageable Switch (24 Ports) 1 Item No 6<br />

7. Computer Table 4 Item No 17<br />

8. Computer Chair 4 Item No 18<br />

9. Passive work – structure cable -UTP (indicative) 100 meter SN 1 Item No 11<br />

10. 24 port panel with 19 U rack 1<br />

SN 2 Item No 11<br />

11. Passive work –I/O (In<strong>for</strong>mation Outlet) 8<br />

12. Passive work –patch cord (Average 7 Ft) 10<br />

13. NMS Client Licences 1<br />

SN 3 Item No 11<br />

SN 4 Item No 11<br />

CA NMS<br />

Seal &Signature of the Auth. Sign . Page 144 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

(C) Location – APMC <strong>Mandi</strong><br />

The below is the requirement of 1 <strong>Mandi</strong>. The bidder needs to provide the same <strong>for</strong> 5 mandis.<br />

S. No Name of item Qty Tech Specs Ref<br />

1. Desktop (Incl. OS + AV + Office Suite) 5 Item No 2<br />

2. 800 VA UPS (60 Min Backup) 5 Item No 4<br />

3. MFD (B&W) 1 Item No 3<br />

4. Printer (Standard LaserJet) 5 Item No 14<br />

5. L2 manageable Switch (24 Ports) 1 Item No 6<br />

6. Computer Table 6 Item No 17<br />

7. Computer Chair 6 Item no 18<br />

8. Passive work – structure cable –UTP (indicative) 500 Mt SN 1 Item No 11<br />

9. 24 Port Panel with 19 U Rack 1<br />

SN 2 Item No 11<br />

10. Passive work –I/O In<strong>for</strong>mation Outlet 15<br />

11. Passive work –patch cord (Average 7 Ft) 20<br />

12. NMS Client Licences 1<br />

SN 3 Item No 11<br />

SN 4 Item No 11<br />

CA NMS<br />

13.<br />

Handheld Device (Indicative, SI will finalised actual<br />

quantity in consultation with DAM)<br />

3<br />

Item No 7<br />

14. DG Set (7.5 KVA) 1 Item No 12<br />

15.<br />

16.<br />

17.<br />

18.<br />

CC Camera + Accessories (Indicative, SI will finalised<br />

actual quantity in consultation with DAM)<br />

CCTV LCD Panel 42" (Indicative, SI will finalised actual<br />

quantity in consultation with DAM)<br />

Electronic Display Board 8' x 12' (Indicative, SI will<br />

finalised actual quantity in consultation with DAM)<br />

Automatic boom Barriers (Indicative, SI will finalised<br />

actual quantity in consultation with DAM)<br />

2<br />

1<br />

1<br />

2<br />

Item No 9<br />

Item No 8<br />

Item No 10<br />

Item No 13<br />

19. 2 Ton AC (Split + Stabilizer) 1 Item No 16<br />

Seal &Signature of the Auth. Sign . Page 145 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.3 ANNEXURE-3 – SUGGESTED TECHNICAL SPECIFICATIONS<br />

1. All specifications are minimum and indicative required and have been provided <strong>for</strong> immediate<br />

reference. Any alternative (make/model) suggested by Bidder must either meet or exceed the<br />

specifications stated in terms of capacity, per<strong>for</strong>mance etc and must be supported by suitable<br />

evidences depicting equivalence to stated specifications.<br />

2. Bidder should ensure that none of the listed parameters are modified, deleted and no additional<br />

parameter is added. (Remarks, if any, should be indicated separately in the Remarks column)<br />

3. In case the Bidder is proposing any additional product category that is not listed in this section,<br />

the same may be highlighted in annexure 18 and 19.<br />

4. In case the software proposed by the Bidder has multiple modules/components that are priced<br />

and sold separately, the Bidder should use additional sheets <strong>for</strong> each such module/component<br />

and include the licensing policy and number of licenses proposed <strong>for</strong> the same in the respective<br />

sheets.<br />

5. While there are no marks <strong>for</strong> compliance with specifications, any deviations shall be evaluated by<br />

Purchaser and if found significant, Purchaser may reject the bid on the grounds on technical noncompliance.<br />

6. The contents in this document do not indicate an exhaustive 'Bill-of-Material' <strong>for</strong> the requirements<br />

of purchaser. Bidders may add/ modify the components based on suggested design as long as<br />

minimum requirements are met or exceeded.<br />

Note: Below are the minimum required indicative specifications. Bidder may propose equivalent or better configuration.<br />

Seal &Signature of the Auth. Sign . Page 146 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

1. Laptops Computer<br />

Sl.No Parameter Minimum Specifications Suggested<br />

1. Model<br />

Offered<br />

To be provided by bidder<br />

Specification Proposed<br />

By Bidder<br />

Compliance Y/N<br />

2. Make<br />

Offered<br />

To be provided by bidder<br />

3. Mandatory<br />

Certification<br />

ISO 9001 Certified OEM, certified<br />

on supplied OS<br />

4. Processor Mobile Intel Core i5, 2430, 2.4GHZ<br />

with 3 MB L3 cache or better<br />

Sandy Bridge Configuration.<br />

5. Chipset Intel 6 series or higher chipset on<br />

OEM Mother board<br />

6. Memory 4 GB DDR3-1333 RAM<br />

expandable upto 8 GB<br />

7. HDD 500 GB (SATA, 7200 rpm) HDD or<br />

higher<br />

8. Optical 8x DVD OR higher Super-multi<br />

Drive Drive Double layer<br />

9. Display 14"( 35.6 cm) or above(TFT) active<br />

Matrix Wide Screen Display<br />

10. Resolution 1280x768 WXGA or higher<br />

11. Keyboard <strong>Integrated</strong> Keyboard with touchpad<br />

12. Graphics<br />

Accelerator<br />

13. Video<br />

Memory<br />

14. Network<br />

Feature<br />

<strong>Integrated</strong> HD Graphics<br />

<strong>Integrated</strong> Video Memory<br />

<strong>Integrated</strong> wireless 802.11 b/g/n,<br />

<strong>Integrated</strong> Blue tooth 2.0 or higher<br />

15. Ports 3 hi-speed USB (USB2.0 or<br />

higher), 10/100/1000 Ethernet<br />

VGA or HDMI, Microphone, stereo<br />

headphone.<br />

16. Card<br />

Reader<br />

<strong>Integrated</strong> SD memory card<br />

Reader<br />

17. Audio Internal High-definition audio and<br />

internal stereo speakers<br />

18. Power<br />

Supply<br />

19. Preloaded<br />

operating<br />

system<br />

20. Office Suite Open office Suit<br />

230V, 50 Hz AC Supply with<br />

rechargeable Battery pack<br />

Comprising of LI-ION 6 cell<br />

battery.<br />

Genuine latest Windows 7<br />

professional SP1 (64 Bits) with<br />

Recovery and Drivers on CD/DVD<br />

Seal &Signature of the Auth. Sign . Page 147 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No Parameter Minimum Specifications Suggested<br />

21. Antivirus Pre-installed & Norton/McAfee/<br />

Kasper sky/tend micro /quick heal,,<br />

Internet security and Antivirus<br />

Software latest Version with 3<br />

years subscription<br />

22. Warranty<br />

Period<br />

Minimum 3 Years (Comprehensive<br />

Onsite)<br />

Specification Proposed<br />

By Bidder<br />

Compliance Y/N<br />

2. Desktops Computer<br />

Sl.N<br />

o.<br />

Parameter<br />

1. Model<br />

Offered<br />

Minimum Specifications Suggested<br />

To be provided by bidder<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

2. Make<br />

Offered<br />

To be provided by bidder<br />

3. Mandatory<br />

Certification<br />

s<br />

OEM – ISO 9001 Manufacturer,<br />

Certified on supplied OS, DMI 2.0<br />

compliance and support, Energy<br />

Star 5, UL certification,<br />

4.<br />

5.<br />

Processor<br />

Chipset<br />

Intel Core i3-2120, 3.3 GHz, 3 MB<br />

Cache and 1066 MHz FSB or<br />

higher. Intel H61 or better on Intel/OEM<br />

Motherboard<br />

6. Memory 4 GB 800 MHz DDR3 RAM with 8<br />

GB Expandability<br />

7. HDD 500 GB 7200 Serial ATA HDD or<br />

higher<br />

8. Monitor 47 cm (18.5 inch)or larger<br />

TFT/LED Digital Color Monitor<br />

9. Bays TCO-05 3 Nos. or certified. above.<br />

10. Keyboard OEM Mechanical Keyboard with<br />

104 keys<br />

11. Mouse Optical with USB interface.<br />

12. Optical DVD RW (Min. 16x) or higher<br />

Device<br />

13. Cabinet Micro ATX<br />

14. Ports 6 USB Ports (with at least 2 in<br />

front), 1 Serial audio port <strong>for</strong><br />

microphone and headphone in<br />

front.<br />

Seal &Signature of the Auth. Sign . Page 148 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.N<br />

o.<br />

Parameter<br />

Minimum Specifications Suggested<br />

15. Network 10/100/1000 on board integrated<br />

Features Network Port with remote booting<br />

facility remote system installation,<br />

remote wake up.<br />

16. Multimedia <strong>Integrated</strong> Audio and Graphic<br />

Controller<br />

17. Power ACPI (Advanced Configuration and<br />

Manageme Power Management Interface)<br />

18. nt Operating Genuine latest Windows 7<br />

System professional SP1 (64 Bits)<br />

preloaded with Media and<br />

Documentation and Certificate of<br />

Authenticity<br />

19. Office Suite Open office<br />

20. Antivirus Pre-installed & Norton/McAfee/<br />

Kasper sky/tend micro /quick heal,,<br />

Internet security and Antivirus<br />

Software latest Version with 3 years<br />

subscription<br />

21. Warranty<br />

Period<br />

Minimum 3 Years (Comprehensive<br />

Onsite)<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

3. Multi Function Device B&W ( A4 Size)<br />

S.<br />

No.<br />

1.<br />

2.<br />

Parameter<br />

Minimum Specifications Suggested<br />

Functions Black-and-white printing, black-andwhite<br />

copying, color scanning,<br />

black-and-white faxing<br />

Print speed > 25 ppm<br />

Specification Proposed<br />

By Bidder<br />

Compliance Y/N<br />

3.<br />

Memory 128 MB upgradable to 320 MB<br />

4.<br />

5.<br />

Duty cycle<br />

(monthly,<br />

A4)<br />

Print quality<br />

(black,<br />

normal<br />

quality)<br />

6. Duplex<br />

print<br />

options<br />

7. Copy<br />

speed<br />

(black, draft<br />

>= 15000<br />

Up to 600 x 600 dpi<br />

Automatic<br />

>20 ppm<br />

Seal &Signature of the Auth. Sign . Page 149 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.<br />

No.<br />

Parameter<br />

Minimum Specifications Suggested<br />

quality, A4)<br />

8. Copy 600 x 600 dpi or better<br />

resolution<br />

(black<br />

graphics)<br />

Scan Type Flatbed, ADF<br />

9.<br />

Specification Proposed<br />

By Bidder<br />

Compliance Y/N<br />

10. Optical<br />

scanning<br />

resolution<br />

11. Maximum<br />

scanning<br />

size<br />

Scan file<br />

12.<br />

<strong>for</strong>mat<br />

13. Standard<br />

media sizes<br />

14. System<br />

Interface<br />

15. Compatible<br />

operating<br />

systems<br />

16. Power<br />

requiremen<br />

ts<br />

17. Warranty<br />

Period<br />

Up to 1200 dpi<br />

216 x 297 mm through Flatbed/ADF<br />

and 216 x 356 mm through ADF<br />

PDF, JPEG,TIFF<br />

A4, A5, B5 (JIS), executive (JIS),<br />

16K, envelopes<br />

1 USB (compatible with USB 2.0<br />

specifications), and 10/100 Ethernet<br />

network port<br />

Microsoft Windows 7 (32Bit/64bit),<br />

windows 2000, Windows<br />

XP(32Bit/64bit), XP Professional<br />

(32Bit/64bit), Windows Server<br />

2003, Windows 2008 (32Bit/64bit),<br />

Linux<br />

Input voltage 220 to 240 VAC (+/-<br />

10%), 50/60 Hz (+/-2 Hz)<br />

Minimum 3 Years (Comprehensive<br />

Onsite)<br />

4. 800 VA UPS (60 Min Backup)<br />

Sl.No. Features Minimum Specifications Suggested<br />

1. Model<br />

Offered<br />

2. Make<br />

Offered<br />

3. Mandatory<br />

Certificatio<br />

n<br />

To be provided by Bidder<br />

To be provided by Bidder<br />

- ISO 9001 Series Manufacturer,<br />

- Valid Test Certificate from any<br />

Govt. Approved Test/ Certifying<br />

Agency on Tendered Specs.<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 150 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No. Features Minimum Specifications Suggested<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

4. Capacity 800 VA<br />

5. No. of<br />

Sockets<br />

Min. 3 sockets <strong>for</strong> connecting<br />

devices. (3 pin only)<br />

6. Battery<br />

Make<br />

Battery should be branded - ISO<br />

9001 and 14001 certified<br />

7. Battery<br />

backup<br />

Minimum 60 minutes or more on<br />

full load with Internal/external<br />

batteries<br />

8 Cables With necessary cable and plug<br />

9 Warranty<br />

Period<br />

Minimum 3 Years (Comprehensive<br />

Onsite)<br />

5. L2 48 Port Manageable Switch<br />

S.<br />

No<br />

Parameter<br />

Minimum Specifications<br />

Suggested<br />

1 Interface 10/100/1000 BASE-TX Ports : 48<br />

: Combo 10/100/1000 BASE-<br />

T/SFP : Minimum 2<br />

: RS 232 Console Port/RJ45<br />

serial console port<br />

: Gigabit &100 BASE-FX Fiber<br />

Support on SFP<br />

2 Per<strong>for</strong>mance Switch Capacity : 96 Gbps or<br />

more with non blocking<br />

architecture: 64-Byte Packet<br />

Forwarding Rate: 65 Mpps or<br />

More<br />

3 Layer-2<br />

Features<br />

IGMP Snooping v1,v2 (Upto 256<br />

groups),IGMPV3<br />

IGMP Snooping Fast leave<br />

802.1D Spanning Tree<br />

802.1w Rapid Spanning Tree<br />

802.1s Multiple Spanning Trees<br />

802.3x & Back-Pressure<br />

802.3ad Link Aggregation (8 or<br />

More Ports per group/6 or more<br />

groups per device)<br />

4 VLAN Port mirroring ( One to One,<br />

Many to One )<br />

: Standard : 802.1Q<br />

VLAN IDs: 4K<br />

Dynamic VLAN groups : 128 or<br />

higher<br />

GVRP/MVRP/Equivalent<br />

Specification proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 151 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.<br />

No<br />

Parameter<br />

5 Quality of<br />

Services<br />

6 Access Control<br />

List<br />

(Max 256<br />

Profiles/Rules)<br />

7 Network<br />

Access/Security<br />

Minimum Specifications<br />

Suggested<br />

802.1p Priority Queues standard<br />

Number of 802.1p priority<br />

Queues: 4 Queues<br />

Support WRR/Strict mode<br />

Packet classification based on :<br />

Switch Port<br />

VLAN ID<br />

TCP/UPD Port number<br />

MAC address<br />

IPv4 +IPV6<br />

802.1p Priority<br />

TOS<br />

DSCP<br />

User defined Packet Content<br />

Multi-Layer ACL based on :<br />

Switch Port<br />

VLAN ID<br />

802.1p Priority<br />

MAC address<br />

IPv4<br />

DSCP<br />

Protocol type<br />

TCP/UPD Port number<br />

User defined Packet Content<br />

RADIUS/TACACS+<br />

Authentication <strong>for</strong><br />

Management Access<br />

RADIUS Accounting <strong>for</strong><br />

Management Access<br />

Port security (max.16MAC<br />

entries per port)<br />

802.1X Port-based Access<br />

Control<br />

802.1X MAC-based Access<br />

Control<br />

802.1X Guest VLAN<br />

SSH v1, v2/ SSL v3<br />

Traffic Segmentation<br />

Broadcast Storm Control<br />

8 Management Single IP Management<br />

Web-based GUI<br />

CLI ( Command Line Interface )<br />

Telnet client<br />

TFTP client<br />

SNMP v1,v2c, v3<br />

Support <strong>for</strong> RMON 1/2 group as<br />

and when required<br />

BOOTP/DHCP Client<br />

SNTP or NTP<br />

SYSLOG<br />

Specification proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 152 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.<br />

No<br />

Parameter<br />

Minimum Specifications<br />

Suggested<br />

Dual image or fireware upgrade<br />

through TFTP<br />

/FTP server<br />

Port description<br />

Web GUI traffic/CPU Monitoring<br />

SNMP trap on MAC notification<br />

DHCP Auto Configuration<br />

DHCP relay option 82<br />

SMTP client ( e-mail notification<br />

)externally/<br />

Internally<br />

9 MIB Support MIBII ( RFC 1213 )<br />

Bridge MIB ( RFC 1493 )<br />

RFC 2011 SNMPv2 MIB <strong>for</strong><br />

IP,RFC 2013 SNMPv2MIB<br />

<strong>for</strong> UDP<br />

RMON MIB ( RFC 1757, 2819 )<br />

802.1p MIB ( RFC 2674 )<br />

IF MIB ( RFC 2233, 2863 )<br />

RADIUS Authentication client<br />

MIB(RFC 2620)<br />

RADIUS Accounting client MIB<br />

(RFC 2925)<br />

Private MIB<br />

10 Physical & Internal Power supply<br />

Environmental<br />

Specification proposed<br />

by Bidder<br />

Compliance Y/N<br />

6. L2 24 Port Manageable Switch<br />

S.<br />

No<br />

Parameter<br />

Minimum Specifications<br />

Suggested<br />

1 Interface 10/100/1000 BASE-TX Ports : 16<br />

Combo 10/100/1000 BASE-T/SFP<br />

: 2<br />

RS 232 Console Port/RJ45 serial<br />

console port<br />

2 Per<strong>for</strong>mance Switch Capacity : 48 Gbps or<br />

more with non blocking<br />

architecture<br />

64-Byte Packet Forwarding Rate:<br />

33.6 Mpps or more<br />

MAC Address Table Size : 8k<br />

3 Layer-2<br />

Features<br />

IGMP Snooping v1,v2 (Up to 256<br />

groups),IGMPV3<br />

IGMP Snooping Fast leave<br />

802.1D Spanning Tree<br />

802.1w Rapid Spanning Tree<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 153 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.<br />

No<br />

Parameter<br />

Minimum Specifications<br />

Suggested<br />

802.1s Multiple Spanning Trees<br />

802.3x & Back-Pressure<br />

802.3ad Link Aggregation (8Ports<br />

per group/6<br />

groups per device)<br />

Should support Spanning Tree<br />

Fast Forward | BPDU Filtering |<br />

BPDU Guard | BPDU Forward |<br />

BPDU Transparent | Loopback<br />

Detection | Auto Edge Port<br />

4 VLAN Port mirroring ( One to One, Many<br />

to One )<br />

Standard : 802.1Q<br />

VLAN IDs: 4K<br />

Dynamic VLAN groups : 128 or<br />

higher<br />

GVRP/MVRP/Equivalent<br />

5 Quality of<br />

Services<br />

6 Access<br />

Control List<br />

(Max 256<br />

Profiles/Rules)<br />

7 Network<br />

Access/Securit<br />

y<br />

802.1p Priority Queues standard<br />

Number of 802.1p priority<br />

Queues: 4 Queues<br />

Support WRR/Strict mode<br />

Packet classification based on<br />

Switch Port<br />

VLAN ID<br />

TCP/UPD Port number<br />

MAC address<br />

IPv4 +IPV6<br />

802.1p Priority<br />

TOS<br />

DSCP<br />

User defined Packet Content<br />

Multi-Layer ACL based on :<br />

Switch Port<br />

VLAN ID<br />

802.1p Priority<br />

MAC address<br />

IPv4<br />

DSCP<br />

Protocol type<br />

TCP/UPD Port number<br />

User defined Packet Content<br />

RADIUS/TACACS+<br />

Authentication <strong>for</strong><br />

Management Access<br />

RADIUS Accounting <strong>for</strong><br />

Management Access<br />

Port security (max.16MAC entries<br />

per port)<br />

802.1X Port-based Access<br />

Control<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 154 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.<br />

No<br />

Parameter<br />

Minimum Specifications<br />

Suggested<br />

802.1X MAC-based Access<br />

Control<br />

802.1X Guest VLAN<br />

SSH v1, v2/ SSL v3<br />

Traffic Segmentation<br />

Broadcast Storm Control<br />

8 Management Web-based GUI<br />

CLI ( Command Line Interface )<br />

Telnet client<br />

TFTP client<br />

SNMP v1,v2c, v3<br />

Support <strong>for</strong> RMON 1/2 group as<br />

and when required BOOTP/DHCP<br />

Client<br />

SNTP or NTP<br />

SYSLOG<br />

Dual image or fireware upgrade<br />

through TFTP<br />

/FTP server<br />

Port description<br />

Web GUI traffic/CPU Monitoring<br />

SNMP trap on MAC notification<br />

DHCP Auto Configuration<br />

DHCP relay option 82<br />

SMTP client ( e-mail notification<br />

)externally/<br />

Internally<br />

9 MIB Support MIBII ( RFC 1213 )<br />

Bridge MIB ( RFC 1493 )<br />

RFC 2011 SNMPv2 MIB <strong>for</strong><br />

IP,RFC 2013 SNMPv2MIB<br />

<strong>for</strong> UDP<br />

RMON MIB ( RFC 1757, 2819 )<br />

802.1p MIB ( RFC 2674 )<br />

IF MIB ( RFC 2233, 2863 )<br />

RADIUS Authentication client<br />

MIB(RFC 2620)<br />

RADIUS Accounting client MIB<br />

(RFC 2925)Private MIB<br />

10 Physical & Internal/External Power supply<br />

Environmental<br />

Specification Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 155 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7. Handheld Device<br />

Sl.<br />

No<br />

.<br />

Features<br />

1 Form Factor Hand held<br />

Minimum Specifications<br />

Suggested<br />

2 Processor ARM 9, X86 or equivalent<br />

processor based<br />

systems is recommended<br />

3 Memory RAM Minimum 32 MB<br />

5 Display VGA or QVGA display<br />

6 Storage<br />

(non volatile )<br />

Minimum of 2 GB of Non<br />

volatile/fast memory is<br />

desired on the device. Must be<br />

capable of storing at least 1000<br />

transactions,<br />

Or one full day‟s transactions,<br />

whichever is larger.<br />

7 Connectivity The equipment needs to support<br />

either GSM/GPRS or CDMA.<br />

The device must provide <strong>for</strong> at<br />

least two channels (of service<br />

provider‟s choice) of connecting to<br />

the network)<br />

8 Printer Thermal/Impact Printer is desired.<br />

Thermal/Impact. English language<br />

printing capability desired printer<br />

may be an external device<br />

connected on<br />

USB/parallel port or optionally<br />

Bluetooth<br />

9 Key Pad Support <strong>for</strong> alphanumeric keypad<br />

is desired.<br />

10 External<br />

Interfaces<br />

11 Security /<br />

Encryption<br />

capabilities<br />

12 Battery<br />

life<br />

Require 1 LAN and USB2.0<br />

interfaces.<br />

Bluetooth is preferred<br />

Support <strong>for</strong> Encryption/Encoding<br />

capabilities<br />

Minimum of 4 hours of battery is<br />

desired. Spare battery to be<br />

provided <strong>for</strong> each handset<br />

13 Certification Preferable- RoHS, CE mark<br />

compliance <strong>for</strong> EMI & EMC<br />

14 Environment Operating temp: 0°C to 50°C<br />

15 OS Multi-tasking OS support. Open<br />

Source required<br />

Specification Proposed<br />

by bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 156 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.<br />

No<br />

.<br />

Features<br />

16 User<br />

Accessories<br />

Minimum Specifications<br />

Suggested<br />

Stylus if required, Carry Case,<br />

Holster; hand strap; wrist strap;<br />

protective case,<br />

swiveling belt clip<br />

17 Ruggedness Preferable Protection from Rain,<br />

Dust, Liquid,<br />

1.2m feet drop safety (above<br />

IP51)<br />

19 Application Device should provide SDK to<br />

Integration develop application in open<br />

source and integrate/load on<br />

handheld device including<br />

capability of data<br />

upload/download through the<br />

developed application. The<br />

custom built application will reside<br />

in handheld device. This<br />

application will talk to System<br />

Integrator developed application<br />

using proposed cellular<br />

(GSM/GPRS/CDMA) network<br />

22 Power Supply AC Adapter/Charger <strong>for</strong> 220 V<br />

23 Encryption and<br />

Encoding<br />

AC, 50Mhz<br />

Support <strong>for</strong> Encryption/Encoding<br />

capabilities<br />

Specification Proposed<br />

by bidder<br />

Compliance Y/N<br />

8. CCTV LCD 42”<br />

S. No. Features Minimum Specifications<br />

suggested<br />

1. Screen Size 42‟<br />

2. Back Light CCFL<br />

3. IPS –<br />

Yes<br />

Advanced<br />

LCD panel<br />

4. Energy Saving Smart Energy Saving<br />

5. HD Full (1080p)<br />

6. Response time 4<br />

(ms)<br />

7. Resolution 1920 X 1080 p<br />

8. Audio Mono / Stereo / Dual<br />

9. Audio Output 300 W<br />

10. Speaker 1 Way 2 speaker<br />

System<br />

11. USB 2.0 At least 1 port<br />

12. Digital audio Yes<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 157 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S. No. Features Minimum Specifications<br />

suggested<br />

out (coaxial /<br />

optical)<br />

13. Component in Yes<br />

(Y,Pb,Pr) +<br />

Audio<br />

14. DivX Through USB 2.0<br />

15. Video In AV in, Antenna in, HDMI in,<br />

Put/Out put RGB in<br />

16. Voltage 100-240 V<br />

17. Frequency 50-60 Hz<br />

18. Power<br />

70-180 W<br />

consumption<br />

19. Power<br />

0.3-0.8 W<br />

consumption<br />

(Standby<br />

mode)<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

9. CCTV Camera<br />

S. No. Minimum Specifications Suggested<br />

1<br />

Signal System: PAL<br />

2 Effective pixel: 752(H) x 582(V) or better<br />

3 Image device: 1/3" CCD or better<br />

4 Horizontal Resolution: 540 TV lines<br />

Lens Type: 3.6 mm in case of fixed and 2.8-<br />

5<br />

10 mm in case of Varifocal<br />

6 Signal to Noise Ratio: 50 db or higher<br />

Video Output Signal: 1Vp-p composite (75<br />

7<br />

ohms)<br />

Scanning frequency - (V): 15.625 KHz (H)<br />

8<br />

and 50 Hz (V)<br />

Auto Exposure: Automatic Level<br />

9<br />

Control/Elecronic Level Control<br />

Minimum illumination: 0.01 lux in case of 540<br />

10<br />

TVL<br />

11 Signal Process: Digital Signal Process<br />

12 Scanning System: 2 :1 interlaced<br />

Motion Detection Zones: 4 or higher in case<br />

13<br />

of 540 TVL camera<br />

14 Auto Gain Control: On/Off/Selectable<br />

Back Light Compensation:<br />

15<br />

Off/low/medium/high selectable<br />

16 Wide Dynamic Range: On/Off<br />

17 Electronic Shutter: 1/50-1/100,00 or better<br />

18 White Balance: Indoor/Outdoor/Manual<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 158 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S. No. Minimum Specifications Suggested<br />

19 Privacy Zones: 4 privacy zones as minimum<br />

20<br />

Day and Night: Yes (as per minimum<br />

illumination specified)<br />

21 Iris Control: Yes <strong>for</strong> Varifocal lens<br />

22<br />

Operating Temperature: -10 to 50degree<br />

Celsius & 40 deg Celsius at 95% RH<br />

Power Source: To be declared by tenderer<br />

23<br />

.Suitable adaptor shall be supplied to make<br />

the equipment work on 230V+ or - 10%<br />

,50Hz<br />

24<br />

On Screen Display: Yes (English must <strong>for</strong> all<br />

the cameras)<br />

25<br />

Housing – Indoor: Plastic/Aluminum<br />

Construction<br />

26<br />

Housing – Outdoor: Plastic/Aluminum<br />

Construction with IP-66<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

10. Electronic Display Board<br />

S.No.<br />

Minimum Specifications<br />

Features<br />

Suggested<br />

1. Display Size<br />

2400mm x 3600 mm 8' x 12'<br />

+/ - 4V<br />

2. Pixels 64 x 9<br />

3. No. of LEDs 64 x 96 x 2 ( 12288)<br />

4. Gap of LEDs 37 .5 mm<br />

5. Pixel Type/Size LED/5mm/Round<br />

6. Colour RED<br />

7. Viewing Angle 60 degrees<br />

8. Luminous<br />

Intensity<br />

9. Programming<br />

3000 LUX<br />

Text Messaging through<br />

Mobile Phone or 2. Graphics/<br />

text through PC Inter face<br />

to pre programmed/<br />

Programmable EPROMV<br />

NVRA<br />

10. Fonts A). ASCII B). Serif<br />

11. Data<br />

Presentation<br />

12. Animations<br />

Graphics<br />

13. Power (Input)<br />

Curtain Scrolls. Weave.<br />

Rotates etc<br />

Display of Sequence moves<br />

220V AC (175 VAC to<br />

260VAC) 50H2.<br />

Consumption less than<br />

480W, Max Current, 2.50A.<br />

Isolated SMPS with Line<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 159 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.No.<br />

Features<br />

14. Physical Size<br />

15. Automatic<br />

ON/OFF<br />

16. Humidity<br />

17. Temperature<br />

18. General<br />

19. Documentation<br />

20.<br />

Details of on line<br />

message<br />

controller card<br />

21. Micro Controller<br />

Minimum Specifications<br />

Suggested<br />

Filter<br />

2400 mm (H) x 3600mm<br />

(W) x 125mm (D) +/ -4%<br />

Timer with RTC <strong>for</strong><br />

Scheduled ON/OFF or Timer<br />

function through Software<br />

<strong>for</strong> ON/OFF<br />

Maximum 90% RH non<br />

Condensing<br />

0-50 Degree C ambient<br />

Temperature<br />

Enclosure: Outdoor Unit<br />

should be dust proof and<br />

Vermin proof designed to<br />

withstand local weather<br />

conditions with appropriate<br />

materials. The Control and<br />

interface modules shall be<br />

in a separate enclosure<br />

Located indoors or below<br />

the board to facilitate<br />

connection access <strong>for</strong><br />

replacing the SIM Card/ PC<br />

Control <strong>for</strong> changing. The<br />

graphics LEDS are to be<br />

mounted on glass epoxy<br />

PCB (at least 2.4mm thick).<br />

LEDS are to be covered with<br />

protection cap filling with<br />

material like silicon bases<br />

resin <strong>for</strong> protect ion against<br />

Sun, Water and dust<br />

Instruction Manual/Booklet<br />

<strong>for</strong> day to day operations of<br />

the system and interface<br />

features <strong>for</strong> connection with a<br />

detailed block diagram shall<br />

be furnished<br />

Intel 8751 / Atmel 89C51 or<br />

Superior<br />

22. Message<br />

256 KB<br />

Storing Capacity<br />

23. Storage Type NVRAM (10 year Life)<br />

24. External<br />

Interface<br />

25. Additional<br />

Interface<br />

GSM interface and Ethernet<br />

RS485<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 160 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.No.<br />

Features<br />

26. Power Indication LED<br />

Minimum Specifications<br />

Suggested<br />

27. Power<br />

5V DC, 500 mA, 3.8V, 300<br />

mA (normal)<br />

28. Connector D-9 Serial Interface<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

11. Passive Work Components<br />

S. No. Features Minimum Specifications<br />

Suggested<br />

1. Structure Cable<br />

(UTP cable)<br />

2. 24 port Patch<br />

Panel<br />

3. In<strong>for</strong>mation<br />

outlets<br />

The UTP Cable Shall meet<br />

the requirement w.r.t<br />

maximum d.c resistance,<br />

balance and unbalance,<br />

maximum PR to GND<br />

Capacitance and attenuation<br />

losses as applicable to the<br />

category 6,unshielded UTP<br />

Cable and corresponding<br />

ASTM Standards as<br />

mentioned there in.<br />

Cable shall have Standard<br />

marking and designation as<br />

applicable in line with the<br />

international standard such<br />

as CSA/UL. This item shall<br />

be accepted based on OEM<br />

certificate. All specifications<br />

<strong>for</strong> components & cabling to<br />

be tested up to 250 MHz , UL<br />

*R listed & verified<br />

110 wiring block at rear end<br />

& RJ 45 jack on front<br />

panel, 19” rack mountable,<br />

should confirm or deviance<br />

exceed the EIA/TIA 568 B<br />

standards <strong>for</strong> CAT 6, Metallic<br />

/steel high strength & 1U<br />

height, confirm EIA/TIA 568<br />

B wiring pattern, should have<br />

routing rings & ties and<br />

labeling strips <strong>for</strong><br />

identification, UL *R Listed &<br />

verified.<br />

Surface mount box with<br />

single RJ 45 socket, should<br />

confirm or exceed the<br />

EIA/TIA 568 B standards <strong>for</strong><br />

CAT 6, provision <strong>for</strong> dust<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 161 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S. No. Features Minimum Specifications<br />

Suggested<br />

4.<br />

Patch Cord<br />

cover, labeling icons & strips,<br />

anchors <strong>for</strong> stain relief cable<br />

entry, UL *R listed & verified<br />

Should confirm or exceed the<br />

EIA/TIA 568 B standards <strong>for</strong><br />

CAT 6, Factory molded boots<br />

on RJ 45 plugs at both ends,<br />

UL *R listed & verified,<br />

Option <strong>for</strong> color – Grey, Blue,<br />

Red & Green & cross over<br />

cable<br />

Length - 3 feet<br />

Length – 10 feet<br />

Length – 7 feet<br />

Specifications Proposed<br />

by Bidder<br />

Compliance Y/N<br />

12. Diesel Generator Set<br />

Sr.<br />

No<br />

Parameter/<br />

Features<br />

1. Engine 1 Capacity<br />

Minimum Specifications Suggested<br />

7.5 KVA<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

2. Fuel 2 Type<br />

3. Cylinder 4<br />

4. Method 3 of starting<br />

5. Governor 4<br />

6. Cooling 5 System<br />

7. Alternator 6<br />

Frequency<br />

8. Alternator 7 Speed<br />

Diesel<br />

Engine shall have vertical multi<br />

cylinder 4 stroke type in<br />

accordance with IS 10002-1981<br />

with latest amendments.<br />

Electric start 12 V DC<br />

A2 Class<br />

Water Cooled with Radiator<br />

50-52<br />

1500 RPM<br />

9. Alternator 8 Output 230 volts, HP rated to<br />

match the alternator<br />

10. Accessories 9<br />

Flywheel to suitable diameter and<br />

fuel injection equipment<br />

Air cleaner<br />

Lubricating oil cooler<br />

Electric motor starting equipment<br />

like motor, battery, charging<br />

generator with voltage regulator etc.<br />

Heavy duty radiator with fan<br />

Seal &Signature of the Auth. Sign . Page 162 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sr.<br />

No<br />

Parameter/<br />

Features<br />

Minimum Specifications Suggested<br />

Residential type silencer with<br />

exhaust piping with vibration isolator<br />

Fuel tank suitable <strong>for</strong> 8 Hrs of<br />

continuous running with necessary<br />

piping and fuel gauge, drain valve,<br />

inlet and outlet connections.<br />

Anti vibration mounting pads<br />

Speed controlling governor<br />

Suitable coupling system to the<br />

Alternator<br />

Tachometer<br />

Lubricating oil pressure gauge<br />

Hour meter to indicate number of<br />

Hrs of operation<br />

Auto trip on low oil pressure<br />

Over speed alarm with trip<br />

Thermal insulation <strong>for</strong> exhaust<br />

line with glass wool, Aluminum<br />

sheet,<br />

11. Warranty Period Minimum 3 Years (Comprehensive<br />

Onsite)<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

13. Automatic Boom Barrier<br />

Sr.<br />

No<br />

Technical Data<br />

Unit<br />

Minimum<br />

Specifications<br />

Suggested<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

1 Maximum boom<br />

length<br />

mm 2500<br />

2 Aluminium<br />

octagonal profile<br />

3 Aluminium round<br />

profile<br />

100 x 55 x<br />

1.6 mm<br />

Ø 75 x 1.4<br />

mm<br />

3000<br />

0.6 – 3.0<br />

4 Opening and<br />

closing times<br />

5<br />

s 230/115<br />

Voltage V 50-60<br />

Seal &Signature of the Auth. Sign . Page 163 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sr.<br />

No<br />

Technical Data<br />

Unit<br />

Minimum<br />

Specifications<br />

Suggested<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

6<br />

Frequency Hz 400<br />

7 Power<br />

consumption<br />

8<br />

9<br />

10<br />

Max W 350<br />

Housing: width mm 350<br />

Depth mm 1010<br />

Height mm 50<br />

11 Weight not<br />

including barrier<br />

boom<br />

12<br />

Drive<br />

Kg 50<br />

DC Motor<br />

13 Operation Type Automatic<br />

14<br />

Warranty Period<br />

Minimum 3 Years<br />

(Comprehensive<br />

Onsite)<br />

14. Standard Laser Printer (B/W Duplex)<br />

Sl.No. Parameter Minimum Specifications Suggested<br />

1. Make To be specified by Bidder<br />

2. Model To be specified by Bidder<br />

3. Print<br />

Laser<br />

Technology<br />

4. Print speed in Minimum 24 PPM (A4) or higher<br />

black in<br />

normal mode<br />

5. Resolution in 600 x 600 dpi or better<br />

black<br />

6. Memory Min: 32MB or better<br />

7. Duty cycle. Min: 8,000 pages per month or<br />

above<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 164 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No. Parameter Minimum Specifications Suggested<br />

8. Media size A4, Letter, Legal<br />

9. Duplex Yes (Automatic Duplex)<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

10.<br />

11.<br />

Interface Hi speed USB 2.0 or better, Built in<br />

Ethernet 10/100 Mbps Ethernet<br />

Energy Star Yes<br />

12. Cables/<br />

Accessories/<br />

Drivers<br />

13. Plat<strong>for</strong>m<br />

supported<br />

14. Warranty<br />

Period<br />

All the required cabled,<br />

accessories and software drivers to<br />

be included <strong>for</strong> the supplied<br />

operating system<br />

Windows 7(32bit/ 64 bit), Win XP<br />

(32Bit/64Bit), Windows 2008 (32<br />

Bit/64 Bit) and Windows 2003.<br />

Minimum 3 Years (Comprehensive<br />

Onsite)<br />

15. Middleware Application/ Portal Software<br />

Sl.No.<br />

Minimum Specifications Suggested<br />

Portal Software should have the following broad level<br />

functional areas.<br />

Document Management<br />

Web Content Management<br />

1 Workflow Engine<br />

Web Services (WS) standards Compliant Framework<br />

Web Based Reporting Services Engine<br />

Digital Dashboard<br />

Web 2.0 features like Blogs and Wikis<br />

Should Support Desktop Single Sign On (SSO) with<br />

2<br />

Directory Service.<br />

Should be able to capture User Profiles from<br />

3<br />

Directory Services.<br />

Proposed Software must allow <strong>for</strong> user configurable<br />

Alerts and delivery via SMS , webpage or email<br />

Graphical dashboards<br />

4 Forms, views, lists and reports<br />

User personalization<br />

Security <strong>for</strong> roles, users and organization<br />

(department) configuration<br />

5 Should support Role Based Access<br />

Should support Multilingual Operation (English and<br />

6<br />

Hindi)<br />

Workflow support with routing of workflows by user<br />

7<br />

name or user role<br />

8 The work flow should allow user to escalate task to<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 165 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No.<br />

Minimum Specifications Suggested<br />

next level<br />

9 Must allow bi-lingual facility<br />

10<br />

Automated workflow and manual override to<br />

address contingencies<br />

11<br />

Sharing/delegation <strong>for</strong> objects/records, to individuals<br />

or teams<br />

12<br />

Ability to track complete action taken details with<br />

respect to any service provided to the citizen<br />

13<br />

Software should have built in audit trail <strong>for</strong> all<br />

transactions.<br />

14<br />

Software must have in built security to audit trail no<br />

user shall be allowed to temper with audit trail data<br />

15<br />

Software must have built-in case management and<br />

SLA monitoring tools<br />

Proposed software should have content<br />

16 management system <strong>for</strong> managing the web portal<br />

application<br />

Ability to create, approves, and publishes<br />

17<br />

knowledgebase articles. Ability to support the use of<br />

templates to ensure consistency, security, and<br />

validity.<br />

18<br />

Proposed software should allow integration (push<br />

and pull data) from other systems via web services<br />

19<br />

Should support group activity reporting dashboards<br />

<strong>for</strong> facilitators and community managers.<br />

20 Export, import and de-duplication of data<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

16. Split Air Conditioner<br />

Sl.No.<br />

1<br />

Minimum Specifications Suggested<br />

Make: to be specified by the bidder<br />

2 Model - to be specified by the bidder<br />

3 Cooling Capacity: 1800 BTU and above<br />

4 Blue star Rating: 3 star and above<br />

5 Power Supply 230 (+ -) 10%<br />

6 Compression type: Tropical Rotary<br />

7 Air flow: 500 CFM and above<br />

8 Noise Level (H/M/L): 52/51/150 db or better<br />

9 Fan speed: Minimum 3<br />

10 Remote Control: yes<br />

11 Voltage protection: Inbuilt<br />

12 Time: Inbuilt<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

17. Computer Table<br />

Sl.No.<br />

Minimum Specifications Suggested<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 166 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No.<br />

1<br />

2<br />

3<br />

Minimum Specifications Suggested<br />

Computer table having key board pullout tray,<br />

with drawer & shelf. The top shelf, key board tray<br />

and drawer made of MDF/Pre-laminated particle<br />

board as per details given below & General<br />

technical requirements.<br />

The table shall be supplied with steel members<br />

duly welded and rigidly fixed table top; and<br />

provided with slide able keyboard tray, drawer,<br />

modesty panel, footrest, in a durable sturdy<br />

manner with attractive and compact in design.<br />

Some variants are provided with another shelf at<br />

the bottom side <strong>for</strong> placing CPU & other<br />

peripherals.<br />

The frame shall comprise of hollow rectangular<br />

M.S. section of size 50x25x1.6 mm thickness.<br />

Two side member of the frame identical in shape<br />

shall be joined with welding at bottom with a<br />

footrest (hollow rectangular M.S.section of size<br />

50x25x1.6mm thickness) angularly welded, and<br />

at the top in front side welded with a angle size<br />

17x17x3mm. And at the back on the top side of<br />

the frame, a modesty panel of size<br />

200x17x0.8mm thick CRC sheet shall be<br />

welded. Thus making the frame rigid in<br />

construction.<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

4<br />

A drawer of size 225x500x100mm<br />

approximately (outside dimension) shall be<br />

provided on top right side of the table. The<br />

drawer shall have ball bearing type so that it<br />

can move easily. The guides shall be made<br />

from mild steel sheet not less than 2mm thick.<br />

5<br />

The drawer shall be made either from MDF<br />

board or pre-laminated particle board as the<br />

case may be of similar material as that of the<br />

table top. The lock used <strong>for</strong> the drawer shall<br />

con<strong>for</strong>m to IS:729/1979(Reaffirmed-2006) and it<br />

shall also be provided with suitable handle. The<br />

lock shall not be less than 6 lever lock with a set<br />

of 2 keys of non corrosive material.<br />

The keyboard tray shall be of size 600mm(front<br />

width)x 500mm(depth) approximately is to be<br />

provided with end fittings mad from minimum<br />

2mm thick MS steel mounted on either side and<br />

the keyboard tray shall be easily slide able,<br />

provided with two telescopic channels with balls.<br />

Lower surface of the said keyboard tray and the<br />

drawer shall match aesthetically.<br />

6 Modesty panel of size 200x17x0.8mm thick of<br />

Seal &Signature of the Auth. Sign . Page 167 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No.<br />

Minimum Specifications Suggested<br />

length made from CRC sheet con<strong>for</strong>ming to<br />

IS:513/1994 with A/L no 1 & 2(Reaffirmed-2003)<br />

covering full backside of the said frame & shall<br />

be suitably welded with two sides members of<br />

the frame, in such a way that it‟s top surface<br />

having 17mm width, flushes with top surface two<br />

side members and joining front angle member.<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

7<br />

Four level screws, having smooth bottom flat<br />

surface of minimum 50mm diameter, shall be<br />

welded under the bottom of two said side<br />

members of the frame; capable to adjusting<br />

level up to 10mm in height.<br />

8<br />

All dents, burrs and sharp edges shall be<br />

removed from the various components and they<br />

shall be pickled, scrubbed and rinsed to remove<br />

grease, rust, scale or any other <strong>for</strong>eign<br />

elements, to provide a base <strong>for</strong> proper adhesion<br />

of paint to metal. After pickling, all mild steel<br />

parts shall be given phosphating treatment in<br />

accordance with the IS:3618/1966(Reaffirmed-<br />

2002) followed by a coat of suitable primer,<br />

such as red oxide and zinc-chromate. Putty<br />

applied to all the surfaces requiring filling and<br />

shall con<strong>for</strong>m to IS:110/1983(Reaffirmed-2000).<br />

Primer coat shall also be applied.<br />

9<br />

All exposed steel sections shall be painted with<br />

black in colour with powder coating 40-50<br />

micron thickness. The powder coating shall<br />

con<strong>for</strong>m to IS:13871/1993 with A/L no.<br />

1(Reaffirmed-2002).<br />

10<br />

Table top shall be of MDF board or prelaminated<br />

particle board having dimensions as<br />

specified in the description(750x750mm or<br />

1000x600mm or 1200x750mm: lengthxwidth)<br />

with tolerance of+/-6mm in length and width.<br />

The top shall be extended 50mm approximately<br />

on all sides over the steel frame. Height of the<br />

table shall be 750mm+/-10mm from the floor of<br />

the top surface.<br />

11<br />

The MDF board used <strong>for</strong> top, keyboard and<br />

drawer should be of minimum density of<br />

750kg/m3 con<strong>for</strong>ming to Grade2 of<br />

IS:12406/2003 with A/L no 1 & 2 shall be of 18<br />

mm thickness with laminated sheet of 0.6mm<br />

thick. Bottom side of the board should have<br />

balancing sheet of requisite thickness of white<br />

Seal &Signature of the Auth. Sign . Page 168 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No.<br />

Minimum Specifications Suggested<br />

or of same colour as top laminate.<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

12<br />

Only ISI marked MDF board and laminate<br />

should be used. Pasting of laminates should be<br />

done with the help of post <strong>for</strong>ming machine<br />

having air pressure & temperature control. All<br />

the edges of the top etc. shall be edge banded<br />

with 1.5mm thick pvc tapes of the same shade<br />

as that of top, pressed with temperature up to<br />

160 degree C. The MDF board shall be rigidly<br />

fixed with the said frame with minimum 8 nos. of<br />

screws on suitable clamps welded to the said<br />

frame.<br />

13<br />

Pre-laminated particle board used shall be<br />

18mm thick twin side pre-laminated con<strong>for</strong>ming<br />

to GradeII, typeII of IS:12823/1990 with A/L no.<br />

1to6(Reaffirmed-2005). Only ISI marked prelaminated<br />

board shall be used. All the edges of<br />

the top shall be banded with 1.5mm thick pvc<br />

tapes of the same shade as that of the top<br />

pressed with temperature up to 160 degree C.<br />

Pre laminated particle board shall be rigidly<br />

fixed with the said frame with minimum 8 nos of<br />

screws on suitable clamps welded to the said<br />

frame.Shelf provided shall be fixed through<br />

screw on the angle size 17x17x3mm size<br />

welded inside of the said two side members, the<br />

said angle section shall be provided on the all<br />

four sides of the shelf. All the edges of the shelf<br />

shall be banded with 1.5mm thick PVC tapes of<br />

the same shade as that of top pressed with<br />

temperature up to 160 degree C.<br />

18. Computer Chair (Adjustable Cum Revolving Type)<br />

Sl.No.<br />

1<br />

Minimum Specifications Suggested<br />

The chairs shall be of adjustable cum revolving type<br />

to be supplied in knock-down condition <strong>for</strong> easy<br />

transportation. Seat, back, arms, mechanism and<br />

seat frame shall be of 2.5 mm thick M.S.Plate shall<br />

be supplied separately along with necessary<br />

fasteners and detailed instructions to assemble it.<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

2<br />

All components of an item shall be securely packed<br />

and supplied as a set in single pack. The design<br />

shall be such that parts can be easily assembled at<br />

user end. The minimum height of seat shall be as<br />

Seal &Signature of the Auth. Sign . Page 169 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No.<br />

Minimum Specifications Suggested<br />

specified against the each item & adjustable to 100<br />

mm. The seat height is <strong>for</strong> top of seat from ground<br />

level. Over all width and depth of pedestal base<br />

moulded glass fibre nylon in black colour of 650/<br />

725 mm with ABS twin castor wheel of 50 mm size.<br />

Overall height of chair shall be specified against the<br />

each item & adjustable to 100 mm. The chair frame<br />

shall have a fitting with a vertical axle <strong>for</strong> swivelling<br />

and a horizontal axle <strong>for</strong> tilting. The lateral<br />

movement is controlled by an adjustable spring or<br />

springs and their compression can be varied by a<br />

knob.<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

3<br />

The fitted chair shall be capable of supporting a load<br />

of 150 kg placed in the seat without any wobbling<br />

when the seat is rotated 360 degree Straight or tilted<br />

position. The twin wheel castors shall be made of<br />

glass filled black nylon mounted on the revolving<br />

pedestal frame. The seat and back rest shall be<br />

made up of BWR Grade, type AA hot pressed<br />

plywood of minimum thickness of 12 mm con<strong>for</strong>ming<br />

to IS: 303ergonomically shaped and upholstered with<br />

moulded polyurethanes foam of 50 mm minimum<br />

thickness and specified fabric.<br />

4<br />

Fabric <strong>for</strong> upholstery shall be 100 % polyester<br />

filament yarn in 350 Denier<br />

290 Gms/m sq. +- 7.5% mass,<br />

220+-5% ends & picks.<br />

5<br />

The back-rest shall not be less than to<br />

accommodate minimum height. Armrests shall be<br />

made from injection moulded glass filled black nylon<br />

suitable <strong>for</strong> furniture. The arm-rest may also be<br />

padded. These shall be so shaped as to ensure<br />

com<strong>for</strong>t to the users, and shall be fixed securely<br />

with screws from the under-side support of the<br />

profiled tubular frame.<br />

6<br />

Finish of the Steel Frame shall be properly cleaned<br />

surface with Powder coating in black colour (Dull<br />

Black Shade)<br />

19. 800 VA UPS (30 Min Backup)<br />

Seal &Signature of the Auth. Sign . Page 170 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S.<br />

No.<br />

Features<br />

Minimum Specifications<br />

Suggested<br />

1. Model Offered To be provided by Bidder<br />

2. Make Offered To be provided by Bidder<br />

3. Mandatory<br />

Certification<br />

4. Capacity 800 VA<br />

- ISO 9001 Series Manufacturer,<br />

- Valid Test Certificate from any<br />

Govt. Approved Test/ Certifying<br />

Agency on Tendered Specs.<br />

5. No. of Sockets Min. 3 sockets <strong>for</strong> connecting<br />

devices. (3 pin only)<br />

6. Battery Make 2* 7H, Battery should be<br />

branded - ISO 9001 and 14001<br />

certified<br />

7. Battery backup Minimum 30 minutes or more on<br />

full load with Internal batteries<br />

(both battry should be inside of<br />

casing)<br />

8 Cables With necessary cable and plug<br />

9 Warranty<br />

Period<br />

Minimum 3 Years<br />

(Comprehensive Onsite)<br />

Specifications<br />

Proposed by Bidder<br />

Compliance Y/N<br />

Seal &Signature of the Auth. Sign . Page 171 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.4 ANNEXURE-4 - COVERING LETTER OF THE BID<br />

(To be submitted on the Company Letter head of the Tenderer, sealed and signed)<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Dear Sir,<br />

Ref: Request <strong>for</strong> Proposal (<strong>RFP</strong>) Notification dated............... No..........<br />

1. I/We, the undersigned bidder, Having read & examined in detail, the Bid Document, the receipt of<br />

which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in<br />

the Scope of the work, Technical specifications, Service Level Standards & in con<strong>for</strong>mity with the<br />

said bidding document <strong>for</strong> the same.<br />

2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the<br />

in<strong>for</strong>mation contained in the bid is true and correct to the best of our knowledge and belief.<br />

3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any<br />

deviations. Hence, we are hereby submitting our Bid and offer to provide services to Purchaser<br />

<strong>for</strong> carrying out the project in accordance with your <strong>RFP</strong>.<br />

4. Until a <strong>for</strong>mal contract is prepared and executed, this bid, together with your written acceptance<br />

thereof and your notification of award shall constitute a binding Contract between us.<br />

5. I/We agree to abide by this <strong>RFP</strong> <strong>for</strong> a period of 180 days from the closing date fixed <strong>for</strong><br />

submission of bid as stipulated in the <strong>RFP</strong> document.<br />

6. I/We undertake that, in competing <strong>for</strong> (and, if the award is made to us, in executing) the above<br />

contract, we will strictly observe the laws against fraud and corruption in <strong>for</strong>ce in India namely<br />

“Prevention of Corruption Act, 1988”.<br />

7. I/ We undertake, <strong>for</strong> timely establishment of a local office in Jaipur (if the award is made to us)<br />

and within 2 months from the date of issue of LoI.<br />

Or (strike out whichever is not applicable)<br />

We have an existing office at Jaipur at the following address:<br />

..........................................................................................................................<br />

8. I/We understand that the Purchaser is not bound to accept any bid received in response to this<br />

<strong>RFP</strong>.<br />

Seal &Signature of the Auth. Sign . Page 172 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required<br />

by Purchaser, appointed auditing agencies (if any), state government officials and Other<br />

Stakeholders of the project <strong>for</strong> per<strong>for</strong>ming their duties with respect to this project. We understand<br />

that our non-cooperation <strong>for</strong> the same shall be grounds <strong>for</strong> termination of service.<br />

Signature…………………<br />

In the capacity of………………………<br />

Duly authorised to sign Proposal <strong>for</strong> And on behalf of………………………..<br />

Date…………………..<br />

Place………………….<br />

Seal &Signature of the Auth. Sign . Page 173 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.5 ANNEXURE-5 - PRE- BID QUERIES FORMAT<br />

Name of the Company/Firm:<br />

Name of Person(s) Representing the Company/ Firm:<br />

Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.<br />

Company/Firm Contacts:<br />

Contact Person(s) Address <strong>for</strong><br />

Correspondence<br />

Email-ID(s)<br />

Tel. Nos. & Fax Nos.<br />

Query / Clarification Sought:<br />

Sl.No.<br />

<strong>RFP</strong> Page<br />

No.<br />

<strong>RFP</strong> clause<br />

No.<br />

Clause Details Query/ Suggestion/<br />

Clarification<br />

Note: - Queries must be strictly submitted only in the prescribed <strong>for</strong>mat (.XLS/ .XLSX/ .ODF/.doc/.docx).<br />

Queries not submitted in the prescribed <strong>for</strong>mat will not be considered/ responded at all by the tendering<br />

authority<br />

Seal &Signature of the Auth. Sign . Page 174 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.6 ANNEXURE-6 - TENDER FORM<br />

1) Addressed to:<br />

Name of the Tendering Authority<br />

Managing Director, RajCOMP Info Services Limited<br />

(RISL),<br />

Address<br />

First Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur<br />

(<strong>Rajasthan</strong>)<br />

Telephone 0141-2229394, 5103902<br />

Tele Fax 0141-2228701<br />

Email<br />

oic.rimms@rajasthan.gov.in, neelu@rajasthan.gov.in<br />

(clearly mention the NIT no. in the subject of the mail)<br />

2) Firm Details:<br />

Name of Firm<br />

Name of Contact Person with Designation<br />

Registered Office Address<br />

Address of the Firm<br />

Year of Establishment<br />

Type of Firm<br />

Put Tick( ) mark<br />

Public Limited<br />

Private<br />

Limited<br />

Partnership<br />

Proprietary<br />

Telephone Number(s)<br />

Email Address/ Web Site Email: Web-Site:<br />

Fax No.<br />

Mobile Number<br />

Mobile:<br />

Certification/Accreditation/Affiliation, if Any<br />

3) The requisite tender fee amounting to Rs. ________/- (Rupees ) has been deposited vide receipt no.<br />

_______ dated ___________.<br />

4) The requisite tender processing fee amounting to Rs. ________/- (Rupees ) has been deposited vide<br />

receipt no. _______ dated ___________.<br />

5) The requisite EMD amounting to Rs. ________/- (Rupees ) has been deposited vide Banker‟s<br />

Cheque/ DD No. ___________ dated ___________.<br />

6) We agree to abide by all the terms and conditions mentioned in this <strong>for</strong>m issued by the Empanelment Authority<br />

and also the further conditions of the said notice given in the attached sheets (all the pages of which have been<br />

signed by us in token of acceptance of the terms mentioned therein along with stamp of the firm).<br />

Date:<br />

Name & Seal of the firm: ________________________<br />

Authorized Signatory: ___________________________<br />

Seal &Signature of the Auth. Sign . Page 175 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.7 ANNEXURE-7- BIDDER’S AUTHORIZATION CERTIFICATE<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

I/ We hereby declare/ certify that is hereby authorized to<br />

sign relevant documents on behalf of the company/ firm in dealing with Tender/ NIT reference No.<br />

______________________ dated _________. He/ She is also authorized to attend meetings & submit<br />

technical & commercial in<strong>for</strong>mation/ clarifications as may be required by you in the course of processing<br />

the Bid. For the purpose of validation, his/ her verified signatures are as under.<br />

Thanking you,<br />

Name of the Bidder: -<br />

Verified Signature:<br />

Authorised Signatory: -<br />

Seal of the Organization: -<br />

Date:<br />

Place:<br />

Please attach the board resolution / valid power of attorney in favour of person signing this<br />

authorizing letter.<br />

Seal &Signature of the Auth. Sign . Page 176 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.8 ANNEXURE-8 - SELF-DECLARATION – NO BLACKLISTING<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

In response to the Tender/ NIT Ref. No. _____________________________ dated ___________ <strong>for</strong><br />

, as an Owner/ Partner/ Director of ________________________________________, I/<br />

We hereby declare that presently our Company/ firm ___________________, at the time of bidding, is<br />

having unblemished record and is not declared ineligible <strong>for</strong> corrupt & fraudulent practices either<br />

indefinitely or <strong>for</strong> a particular period of time by any Central Government / State / Semi Government / or<br />

other Government subsidiaries including autonomous bodies in India<br />

If this declaration is found to be incorrect then without prejudice to any other action that may be taken,<br />

my/ our security may be <strong>for</strong>feited in full and our bid, to the extent accepted, may be cancelled.<br />

Thanking you,<br />

Name of the Bidder: -<br />

Authorised Signatory: -<br />

Seal of the Organization: -<br />

Date:<br />

Place:<br />

Seal &Signature of the Auth. Sign . Page 177 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.9 ANNEXURE-9 - CERTIFICATE OF CONFORMITY/ NO DEVIATION<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

CERTIFICATE<br />

This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in the<br />

Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in con<strong>for</strong>mity with<br />

the minimum specifications of the Tender/ bidding document and that there are no deviations of any kind<br />

from the requirement specifications.<br />

Also, I/ we have thoroughly read the tender/ bidding document and by signing this certificate, we hereby<br />

submit our token of acceptance to all the tender terms & conditions without any deviations.<br />

I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-toend<br />

implementation and execution of the project, to meet the desired Standards set out in the Tender/<br />

bidding Document.<br />

Thanking you,<br />

Name of the Bidder: -<br />

Authorised Signatory: -<br />

Seal of the Organization: -<br />

Date:<br />

Place:<br />

Seal &Signature of the Auth. Sign . Page 178 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.10 ANNEXURE-10 - MANUFACTURER’S AUTHORIZATION FORM (MAF)<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Subject: Issue of the Manufacturer’s Authorisation Form (MAF)<br />

Reference: NIT/ <strong>RFP</strong> Ref. No. _____________________ dated ________<br />

Sir,<br />

We who are established and reputed original equipment<br />

manufacturers (OEMs) having factories at do hereby<br />

authorize who is our


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.11 ANNEXURE-11 - UNDERTAKING ON AUTHENTICITY OF COMPUTER<br />

EQUIPMENTS<br />

(On Rs. 100/- Non-judicial stamp paper)<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Reference: NIT No. :___________________________________ Dated:__________<br />

This has reference to the items being supplied/ quoted to you vide our bid enquiry no. ___________<br />

dated ___________.<br />

We hereby undertake that all the components/ parts/ assembly/ software used in the equipment shall be<br />

genuine, original and new components /parts/ assembly/ software from respective OEMs of the products<br />

and that no refurbished/ duplicate/ second hand components/ parts/ assembly/ software are being used<br />

or shall be used. In respect of licensed operating system, we undertake that the same shall be supplied<br />

along with the authorized license certificate with our name/logo. Also, that it shall be sourced from the<br />

authorized source <strong>for</strong> use in India.<br />

In case, we are found not complying with above at the time of delivery or during installation, <strong>for</strong> the<br />

equipment already billed, we agree to take back the equipment already supplied at our cost and return<br />

any amount paid to us by you in this regard and that you will have the right to <strong>for</strong>feit our EMD/ SD/ PSD<br />

<strong>for</strong> this bid or debar/ black list us or take suitable action against us.<br />

Authorized Signatory<br />

Name:<br />

Designation:<br />

Seal &Signature of the Auth. Sign . Page 180 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.12 ANNEXURE-12- FORMAT FOR STATEMENT OF DEVIATIONS<br />

7.12.1 Statement of deviations from Schedule of Requirements<br />

To<br />

Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur (<strong>Rajasthan</strong>)<br />

Following are the Technical deviations and variations from the requirements and documents proposal<br />

submitted against Tender document No. Dated . These<br />

deviations and variations are exhaustive. Except these deviations and variations, all other Terms and<br />

Conditions of the Tender are acceptable to us.<br />

S. No. Section No. Clause No. Page No.<br />

Statement<br />

deviations<br />

variations.<br />

of<br />

and<br />

Remarks<br />

Note: Bidders may please note that compliance to a clause and a sub-clause would mean complete<br />

compliance to all the other sections within those clauses and sub-clauses.<br />

Witness:<br />

Bidder:<br />

Signature ------------------------ Signature ------------------------<br />

Name ------------------------ Name ------------------------<br />

Address ------------------------ Designation ------------------------<br />

Company ------------------------<br />

Date ------------------------- Date -------------------------<br />

Seal &Signature of the Auth. Sign . Page 181 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.12.2 Statement of Deviations from Tender Terms & Conditions<br />

To<br />

The Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur-302016 (Raj.)<br />

Following are the Technical deviations and variations from the requirements and documents proposal<br />

submitted against Tender document No. Dated . These<br />

deviations and variations are exhaustive. Except these deviations and variations, all other Terms and<br />

Conditions of the Tender are acceptable to us.<br />

S. No. Section No. Clause No. Page No.<br />

Statement<br />

deviations<br />

variations.<br />

of<br />

and<br />

Remarks<br />

Note: Bidders may please note that compliance to a clause and a sub-clause would mean complete<br />

compliance to all the other sections within those clauses and sub-clauses.<br />

Witness:<br />

Bidder:<br />

Signature ------------------------ Signature ------------------------<br />

Name ------------------------ Name ------------------------<br />

Address ------------------------ Designation ------------------------<br />

Company ------------------------<br />

Date ------------------------- Date -------------------------<br />

Seal &Signature of the Auth. Sign . Page 182 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.13 ANNEXURE-13 - FINANCIAL BID FORMAT<br />

(To be submitted by the bidder along with Technical Bid)<br />

To,<br />

The Managing Director,<br />

RajCOMP Info Services Limited (RISL),<br />

First Floor, Yojana Bhawan, Tilak Marg,<br />

C-Scheme, Jaipur-302016 (Raj.)<br />

Sir,<br />

Having examined the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the<br />

undersigned, offer to work as “System Integrator/ Implementing Agency” as per the defined Scope of the<br />

work & in con<strong>for</strong>mity with the said bidding document <strong>for</strong> the same. We hereby offer our best price as per<br />

the details below and would be valid as per the details mentioned in the NIT.<br />

1) I/ We undertake that the prices are in con<strong>for</strong>mity with the specifications/ requirements prescribed. The price<br />

quoted is inclusive of all cost likely to be incurred <strong>for</strong> executing this work. The prices are inclusive of all type of<br />

govt. taxes/ duties.<br />

2) I/ We undertake, if our bid is accepted, to deliver the services in accordance with the requirements of RISL/<br />

designated department.<br />

3) If our bid is accepted, we will give the Per<strong>for</strong>mance Security of Rs. ___________<strong>for</strong> the due per<strong>for</strong>mance of the<br />

Contract, in the <strong>for</strong>m prescribed by RISL.<br />

4) I/ We agree to abide by this bid <strong>for</strong> a period of 180 (One Hundred Eighty only) days after the last date fixed <strong>for</strong><br />

bid submission and it shall remain binding upon us and may be accepted at any time be<strong>for</strong>e the expiry of that<br />

period.<br />

5) Until a <strong>for</strong>mal contract is prepared and executed, this bid, together with your written acceptance thereof and your<br />

notification of award shall constitute a binding Contract between us.<br />

6) We understand that you are not bound to accept the lowest or any bid you may receive.<br />

7) We agree to the terms & conditions mentioned in the Tender document.<br />

Seal &Signature of the Auth. Sign . Page 183 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

A) CAPEX<br />

A1) CAPEX: Head Quarter, DAM, Jaipur<br />

Sl.No.<br />

Item No. and<br />

Description<br />

Make &<br />

Model<br />

Unit<br />

Total<br />

Qty<br />

Base Unit Cost in<br />

INR<br />

(inclusive of<br />

packaging,<br />

transportation,<br />

warranty, insurance)<br />

Total<br />

Cost in<br />

INR<br />

CST<br />

in %<br />

VAT<br />

in %<br />

CST<br />

in<br />

INR<br />

VAT<br />

in<br />

INR<br />

Total<br />

Cost in<br />

INR<br />

1.<br />

2.<br />

3.<br />

4.<br />

Laptop<br />

Computer<br />

Desktop<br />

Computer<br />

800 VA UPS<br />

(30 Min<br />

backup)<br />

Laser Printer<br />

B/W standard<br />

A B C=AxB D E F=C+D+E<br />

Nos. 10<br />

Nos. 20<br />

Nos. 21<br />

Nos. 20<br />

5.<br />

Multi-Function<br />

Device (B&W)<br />

Nos. 3<br />

6.<br />

7.<br />

8.<br />

L2<br />

(48P)<br />

Computer<br />

Table<br />

Computer<br />

Chair<br />

Switch<br />

Nos. 1<br />

Nos. 25<br />

No 20<br />

The rates shall be filled up<br />

separately in given <strong>for</strong>mat<br />

on e-procurement portal<br />

with financial bid.<br />

9.<br />

Structure<br />

Cabling<br />

Mt 300<br />

10.<br />

Panel with<br />

19 U rack<br />

No 1<br />

11. I/O Points No 53<br />

12. Patch cord No t 70<br />

13.<br />

NMS Client<br />

Licence<br />

Total A1 (In Figures) – Rs.<br />

No 1<br />

Total A1 (In Words) – Rupees<br />

Note:- A<strong>for</strong>esaid Quantity mentioned <strong>for</strong> item no 9 (structure cable) are Indicative, SI will finalised actual<br />

quantity in consultation with DAM, in case of any deviation in quantity unitary price of each item shall be<br />

applicable.<br />

Seal &Signature of the Auth. Sign . Page 184 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

A2) CAPEX: Regional office, DAM GoR<br />

Sl.No.<br />

Item No. and<br />

Description<br />

Make &<br />

Model<br />

Unit<br />

Total<br />

Qty<br />

Base Unit Cost in<br />

INR<br />

(inclusive of<br />

packaging,<br />

transportation,<br />

warranty,<br />

insurance)<br />

Total<br />

Cost in<br />

INR<br />

CST in<br />

%<br />

VAT in<br />

%<br />

CST<br />

in<br />

INR<br />

VAT<br />

in<br />

INR<br />

Total<br />

Cost in<br />

INR<br />

1. Laptop Nos. 1o<br />

A B C=AxB D E F=C+D+E<br />

2.<br />

Desktop<br />

Computer<br />

Nos. 30<br />

3.<br />

800VA UPS<br />

(30 Min<br />

backup)<br />

Nos. 40<br />

4.<br />

L2 Switch (24<br />

Port)<br />

Nos. 10<br />

5.<br />

Multi-Function<br />

Device (B&W)<br />

Nos. 10<br />

6.<br />

7.<br />

8.<br />

Laser Printer<br />

(B&W)<br />

Standard<br />

Computer<br />

Table<br />

Computer<br />

Chair<br />

Nos. 30<br />

Nos. 40<br />

Nos 40<br />

The rates shall be filled up<br />

separately in given <strong>for</strong>mat<br />

on e-procurement portal<br />

with financial bid.<br />

9.<br />

Structure<br />

Cabling<br />

Mt 1000<br />

10.<br />

24 Port Panel<br />

with 19 U<br />

rack<br />

No 10<br />

11. I/O Points No 80<br />

12. Patch cord No 100<br />

13.<br />

NMS Client<br />

License<br />

No 10<br />

Total A2 (In Figures) – Rs.<br />

Total A2 (In Words) – Rupees<br />

Note:- A<strong>for</strong>esaid Quantity mentioned <strong>for</strong> item no 9 (structure cable) are Indicative, SI will finalised actual<br />

quantity in consultation with DAM, in case of any deviation in quantity unitary price of each item shall be<br />

applicable.<br />

Seal &Signature of the Auth. Sign . Page 185 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

A3) CAPEX: <strong>Mandi</strong>, DAM, GoR<br />

Sl.No.<br />

Item No. and<br />

Description<br />

Make &<br />

Model<br />

Unit Total<br />

Qty<br />

Base Unit Cost in<br />

INR<br />

(inclusive of<br />

packaging,<br />

transportation,<br />

warranty,<br />

insurance)<br />

Total<br />

Cost in<br />

INR<br />

CST<br />

in %<br />

VAT<br />

in %<br />

CST<br />

in<br />

INR<br />

VAT<br />

in<br />

INR<br />

Total<br />

Cost in<br />

INR<br />

1. Desktop Computer Nos. 25<br />

A B C=AxB D E F=C+D+E<br />

2.<br />

3.<br />

4.<br />

800VA UPS (60 Min<br />

backup)<br />

Multi-Function<br />

Device (B&W)<br />

Laser Printer (B&W)<br />

Standard<br />

Nos. 25<br />

Nos. 5<br />

Nos. 25<br />

5. L2 Switch (24 Port) Nos. 5<br />

6. Computer Table Nos. 30<br />

7. Computer Chair No 30<br />

8. Structure Cabling Mt 2500<br />

9.<br />

24 Port Panel with<br />

19 U rack<br />

No 5<br />

10. I/O Points No 75<br />

11. Patch cord No 100<br />

The rates shall be filled up<br />

separately in given <strong>for</strong>mat<br />

on e-procurement portal<br />

with financial bid.<br />

12.<br />

NMS<br />

Licences<br />

Client<br />

NO 5<br />

13. Handheld Device Nos. 15<br />

14. DG Set (7.5 KVA) Nos. 5<br />

15.<br />

CCTV Camera +<br />

Accessories)<br />

Nos. 10<br />

16. CCTV LCD Panel 42" Nos. 5<br />

17.<br />

18.<br />

Electronic Board<br />

Display 8' x 12'<br />

Automatic boom<br />

Barriers<br />

Nos. 5<br />

Nos. 10<br />

Seal &Signature of the Auth. Sign . Page 186 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Sl.No.<br />

Item No. and<br />

Description<br />

Make &<br />

Model<br />

Unit Total<br />

Qty<br />

Base Unit Cost in<br />

INR<br />

(inclusive of<br />

packaging,<br />

transportation,<br />

warranty,<br />

insurance)<br />

Total<br />

Cost in<br />

INR<br />

CST<br />

in %<br />

VAT<br />

in %<br />

CST<br />

in<br />

INR<br />

VAT<br />

in<br />

INR<br />

Total<br />

Cost in<br />

INR<br />

A B C=AxB D E F=C+D+E<br />

19. 2 Ton AC Stabilizer Nos. 5<br />

Total A3 <strong>for</strong> <strong>Mandi</strong>s (In Figures) – Rs.<br />

Total A3<strong>for</strong> <strong>Mandi</strong>s (In Words) – Rupees<br />

Note:- A<strong>for</strong>esaid Quantity mentioned <strong>for</strong> item no 8 (structure cable) item no 13 ( handheld device), item no 14<br />

(CCTV camera + accessories), item no 15 (CCTV LCD Panel) and item no 18 (automatics boom barriers) are<br />

Indicative, SI will finalised actual quantity in consultation with DAM, in case of any deviation in quantity unitary<br />

price of each item shall be applicable.<br />

Seal &Signature of the Auth. Sign . Page 187 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

A4) CAPEX: Miscellaneous One-Time Activities<br />

Sl.No.<br />

Item No. and<br />

Description<br />

Make &<br />

Model<br />

Unit<br />

Total<br />

Qty<br />

Base Unit Cost in<br />

INR<br />

(inclusive of<br />

packaging,<br />

transportation,<br />

warranty, insurance)<br />

Total<br />

Cost in<br />

INR<br />

CST<br />

in %<br />

VAT<br />

in %<br />

CST<br />

in<br />

INR<br />

VAT<br />

in<br />

INR<br />

Total<br />

Cost in<br />

INR<br />

A B C=AxB D E F=C+D+E<br />

WebPortal and<br />

RIMMS<br />

Application S/w<br />

Development<br />

Inclusive of<br />

Middleware<br />

Software<br />

Application/<br />

1.<br />

portal/COTS/<br />

support<br />

application<br />

used by SI to<br />

run application<br />

along with 3<br />

years OEM<br />

support<br />

-- Nos. 1<br />

The rates shall be filled up<br />

separately in given <strong>for</strong>mat<br />

on e-procurement portal<br />

with financial bid.<br />

2.<br />

Data Digitization<br />

as per SoW<br />

--<br />

Recor<br />

ds .<br />

95600<br />

Initial Training to<br />

all Officers/<br />

3.<br />

Emp. as per<br />

SoW<br />

--<br />

Sessi<br />

on<br />

22<br />

Total A4 (In Figures) – Rs.<br />

Total A4(In Words) – Rupees<br />

Seal &Signature of the Auth. Sign . Page 188 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

B) OPEX<br />

B1) OPEX <strong>for</strong> 2 Years<br />

Sl.No.<br />

Item No. and Description<br />

Per Unit OPEX<br />

Cost in INR<br />

including all<br />

Taxes and<br />

Levies<br />

(<strong>for</strong> 2 Years)<br />

No. of Offices/<br />

Locations<br />

Total OPEX Cost<br />

in INR<br />

1. Head Quarter, DAM, GoR, Jaipur The rates<br />

shall be filled<br />

1<br />

2. <strong>Mandi</strong>s, DAM, GoR up<br />

5<br />

separately in<br />

given <strong>for</strong>mat<br />

on e-<br />

1<br />

Web Portal & Application S/w<br />

procurement<br />

3.<br />

Support & Maintenance<br />

portal<br />

with financial<br />

bid.<br />

Total B1 <strong>for</strong> 2 Years (In Figures) – Rs.<br />

Total B1 <strong>for</strong> 2 Years (In Words) – Rupees<br />

A B C=A x B<br />

C) Man-Month Rate <strong>for</strong> Application Change Requests<br />

Sl.N<br />

o.<br />

Item No. and<br />

Description<br />

One Man-<br />

Month Cost<br />

in INR<br />

Taxes/<br />

Levies in<br />

INR<br />

Estimated Total<br />

Man- Months<br />

Total Cost in INR<br />

A B C D=(A+B)*C<br />

The rates shall be filled<br />

Man-Month Rate <strong>for</strong><br />

up<br />

undertaking change separately in given<br />

1. request work with <strong>for</strong>mat<br />

an ef<strong>for</strong>t estimate of on e-procurement portal<br />

40 man-months<br />

with financial bid.<br />

40 Man Months<br />

Total C (In Figures) – Rs.<br />

Total C (In Words) – Rupees<br />

Seal &Signature of the Auth. Sign . Page 189 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

D) COMMERCIAL BID SUMMARY – TOTAL CAPEX and TOTAL OPEX<br />

D1) TOTAL CAPEX<br />

Sl.No. Item No. and Description CAPEX Cost in INR<br />

1. Total Cost of A1 The rates shall be<br />

filled up<br />

2. Total Cost of A2<br />

separately in given<br />

3. Total Cost of A3<br />

<strong>for</strong>mat<br />

on e-procurement<br />

4. Total Cost of A4<br />

portal<br />

Total D1 (In Figures) – Rs.<br />

Total D1 (In Words) – Rupees<br />

A<br />

with financial bid.<br />

D2) TOTAL OPEX<br />

Sl.No. Item No. and Description<br />

1. Total Cost of B1<br />

Total OPEX Cost in INR<br />

The rates shall be filled up<br />

separately in given <strong>for</strong>mat<br />

on e-procurement portal<br />

with financial bid.<br />

Total D2 (In Figures) – Rs.<br />

Total D2 (In Words) – Rupees<br />

E) COMMERCIAL BID SUMMARY – TOTAL PROJECT COST<br />

Sl.No. Item No. and Description<br />

Total Cost in INR<br />

1. Total CAPEX (D1)<br />

2. Total OPEX (D2)<br />

3.<br />

Man-Month Rate <strong>for</strong> undertaking change request<br />

work with an<br />

ef<strong>for</strong>t estimate of 40 man-months (C)<br />

The rates shall be filled up<br />

separately in given <strong>for</strong>mat<br />

on e-procurement portal<br />

with financial bid.<br />

Total E (In Figures) – Rs.<br />

Total E (In Words) – Rupees<br />

Authorized Signatory: ___________________________<br />

Date: ________________<br />

Place: ________________<br />

Seal &Signature of the Auth. Sign . Page 190 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Seal of the Company/Firm: ______________________<br />

7.14 ANNEXURE-14 - PERFORMANCE BANK GUARANTEE<br />

(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from <strong>Rajasthan</strong> State<br />

only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur)( payable at par at<br />

Jaipur)<br />

To,<br />

Managing Director,<br />

RajCOMP Info Services Ltd. (RISL),<br />

Jaipur.<br />

1. In consideration of the RajCOMP Info Services Ltd. (RISL) (hereinafter called "RISL") having agreed<br />

to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand, under<br />

the terms and conditions of an Agreement No..................................dated .....................made between<br />

the RISL through Director (T) and .......................(Contractor) <strong>for</strong> the work .................(hereinafter<br />

called "the said Agreement") of Security Deposit <strong>for</strong> the due fulfillment by the said Contractor (s) of<br />

the terms and conditions contained in the said Agreement, on production of a Bank Guarantee <strong>for</strong><br />

Rs...................(rupees ........................................only), we ...................(indicate the name of the<br />

Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby<br />

undertake to pay to the RISL an amount not exceeding<br />

Rs...................(Rupees..................................only) on demand.<br />

2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................<br />

(Rupees............................only), the amounts due and payable under this guarantee without any<br />

demur or delay, merely on a demand from the RISL. Any such demand made on the bank by the<br />

RISL shall be conclusive as regards the amount due and payable by the Bank under this guarantee.<br />

The Bank Guarantee shall be completely at the disposal of the RISL and We....................... (Indicate<br />

the name of Bank), bound ourselves with all directions given by RISL regarding this Bank Guarantee.<br />

However, our liability under this guarantee shall be restricted to an amount not exceeding<br />

Rs...................... (Rupees....................only).<br />

3. We.......................(indicate the name of Bank), undertake to pay to the RISL any money so demanded<br />

notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending<br />

be<strong>for</strong>e any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being<br />

absolute, unequivocal and unconditional.<br />

4. We.....................(indicate the name of Bank) further agree that the per<strong>for</strong>mance guarantee herein<br />

contained shall remain in full <strong>for</strong>ce and effective up to and that it shall continue to be<br />

en<strong>for</strong>ceable <strong>for</strong> above specified period till all the dues of RISL under or by virtue of the said<br />

Agreement have been fully paid and its claims satisfied or discharged or till the RISL certifies that the<br />

terms and conditions of the said Agreement have been fully and properly carried out by the said<br />

Contractor(s) and accordingly discharges this guarantee.<br />

5. We ...........................(indicate the name of Bank) further agree with the RISL that the RISL shall have<br />

the fullest liberty without our consent and without affecting in any manner our obligations hereunder to<br />

vary any of the terms and conditions of the said Agreement or to extend time of per<strong>for</strong>mance by the<br />

said Contractor(s) from time to time or to postpone <strong>for</strong> any time or from time to time any of the powers<br />

exercisable by the RISL against the said Contractor(s) and to <strong>for</strong>bear or en<strong>for</strong>ce any of the terms and<br />

conditions relating to the said Agreement and we shall not be relieved from our liability by reason of<br />

any such variation, or extension being granted to the said Contractor(s) or <strong>for</strong> any <strong>for</strong>bearance, act or<br />

Seal &Signature of the Auth. Sign . Page 191 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

omission on the part of the RISL or any indulgence by the RISL to the said Contractor(s) or by any<br />

such matter or thing whatsoever which would but <strong>for</strong> this provision, have effect of so relieving us.<br />

6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not be<br />

discharged due to the change in the constitution of the Bank or the contractor(s).<br />

7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this guarantee<br />

except with the previous consent of the RISL in writing.<br />

8. This per<strong>for</strong>mance Guarantee shall remain valid and in full effect, until it is decided to be discharged<br />

by the RISL. Notwithstanding anything mentioned above, our liability against this guarantee is<br />

restricted to Rs........................... (Rupees..............................only).<br />

9. It shall not be necessary <strong>for</strong> the RISL to proceed against the contractor be<strong>for</strong>e proceeding against the<br />

Bank and the guarantee herein contained shall be en<strong>for</strong>ceable against the Bank notwithstanding any<br />

security which the RISL may have obtained or obtain from the contractor.<br />

10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We<br />

undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day of<br />

expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on<br />

the close of the next working day.<br />

11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the<br />

memorandum and articles of Association/constitution of our bank and the undersigned is/are the<br />

recipient of authority by express delegation of power(s) and has/have full power(s) to execute this<br />

guarantee <strong>for</strong> the power of attorney issued by the bank.<br />

Dated..........................day of....................For and on behalf of the (indicate the Bank)<br />

Signature<br />

(Name & Designation)<br />

Bank's Seal<br />

The above per<strong>for</strong>mance Guarantee is accepted by the RISL<br />

For and on behalf of the RISL<br />

Signature<br />

(Name & Designation)<br />

Seal &Signature of the Auth. Sign . Page 192 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.15 ANNEXURE-15 - DRAFT AGREEMENT FORMAT<br />

1) An agreement made this__ (enter date of Agreement)__between__(enter your firm’s name &<br />

address)__(hereinafter called "the approved supplier", which expression shall, where the context so<br />

admits, be deemed to include his heirs, successors, executors and administrators of the one part and<br />

the "RISL" which expression shall, where the context so admits, be deemed to include his successors<br />

in office and assigns of the other part.<br />

2) Whereas the approved supplier has agreed with the RISL to supply to the Managing Director, RISL,<br />

Yojana Bhawan, Jaipur on behalf of (enter name of client organisation) to its various Offices as well<br />

as at its branch offices throughout <strong>Rajasthan</strong>, all those articles set <strong>for</strong>th in Our Order No ._________<br />

Dated __________ appended hereto in the manner set <strong>for</strong>th in the conditions of the tender and<br />

contract appended herewith and at the rates set <strong>for</strong>th in the said order.<br />

3) And whereas the approved supplier has deposited a sum of Rs._____________ in the <strong>for</strong>m of: -<br />

a) Cash/ Bank Draft No./ Banker Cheque No.____________________ dated._________ valid upto<br />

_____________.<br />

b) Post Officer Savings Bank Pass Book duly hypothecated to the Departmental authority.<br />

c) National Savings Certificates / Defence Savings Certificates / Kisan Vikas Patras or any other<br />

script / instrument under National Saving Schemes <strong>for</strong> promotion of Small Savings, if the same<br />

can be pledged under the relevant rule. (The certificates being accepted at surrender value) as<br />

security <strong>for</strong> the due per<strong>for</strong>mance of the a<strong>for</strong>esaid agreement which has been <strong>for</strong>mally transferred<br />

to RISL.<br />

4) Now these Presents witness:<br />

a) In consideration of the payment to be made by the RISL through cheque/DD at the rates set <strong>for</strong>th<br />

in the Supply Order hereto appended the approved supplier will duly supply the said<br />

articles set <strong>for</strong>th in Our Order No.___________ dated ___/___/20___ thereof in the manner<br />

set <strong>for</strong>th in the NIT, Tender Form, Instructions to Bidders, Terms of Reference, General and<br />

Special Conditions of the Tender and Contract, Technical Bid and Financial Bid along with their<br />

enclosures.<br />

b) The NIT, Tender Form, Scope of Work, General and Special Terms and Conditions of the Tender<br />

and Contract, Technical Bid and Financial Bid along with their enclosures enclosed with the<br />

Tender Notice No._____ dated.___/___/20___ and also appended to this agreement will be<br />

deemed to be taken as part of this agreement and are binding on the parties executing this<br />

agreement<br />

c) Letter Nos._______________ dated __________ received from bidder and letter number<br />

_____________dated____________ issued by the RISL and appended to this agreement shall<br />

also <strong>for</strong>m part of this agreement.<br />

Seal &Signature of the Auth. Sign . Page 193 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

d) (i) The RISL do hereby agree that if the approved supplier shall duly supply the said articles in the<br />

manner a<strong>for</strong>esaid observe and keep the said terms and conditions, the RISL will through<br />

Cheque/ DD pay or cause to be paid to the approved supplier at the time and the manner set<br />

<strong>for</strong>th in the said conditions, the amount payable <strong>for</strong> each and every consignment.<br />

(ii) The mode of Payment will be as specified in the bid document/ work order.<br />

5) The prescribed scope of work/ requirement of services and deployment of technical resources shall<br />

be effected and completed within the period as specified in the work order.<br />

6) In case of extension in the delivery and/ or installation period/ completion period with liquidated<br />

damages, the recovery shall be made on the basis of following percentages of value of stores/ works<br />

which the bidder has failed to supply or complete the work: -<br />

a) Delay up to one fourth period of the prescribed delivery period, successful installation<br />

& completion of work<br />

b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period,<br />

successful installation & completion of work.<br />

c) Delay exceeding half but not exceeding three fourth of the prescribed delivery period,<br />

successful installation & completion of work.<br />

d) Delay exceeding three fourth of the prescribed delivery period, successful installation<br />

& completion of work.<br />

2.5%<br />

5.0%<br />

7.5%<br />

10.0%<br />

Note:<br />

a) Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be<br />

eliminated if it is less than half a day.<br />

b) The maximum amount of agreed liquidated damages shall be 10%.<br />

c) If the supplier requires an extension of time in completion of contractual supply on account of<br />

occurrence of any hindrances, he shall apply in writing to the authority which had placed the<br />

supply order, <strong>for</strong> the same immediately on occurrence of the hindrance but not after the stipulated<br />

date of completion of supply.<br />

Delivery period may be extended with or without liquidated damages if the delay in the supply of<br />

goods in on account of hindrances beyond the control of the bidder.<br />

7) Warranty/ Services shall be provided by the bidder as per Conditions of Contract.<br />

8) All disputes arising out of this agreement and all questions relating to the interpretation of this<br />

agreement shall be decided by the RISL and the decision of the RISL shall be final.<br />

In witness whereof the parties hereto have set their hands on the _____ day of _____ (Year).<br />

Signature of the Approved<br />

supplier<br />

Signature <strong>for</strong> and on behalf of<br />

MD, RISL<br />

Seal &Signature of the Auth. Sign . Page 194 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Date:<br />

Designation:<br />

Date:<br />

Witness No.1<br />

Witness No.2<br />

Witness No.1<br />

Witness No.2<br />

Seal &Signature of the Auth. Sign . Page 195 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.16 ANNEXURE-16 - FORMAT FOR SUBMISSION OF PROJECT REFERENCES<br />

FOR PRE-QUALIFICATION EXPERIENCE<br />

Project Name:<br />

Country:<br />

Location within country:<br />

Name of Customer:<br />

Contact person with address, phone,<br />

fax and e-mail:<br />

Start date (month/year):<br />

Completion date (month/year):<br />

Name of associated Bidders, if any:<br />

Narrative description of Project:<br />

List of Services provided by your firm/company<br />

Value of Contract/Work Order (In INR):<br />

Project Duration:<br />

Total No. of staff-months of the assignment:<br />

Approx. value of the services provided by your company under the<br />

contract (in INR):<br />

Please attach a copy of the work order/completion certificate/purchase order/ letter from the customer <strong>for</strong> each<br />

project reference<br />

Seal &Signature of the Auth. Sign . Page 196 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.17 ANNEXURE 17- SERVICE LEVEL AGREMENT<br />

a) Purpose & Duration of SLA: The SLA purpose is to en<strong>for</strong>ce a contract between the selected bidder<br />

and Purchaser. The SLA would come into effect from the date of commissioning and until the<br />

successful completion of the operations & maintenance period of 2 years.<br />

b) Escalation Procedure: The SLA provides Levels of support to be provided by the selected bidder,<br />

incident handling process based on criticality of incident reported, incident escalation, responsible<br />

offices and expected time to resolve the incident. The following characteristics are used to identify the<br />

severity of an incident.<br />

• Business and financial exposure<br />

• Work outage<br />

• Number of end-users affected<br />

• Workaround<br />

• Acceptable resolution time<br />

A given problem must be judged against each of the characteristics to make an overall<br />

assessment of which severity level best describes the incident. The designated officer and<br />

selected bidder‟s helpdesk staff may jointly determine the initial severity rating <strong>for</strong> the report.<br />

Escalation Level Severity Codes Responsible Officer<br />

Level 1<br />

Level 2<br />

High<br />

Medium<br />

Low<br />

High<br />

Medium<br />

Low<br />

1) Bidder‟s Helpdesk Executive at NOC/ HQ of<br />

DAM, GoR<br />

2) Designated Nodal Officer, RISL<br />

3) Designated Nodal Officer, DAM, GoR<br />

1) Bidder‟s Project Manager at NOC/ HQ of DAM,<br />

GoR<br />

2) Director (Technical), RISL<br />

3) Director, DAM, GoR<br />

Level 3<br />

High<br />

Medium<br />

Low<br />

1) Bidder‟s Project Manager at NOC/ HQ of DAM,<br />

GoR<br />

2) PS, Agriculture, GoR<br />

3) Managing Director, RISL<br />

4) Additional Director, DoIT&C, GoR<br />

Seal &Signature of the Auth. Sign . Page 197 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

a) Service Window:<br />

1 Prime Business Hours (PBH) 08:00AM to 06:00PM, 10 Hours (On all days)<br />

2 Non-Prime Business Hours<br />

(NPBH)<br />

06:00PM to 08:00AM, 14 Hours (On all days)<br />

b) Hours of Operation (Help Desk): The problems encountered during the usage of the application<br />

would be reported at the Help Desk established by the selected bidder at the Head Office of DAM<br />

in Jaipur. This would enable the Helpdesk staff to log complaints and take action as per the<br />

severity of the reported problem. Also, the hours of Helpdesk operation would be from 9.30AM to<br />

6.30PM and on all the working days. If required, under exceptional circumstances, the Helpdesk<br />

would also be operational on non-working days.<br />

c) Dependencies: The dependencies on the per<strong>for</strong>mance of services beyond the control of either<br />

party and where default is due to reasons beyond the control of the selected bidder or due to<br />

reasons attributable to RISL or third parties, the selected bidder would not be penalized. For<br />

example, if uptime of a particular equipment/ application is desired and this is due to nonavailability<br />

of power (which is out of scope of work of the selected bidder), then the time period<br />

during which a service was unavailable due to non-availability of power would be removed while<br />

calculating the uptime.<br />

d) Monitoring & Evaluation: The selected bidder shall provide and make use of following system <strong>for</strong><br />

monitoring and evaluation<br />

Sr No SLA Report Reporting System<br />

1 Down time of IT & Non-IT<br />

Infrastructure deployed at all<br />

project locations<br />

2 Down Time web portal &<br />

Application software<br />

Through a web base/phone line Incident reporting<br />

log available at IT help desk<br />

Through EMS application available at RSDC<br />

3 Non Availability of Manpower Attendance Register at each project location<br />

4 Delay in per<strong>for</strong>ming software<br />

support like upload content/ bugs<br />

fixing/ minor change request<br />

Through a web base/phone line call log available<br />

at IT help desk<br />

Seal &Signature of the Auth. Sign . Page 198 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

e) Review Committee and Review Mechanism: The designated review committee/ members, on a<br />

quarterly basis, shall review and discuss the services delivery and per<strong>for</strong>mance standard<br />

compliance of the selected bidder. The review would include but not limited to: -<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

Service provided during the review period<br />

Major incidents during the review period<br />

Problems that remains outstanding<br />

Review of Change requests/Variation and progress <strong>for</strong> enhancements<br />

Future events or business developments that will affect the Service<br />

Review any potential changes required to the SLA<br />

Agree items <strong>for</strong> submission to the executive decision making<br />

Review schedules <strong>for</strong> Services provided.<br />

f) Penalty <strong>for</strong> downtime<br />

If the selected bidder fails to deliver the required services due to reasons attributable to him like<br />

non-functioning of the hardware/ system, non-accessibility of the web-portal/ application, nonavailability<br />

of the technical personnel/ manpower, etc. the cumulative penalty, as applicable,<br />

would be imposed as mentioned bellow while processing the payment <strong>for</strong> respective milestone.<br />

i. Penalty <strong>for</strong> Downtime of IT & Non IT Infrastructure deployed at various project locations.<br />

The below mentioned table describes item wise schedule of expected time allowed to SI to<br />

maintain items in Up & running condition it further describes the schedule <strong>for</strong> escalation of<br />

complaints.<br />

The penalty shall imposed in case SI fails to resolve complaint in expected time (as defined in<br />

No penalty column)<br />

Items No Penalty Escalation Schedule<br />

Low Medium High<br />

Switch/ Router No delay 30 Min 120 Min 240 Min<br />

Desktop 20 Min 60 Min 8 Hour 2 days<br />

Laptop 20 Min 60 Min 8 Hour 2 days<br />

Printer 40Min 120 Min 8 Hour 3 days<br />

UPS 40Min 120 Min 8 Hour 3 days<br />

Seal &Signature of the Auth. Sign . Page 199 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

Boom Barrier 10 Min 30 Min 60 Min 120 Min<br />

Handheld Devices 40Min 120 Min 8 Hour 2 days<br />

CCTV 40Min 120 Min 8 Hour 3 days<br />

CC Camera 40Min 120 Min 8 Hour 3 days<br />

Electronic Display Board 40Min 120 Min 8 Hour 3 days<br />

DG Set 40Min 120 Min 8 Hour 3 days<br />

The penalties defined below shall be applicable per location e.g if downtime is reported at<br />

particular location (Udaipur <strong>Mandi</strong>) then penalty shall be attributed <strong>for</strong> quarterly payment of<br />

particular mandi only.<br />

Location Uptime in a Quarter Penalty in % of the quarterly payable amount<br />

attributed to per location<br />

PBH<br />

NPBH<br />

>=98% No Penalty No Penalty<br />

>=97% and =96% and =95% and


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

61-120 mins. (upto 2 Hrs) 0.5% No Penalty<br />

121-180 mins. (upto 3 Hrs) 1% 0.5%<br />

181-240 mins. (upto 4 Hrs) 2% 1%<br />

241-300 mins. (upto 5 Hrs) 3% 2%<br />

301-360 mins. (upto 6 Hrs) 4% 3%<br />

361-420 mins. (upto 7 Hrs) 5% 4%<br />

421-480 mins. (upto 8 Hrs) 6% 5%<br />

481-540 mins. (upto 9 Hrs) 7% 6%<br />

541-600 mins. (upto 10 Hrs) 8% 7%<br />

601-660 mins. (upto 11 Hrs) 9% 8%<br />

661-720 mins. (upto 12 Hrs/ 1 Day) 10% 9%<br />

> 720 mins. (> 12 Hrs/ 1 Day)<br />

10% and additional<br />

10% per additional 12<br />

Hrs/ 1 Day downtime<br />

(subject to max 50%)<br />

9% per day and<br />

additional 9% per<br />

additional 12 Hrs/ 1 Day<br />

downtime (subject to<br />

max 50%)<br />

Note: Down-time of 5 days in a month <strong>for</strong> consecutive 2 months may be treated as breach of<br />

contract. Also, the penalty defined in this section shall be used only when the website/<br />

application is not accessible/ functional/ active but the hardware is functional at RSDC,<br />

Jaipur.<br />

iii. Penalty <strong>for</strong> Non-Availability of deployed Personnel/ Resources/ Manpower<br />

Resource Type<br />

Penalty Per Day of Non-Availability<br />

(to be deducted from the total quarterly<br />

payable amount during the O&M Phase)<br />

Project Manager/ System Administrator/<br />

Network Engineer / Database Admin Rs. 2500/- per day.<br />

(NOC)<br />

Helpdesk Executive (Helpdesk)<br />

Rs. 1200/- per day.<br />

Local Support Exec. (<strong>Mandi</strong>s. Off.) Rs. 750/- per day.<br />

iv. Penalty <strong>for</strong> non-timely per<strong>for</strong>ming software support service like Update Content Management<br />

(Web Portal)/ Incident reporting of Bugs fixing/ Change Management (Application Software)<br />

i.e. Minor Change Requests<br />

Delay (in days)<br />

Penalty Per Day<br />

(to be deducted from the total quarterly<br />

payable amount during the O&M Phase)<br />

Upto 1 Day<br />

No Penalty<br />

2 nd Day Rs. 2,000/- per day.<br />

3 rd Day Rs. 3,000/- per day.<br />

4 th Day Rs. 4,000/- per day.<br />

Seal &Signature of the Auth. Sign . Page 201 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

5 th Day Rs. 5,000/- per day.<br />

Note: Non-timely Content Management/ Bugs fixing / Change Management <strong>for</strong> 5 or more<br />

days <strong>for</strong> consecutive 2 months may be treated as breach of contract.<br />

v. Penalty <strong>for</strong> improper/ missing Data Backup: If the selected bidder fails to take the backup (as<br />

per the RSDC Backup Policy) then a penalty of Rs. 2,000 per day will be imposed (to be<br />

deducted from the total quarterly payable amount during the O&M Phase).<br />

vi. Penalty <strong>for</strong> Non-timely submission of Deliverables: If the selected bidder fails to submit any of<br />

the required/ specified deliverables as per the details mentioned (Para 4.2.7.3) in this <strong>RFP</strong><br />

then a penalty of Rs. 1000/- per day per deliverable will be imposed (to be deducted from the<br />

total quarterly payable amount during the O&M Phase).<br />

vii. Note: Any delay/ non-per<strong>for</strong>mance, not attributable to the selected bidder, shall not be taken<br />

into account while computing adherence to service levels but the selected bidder shall submit<br />

sufficient records/ documents that the delay/ non-per<strong>for</strong>mance is not on his part.<br />

Seal &Signature of the Auth. Sign . Page 202 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.18 ANNEXURE 18 - FORMAT FOR CONSORTIUM AGREEMENT<br />

(On non-judicial stamp paper of appropriate value to be purchased in the name of executants companies<br />

or as required by the jurisdiction in which executed)<br />

THIS Consortium Agreement executed on this ................ day of........................... Two Thousand<br />

………………. By:<br />

M/s. ......................................................... a Company incorporated under the laws<br />

of........................………………………........ and having its registered office at ...............................<br />

(hereinafter called the “Lead Member/First Member” which expression shall include its successors); and<br />

M/s. …......................................................... a Company incorporated under the laws of<br />

.......................................………………………..... and having its registered office at ..............................<br />

(hereinafter called the “Second Member” which expression shall include its successors)<br />

The Lead Member/First Member and the Second Member shall collectively hereinafter be called as the<br />

“Consortium Members” <strong>for</strong> the purpose of submitting a proposal (hereinafter called as “Bid”) <strong>for</strong> the<br />

work of …………………(Name of work)………………………<strong>for</strong> …………… (Name of project) of<br />

M/s…………………………….. to Government of <strong>Rajasthan</strong> (GoR)/ Rajcomp Info Services Limited<br />

(herein after called the `Owner‟ or „RISL‟), RISL being a Company incorporated under the Companies<br />

Act, 1956 having its registered office at C Block, Yojna Bhavan, Tilak Marg, C-Scheme, Jaipur, India<br />

(hereinafter called the “Owner/GoR/ RISL”) in response to GoR/RISL Request <strong>for</strong> Proposal Document<br />

(hereinafter called as ”<strong>RFP</strong>” Document) Dated………….. <strong>for</strong> the purposes of submitting the bid no.<br />

………….. ………………………….. and entering into a contract in case of award <strong>for</strong> the work of<br />

…………………(Name of work)………………………<strong>for</strong> …………… (Name of project) of GoR/RISL.<br />

WHEREAS, the Owner invited bids vide its <strong>RFP</strong> document no. …………………… <strong>for</strong> the work of<br />

……………………………………………………. AND WHEREAS as per document, Consortium bids<br />

will also be considered by the Owner provided they meet the specific requirements in that regard.<br />

AND WHEREAS the PQ bid is being submitted to the Owner vide proposal dated ………… based on the<br />

Consortium Agreement being these presents and the PQ bid with its PQ bid <strong>for</strong>ms and submission<br />

documents, in accordance with the requirement of PQ document conditions and requirements have been<br />

signed by all the partners and submitted to the Owner.<br />

AND WHEREAS Clause ________ of <strong>RFP</strong> document stipulates that a Consortium of maximum two<br />

companies, meeting the requirements stipulated in the <strong>RFP</strong> document may submit a Proposal signed by<br />

Lead Member of the Consortium Members so as to legally bind all the Members of the Consortium who<br />

will be jointly and severally liable <strong>for</strong> the per<strong>for</strong>mance and all obligations thereunder to GoR/RISL and<br />

duly signed Consortium Agreement shall be attached to the Proposal.<br />

NOW THEREFORE, in consideration of the mutual covenants of the members of the Consortium, the<br />

sufficiency whereof is hereby acknowledged and other good valuable consideration, we agree as follows:<br />

Seal &Signature of the Auth. Sign . Page 203 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

1. We the members in the Consortium hereby confirm that the name and style of the Consortium shall<br />

be…………….. Consortium.<br />

2. M/s. ...................................... shall act as Lead Member <strong>for</strong> self, and <strong>for</strong> and on behalf of M/s<br />

…………………….. (Second Member) and further declare and confirm that we shall jointly and<br />

severally be bound unto the Owner <strong>for</strong> the successful per<strong>for</strong>mance of the obligations under the<br />

Request <strong>for</strong> Proposal (<strong>RFP</strong>) and resulting Contact Agreement(s) submitted / executed by the Lead<br />

Member in the event of the selection of Consortium. Further, the Lead Partner is authorized to incur<br />

liabilities and receive instructions <strong>for</strong> and on behalf of any or all partners of the CONSORTIUM.<br />

3. That M/s_____________ which is the Lead Member of the Consortium shall invest and continue to<br />

invest ….% (at least 51% to be invested by Lead Bidder) interest in the Consortium <strong>for</strong> the Lock in<br />

Period as specified in the <strong>RFP</strong> document.<br />

4. That M/s ____________, (Second Member) shall invest and continue to invest ….% interest of the<br />

Consortium <strong>for</strong> the Lock in Period as specified in the <strong>RFP</strong> document.<br />

5. The composition or the constitution of the consortium shall not be altered without the prior consent of<br />

GoR/RISL.<br />

6. The roles and responsibilities of the lead bidder and the second member of the consortium <strong>for</strong><br />

execution of various components/activities as defined in the <strong>RFP</strong> document shall be as under :<br />

Srl<br />

Project<br />

Roles & Responsibility<br />

Roles & Responsibility<br />

Component/Activity<br />

of Lead Bidder<br />

of Second Member of<br />

Consortium<br />

1<br />

2<br />

3<br />

4<br />

7. It is expressly agreed by the members that all members of the consortium shall be held equally<br />

responsible <strong>for</strong> the obligations under the <strong>RFP</strong> Document, Contract and this Agreement, irrespective of<br />

the specific roles/responsibilities undertaken by them.<br />

Seal &Signature of the Auth. Sign . Page 204 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

8. For the purpose of this Agreement, the <strong>RFP</strong> Document and the Contract, the Lead Partner shall be the<br />

single point of contact <strong>for</strong> the GoR/ RISL, shall have the overall responsibility of the management of<br />

the Project and shall have single point responsibility <strong>for</strong> ensuring that all members of the consortium<br />

are complying with the terms and conditions set out in the Contract and the <strong>RFP</strong> Document.<br />

9. All instructions/communications from PMC to the Lead Partner shall be deemed to have been duly<br />

provided to all the members of the consortium.<br />

10. If GoR/RISL suffers any loss or damage on account of any breach in the stipulation of the<br />

Agreements to be entered into by the Consortium Members, upon its selection pursuant to <strong>RFP</strong> (the<br />

"Agreements") or any shortfall in the per<strong>for</strong>mance of the Transaction or in meeting the per<strong>for</strong>mances<br />

guaranteed as per the <strong>RFP</strong> and the Agreements, the Consortium Members hereby jointly and severally<br />

undertake to promptly make good such loss or damages caused to GoR/RISL on its demand without<br />

any demur or contest. The Owner shall have the right to proceed against anyone of the partners and it<br />

shall neither be necessary nor obligatory on the part of the Owner to proceed against the Lead Partner<br />

be<strong>for</strong>e proceeding against or dealing with the other Member.<br />

11. The financial liability of the Consortium Members to the GoR/RISL, with respect to any of the claims<br />

arising out of the per<strong>for</strong>mance or non-per<strong>for</strong>mance of obligations under the <strong>RFP</strong> and the resulting<br />

Agreement(s) shall not be limited so as to restrict or limit the liabilities of any of the Members and the<br />

Members shall be jointly and severally liable to GoR/RISL.<br />

12. It is expressly agreed by the Members that all the due payments shall be made by the Owner to Lead<br />

Bidder only.<br />

13. This Consortium agreement shall be construed and interpreted in accordance with the laws of India<br />

and the Courts of Jaipur (<strong>Rajasthan</strong>) shall have the exclusive jurisdiction in all matters arising there<br />

under.<br />

14. It is also hereby agreed that Lead Member shall, on behalf of the Consortium shall submit the Bid and<br />

per<strong>for</strong>mance Security as specified by owner in the <strong>RFP</strong> document.<br />

15. It is further agreed that this Consortium Agreement shall be irrevocable and shall continue to be<br />

en<strong>for</strong>ceable till the same is discharged by GoR/RISL.<br />

16. This Agreement shall come into <strong>for</strong>ce as of the date of signing and shall continue in full <strong>for</strong>ce and<br />

effect until the complete discharge of all obligations, concerning the carrying out of the Project,<br />

which have been taken on by the Parties under the Contract, <strong>RFP</strong> Document and under this<br />

Agreement.<br />

17. Any other terms and conditions not in contradiction to the <strong>RFP</strong> and above mentioned terms<br />

and conditions.<br />

Seal &Signature of the Auth. Sign . Page 205 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

IN WITNESS WHEREOF, the Members to the Consortium agreement have through their authorised<br />

representatives executed these presents and affixed common seal of their companies, on the day, month<br />

and year first mentioned above.<br />

Common Seal of ................ has been affixed in<br />

my/our Lead Member presence pursuant to Board of<br />

Director‟s resolution dated ..............................<br />

For and on behalf of M/s……………..<br />

(Lead Bidder)<br />

1) Witness<br />

2) Witness<br />

(Signature of authorized representative)<br />

Name :<br />

Designation:<br />

Common Seal of ................ has been affixed in<br />

my/our Lead Member presence pursuant to Board of<br />

Director‟s resolution dated ..............................<br />

For and on behalf of M/s……………..<br />

(Second member)<br />

(Signature of authorized representative)<br />

1) Witness<br />

Name :<br />

Designation:<br />

2) Witness<br />

Seal &Signature of the Auth. Sign . Page 206 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.19 ANNEXURE-19 - LIST OF INFRASTRUCTURE TO BE PROVIDED BY RSDC<br />

S. No. Item Description Shared/Dedicated Type/ Specification<br />

Servers<br />

1 Web Servers Virtual Dedicated 1+1 HP DL580 G7, (4 x hex core) available in DMZ zone with<br />

32 GB dedicated Ram, including OS Linux/windows<br />

2 Application Virtual Dedicated 1+1 HP DL580 G7, (4 x hex core) available in MZ zone with 32<br />

GB dedicated RAM including OS Linux/windows<br />

3 Database shared 1+1 HP DL580 G7, (4x 8core) available in MZ zone with Post<br />

grey SQL server ver 9<br />

4 Back Up Server shared IBM Tivoli Storage manager client licence shall be provided<br />

by RSDC<br />

5 EMS Server shared CA NMS, e health & spectrum, DPM wily, willy-cer, service<br />

desk &ITCM on windows (additional NMS licenses shall be<br />

provided by SI)<br />

6 SMS Server / Payment Gateway shared Red Chilly on windows / As provided by GoI<br />

7 Anti virus shared Symantec Endpoint protection 11.0 on windows 2008 R2<br />

client licence as applicable shall be provided by RSDC<br />

8 Authentication Server Shared DC,ADC ON WINDOWS 2008 R2, client license shall be<br />

provided by RSDC<br />

9 Audit Log Server shared Centralized syslog server on RHE15<br />

10 Mailing Server shared Open Source<br />

Storage<br />

11 SAN Storage shared IBM SAN & HP 3PAR<br />

12 Tape Library shared IBM<br />

Network<br />

13 Core Switch shared CISCO 6513<br />

14 Application Access Switch shared CISCO 3750<br />

15 Network Load balancer shared Link Proof & array<br />

16 Bandwidth to be provide by RSDC dedicated 4X2 Mbps<br />

17 Data transfer inter connectivity shared 1 Gbps , HBA 4Gbps <strong>for</strong> SAN<br />

18 Middle ware application server shared MS Sharepoint, Jboss AS, Tomcat (client & user licenses shall<br />

be provide by SI)<br />

Seal &Signature of the Auth. Sign . Page 207 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

ANNEXURE-20 - INDICATIVE PROJECT PLAN<br />

Seal &Signature of the Auth. Sign . Page 208 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

7.21 ANNEXURE-21 - EXPECTED QUALIFICATION OF MANPOWER<br />

RESOURCES<br />

S. No. Role Desirable Qualification and Experience<br />

1 Project Manager<br />

(Lead Software<br />

Development team at<br />

SI‟s end)<br />

2 Solution Architect<br />

(at SI‟s end)<br />

3 Business Analyst<br />

( at SI,s end)<br />

4 Lead Tester / Quality<br />

Assurance<br />

(at SI‟s end)<br />

5 1 x Sr Software<br />

Developer/ System<br />

Administrator<br />

(at HO, DAM)<br />

B.E/ B.Tech + MBA and preferably PMP certified<br />

Having at least 8 years of post-qualification relevant work<br />

experience in design and development of customized IT<br />

applications<br />

6+ years experience working through the design,<br />

development, release (SDLC) cycle delivering software<br />

application projects<br />

5+ years of experience in managing a team size of more than<br />

15 developers in the capacity of Team Leader / Project<br />

Manager<br />

Must have good understanding of Government Processes<br />

and IT automation initiatives in eGovernance Domain<br />

B.E/ B.Tech / MCA /Masters Degree (CS/ CA/ IT) and<br />

preferably certified in Application / System Architecture.<br />

5+ years of post-qualification relevant work experience in IT<br />

application development projects<br />

Web Technology: MS .NET 2.0 / JSP / J2EE / PHP/ Ruby /<br />

Perl / Python etc.<br />

RDBMS: Oracle / Postgre / MS SQL, MySQL<br />

Assist the programmers and developers through designing,<br />

coding, testing, deploying, debugging, maintaining, and<br />

supporting client initiatives<br />

B.E/ B.Tech/ M.Sc (CS/ IT)/ MCA/ M.Tech /MBA<br />

Having at least 4+ years of post-qualification relevant work<br />

experience as Business Anaalyst<br />

preferably done one project in Agriculture <strong>Mandi</strong> Domain<br />

B.E/ B.Tech/ M.Sc (CS/ IT)/ MCA/ M.Tech<br />

Having at least 4+ years of post-qualification relevant work<br />

experience as tester / Quality Assurance<br />

Quality Certifications preferred<br />

B.E/ B.Tech/ MCA/ M.Sc (CS/ IT)/ MCA/ M.Tech<br />

Certification (Microsoft/ Redhat Plat<strong>for</strong>m)<br />

Fluency in English/ Hindi<br />

5+ years of post-qualification and relevant work experience as<br />

System administrator<br />

Seal &Signature of the Auth. Sign . Page 209 of 210


RISL :<strong>RFP</strong>-Pilot implementation of RIMMS <strong>for</strong> DAM, GoR<br />

S. No. Role Desirable Qualification and Experience<br />

1 x Network<br />

Administrator<br />

(at HO, DAM)<br />

1 x Helpdesk Executive<br />

(at HO, DAM)<br />

5 x Local Support<br />

Engineer<br />

(at each <strong>Mandi</strong>)<br />

B.E/ B.Tech/ MCA/ M.Sc (CS/ IT)/ MCA/ M.Tech<br />

Certification (Cisco or equivalent plat<strong>for</strong>m)<br />

Fluency in English/ Hindi<br />

5+ years of post-qualification and relevant work experience<br />

as Network administrator<br />

Graduation<br />

Fluency in English/ Hindi<br />

2+ years of post-qualification and relevant work experience<br />

as IT Helpdesk Executive<br />

Graduation + Diploma in Computers<br />

Certification (Microsoft/ Redhat/ Cisco or Equivalent)<br />

Fluency in English/ Hindi<br />

2+ years of post-qualification and relevant work experience<br />

as Support Executive/ Engineer<br />

Seal &Signature of the Auth. Sign . Page 210 of 210

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!