department of finance, government of west bengal bid ... corrigendum 1.pdf · request for proposal...

371
Request for proposal for selection of System Integrator for Integrated Financial Management System (IFMS) for Department of Finance, Government of West Bengal Bid document number: WTL/FIN/IFMS/13-14/001 dated 12/06/2013 CORRIGENDUM-1 Date: 16-07-2013 Finance Department Government of West Bengal 2013

Upload: doanduong

Post on 28-May-2018

231 views

Category:

Documents


0 download

TRANSCRIPT

Request for proposal for selection of System Integrator for Integrated Financial Management System (IFMS)

for

Department of Finance, Government of West Bengal

Bid document number: WTL/FIN/IFMS/13-14/001 dated 12/06/2013

CORRIGENDUM-1

Date: 16-07-2013

Finance Department

Government of West Bengal 2013

CORRIGENDUM-1 dated 16-07-2013

2 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

SL001 Volume-I 15 1 1.5.1 Sr. No.11 The Bidder (Prime bidder in case of

Consortium) must have successfully

implemented at least 2 similar scoped

projects* of a minimum cumulative value

of INR 50 Crores during the last 5 years.

The Bidder (Prime bidder in case of

Consortium) must have successfully

implemented at least 2 similar scoped

projects* of a minimum cumulative

value of INR 50 Crores during the last 5

years as on date of submission of

proposal.

SL002 Volume-I 19 1 1.6 Last paragraph However, if the number of qualifying

bidders are not at least three then the

FINANCE DEPARTMENT GoWB may, at its

discretion, consider up to three highest

scoring bidders as qualified bidders.

This clause stands deleted

SL002.1 Volume-I 20 1 1.6.1 Proof of Concept:

Bullet point

Employee pay-bill preparation and online

submission by DDO.

Online pay-bill submission by DDO.

SL003 Volume-I 21 1 1.6.1 Evaluation criteria

1.Bidder’s strength

“Sr. No.i”

Successful design, development, testing,

commissioning and support of integrated

IT Applications or similar Financial

Management System, Operation and

Maintenance of developed application

Infrastructure * (a minimum of 3 projects

and a maximum of 10 projects to be cited

for evaluation) during the last 5 years

ending March 31, 2013 for Government

Department or PSU organization in India.

For one project >= 10 crores – 4

2 marks for each additional projects with

minimum value of Rs 2 crores upto

maximum 3 projects

The value must be in software

Successful design, development, testing,

commissioning and support of

integrated IT Applications or similar

Financial Management System,

Operation and Maintenance of

developed application Infrastructure * (a

minimum of 3 projects and a maximum

of 10 projects to be cited for evaluation)

during the last 5 years as on date of

submission of proposal for Government

Department or PSU organization in

India.

For one project >= 10 crores – 4

2 marks for each additional projects with

minimum value of Rs 2 crores upto

maximum 3 projects

CORRIGENDUM-1 dated 16-07-2013

3 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

development and services only and must

not include any hardware components

The value must be in software

development and services only and must

not include any hardware components

SL004 volume-I 21 1 1.6.1 Evaluation criteria

1.Bidder’s strength

“Sr. No.i”

Successful Delivery, Installation,

Commissioning, System

Integration, Helpdesk support of

Hardware Components*

(Including Server, Storage, Network, client

side Infrastructure),

Operation and Maintenance of ICT

Infrastructure during the last

5 years ending March 31, 2013 for

Government Department or

PSU organization in India.

Marks to be provided on the cumulative

sum of completed order value of 5

projects

For one project >= 15 crores – 4::

2 mark for each additional projects with

minimum value of Rs 5 crores upto

maximum 3 projects

The value must be in hardware

components only.

Successful Delivery, Installation,

Commissioning, System

Integration, Helpdesk support of

Hardware Components*

(Including Server, Storage, Network,

client side Infrastructure),

Operation and Maintenance of ICT

Infrastructure during the last

5 years as on date of submission of

proposal for Government Department

or

PSU organization in India.

For one project >= 15 crores – 4::

2 mark for each additional projects with

minimum value of Rs 5 crores upto

maximum 3 projects

The value must be in hardware

components only.

SL005 volume-I 22 1 1.6.1 1.iv Proposed Team

Strength as per

Technical Proposal

Please refer the format in section 7.4.4

and the same must be signed by the

authorised signatory mention page no

in the proposal

Please refer the format in section 7.3.4

and the same must be signed by the

authorised signatory mention page no

in the proposal

SL006 volume-I 29 1 1.14.1 Bullet point EMD will be returned to non-responsive

bidders after finalization of tender process

EMD will be returned to non-responsive

bidders after finalization of tender

CORRIGENDUM-1 dated 16-07-2013

4 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

and issuance of order to the successful

bidder without any interest

process

SL007 volume-I 29 1 1.14.1 New Bullet point EMD of the successful bidder shall be

converted to Security Deposit (which is

separate from the 10% Performance

Bank Guarantee as per section 4.16.2).

The security Deposit shall be returned to

the SI after successful Go-Live of IFMS

Application at all locations

SL008 volume-I 29 1 1.14.1 Bullet point Furnish performance security Furnish performance bank guarantee

SL009 volume-I 32 1 1.14.3 E E. System Software Proposed

Details of Operating systems proposed for

deployment over the following –

o Servers

o Client Machines

Web Server, Application Server, and how

it addresses the requirements of,

o Load balancing;

o Fault tolerance;

o Web Component Support;

o Security features and facilities (SSL, DSC,

encryption etc)

o Achieving interoperability with

heterogeneous technologies and

platforms.

o Management Interfaces (for

configuration, resource allocation/de-

allocation, node

management, performance tuning and

load analysis)

o Application loading and unloading and

related profiling

“Client Machines” stands deleted

CORRIGENDUM-1 dated 16-07-2013

5 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Details of Database Server, and how it

addresses the requirements of,

o SQL standard supported

o Clustering

o Load balancing;

o Fault Tolerance;

o Security & Encryption;

o Maintaining Audit Trail;

o XML and related Support and

Interoperability;

o Mechanism of health check and query

optimization;

o Advanced Features Supported

Details of Anti-virus solutions, and how

they provide the following support,

o Monitoring & Management of anti-virus

solutions across the entire IFMS network;

o Virus Definition & Patch Updation across

the entire IFMS network on a regular

basis.

Details of EMS, and how it manages

o Measurement of parameters required

for measuring SLAs provided in the RFP

o To Provide a Single console

management of the entire operations.

Details of any other System Software

like LDAP etc including key features to

complete the proposed solution.

SL010 volume-I 39 1 1.15.4 Bullet Point In case any Sole Bidder/ Prime Bidder

submits multiple Proposals or if the Sole

Bidder/ prime bidder is the member of

any other Proposals, the Proposals are

In case any Sole Bidder/ Prime Bidder

submits multiple Proposals or if the Sole

Bidder/ prime bidder is the member of

any other Proposals, the Proposals shall

CORRIGENDUM-1 dated 16-07-2013

6 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

likely to be disqualified, unless additional

Proposals are withdrawn before the

closing date for proposal submission

be disqualified, unless additional

Proposals are withdrawn before the

closing date for proposal submission

SL010.1 volume-I 39 1 1.15.5 Bullet Point Finance Department, GoWB reserves the right to accept or reject any Proposal, and to annul the RFP process and reject all Proposals at any time prior to execution of contract Agreement, without incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for Finance Department, GoWB’s action. Finance Department, GoWB makes no commitment, expressed or implied that this process will result in a business transaction with anyone.

Finance Department, GoWB/Technical Evaluation Committee reserves the right to accept or reject any Proposal, and to annul the RFP process and reject all Proposals at any time prior to execution of contract Agreement, without assigning any reason, without incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for Finance Department, GoWB’s action. Finance Department, GoWB makes no commitment, expressed or implied that this process will result in a business transaction with anyone.

SL011 volume-I 40 1 1.15.7 Bullet Point Finance Department, GoWB considers

a conflict of interest to be a situation in

which a party has interests that could

improperly influence that party’s

performance of official duties or

responsibilities,contractual obligations,

or compliance with applicable laws and

regulations, and that such conflict of

interest may contribute to or

constitute a prohibited corrupt

practice. A Bidder may be considered

to be in a conflict of interest with one

or more parties in this bidding process

if, including but not limited to:

o the Bidder Company has cent

Finance Department, GoWB considers

a conflict of interest to be a situation

in which a party has interests that

could improperly influence that party’s

performance of official duties or

responsibilities, contractual

obligations, or compliance with

applicable laws and regulations, and

that such conflict of interest may

contribute to or constitute a

prohibited corrupt practice. A Bidder

may be considered to be in a conflict

of interest with one or more parties in

this bidding process if, including but

not limited to:

CORRIGENDUM-1 dated 16-07-2013

7 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

percent shareholding in any of

the other Bidder Companies

o the Balance Sheet of one

Bidder Company is included in

the Consolidated Balance Sheet

of any other Bidder Company

o the Bidder Company has cent

percent shareholding in any of the

other Bidder Companies

o the Balance Sheet of one Bidder

Company is included in the

Consolidated Balance Sheet of any

other Bidder Company

Clarification: It is clarified that

merely because the two

companies having their

relationship of holding and

subsidiary will not be presumed as

“Conflict of Interest” i.e. if the

enlistments of the shares of the

said two companies are distinctly

separate and they have separate

balance sheets, they will be

treated as separate entities

SL011.1 volume-I 40 1 1.15.8 Section Name Other Condition Other Conditions

SL011.2 volume-I 41 1 1.15.8 Bullet Point The decision of the Customer on

evaluation of proposals shall be final and

binding on the Bidders.

The decision of the Technical Evaluation

Committee on the evaluation of

Technical proposals shall be final and

binding on the Bidders. No

correspondence will be entertained

outside the process of

negotiation/discussion with the

Technical Evaluation Committee

SL011.3 volume-I 41 1 1.15.8 New Bullet Point The Technical Evaluation Committee

may ask for meetings if required with

the Bidders to seek clarifications on their

proposals.

SL012 volume-I 42 1 1.16 Bullet Point Opening of the Proposals will take place in Opening of the Proposals will take place

CORRIGENDUM-1 dated 16-07-2013

8 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

the following stages: in the following sequential stages:

SL013 volume-I 42 1 1.16 Bullet Point The respective deadlines for each of these

stages have been provided in this

document, unless otherwise

provided/revised by Finance Department,

GoWB and made known to all relevant

Bidders.

The respective deadlines for each of

these stages shall be notified at a later

date by Finance Department, GoWB and

made known to all relevant Bidders.

SL014 volume-I 42 1 1.16 New Bullet Point The bidders found disqualified at a given

stage shall not be considered for the

subsequent stage of evaluation

SL015 volume-I 42 1 1.16 Bullet Point The Technical Evaluation Committee (TEC)

constituted for the purpose, will open all

Proposals (only Pre-qualification Proposal

at the first instance), in the presence of

Bidders or its representatives who choose

to attend, and at the following address:

On receipt of Earnest Money

Deposit/Bid Security, in packet one, the

Technical Evaluation Committee (TEC)

constituted for the purpose, will open all

Proposals (only Pre-qualification

Proposal at the first instance), in the

presence of Bidders or its

representatives who choose to attend,

and at the following address:

SL016 volume-I 43 1 1.20.3 Section Heading Signing of Contract Agreement Signing of Contract Agreement and issue

of work order

SL016.1 volume-I 43 1 1.20.3 Bullet Point Once Finance Department, GoWB notifies through the issue of letter of Intent to the successful bidder that its Proposal has been accepted, Finance Department, GoWB shall enter into a separate Contract Agreement, incorporating all terms and conditions between Finance Department, GoWB and the successful bidder.

Finance Department, GoWB through

Webel Technology Limited (WTL) shall

issue the letter of Intent to the

successful bidder intimating the

acceptance of its Proposal. Finance

Department, GoWB shall enter into a

separate Contract Agreement,

incorporating all terms and conditions

between Finance Department, GoWB

and the successful bidder.

SL017 volume-I 43 1 1.20.3 New Bullet Point WTL shall issue Work Order to the SI

CORRIGENDUM-1 dated 16-07-2013

9 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

after the contract agreement being duly

executed

SL018 volume-I 43 1 1.20.4 Bullet Point The Company whose Proposal is accepted

shall deposit 10% of the amount of

Contract value as Performance Security

valid for a period of sixty days beyond the

date of completion of all contractual

obligations of Finance Department,

GoWB’s including warranty obligations.

The Performance Security shall be in the

form of Bank Guarantee in favour of

“Secretary, Finance (Budget) Department,

Govt of West Bengal”.

The Bidder whose Proposal is accepted

shall deposit 10% of the amount of

Contract value as Performance Security

valid for a period of sixty days beyond

the date of completion of all contractual

obligations of Finance Department,

GoWB’s including warranty obligations.

The Performance Security shall be in the

form of Bank Guarantee in favour of

“Secretary, Finance (Budget)

Department, Govt of West Bengal”.

SL019 volume-I 43 1 1.20.4 Bullet Point Bid Security would be returned to the

successful bidder on receipt of

Performance security. In case of

extension of contract Agreement,

successful bidder will be required to

extend the period of Performance

Security.

In case of extension of contract

Agreement, successful bidder will be

required to extend the period of

Performance Security.

SL019.1 volume-I 48 2 2.1 Note: The SI is not required to procure any

client site infrastructure for this project.

However, it shall be responsible for the

maintenance of the same and is required

to provide an upgradation roadmap based

on the solution requirements.

Note: The SI is not required to procure

any client site infrastructure for this

project. However, it shall be responsible

for the configuration of the same to

ensure compatibility with the proposed

IFMS Application and is also required to

provide an upgradation roadmap based

on the solution requirements.

SL020 volume-I 50 2 2.2.1.2 d) The SI must ensure and plan well in

advance about the increase in data

volume for a period of 20 Years and

therefore must keep provisions in the

The SI must ensure and plan well in

advance about the increase in data

volume for a period of 7 Years and

therefore must keep provisions in the

CORRIGENDUM-1 dated 16-07-2013

10 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

hardware and software to incorporate the

same. SI must ensure that data for the last

two financial years is always available in

the production database server.

hardware and software to incorporate

the same. SI must ensure that data for

the last two financial years is always

available in the production database

server.

SL021 volume-I 54 2 2.2.2.1 e) The SI has to ensure comprehensive AMC

support of the proposed servers and other

existing hardware for the contract period.

The SI has to ensure comprehensive

AMC support of the proposed servers

and networking equipments at SDC for

the contract period.

SL022 volume-I 55 2 2.2.2.2 b) SI shall ensure comprehensive AMC

support of the proposed ICT infrastructure

for the project period.

This clause stands deleted

SL023 volume-I 55 2 2.2.2.2 c) SI shall ensure that the maintenance

support is guaranteed for the period of

the project by the OEM.

This clause stands deleted

SL024 volume-I 55 2 2.2.2.3 Sub section name Data Digitization and Migration Data Migration

SL025 volume-I 55 2 2.2.2.3 a) The SI shall prepare a strategy for data

migration and digitization after discussion

with the Finance Department, GoWB and

get the same approved by the Finance

Department, GoWB.

The SI shall prepare a strategy for data

migration after discussion with the

Finance Department, GoWB and get the

same approved by the Finance

Department, GoWB.

SL026 volume-I 55 2 2.2.2.3 b) The SI shall be required to perform

digitization of manual data and 100%

migration of data without any data loss. It

is the responsibility of the SI to identify

the quantum of data which needs to be

digitized/migrated

Data digitization is the out of scope of

the SI. The SI shall be required to

perform 100% migration of data without

any data loss. It is the responsibility of

the SI to identify the quantum of data

which needs to be migrated

SL027 volume-I 56 2 2.2.2.3 The minimum data digitization (for

records not digitized till date) would be

from the beginning of the financial year till

the time the application is rolled out for

both Pilot and Roll Out

This clause stands deleted

CORRIGENDUM-1 dated 16-07-2013

11 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

SL028 volume-I 56 2 2.2.2.3 During the Data Quality Assessment and

review by Finance Department, GoWB or

any external agency, any corrections

required shall be identified in the data

digitized by the SI, and the SI shall correct

and re-submit the data.

During the Data Quality Assessment and

review by Finance Department, GoWB or

any external agency, any corrections

required shall be identified in the data

migrated by the SI, and the SI shall

undertake correction of the same.

SL029 volume-I 56 2 2.2.2.3 Data digitization will be carried out by the

SI at the Project Sites.

This clause stands deleted

SL030 volume-I 56 2 2.2.2.3 SI must prepare and submit report on

Data Migration and Digitization on format

SI must prepare and submit report on

Data Migration

SL031 volume-I 59 2 2.2.2.5 e. i. Sensitization Training- An awareness

and training program with respect to

Government Process Re-engineering and

its benefits in terms of improved service

levels and related issues of change

management including how to address

these issues, knowledge & skills related

to building technology architecture and

standards, programme development and

management, shall be provided to

Members of Empowered

Committee

Heads of the Department

Key resources appointed in

the respective Departments,

etc

ii. Basic Computer Awareness – Basic

computer knowledge training such as

Computer awareness, basics of

hardware, and basics of networking,

basics of trouble shooting, internet, e-

mail and Office applications shall be

This clause stands deleted

CORRIGENDUM-1 dated 16-07-2013

12 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

provided to:

Key resources identified for

the project

Senior Accountants

Section Officer

Assistants

Junior Assistants

SL032 volume-I 61 2 2.2.2.6 Conducting Pilot The SI shall carry out the pilot of the

developed/ customized Application at the

locations identified by the Finance

Department, GoWB.

The SI shall carry out the pilot of the

developed/ customized Application at

the locations identified by the Finance

Department, GoWB as mentioned in

section 3.1.1

SL033 volume-I 61 2 2.2.2.6 Conducting Pilot Pilot shall be conducted at the following

locations

o Finance Department

o DTA

o Alipur-I Treasury and selected DDOs from this treasury

o Howrah-II Treasury and selected DDOs from this treasury

o Kolkata PAO-I and selected DDOs from this treasury

o Kolkata PAO-II and selected DDOs from this treasury

o Office of AG,WB, Kolkata

o RBI, Kolkata Office

o Selected Bank Branches in Kolkata

This clause stands deleted. Refer SL032

SL034 volume-I 65 2 2.2.3.2 a) i. Maintenance of Desktops, Printers,

Scanners, Switches, peripherals etc. at

FINANCE DEPARTMENT and its related

offices (end user locations);

This clause stands deleted

SL035 volume-I 65 2 2.2.3.2 g) The SI shall provide comprehensive AMC This clause stands deleted

CORRIGENDUM-1 dated 16-07-2013

13 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

for the entire hardware infrastructure at

the client locations for the entire contract

period.

SL036 volume-I 65 2 2.2.3.3 b) For the above purpose, SI, at its own cost,

shall conduct a study for Technology

upgrade/ refresh and also consider Trade-

in option for the hardware including

Server, Storage, Networking, Desktop etc.

at Data Centre and DR site to ensure

increased efficiency in overall

performance of the System (taking into

consideration increased no. of

transactions, higher volume of database,

future requirements at that point in time,

etc.)

For the above purpose, SI, at its own

cost, shall conduct a study for

Technology upgrade/ refresh and also

consider Trade-in option for the

hardware including Server, Storage,

Networking, etc. at Data Centre and DR

site to ensure increased efficiency in

overall performance of the System

(taking into consideration increased no.

of transactions, higher volume of

database, future requirements at that

point in time, etc.)

SL037 volume-I 66 2 2.2.3.4 c) IFMS shall use Biometric Devices and

Digital Signature Certificate along with

password for user identity management.

The SI shall be responsible for maintaining

Biometric Devices and DSC for the IFMS

users. The SI shall also maintain a link with

the Digital certificate authority, the Sis of

the DSC for authenticating the DSCs of the

users of the IFMS.

IFMS shall use Digital Signature

Certificate along with password for user

identity management. The SI shall be

responsible for maintaining DSC for the

IFMS users. The SI shall also maintain a

link with the Digital certificate authority,

the Sis of the DSC for authenticating the

DSCs of the users of the IFMS.

SL038 volume-I 66 2 2.2.3.4 d) Users of IFMS shall be using Biometric

Devices and DSCs

Users of IFMS shall be using DSCs

SL039 volume-I 68 2 2.2.3.7 g) The interactions shall also be recorded

and the records maintained for reference

for a period of 3 months from the date of

resolution of the problem

This clause stands deleted

SL040 volume-I 74 3 3.2 Project Work Plan Please find the revised project work plan

in annexure-1 of this corrigendum

CORRIGENDUM-1 dated 16-07-2013

14 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

SL040.1 Volume-I 79 3 3.3 Project Deliverables

and timeline

Sr.No: 18

Capacity Building and

change management

Bullet item

Technical up-gradation training (if any

etc.)

This clause stands deleted.

SL041 volume-I 84 3 3.5 Payment Milestone Please find the revised payment

milestone in annexure-4 of this

corrigendum

SL041.1 volume-I 84 3 3.5 New first paragraph Bills will be raised by the SI to Webel

Technology Limited (WTL) against the

Work Order as per the payment

milestones given below. However, the

payment will be released on back-to-

back basis, i.e. payment will be made to

the SI only on receipt of payment by

WTL from Finance Department, GoWB.

SL042 volume-I 92 4 4.9 Bullet Point The Customer shall be responsible for

withholding taxes from the amounts due

and payable to the SI, wherever

applicable. The SI shall pay for all other

taxes, duties or levies in connection with

this Contract Agreement, including, but

not limited to sales tax, excise duty, value-

added tax, service tax, goods and services

tax, and other applicable taxes, duties or

levies. The Customer shall provide SI with

the original tax receipt of any

withholding taxes paid by Customer on

payments under this Contract Agreement.

The SI agrees to reimburse and hold the

Customer harmless from any deficiency

The Customer shall be responsible for

withholding taxes from the amounts due

and payable to the SI, wherever

applicable. The SI shall pay for all other

taxes, duties or levies in connection with

this Contract Agreement, including, but

not limited to sales tax, excise duty,

value-added tax, service tax, goods and

services tax, and other applicable taxes,

duties or levies. The Customer shall

provide SI with supporting

documents/certificates with respect to

withheld taxes paid by customer on

payments under this Contract

Agreement. The SI agrees to reimburse

CORRIGENDUM-1 dated 16-07-2013

15 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

(including penalties and interest) relating

to taxes that are its responsibility under

this paragraph. For purposes of this

Contract Agreement, taxes, duties or

levies shall include taxes, duties or levies

incurred on transactions between and

among the Customer, the SI and third

party subcontractors.

and hold the Customer harmless from

any deficiency (including penalties and

interest) relating to taxes that are its

responsibility under this paragraph. For

purposes of this Contract Agreement,

taxes, duties or levies shall include taxes,

duties or levies incurred on transactions

between and among the Customer, the

SI and third party subcontractors (if

engaged by the SI).

SL043 volume-I 92 4 4.11 Bullet point FINANCE DEPARTMENT, GoWB and NIC

shall retain exclusive intellectual property

rights of the application software

(including source code), forms and the

compilations that were

developed/customised or generated

during the course of the Project.

The SI shall transfer all the source code,

database, documentation (design,

database, user manual, etc.) to the

FINANCE DEPARTMENT, GoWB and

FINANCE DEPARTMENT, GoWB shall

have the perpetual right to modify,

deploy the solution as per its

requirement in future

SL043.1 Volume-I 93 4 4.12 Bullet item Warranty must not become void, if

Finance Department, GoWB buys, any

other supplemental hardware from a third

party and installs it within these machines

under intimation to the SI. However, the

warranty will not apply to such

supplemental hardware items installed

Warranty must not become void, if

Finance Department, GoWB buys, any

other supplemental hardware from a

third party and installs it within this

overall solution infrastructure under

intimation to the SI. However, the

warranty will not apply to such

supplemental hardware items installed

SL044 volume-I 94 4 4.13 Neither the inspection by Finance

Department, GoWB or any of their agents

nor any order by Finance Department,

GoWB for payment of money or any

payment for or acceptance of the whole

or any part of the works by Finance

Neither the Finance Department, GoWB

or any of its agents nor by any order of

Finance Department, GoWB for payment

of money or for acceptance of the whole

or any part of the works and/or Goods

by Finance Department, GoWB, nor any

CORRIGENDUM-1 dated 16-07-2013

16 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Department, GoWB, nor any extension of

time, nor any possession taken by Finance

Department, GoWB shall operate as a

waiver of any provision of the contract or

of any power reserved to Finance

Department, GoWB, or any right to

damages here in provided, nor shall any

waiver of any breach in the contract be

held to be a waiver of any other

subsequent breach.

extension of time, nor any possession

taken by Finance Department, GoWB

shall operate as a waiver of any

provision of the contract or of any

power reserved to Finance Department,

GoWB, or any right to damages here in

provided, nor shall any waiver of any

breach in the contract be held to be a

waiver of any other subsequent breach.

SL045 volume-I 94 4 4.14 The SI only must in the course of

execution of the work take all necessary

precaution for the protection of all

persons and property. The Contractor

must take adequate measures to protect

the work and prevent accident during the

work. In the event of any accident to any

person or persons or damage or injury of

any description to any person or property

due to failure on the part of the SI in

taking proper precautionary measures the

SI shall be responsible for and must make

good the loss the damage at his own cost

to the satisfaction of the department and

employees of the department shall be

indemnified from all claims or liabilities

arising there from or any expenses

incurred on account thereof.

The SI must in the course of execution of

the work take all necessary precaution

for the protection of all persons and

property. The SI must take adequate

measures to protect the work and

prevent accident during the work. In the

event of any accident to any person or

persons or damage or injury of any

description to any person or property

due to failure on the part of the SI in

taking proper precautionary measures

the SI shall be responsible for and must

make good the loss the damage at his

own cost to the satisfaction of the

department and employees of the

department shall be indemnified from

all claims or liabilities arising there from

or any expenses incurred on account

thereof.

SL045.1 volume-I 94 4 4.15 Bullet Point 5 The SI shall ensure that all its employees,

agents and sub-contractors execute

individual non-disclosure agreements,

The SI shall ensure that all its

employees, agents and sub-contractors

execute individual non-disclosure

CORRIGENDUM-1 dated 16-07-2013

17 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

which have been duly approved by the

customer, with respect to this Project.

agreements, with respect to this Project.

SL046 volume-I 95 4 4.16.1 The Department will notify the successful

bidder in writing for finalizing the contract

conditions. The successful bidders will be

asked to sign the Contract Agreement

within 7 days of the notification. After

signing of the Contract Agreement, no

variation in or modification of the terms of

the Contract shall be made except by

written amendment signed by the parties.

The Department will notify the

successful bidder in writing in the form

of Letter of Intent for finalizing the

contract conditions. The successful

bidder must furnish the Performance

Bank Guarantee within 28 days of such

notification. The successful bidder after

submission of PBG must execute the

Contract Agreement with the Customer.

After signing of the Contract Agreement,

no variation in or modification of the

terms of the Contract shall be made

except by written amendment signed by

the parties.

SL047 volume-I 95 4 4.16.2 Performance Bank

Guarantee

The successful bidder shall at its own

expense deposit with the Finance

Department, GoWB within twenty eight

(28) days of the date of notice of award of

the contract, an unconditional and

irrevocable Performance Bank Guarantee

(PBG) from a scheduled bank, payable on

demand, for the due performance and

fulfillment of the contract by the bidder.

The successful bidder shall at its own

expense deposit with the Finance

Department, GoWB within twenty eight

(28) days of issue of Letter of Intent, an

unconditional and irrevocable

Performance Bank Guarantee (PBG)

from a scheduled bank, payable on

demand, for the due performance and

fulfillment of the contract by the bidder.

SL048 volume-I 95 4 4.16.2 Schedule to provide

PBG

Within twenty eight (28) days of the date

of notice of award of the contract, as

described in this RFP

Within twenty eight (28) days of issue of

Letter of Intent, as described in this RFP

SL049 volume-I 95 4 4.16.3 The SI shall begin carrying out the Services

not later than seven days from the date

of Awarding of Contract

The SI shall begin carrying out the

Services not later than seven days from

the date of issue of Work Order.

SL050 volume-I 95 4 4.16.4 Unless terminated earlier thereof, this Unless terminated earlier thereof, this

CORRIGENDUM-1 dated 16-07-2013

18 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Contract shall expire at the end of such

time period after the date of Awarding of

Contract

Contract shall expire at the end of such

time period after the date of Awarding

of Contract as prescribed in the RFP

SL051 volume-I 101 4 4.18.6 The Intellectual Property Rights of all the

software, source code, , algorithms,

documentation, manuals, any other

documents etc. generated as a part of

implementation of this project shall jointly

vest with the customer and NIC.

The perpetual right to modify all the

software, source code, , algorithms,

documentation, manuals, any other

documents etc. generated as a part of

implementation of this project shall vest

with the customer.

SL052 volume-I 102 4 4.19.1 Except as the Customer may otherwise

agree, no changes shall be made in the

Key Personnel assigned for the project. If,

for any reason beyond the reasonable

control of the SI, such as retirement,

death, medical incapacity, among others,

it becomes necessary to replace any of the

Key Personnel, the SI shall provide as a

replacement a person of equivalent or

better qualifications prior to reliving the

outgoing personnel.

Except as the Customer may otherwise

agree, no changes shall be made in the

Key Personnel assigned for the project.

If, for any reason beyond the reasonable

control of the SI, such as retirement,

resignation, termination, death, medical

incapacity, among others, it becomes

necessary to replace any of the Key

Personnel, the SI shall provide as a

replacement a person of equivalent or

better qualifications prior to relieving

the outgoing personnel.

SL053 volume-I 110 4A 4.29 A.0.9 Getting Certificates [Functional,

Performance, Security, Infrastructure etc.]

from Authorised Govt. Body i.e.

STQC/CERT-IN

Getting Certificates [Functional,

Performance, Security, Infrastructure

etc.] from Authorised CERT-IN

empanelled vendors

SL054 volume-I 111 4A 4.29 B.1 SI has to provide IFMS Development

Centre in kolkata within close proximity of

NIC WBSC / Finance Department, GoWB,

with requisite civil, electrical and IT

infrastructure and necessary seating

arrangement for the PMU team along with

conference/ video conference facility

SI has to provide IFMS Development Cell

in and around kolkata within close

proximity of Finance Department,

GoWB, with requisite civil, electrical and

IT infrastructure and necessary seating

arrangement for the PMU team along

with conference/ video conference

CORRIGENDUM-1 dated 16-07-2013

19 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

facility

SL055 volume-I 112 4A 4.29 D.3.a SI has to ensure that the assigned

manpower is retained upto the go-live of

pilot implementation phase. However, a

maximum of 10% of resource replacement

on account of reasons beyond the control

of the SI may be allowed with a prior

intimation notice of a minimum of 30

days. The SI also needs to ensure that the

replaced manpower are of same or of

greater qualification and technical

competence.

A penalty of Rs 1 Lac will be charged per

resource for subsequent suitable

replacement.

This clause stands deleted

SL056 volume-I 112 4A 4.29 D.3.b If any assigned Manpower is not found

suitable by the PMU, the SI must provide a

suitable replacement within a maximum

of 7 calendar days. A delay or non-

compliance will attract penalty at double

the rate of corresponding category of

manpower.

If any assigned Manpower is not found

suitable by the PMU, the SI must provide

a suitable replacement within a

maximum of 7 calendar days.

SL057 volume-I 150 4A 4.30 General

Requirements-

Functional-point no 33

Use of biometric authentication

mechanism for authenticating access into

IFMS system

This clause stands deleted

SL058 volume-I 151 4A 4.30 General

Requirements-Non

Functional-point no 11

The Solution provider should support the

software licenses provided in the scope of

this RFP for a period of 10 years. The

software provider should provide a stated

policy document stating that the proposed

software version is supported for the next

10 years. Finance Department should not

The Solution provider should support

the software licenses provided in the

scope of this RFP for a period of 7 years.

The software provider should provide a

stated policy document stating that the

proposed software version is supported

for the next 7 years. Finance

CORRIGENDUM-1 dated 16-07-2013

20 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

be forced to upgrade the solution at any

stage

Department should not be forced to

upgrade the solution at any stage

SL059 volume-I 151 4A 4.30 General

Requirements-Non

Functional-point no 13

The system shall support the English

characters and other state specific

languages.

The system shall support the English and

Bengali characters.

SL060 volume-I 163 5 5.7 Indicative Network

Overview Diagram

Indicative Network Overview Diagram Revised Indicative Network Overview

Diagram is at annexure 4*.

SL061 volume-I 167 6 6.1 Detailed Bill of

Materials:

New Clause

SI must provide back to back direct

OEM warranty/ support for a period

of 7 years for all the hardware and

software products both for DC and

DR site.

The successful bidder, after obtaining

the work order in their favour, must

submit a confirmation letter from all

the respective OEM’s in OEM

letterhead, duly signed by competent

authority, that the respective OEM

will provide 7 years direct support for

their product through the selected

bidder for the project.

For the certifications such as

SPECint_rate_base2006, FIPS, EAL4 as

specified against different products in

BOM of the tender document, bidder

must submit respective reference

published benchmark details.

All the servers must comply with the

respective benchmark certification of

SPECint_rate_base2006 and the

overall software license for all the

servers should also be as per the

CORRIGENDUM-1 dated 16-07-2013

21 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

SPECint_rate_base2006 rating of the

server.

SL061.1 Volume –I Wherever applicable in the RFP JVM JVM or software VM as applicable

SL061.2 Volume –I Wherever applicable in the RFP JDBC JDBC or Other database connectivity

SL062 volume-I 167 6 6.1.1 BoM for Hardware at

SDC and DR (To be

provided by SI):

Sr. No.6

Antivirus Server (Optional)* Antivirus Server (Mandatory)

SL063 volume-I 167 6 6.1.1 BoM for Hardware at

SDC and DR (To be

provided by SI):

Footnote

* Antivirus at SDC, which may be utilized

by the bidder, if required. The bidder

may also propose their own solution.

Stands deleted

SL063.1 Volume-I 169 6 6.1.5 Helpdesk Manpower Note: Maximum two resources shall be housed at WB-SDC

Note:

After pilot go-live, the helpdesk need to have 3 resources till system go-live for all locations and gradually it will be scaled up to 10 resources.

Bidders need to estimate the total manpower to provide all technical support/ monitoring/ management of infrastructure and IFMS application, however a maximum of 2 technical support resources can be housed at WBSDC.

SL064 volume-I 170 6 6.2.1 Components at SDC :

Sr. No.6

Antivirus Server (Optional)* Antivirus Server (Mandatory)

SL065 volume-I 171 6 6.2.2.1.1 Database Server

Sr. No.:5

RAM: DDRIII – minimum 1TB per server RAM: DDRIII – minimum 768GB per

server

SL066 volume-I 171 6 6.2.2.1.1 Database Server

Sr. No.:12

Software Support: Certified with Quoted

O/S, RDBMS and AS

Software Support: Certified with Quoted

O/S and must be able to install quoted

RDBMS and AS

SL067 volume-I 171 6 6.2.2.1.1 Database Server

Sr. No.:15

Certification:

SPECint_rate_base2006:1100

Certification:

SPECint_rate_base2006:1100

CORRIGENDUM-1 dated 16-07-2013

22 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Or

tpmC: 16,00,000

SL068 volume-I 172 6 6.2.2.1.2 Application/SOA/Integ

ration/ Staging server

Sr. No.:5

RAM: DDRIII – minimum 1TB per server RAM: DDRIII – minimum 768GB per

server

SL069 volume-I 172 6 6.2.2.1.2 Application/SOA/Integ

ration/ Staging server

Sr. No.:12

Software Support: Certified with Quoted

O/S, RDBMS and AS

Software Support: Certified with Quoted

O/S and must be able to install quoted

RDBMS and AS

SL070 volume-I 173 6 6.2.2.1.3 Portal/Web servers

Sr. No.: 5

RAM: DDRIII – Minimum 768 GB per

server

RAM: DDRIII – minimum 512 GB per

server

SL071 volume-I 175 6 6.2.2.2 San storage

Upgradation

San storage Upgradation (Entire details

under this clause)

The existing clause and specification

stands deleted.

New clause:

SAN Storage:

(Specification is given at the end of this

document in Annexure6*)

SL072 volume-I 176 6 6.2.2.4 Server Load balancer

9: Redundancy

Feature

Supports Active-Active and Active-

Standby Redundancy

Segmentation / Virtualization

support along with resource

allocation

Supports Active-Active and Active-

Standby Redundancy

Segmentation support along with

resource allocation should be

available

SL073 volume-I 177 6 6.2.2.5

(Firewall

with

Intrusion

Prevention

System for

MPLS

connectivity)

Sr. No.:1.3

Architecture,

Performance and

other Generic

Features

Should have minimum 20 Gbps firewall

throughput and 10 Gbps IPS throughput.

Should have minimum 20 Gbps firewall

throughput and 8 Gbps IPS throughput.

SL074 volume-I 177 6 6.2.2.5

(Firewall

with

Sr. No.:1.6

General Features

IPS updates should have an option of

Automatic downloads and scheduled

updates so that it can be scheduled for

IPS updates should have an option of

Automatic downloads and scheduled

updates whenever a new download is

CORRIGENDUM-1 dated 16-07-2013

23 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Intrusion

Prevention

System for

MPLS

connectivity)

specific days and time available

SL075 volume-I 177 6 6.2.2.5 Sr. No.:1.6

General Features

Activation of new protections based on

parameters like Performance impact,

Confidence index, Threat severity etc.

Activation of new protections based on

parameters like Threat severity etc.

SL076 volume-I 178 6 6.2.2.5 Sr. No. 1.7

management Features

Centralized management and reporting

appliance should be able to support 7500

logs per second

Centralized management and reporting

appliance should be able to support at

least 5000 logs per second or more

SL077 volume-I 178 6 6.2.2.5 Sr. No. 1.7

management Features

Management should have Visual Tracking

of Changes in Policy, Detailed Summary

Report of Changes carried out, Audit trails,

Graphical comparison of Rule Base

changes and Session Management and

Change approval process.

This clause stands deleted

SL078 volume-I 178 6 6.2.2.5

(UTM for

internet

connectivity)

Sr. No. 2.4

General Features

Firewall and Integrated IPSEC VPN

Applications should be ICSA Labs certified

for ICSA 4.0, FIPS 140-2 certified

Firewall and Integrated IPSEC VPN

Applications should be FIPS 140-

2 certified

SL079 volume-I 179 6 6.2.2.5

(UTM for

internet

connectivity)

Sr. No. 2.7

Identity Awareness

Feature

Application Control Library should have

more than 5000+ Web 2.0 applications

and 2,50,000 Social Networking Widgets

Application Control Library should have

more than 3000+ Web 2.0 applications

and Social Networking Widgets

SL080 volume-I 179 6 6.2.2.5

(UTM for

internet

connectivity)

Sr. No. 2.7

Identity Awareness

Feature

Should have more than 100+ Categories

based on Urls, Application types, Security

Risk level etc.

Should have more than 50+ Categories

based on Urls, Application types,

Security Risk level etc.

SL081 volume-I 179 6 6.2.2.5

(UTM for

internet

Sr. No. 2.8

Centralized

Management,

Management should have Visual Tracking

of Changes in Policy, Detailed Summary

Report of Changes carried out, Audit trails,

This clause stands deleted

CORRIGENDUM-1 dated 16-07-2013

24 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

connectivity) Logging, Reporting

and Analysis

Graphical comparision of Rule Base

Changes and Session Management and

Change approval process.

SL082 volume-I 180 6 3.6 Certification Solution should common criteria EAL 4+

Certified

Common criteria EAL4+ Certified is

preferred.

SL083 volume-I 181 6 4.4 APT Security Features

Should be able to scan any file irrespective

of it size

Should be able to scan any file

irrespective of its size

SL084 volume-I 181 6 4.4 APT Security Features

Solution Should Protect against unknown

threats in MS Office, Adobe PDF files,

EXEs, and ZIPs

Solution Should Protect against

unknown threats in EXEs and ZIPs

SL085 volume-I 182 6 4.5 Management Management should have Visual Tracking

of Changes in Policy, Detailed Summary

Report of Changes carried out, Audit trails,

Graphical comparison of Rule Base

Changes and Session Management and

Change approval process.

This clause stands deleted

SL086 Volume –I 184 6 6.2.2.6 Tape Library

Sr. No.1

Drives: 2 tape drives of LTO-Ultrium-5 or

equivalent, FC interface (8Gbps) / SAS2 /

iSCSI (10Gbps)

Drives: 2 tape drives of LTO-Ultrium-5/

LTO-6 or equivalent, FC interface (8Gbps)

/ SAS2 / iSCSI (10Gbps)

SL087 volume-I 185 6 6.2.2.7 Top of the Rack (TOR)-

Layer 3 switch

Sr. No.:1

For 24 port Switch: 24 ports

10/100/1000BaseT PoE ports with

4xcombo SFP slots & 4x10G SFP+ slots

(GE Sx, Lx/LH modules will be populated in

future)

For 24 port Switch: 24 ports

10/100/1000BaseT PoE ports with 4x

SFP or 2x10G SFP+ slots (GE Sx, Lx/LH

modules will be populated in future)

SL088 Volume-I 185 6 6.2.2.7 Top of the Rack (TOR)-

Layer 3 switch

Sr. No.:1

For 48 port Switch: 48 ports

10/100/1000BaseT PoE ports & 4x10G

SFP+ slots (GE Sx, Lx/LH modules will be

populated in future).

For 48 port Switch: 48 ports

10/100/1000BaseT PoE ports with 4x

SFP or 2x10G SFP+ slots (GE Sx, Lx/LH

modules will be populated in future)

SL089 Volume-I 185 6 6.2.2.7 Top of the Rack (TOR)-

Layer 3 switch

Sr. No.:3

Forwarding bandwidth:

128 Gbps for 24 port Switch

176 Gbps for 48 port Switch

Forwarding bandwidth:

88 Gbps for 24 port Switch

136 Gbps for 48 port Switch

SL090 Volume-I 185 6 6.2.2.7 Top of the Rack (TOR)- Forwarding rate Forwarding rate

CORRIGENDUM-1 dated 16-07-2013

25 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Layer 3 switch

Sr. No.:4

95 Mpps for 24 port Switch

130 Mpps for 48 port switch

65 Mpps for 24 port Switch

100 Mpps for 48 port switch

SL091 volume-I 195 6 6.2.4.1.1 Database Server

Sr. No.:12

Software Support: Certified with Quoted

O/S, RDBMS and AS

Software Support: Certified with Quoted

O/S and must be able to install quoted

RDBMS and AS

SL092 volume-I 195 6 6.2.4.1.1 Database Server

Sr. No.:14

Certification:

SPECint_rate_base2006: 800

Or

tpmC:12,00,000

Certification:

SPECint_rate_base2006: 800

SL093 volume-I 196 6 6.2.4.1.2 Application server/

SOA/ Integration

server Sr. No.:12

Software Support: Certified with Quoted

O/S, RDBMS and AS

Software Support: Certified with Quoted

O/S and must be able to install quoted

RDBMS and AS

SL094 volume-I 199 6 6.2.4.2 Sr. No. 7: Cache Offered Storage Array shall be given

with Minimum of 4 GB cache per

controller

Offered Cache should be scalable 4

times

Shall have dynamic management of

Cache block size

Offered Storage Array shall be given

with Minimum of 4 GB cache per

controller

Offered Cache should be scalable 4

times

SL095 volume-I 199 6 6.2.4.2 Sr. No. 8:

RAID Support

Offered Storage Subsystem shall

support Raid 0, 1, 1+0, 4/5 and 6

Offered Storage Subsystem shall

support Raid 0, 1, 1+0, 5 and 6

SL096 Volume-I 211 6 6.3.3.1 SOA Requirements

Sr. No.:7h

Itinerary Processing This clause stands deleted

SL097 Volume-I 213 6 6.3.3.2 Database

Requirements

Sr. No.:11

Should support option of different

partitioning schemes within the database

(Range, Virtual, Reference etc.) to split

large volumes of data into separate pieces

or partitions, which can be managed

independently. The partitioning should

enhance the performance, manage huge

volumes of data and should provide

foundation for Information Life Cycle

Should support option of different

partitioning schemes within the

database to split large volumes of data

into separate pieces or partitions, which

can be managed independently. The

partitioning should enhance the

performance, manage huge volumes of

data and should provide foundation for

Information Life Cycle Management

CORRIGENDUM-1 dated 16-07-2013

26 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

Management (ILM). (ILM).

SL098 Volume-I 214 6 6.3.3.2 Database

Requirements

Sr. No.:22

The RDBMS must provide an integrated

management solution for managing the

database with a unique top-down

application management approach. It

must optionally provide management

packs with self-managing capabilities,

eliminating time consuming, error-prone

administrative tasks, so database

administrators can focus on strategic

business objectives instead of

performance and availability fire drills.

The management tool should provide

optional tools for proactive diagnosis of

the database – providing the root cause

analysis, active sessions’ history, top

queries, performance issues and

advisories.

The RDBMS must provide an integrated

management solution for managing the

database with a unique top-down

application management approach. It

must optionally provide management

tools/ similar facility with self-managing

capabilities, eliminating time consuming,

error-prone administrative tasks, so

database administrators can focus on

strategic business objectives instead of

performance and availability fire drills.

The management tool should provide

optional tools for proactive diagnosis of

the database – providing the root cause

analysis, active sessions’ history, top

queries, performance issues and

advisories.

SL099 Volume-I 216 6 6.3.3.3 Portal Server

Requirements

Sr. No.:19

The Portal platform must provide support

for portal standards such as JSR 168,

WSRP 2.0, JSR-170, and JSR-227

The Portal platform must provide

support for portal standards for any two

out of JSR 168, WSRP 2.0, JSR-170.

SL099.1 Volume 217 6 6.3.3.4 Application server

requirement

Sr.No. 6

JMX and Messaging

Messaging

SL099.2 Volume 218 6 6.3.3.4 Application server

requirement

Sr.No.7 Distribution, Built and Deployment:

A single development environment for developing the application server components

A unified development/ customization environment for developing/ customizing the application server components

SL099.3 Volume 218 6 6.3.3.4 Application server A single comprehensive and development A unified comprehensive and

CORRIGENDUM-1 dated 16-07-2013

27 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

requirement

Sr.No.7 Distribution, Built and Deployment:

cum deployment environment covering the entire lifecycle of development from scope formation, code generation to testing and deployment to application server.

development/customization cum deployment environment covering the entire lifecycle of development/ customization from scope formation, code generation to testing and deployment to application server.

SL099.4 Volume 218 6 6.3.3.4 Application server

requirement

Sr.No.8

Data Sources and Data

connectivity:

The proposed application server must

provide industry leading in memory

application grid capability.

This clause stands deleted.

SL100 Volume-I 219 6 6.3.4 SDC and DR Failover

New clause

RTO (Recovery Time Objective):2 Hours

RPO(Recovery Time Objective): 0 (No

data loss is allowed and data replication

between DC and DR must be consistent)

SL101 volume-I 244 7 7.3.3 TF-3: Format for

Customer References

Section 7.3.3 stands deleted

SL102 Volume-I 249 7 7.4.2 Sl no 5 in CF-2-Cost

Summary Table

Data Digitization and Migration Cost

(refer CF-7 for detailed breakup)

Data Migration Cost (refer CF-7 for

detailed breakup)

SL103 Volume-I 253 7 7.4.4 CF4-System S/W cost

for SDC & DR

Sr. No.: 9 of WBSDC

items

Antivirus Solution* Antivirus Solution(Mandatory)

SL104 Volume-I 254 7 7.4.4 CF4-System S/W cost

for SDC & DR

Footnote

* If the Antivirus solution is opted as per

data center infrastructure, then only

software costing needs to be provided as

per the detailed BoM for antivirus of SDC.

This clause stands deleted

SL105 volume-I 255 7 7.4.5 Field Name Unit Unit (in person months)

SL106 volume-I 255 7 7.4.5 Bidders shall specify total man-month

efforts for application

development/customisation of all the

IFMS modules, features and

Bidders shall specify total person-month

efforts for application

development/customisation of all the

IFMS modules, features and

CORRIGENDUM-1 dated 16-07-2013

28 | P a g e

Serial

No

Volume Page Section Sub-section Item Original clause Revised Clause

functionalities as per volume II of this RFP

and also blended man-month rate of

resources. These rates may be considered

for any changes brought in the project

later based on the final discretion of the

Finance Department, GoWB.

functionalities as per volume II of this

RFP and also blended person-month

rate of resources. These rates may be

considered for any changes brought in

the project later based on the final

discretion of the Finance Department,

GoWB.

SL107 volume-I 255 7 7.4.5 Cost must include all Man power costs Cost must include all personnel related

costs

SL108 volume-I 258 7 7.4.8 Training Cost Format The cost of additional training during the

project duration shall be reimbursed on

prorata basis

SL109 volume-I 281 8 8.2 New sub section

“Current Transaction

Data

Please find the contents of the new sub

section in annexure-2 of this

corrigendum

SL110 Volume-II 16 3 3.1 Concurrent users table Please find the revised table in

annexure-3 of this corrigendum

SL111 Volume-II 169 17 17.2 General

Requirements-Non

Functional-point no 11

The Solution provider should support the

software licenses provided in the scope of

this RFP for a period of 10 years. The

software provider should provide a stated

policy document stating that the proposed

software version is supported for the next

10 years. Finance Department should not

be forced to upgrade the solution at any

stage

The Solution provider should support

the software licenses provided in the

scope of this RFP for a period of 7 years.

The software provider should provide a

stated policy document stating that the

proposed software version is supported

for the next 7 years. Finance

Department should not be forced to

upgrade the solution at any stage

SL112 Volume-II 169 17 17.2 General

Requirements-Non

Functional-point no 13

The system shall support the English

characters and other state specific

languages.

The system shall support the English and

Bengali characters.

CORRIGENDUM-1 dated 16-07-2013

29 | P a g e

Annexure 1 Volume-I: Page no. 74: Section 3.2: Project Work Plan

Activities M00 M01 M02 M03 M04 M05 M06 M07 M08 M09 M10 M11 M12 M13 M14 M15 M16 M17 M18 M19 M24 M36 M48 M60 M72 M78

Award of Contract & Team Mobilization Submission of Inception Report & Project Plan document Submission of Draft Systems Requirements Specification (SRS) SRS review and finalisation Finalisation of High Level Design (HLD), Low Level Design (LLD), and Software Design Documents (SDD) Development/Customization and Testing of IFMS Solution with Quality Certification Data

CORRIGENDUM-1 dated 16-07-2013

30 | P a g e

Activities M00 M01 M02 M03 M04 M05 M06 M07 M08 M09 M10 M11 M12 M13 M14 M15 M16 M17 M18 M19 M24 M36 M48 M60 M72 M78

Migration for Pilot Locations

Security Certification

Pilot Implementation

Delivery & deployment of the required server side IT equipment (including software, hardware and network devices) suggested as part of technical solution for DC and DR. User Acceptance Testing (UAT) Infrastructure Readiness at Pilot Locations Go-Live at Pilot Locations with final data migration Pilot Run along with

CORRIGENDUM-1 dated 16-07-2013

31 | P a g e

Activities M00 M01 M02 M03 M04 M05 M06 M07 M08 M09 M10 M11 M12 M13 M14 M15 M16 M17 M18 M19 M24 M36 M48 M60 M72 M78

parallel run

Handholding Support at Pilot Locations Delivery of User manuals, Operation Manual and other related documentations Capacity Building & Change Management Pilot Completion Operational Acceptance by Finance Department , GoWB for Pilot Locations

Roll Out

Infrastructure Readiness at Roll out Locations Data Migration at Roll Out Locations Capacity Building &

CORRIGENDUM-1 dated 16-07-2013

32 | P a g e

Activities M00 M01 M02 M03 M04 M05 M06 M07 M08 M09 M10 M11 M12 M13 M14 M15 M16 M17 M18 M19 M24 M36 M48 M60 M72 M78

Change Management-Rollout Locations

Certification by third party Go-Live at rollout Locations Handholding Support at roll out Locations Operational Acceptance by Finance Department , GoWB

Operation and Maintenance

Application-Operations & Maintenance Support for Pilot Locations Application-Operations & Maintenance Support for all Locations Infrastructure-Operations & Maintenance Support

CORRIGENDUM-1 dated 16-07-2013

33 | P a g e

Annexure 2 New Section 8.2 in Volume 1: Current Transaction Data for last two years

Treasury Names Challan - 2010-11

Voucher - 2010-11

Challan - 2011-12

Voucher 2011-12

Total transaction - 2010-11

Total transaction 2011-12

Average Annual Transactions

Calcutta PAO-I 170537 319 925280 235 170856 925515 548186

Calcutta Collectorate 900060 12038 31858 12072 912098 43930 478014

Calcutta PAO-II 462842 128141 163670 129354 590983 293024 442004

P D Cell, DTA,WB 102 101650 544964 98586 101752 643550 372651

Howrah-II 265437 19542 305503 19007 284979 324510 304745

Siliguri-I 137462 16846 139646 17195 154308 156841 155575

Midnapore 105923 31237 102693 32273 137160 134966 136063

Barasat-I 106754 27212 95326 27632 133966 122958 128462

Purulia 88744 36089 90395 36662 124833 127057 125945

Barrackpore-I 88242 22804 89865 24255 111046 114120 112583

Bidhannagar 73073 26610 86713 28384 99683 115097 107390

Burdwan-II 55476 32090 90898 32287 87566 123185 105376

Bishnupur 36230 36804 98029 38288 73034 136317 104676

Tamluk 75417 25016 75248 25139 100433 100387 100410

Berhampore-I 71937 18827 68770 19143 90764 87913 89339

Alipore-II 58909 27294 60996 29431 86203 90427 88315

Malda-II 74906 12214 69769 12405 87120 82174 84647

Jalpaiguri-I 62472 17210 63656 17633 79682 81289 80486

Hooghly-II 62612 16552 62940 16232 79164 79172 79168

KrishnaNagar-I 57002 22116 55316 23750 79118 79066 79092

Asansol-I 54149 23580 56313 24140 77729 80453 79091

Burdwan-I 89303 16623 20836 16948 105926 37784 71855

Diamond Harbour 53425 16534 54852 17918 69959 72770 71365

Bolpur 30487 15466 74074 15573 45953 89647 67800

Cooch Behar-I 52551 15714 51533 15703 68265 67236 67751

Uluberia 46587 19739 46344 20812 66326 67156 66741

Kalna 27935 17390 68836 18094 45325 86930 66128

Sreerampore I 54307 10383 53454 10308 64690 63762 64226

Kalyani 42139 20760 41525 21519 62899 63044 62972

Contai 47538 16744 44283 16544 64282 60827 62555

CORRIGENDUM-1 dated 16-07-2013

34 | P a g e

Treasury Names Challan - 2010-11

Voucher - 2010-11

Challan - 2011-12

Voucher 2011-12

Total transaction - 2010-11

Total transaction 2011-12

Average Annual Transactions

Birbhum-I 72214 12199 25397 13714 84413 39111 61762

Alipore-I 45800 17539 41446 17733 63339 59179 61259

Raigunj-I 44753 15406 46074 15083 60159 61157 60658

e-Treasury 117138 1650 51 1878 118788 1929 60359

KrishnaNagar-II 41776 16505 41072 16582 58281 57654 57968

Alipurduar 41744 15120 42072 16434 56864 58506 57685

Baruipur 42395 14878 42070 15445 57273 57515 57394

Chandernagore 44534 12586 42567 12959 57120 55526 56323

Kharagpur 35115 17310 38429 21533 52425 59962 56194

Basirhat 37008 17022 36376 17383 54030 53759 53895

Ranaghat 37758 14947 37956 14943 52705 52899 52802

Durgapur 68050 8447 19274 8742 76497 28016 52257

Birbhum-II 20807 16849 49382 16683 37656 66065 51861

Howrah-I 33156 18396 31905 18518 51552 50423 50988

Rampurhat 48458 10798 30244 11191 59256 41435 50346

Jangipur 35124 14207 35918 14494 49331 50412 49872

Balurghat-I 38913 9641 40556 10015 48554 50571 49563

Arambagh 36167 11321 38301 12094 47488 50395 48942

Darjeeling 25684 16811 35449 18732 42495 54181 48338

Asansol-II 19896 8274 58499 8621 28170 67120 47645

Jalpaiguri-II 23092 23411 22297 25647 46503 47944 47224

Hooghly-I 24683 22034 24738 22571 46717 47309 47013

Jhargram 28962 16676 28990 17130 45638 46120 45879

Haldia 35981 9438 35364 9358 45419 44722 45071

Berhampore-II 27882 16404 27584 17033 44286 44617 44452

Ghatal 33628 10033 34967 10235 43661 45202 44432

Malda-I 21646 23158 20348 23220 44804 43568 44186

Khatra 23865 14164 35710 14525 38029 50235 44132

Katwa 32418 12599 27435 12728 45017 40163 42590

Lalbagh 28739 11981 29000 12129 40720 41129 40925

Kandi 27658 11462 28332 11869 39120 40201 39661

Bongaon 26544 9573 27498 9673 36117 37171 36644

Siliguri-II 21437 13575 20876 14019 35012 34895 34954

CORRIGENDUM-1 dated 16-07-2013

35 | P a g e

Treasury Names Challan - 2010-11

Voucher - 2010-11

Challan - 2011-12

Voucher 2011-12

Total transaction - 2010-11

Total transaction 2011-12

Average Annual Transactions

Islampur 24987 9753 24825 9933 34740 34758 34749

Raghunathpur 23155 9471 24357 9741 32626 34098 33362

Sreerampore II 26139 6257 26591 6334 32396 32925 32661

Mal 23593 5918 25190 6399 29511 31589 30550

Barasat-II 12892 16626 10011 18089 29518 28100 28809

Raigunj-II 14386 11772 14782 12452 26158 27234 26696

Dinhata 17547 7575 16606 8036 25122 24642 24882

Gangarampur 18954 6560 17316 6576 25514 23892 24703

Egra 16672 7931 16826 7915 24603 24741 24672

Mathabhanga 17258 7347 17008 7530 24605 24538 24572

Tehatta 17016 7236 17117 7645 24252 24762 24507

Chanchal 16867 7441 16758 7250 24308 24008 24158

Balurghat-II 13796 9933 13709 10088 23729 23797 23763

Kakdwip 16005 7520 15886 7937 23525 23823 23674

Canning 15451 6384 16137 6956 21835 23093 22464

Domkal 14700 6427 14975 6678 21127 21653 21390

Kalimpong 12601 5484 17655 6400 18085 24055 21070

Barrackpore-II 603 16292 739 19373 16895 20112 18504

Cooch Behar-II 7991 10022 7758 10410 18013 18168 18091

Tufanganj 11920 5071 12223 5112 16991 17335 17163

Kurseong 7929 7518 10887 7887 15447 18774 17111

Mekhliganj 9382 5264 9749 5392 14646 15141 14894

Bidders have to take into account a year-on-year increment of 10% in transaction volume

CORRIGENDUM-1 dated 16-07-2013

36 | P a g e

Annexure 3 Section 3.1 of volume-II Table of Users The below table presents an estimated figure of number of users of IFMS w.r.t individual modules as in column B. Approximate Concurrent Users (as in column F) are estimated in peak load w.r.t individual modules. Multiple roles under the modules may be performed by the same User Group (as in column C)

Sl No

Module Name/Interfaces User Group Connectivity Approx Total No of Users

Approx Concurrent Users

A B C D E F

1 Centralised Budget Monitoring System (CBMS)

Finance Department, Planning Department

Intranet 60 30

1.1 Web Interface-CBMS AGWB, RBI Nagpur Internet 10 5

2 e-Bantan Departments, DDOs Internet 15,000

1500

3 e-Pradan Departments, DDOs Internet 500

4 e-Billing DDOs Internet 15,000 1500

5 HRMS Employees/Supervisors Internet 4,00,000 10,000

Non-Govt Employees (Only as viewers)

Internet 6,00,000 5,000

6 Centralised Treasury System (CTS) Treasury Employees Intranet 2,000 1500

6.1 Web Interface-CTS Nodal Banks, Beneficiaries, DPPG, Pensioners, Stamp Vendors

Internet 12,00,000 5,000

7 Works and Forest Accounts Computerisation System

Works Executing Departments and Forest Department

Intranet 1,500 500

8 GRIPS External Users (Tax Payers) Internet 70,000 1000

CORRIGENDUM-1 dated 16-07-2013

37 | P a g e

Annexure 4 Page 84: Section 3.5 : Payment terms and conditions:

Payment- Milestone Based Payment QGR Based Remarks

Application design, development/customization, testing and installation cost

10% mobilization advance

10% of Application Development /Customisation Cost on Successful Completion & approval of SRS and solution design document

20% of Application Development/Customisation Cost on successful completion of Demo and UAT

20% of Application Development/Customisation Cost on successful commissioning of the Application at the Pilot Locations after Pilot User Acceptance

30% of Application Development/Customisation Cost on successful commissioning of the Application at all the rollout locations after User Acceptance

10% of Application Development/Customisation cost one year post go-live at the rollout locations

Supply of Hardware and Networking equipment

40% of total Hardware and Networking Equipment (Core ICT) Cost on successful commissioning of Hardware and Network Equipment at SDC and DR

20% of total Hardware and Networking Equipment (Core ICT) Cost on successful completion of UAT

10% of total Hardware and Networking Equipment (Core ICT) Cost on successful commissioning of Application at Pilot locations

10% of total Hardware and Networking Equipment (Core ICT) Cost on successful commissioning of Application in full across the state

20% of total Hardware and Networking Equipment Cost will be paid @ 4% per year for the next 5 years after successful Go-Live at all locations

System Software/ License

50% of total System Software Cost on successful installation of the same at SDC and DR

30% of total System Software Cost on successful completion of UAT

10% of total System Software Cost on successful commissioning of Application at Pilot locations

10% of total System Software Cost on successful commissioning of Application at Roll Out locations

Data Migration

30 % on, successful Migration at Pilot Location -

70 % on successful Migration at Roll Out Location on pro-rata basis as applicable

Capacity building and Training Activity

CORRIGENDUM-1 dated 16-07-2013

38 | P a g e

Payment- Milestone Based Payment QGR Based Remarks

Milestone based - Please refer to the separate table given below detailing the payment schedule for training activities

Annual Operation and Maintenance Cost

100% of total Managed IT Services Cost will be paid through QGR for the maintenance period of 7 years

QGR Payment start date will start from the date of successful completion of “System Go Live”

Optional / Additional Cost

Yearly Payment as per actual - On approval from Finance Department , GoWB

CORRIGENDUM-1 dated 16-07-2013

39 | P a g e

Annexure 5 Volume-I: page 163: Section 5.7 : Indicative Network Overview Diagram

CORRIGENDUM-1 dated 16-07-2013

40 | P a g e

Annexure 6 Volume –I, page 175: Section: 6.2.2.2: SAN Storage specification for DC:

Make:

Model:

Support Type:

Sr. No.

Storage Parameter Required Specifications Offered Specification

Compliance(Yes/No) If Yes, attach relevant datasheet as applicable

1 Operating System & Clustering Support

The storage array must support industry-leading Operating System platforms

including: Windows Server latest Version, Linux and proposed OS VMware, Sun Solaris,

HP-UX, IBM-AIX and Linux, Oracle LINUX, SUSE LINUX, RED HAT LINUX standard and

enterprise edition.

Offered Storage Shall support all above operating systems in Clustering.

2 Capacity & Scalability The Storage Array shall be offered with 40 TB Usable space using 300/450/600 GB 15K

rpm Disk drive after Raid 5 Implementation.

3 Processing Power Offered controllers shall be based on latest PCI-e technology to ensure that there is no

bottleneck for IO communication.

4 Architecture & Processing Power

The storage array should support dual, redundant, hot-pluggable, active-active array

controllers.

Storage Array shall have at least 8 ports/lanes for Disk drive connectivity.

5 No Single point of Failure

Offered Storage Array shall be configurable in a No Single Point of Failure including

Array Controller, Cache memory, FAN, Power supply etc. It must have Redundant

power supplies, batteries and cooling fans and data path and storage controller.

6 Disk Drive Support Offered Storage Array shall support 4Gbps dual-ported 300 / 450GB / 600GB hot-

pluggable Enterprise FC/SAS 15K rpm hard drives, along with 1 TB/2 TB / 3 TB SAS

MDL/SATA/ NLSAS drives in the same device shelf.

7 Cache Offered Storage Array shall be given with Minimum of 4 GB cache per controller

Offered Cache should be scalable 4 times

8 Raid Support Offered Storage Subsystem shall support Raid 0, 1, 1+0, 5 and 6

CORRIGENDUM-1 dated 16-07-2013

41 | P a g e

9 Data Protection The storage array must have complete cache protection mechanism either by de

staging data or providing complete cache data protection with battery backup for up

to 72 hours or more.

10 Host Ports & Back-end Ports

Offered Storage shall have minimum of 4 host ports for connectivity to servers &

minimum of 8 device ports/lanes for Disk shelf connectivity

11 Ports Bandwidth Offered storage shall be end to end 6 Gbps where each drive and drive shelf shall be

connected through dual active-active paths.

12 Global Hot Spare Offered Storage Array shall support distributed Global hot Spare for offered Disk drives

At least 1 Global hot spare drives shall be configured for every 30 drives.

13 Load Balancing & Multi-path

Multi-path and load balancing software shall be provided without Native MPIO

software

14 Maintenance Offered storage shall support online non-disruptive firmware upgrade for both

Controller and disk drives.

15 Storage Array Configuration & Management Software

Shall provide Storage Array configuration and GUI based Management software

16 Performance Management

Shall also offer the performance management software for Storage Array

17 Warranty/ Support 7 years back to back OEM warranty/ Support

Request for proposal for selection of System Integrator for Integrated Financial Management System (IFMS)

for

Department of Finance, Government of West Bengal

Bid document number: WTL/FIN/IFMS/13-14/001 dated 12/06/2013

Replies of the queries

Date: 16-07-2013

Finance Department

Government of West Bengal

2013

Replies of the queries Date: 16-07-2013

2 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN001 BIDDER-1 Volume-I 21 1 1.6.1 The bidder must use service oriented architecture in designing the proof of concept and the same must be developed based on the proposed technology stack (components).

We suggest emphasis on execution of PoC rather than linking of PoC with proposed technology stack as it may differ for various reasons.

As in Tender

GN002 BIDDER-1 Volume-I 102 4 4.18 Keep accurate and systematic accounts and records in respect of the Services hereunder, in accordance with internationally accepted accounting principles and in such form and detail as will clearly identify all relevant time changes and costs, and the basis thereof

We understand the accounting procedure being adopted / suggested by Govt. of India or CAG needs to be adopted here.

As in Tender

Replies of the queries Date: 16-07-2013

3 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN003 BIDDER-1 Volume-I 117 4 4.3 This process shall be covered under Budget Preparation sub module. SI shall be responsible for integrating this sub module with IFMS.

This clarification applies to all the FRS points peratining to Budget functionality spreaded in DDO & Budget module.We understand Budget Estimation & Management process at DDO till Administrative Department would be part of IFMS, leaving Finance Department level processing in Legacy system CBMS (Approval, Releases, Budget controls, Mgmt of CF, Publication Generation, etc.). Final approved changes from CBMS would be exchanged with IFMS using require integration mechanism on periodic basis.

More Information will be provided to the SI at the system study phase

GN004 BIDDER-1 Volume-I 117 4 4.3 This process shall be covered under Budget Release sub module. SI shall be responsible for integrating this sub module with IFMS.

We understand fund release from finance department will be done from CBMS System & same will be incorporated in IFMS system & after incorporation department will release fund to DDOs in IFMS system.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

4 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN005 BIDDER-1 Volume-II

320 6 6.1 Point No - 12

System shall allow the Departments to provide budget estimates for the complete year bifurcated into half-yearly, quarterly/ monthly estimates

We understand Budget Estimate would be for entire FY which starts generally in OCT month and ends in FEB month. However, releases of Budgets would be periodic as per requirement of State Govt. ?? Pls. confirm

More Information will be provided to the SI at the system study phase

GN006 BIDDER-1 Volume-II

326 6 6.3 Point No - 4

Capabilities to activate HOA & de-activate HOA during the budget preparation stage

We understand CoA configuration for particular FY would be commenced before the Estimation for particular FY starts and hence the same CoA set would be used for Budget & sub-sequent expenditure for the FY. Pls. confirm

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

5 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN007 BIDDER-1 Volume-II

326 6 6.3 Point No - 13

System shall allow relevant users to review the status of schemes/ projects to ascertain the following:a. List and details of the rollover projects.b. Priority and the outcome of the projects.c. Check the status of the approved new and rollover (long/short term) projects under implementation.d. Consider the extent to which the activities/ of a plan/Programme under implementation have beencompleted so far and are planned/ likely to be completed in remaining months of the FY.e. Provide the detail of expenditure incurred till date and the milestones achieved corresponding to theexpenditure.f. Allow compilation of cost for each activity head wise which are expected to be incurred in the remainingmonths of current financial year as well as next financial year.g. Allow relevant users to review financial and physical progress

We understand scope here is to capture generalized attributes of all the projects being executed by Govt. WB. The same can be integrated and populated from Legacy system (eProcurment / Project contract mgmt ), if any. IFMS will receive Claim related TXN for such system or allow user to capture claim details in system to process the payment and generate project expenditure related various reports from system. Does our understanding on scope is right ?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

6 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

(activities & milestones) of the projects.

Replies of the queries Date: 16-07-2013

7 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN008 BIDDER-1 Volume-II

359 9 9.3 Point No - 11

Capability to generate alerts in case reconciliation activity throws up any Differences.

In case reconciliation of e-Scroll throws up a discrepancy on few items should the whole scroll be rejected or partial reconciliation of agreeing entries be done ?

More Information will be provided to the SI at the system study phase

GN009 BIDDER-1 Volume-II

359 9 9.3 Point No - 17

The system should have the capability of recovery of payment in case excess payment has been made

What would be mechanism for recovering this excess payment?? What if the excess payment is made to some parties?? Will the party be asked to make payment by filling up the challan

More Information will be provided to the SI at the system study phase

GN010 BIDDER-1 Volume-II

359 9 9.3Point No - 18

Capability to update HRMS with all failed ECS based salary payments.

Will the claim be raised again from HRMS for making payments ??

More Information will be provided to the SI at the system study phase

GN011 BIDDER-1 Volume-II

383 11 11.1 Point No - 11

Integration with E-Tender system to facilitate collection of EMD from the bidders.

We understand here that all the remittances towards EMD come through the E-Tender system only and Receipt management application will be integrated with E-Tender system to get the reference of the Bid while accepting payments towards EMD ?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

8 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN012 BIDDER-1 Volume-II

391 12 12.1 Receipt of Grants and Loans from GoI and Loan Repayment

We undestand here scope of work in IFMS system is to track all the types Loans given & taken (market, NSSF, GoI, NABARD, EAP) by WB Gov and repayment through treasury system or by AG through RBI.

More Information will be provided to the SI at the system study phase

GN013 BIDDER-1 Volume-II

398 12 12.3 Issue of Government Guarantees

We undestand here scope of work in IFMS system is to track all managemt of guarantee by WB Gov and repayment through treasury system or by AG through RBI.

More Information will be provided to the SI at the system study phase

GN014 BIDDER-1 Volume-II

416 14 14.2 Point No - 16

System shall allow AG to transfer the accounting information generated in IFMS to VLC system

We understand here that IFMS system interact with legacy VLC system for accouting information exchange leaving AG as External user / user having viewing rights in IFMS

More Information will be provided to the SI at the system study phase

GN015 BIDDER-1 Volume-II

421 14 14.3 Point No - 2

System shall enable the Public Works Department to extract detailed accounts data from the PWIMS application

We understand PWIMS is responsible for Works accounting and scope of IFMS is to process the LC distribution, advices, cheques, reconciliation and accounting in 8782 MH. PWIMS will take advice details and cheque details for detail works accounting. Pls. confirm.

Bidders can get further information from detailed WFACS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

9 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN016 BIDDER-1 Generic - Pension Processing

- - - - What is the total number of pensioners ? What are the various available formats for pensioner data which is available for existing pensioners which has to be migrated?

More Information will be provided to the SI at the system study phase

GN017 BIDDER-1 Generic - Pension Processing

- - - - How do we expect the banks to receive the advice in an electronic manner? Do we expect Bank to be an user of the proposed system? Request you to please elaborate on the same.

More Information will be provided to the SI at the system study phase

GN018 BIDDER-1 Generic Query

- - - - Is New Pension Scheme will be the part of system or not, because detail functional requirements for the same not mention in RFP anywhere ?

More Information will be provided to the SI at the system study phase

GN019 BIDDER-1 Generic Query

- - - - Is GPF will be thepart of system or not, because detail functional requirements for the same not mention in RFP anywhere ?

More Information will be provided to the SI at the system study phase

GN020 BIDDER-1 Generic Query

- - - - Is will be the part of system or not, because detail functional requirements for the same not mention in RFP anywhere ?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

10 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN021 BIDDER-1 Generic Query

- - - - Is special purpose fund mgmt (like sinking fund) will be the part of system or not, because detail functional requirements for the same not mention in RFP anywhere ?

More Information will be provided to the SI at the system study phase

GN022 BIDDER-1 Volume-II

439 15 Payroll Processing Point No - 1

The system shall record, as a minimum, the following data:• Job classifications and descriptions• Employee status codes and descriptions• Salary & allowance codes, descriptions and Tax indicators• Deduction codes and descriptions• Beneficiaries for deductions (Account code, individuals etc.)• Location (Disbursement Centre) codes and descriptions• Treasury Office/District code and names• Leave codes and descriptions• Payroll Calendar• Pay scale number, Pay scales, Pay scale description

What is the number of employees / staff for whom payroll is to be processed ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

11 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN023 BIDDER-1 Volume-II

439 15 Payroll Processing Point No - 1

The system shall record, as a minimum, the following data:• Job classifications and descriptions• Employee status codes and descriptions• Salary & allowance codes, descriptions and Tax indicators• Deduction codes and descriptions• Beneficiaries for deductions (Account code, individuals etc.)• Location (Disbursement Centre) codes and descriptions• Treasury Office/District code and names• Leave codes and descriptions• Payroll Calendar• Pay scale number, Pay scales, Pay scale description

What is number of Users who are going to use the system ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

12 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN024 BIDDER-1 Volume-II

439 15 Payroll Processing Point No - 1

The system shall record, as a minimum, the following data:• Job classifications and descriptions• Employee status codes and descriptions• Salary & allowance codes, descriptions and Tax indicators• Deduction codes and descriptions• Beneficiaries for deductions (Account code, individuals etc.)• Location (Disbursement Centre) codes and descriptions• Treasury Office/District code and names• Leave codes and descriptions• Payroll Calendar• Pay scale number, Pay scales, Pay scale description

What is the number of locations where payroll will be processed ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

13 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN025 BIDDER-1 Volume-II

439 15 Payroll Processing Point No - 1

The system shall record, as a minimum, the following data:• Job classifications and descriptions• Employee status codes and descriptions• Salary & allowance codes, descriptions and Tax indicators• Deduction codes and descriptions• Beneficiaries for deductions (Account code, individuals etc.)• Location (Disbursement Centre) codes and descriptions• Treasury Office/District code and names• Leave codes and descriptions• Payroll Calendar• Pay scale number, Pay scales, Pay scale description

Will there be work flow for Payroll process ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

14 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN026 BIDDER-1 Volume-II

439 15 Payroll Processing Point No - 2

The system should provide facilities to add, modify, reclassify or abolish job positions in: • Position Number • Designation • Position Category • State Institution • Division/Department • Job Classification • Occupant’s employee identification number • Position creation date (date created in the position list) • Position status {permanent/temporary/occupied | vacant |unfunded} • Occupancy History • Start Date • End Date

What is the difference between Job, Post and Position ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN027 BIDDER-1 Volume-II

441 15 Payroll Processing Point No - 24

The system should handle more than one type of payroll -e.g. regular employees paid monthly and temporary/contract staff paid irregularly work changed / contingency employee.

What will be the frequency for irregularly paid employees ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

15 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN028 BIDDER-1 Volume-II

443 15 Payroll ProcessingPoint No - 54

The system should upload payroll history data

Migration is to be done or manual data entry is to be performed, for uploading Payroll history data?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN029 BIDDER-1 Volume-II

428 15 Manpower Planning Point No - 3

System should have proposal formats (for conversion of part of temporary establishment to permanent establishment, continuing remaining temporary establishment, on creation of new establishment on surrender of old establishment post, surrender existing establishment posts (temporary/permanent) cadre review) available in the system so that proposal can be created

1 What is meant by partial conversion of establishment and how it will impact on budget? 2. Who will prepare the proposals? 3. Who will be the approving authority for these proposals? 4. Who is cadre controlling authority (CCA). Is this BCO of the department?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN030 BIDDER-1 Volume-II

428 15 Manpower Planning Point No - 6

System should be able to project future requirement of employees and salary outflows over time

System will project future predictions based on how many employees are going to be retired or exit in near future and vacancies available in organization, are there any other criteria’s to project requirement?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

16 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN031 BIDDER-1 Volume-II

428 15 Manpower Planning Point No - 10

System should also have e-mail and sms facility for communication to take place

1.Why this is required? and to whom this sms and email will require to send? 2.Who will provide the SMS gateway?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN032 BIDDER-1 Volume-II

429 15 Recruitment Point No - 6

System should track passing of required exams (departmental/professional)

How system will track this? Will departmental and professional Exams part of system ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN033 BIDDER-1 Volume-II

429 15 Recruitment - (Generic Query)

- Will Recruitment module only require to capture details of final selected employees in to the system or should have end to end recruitment process like Publishing vacancies, receiving application against vacancies, short listing of candidates and capturing final outcome of selection process

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

17 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN034 BIDDER-1 Volume-II

429 15 Leave Management (Earned and Availed) Point No - 18

If an employee joins earlier/later then approved date then system should be able to apply user defined rules for early, late returns and initiate adjustments/deductions electronically in the e-billing Module after revised sanction

1.will this required to integrate with payroll for the adjustments/deductions or should go directly to e-billing module . 2.How e-billing module will do adjustments/deductions ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN035 BIDDER-1 Volume-II

434 15 Training and Learning Management (Training – Planning) Point No - 4

Training and Development needs identified through Performance Appraisal System should be captured in the system as priority needs for related employees

In this case, do we need to have online performance appraisal system?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

18 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN036 BIDDER-1 Volume-II

434 15 Training and Learning Management (Training – Planning) Point No - 7

System should have formats available in the system for proposal creation, training plan, budget preparation and allocation of training budget to field units

1.Will this module required to integrate with Budget application.2. Proposal creation: which proposal is being referredto, is it a learning path for an employee/set of employees?3. Allocation of training budget to field units: What do we mean by field units?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN037 BIDDER-1 Volume-II

435 15 Training and Learning Management (Training – Planning) Point No - 13

System should allow employees to select optional (professional & development) training programmes and uploading request to participate

1.Are we referring to Organization Training Plans? If so then we need not upload, it can be created and maintained in the system. 2.Do we still need to have a upload facility?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

19 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN038 BIDDER-1 Volume-II

435 15 Training and Learning Management (Training – Implementation) Point No - 13

System should allow online payment transfer to training providers

System should allow online payment transfer to training providers

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN039 BIDDER-1 Volume-II

447 15 Transfer Posting, Joining and Deputation Point No - 1

Should define Transfer Policy Parameters in the System

Please specify what are the parameters for processing the transfer of employees

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

20 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN040 BIDDER-1 Volume-II

447 15 Transfer Posting, Joining and Deputation Point No - 3

Should define cadre-wise HRD parameters/requirements (for job rotation) in the system

Will this job rotation request comes from the training module?, please refer RFP requirement of Training – Learning Management "System should allow employees’ to upload requests for job rotation, special assignments and secondments in the workflow"

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN041 BIDDER-1 Generic - HRMS

- - - - Do we have any existing employee database ?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN042 BIDDER-1 Generic - HRMS

- - - - will system required to generate the online service book

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN043 BIDDER-1 Generic - HRMS

- - - - Will we require to do migration of employee service record? In case of yes, How many years of service record of an employee will be required to migrate into the system?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

21 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN044 BIDDER-1 Generic - HRMS

- - - - Will all HRMS applications required to have workflow integration

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN045 BIDDER-1 Volume-I 62 & 72 2 2.2.2.6 & 3.1.1

2.2.2.6 says that pilot shall be conducted at following locations:o Finance Departmento DTAo Alipur-I Treasury and selected DDOs from this treasuryo Howrah-II Treasury and selected DDOs from this treasuryo Kolkata PAO-I and selected DDOs from this treasuryo Kolkata PAO-II and selected DDOs from this treasuryo Office of AG,WB, Kolkatao RBI, Kolkata Officeo Selected Bank Branches in Kolkata3.1.1 says that Finance Department, Dir. of Finance and following shall be locations for pilot:Alipore-IHowrah-IIKolkata PAO-IKolkata PAO-II

2.2.2.6 says that there will be 9 pilot locations while 3.1.1 says for 6 pilot locations

refer SL033 of corrigendum-1

Replies of the queries Date: 16-07-2013

22 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN046 BIDDER-1 volume-I 145 15 Leave Management

System should have provision that a salary is stopped if a person is absent for more than 1 month without proper sanction or as per rules and policies

How system will get attendance records of an employee?

More Information will be provided to the SI at the system study phase

GN047 BIDDER-1 volume-I 151 15 Training – Learning Management

System should allow web-mail communication

Request to provide more clarity/expectations of this requirement. Does this mean to provide web-mail interface to existing e-mail system available with WEBEL?

More Information will be provided to the SI at the system study phase

GN048 BIDDER-1 volume-I 154 15 Payroll Processing

The system allow receipt of attendance / leave records from: • All locations (HOO) • All departments

We understand that there is an existing attendance system is available with WEBEL and with this requirement the attendance records will be uploaded within the system.

More Information will be provided to the SI at the system study phase

GN049 BIDDER-1 volume-I 167 17 17.1 Capability to access the new IFMS application using only web browser and also the application should be compatible with all types of browsers

We understand that the application should be compatible with all types of desktop browsers.

More Information will be provided to the SI at the system study phase

GN050 BIDDER-1 volume-I 167 17 17.1 All offline processes to be automated & scheduled

Request more clarity about this requirement.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

23 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN051 BIDDER-1 volume-I 168 17 17.1 Use of biometric authentication mechanism for authenticating access into IFMS system

We understand that total three types of authentication mechanism are required. 1. User-ID & Password 2. Smart-Card based 3. Biometric based

More Information will be provided to the SI at the system study phase

GN052 BIDDER-1 volume-I 168 17 17.1 Website Management Request more details for this requirement.

More Information will be provided to the SI at the system study phase

GN053 BIDDER-1 volume-I 169 17 17.1 Capability for users to work offline

Request more details for this requirement. What kind of features are required offline?

More Information will be provided to the SI at the system study phase

GN054 BIDDER-1 volume-I 169 17 17.2 Challenge Handshake modalities to be included in the application to ensure the continuity of session even in case of long idle time in data entry screen.

With this requirement we understand that when a session timeout happens, ask user to provide his credentials again to re-login into the system and then continue with the activity on which the user was working. Please confirm.

More Information will be provided to the SI at the system study phase

GN055 BIDDER-1 volume-I 170 17 17.2 The system should have capability to cut/ paste/ format, etc at a field level on the inputs screens, output screens, etc

We understand Formatting is applicable to the rich text area fields in input forms

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

24 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN056 BIDDER-1 volume-I 172 17 17.2 Filling of forms should be possible off line i.e. without staying connected to internet. Security should be ensured while uploading offline data into IFMS.

We understand this is applicable to limited forms where in end users are expected to initiate business transactions.

More Information will be provided to the SI at the system study phase

GN057 BIDDER-1 volume-I 172 17 17.2 System should provide the facility for Dynamic forms which are configurable and their fields can be extended and restricted as and when required

Pls. provide business scenario for such requirement in Business application like IFMS.

More Information will be provided to the SI at the system study phase

GN058 BIDDER-1 volume-I 172 17 17.2 The system should allow for form/template to be easily downloadable both through HTML and word format

We understand this is applicable to download Govt. Order / Draft generated from System which needs to be stored on local hard disc

More Information will be provided to the SI at the system study phase

GN059 BIDDER-1 Generic Query

- - - - As per understanding IFMS system will interact with following legacy sytems, please clerify If any other system is left ? 1. E-Tender 2. CBMS 3. VLC 4. PWIMS

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

25 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN060 BIDDER-1 Volume-I 85 3 3.5 Application design, development/ customization, testing and installation cost-20% of Application Development / Customisation cost one year post go-live at the rollout locations

We request that 100% payment to be received by Go-Live

As in Tender

GN061 BIDDER-1 Volume-I 85 3 3.5 Supply of Hardware and Networking equipment-10% of total Hardware and Networking Equipment Cost will be paid one year after go-live at rollout locations

We request that 100% payment to be received by Go-Live

As in Tender

GN062 BIDDER-1 Volume-I 85 3 3.5 System Software/ License-10% of total System Software Cost on successful commissioning of Application at Roll Out locations

We request that 100% payment to be received by Go-Live

As in Tender

GN063 BIDDER-1 Volume-I Pg 87 1 1.14.1 A Bid Security (Earnest Money Deposit (EMD)) of INR 5,000,000 must be paid in the form of DD from any Scheduled bank

We request that, EMD to be submitted in form of a irrevocable Bank Guarantee from a scheduled bank / Nationalized bank. Also Demand Draft is only valid for a period of 3 months from the date of its issue.

As in Tender

GN064 BIDDER-1 Volume-I Taxes & Duties

Prices must include all taxes, transport, insurance, installation etc as applicable at

We suggest that taxes should be applicable as on the date of billing.

As in Tender

Replies of the queries Date: 16-07-2013

26 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

implementation sites

GN065 BIDDER-1 NA NA Payment of Invoices

NA No time period is mentioned in RFP for payment of invoices. We suggest all invoices should be cleared within 30 days of submission and acceptance from customer after which interest will be levied at 12% pa.

As in Tender

GN066 BIDDER-1 Volume-I 15 1.5 1.5.1 Bidder (Prime bidder in case of consortium) must have a registered office for doing business in India for a period of at least last 5 years as on March 31, 2013

Hereby request you to upgrade the number of years of having a registered office in India to 10 years.

As in Tender

Replies of the queries Date: 16-07-2013

27 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN067 BIDDER-1 Volume-I 15 1.5 1.5.1 Bidder (Prime Bidder and Consortium members, in case of Consortium), must be a profit making company for each of the last 3 preceding years ending with March 31, 2012 (viz.FY11-12, FY 10-11 and FY 09-10).

Please consider the Prime Bidder with at least 200 Crores of profit in each of last 3 preceeding years ending March 31, 2013. This will allow Bidders with proven track record and an abiloty to withstand any unforeseen circumstances and having strength to steer a complex to successful completion. Please also modify the year range from 31 March, 2012 to 31 March 2013.

As in Tender

GN068 BIDDER-1 Volume-I 15 1.5 1.5.1 The bidder (Prime bidder in case of consortium) must have a minimum employee strength of 500 in India and must have a development center in India with 100 software developers

Kindly request you to consider a minimum employee strength of 10,000 in India and a strength of 1000 with respect to software developers. This will allow the necessary extra bandwidth and project execution without any hiccups w.r.t. resource crunch.

As in Tender

Replies of the queries Date: 16-07-2013

28 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN069 BIDDER-1 Volume-I 22 1.6 1.6.1 Bidder Track Record-Successful design, development, testing, commissioning and support of integrated IT Applications or similar Financial Management System, Operation and Maintenance of developed application Infrastructure * (a minimum of 3 projects and a maximum of 10 projects to be cited for evaluation) during the last 5 years ending March 31, 2013 for Government Department or PSU organization in India. For one project >= 10 crores – 42 marks for each additional projects with minimum value of Rs 2 crores upto maximum 3 projectsThe value must be in software development and services only and must not include any hardware components Supporting documents- Work order, selfcertification mention page no in the proposal Copies of the following 2 items:-i. the Work Order/contractii. go-live

Kindly request you to consider Letter of Intent as well along with the other supporting documents.

As in Tender

Replies of the queries Date: 16-07-2013

29 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

completion (completion of minimum 80% of the number of major modules in original scope)certificates (within the last 5 yrs) from the purchaser

Replies of the queries Date: 16-07-2013

30 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN070 BIDDER-1 Volume-I 84 & 91 3 3.5 & 4.8 Payment Terms Request the following inclusions in the clause:-(1) All invoices and bills will be raised by the SI as per the payment terms and will become due for payment within thirty (30) days of presentation.(2) The SI to have the right to levy an interest at the rate of 1.5 percent per month for all payments due for more than thirty (30) days on the invoice amount calculated from the date the payment became due until the recovery is made in full with interest. (3) The SI to also have the right to withhold provision of Services in case of non-payment of invoices within 30 days of receipt of invoice and any such withholding by the SI shall not be treated as breach.

As in Tender

Replies of the queries Date: 16-07-2013

31 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN071 BIDDER-1 Volume-I 86 3 3.6 Penalties/Liquidated Damages

Request modifications as under: -(1) The Penalties mentioned in this clause (liquidated damages) to be payable only if the delay is solely attributable to the SI and not attributable directly or indirectly to any Force Majeure Event.(2) The Liquidated Damages rate mentioned in the tender document is excessive. Request LD to be computed at 0.5% of the fees payable for the uncompleted/undelivered portion of the work/milestone per week subject to a maximum of 5% of the total fees payable for the uncompleted/undelivered portion of the work/milestone.

As in Tender

Replies of the queries Date: 16-07-2013

32 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN072 BIDDER-1 Volume-I 92 4 4.9 Taxes and Duties The Tax clause needs to be modified as follows: -(1) All fees payable to the SI shall be exclusive of any sales, use, value added tax, service taxes or taxes of a similar nature measured by the services, deliverables or charges thereon, imposed by any applicable taxing jurisdiction and where such taxes are applicable, the Customer shall be responsible to pay or reimburse the SI the amount of such taxes. Each party shall be responsible for its own income taxes, corporate taxes and franchise taxes. Any increase or decrease in the rate of any taxes or any newly introduced taxes shall be to the account of the Customer. (2) Request deletion of the indemnity provision applicable to the SI as the only indemnity being provided by the SI herein is third party intellectual property rights infringement indemnity.

As in Tender

Replies of the queries Date: 16-07-2013

33 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN073 BIDDER-1 Volume-I 92 4 4.1 Insurance Insurance may be removed from the scope of Bidder

As in Tender

Replies of the queries Date: 16-07-2013

34 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN074 BIDDER-1 Volume-I 92, 101 & 103

4 4.11, 4.18.5 & 4.22

Intellectual Property Rights (1) Request insertion of a clause to protect the Pre-existing intellectual property rights of the SI over which the SI shall continue to have ownership. Such provision should override other provisions contained herein.(2) The SI agrees to provide the Customer with a non-transferable, paid up, perpetual, non-exclusive license with respect to such Pre-Existing IP of the SI to the extent that any of the deliverables/work products have any element of such pre-existing SI IPR.(3) As regards the third party intellectual property rights infringement indemnity being provided by the SI herein request insertion of all standard exceptions, conditions and disclaimers to SI’s provision of third party intellectual property rights infringement indemnity. (4) Customer to also provide the SI with reciprocal Third Party

As in Tender

Replies of the queries Date: 16-07-2013

35 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Intellectual Property Rights Infringement Indemnity in relation to materials/data/information/software etc. shared during the performance of services by the SI under the contract.(5) All third party software shall be governed by relevant End User License Agreement conditions.

Replies of the queries Date: 16-07-2013

36 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN075 BIDDER-1 Volume-I 93 4 4.12 Warranty Request the following modifications: -(1) The Warranty Period to start from the date of final acceptance of the Deliverables by the Customer or from the Go Live Date (whichever is earlier) and last for a period of 3 months from the date mentioned as per the afore-said calculation.(2) Standard Warranty disclaimers, conditions and exceptions are not included herein so request inclusion of the same.(3) Request that the warranty scope be defined as per industry practices and implied warranties to be expressly excluded.(4) Request that the warranty be valid only against the mutually agreed specifications and parameters.(5) Please note that all third party software and products will be subject to warranty provisions stipulated by the relevant 3rd party vendor(s) in the relevant End User License Agreements/Sale

As in Tender

Replies of the queries Date: 16-07-2013

37 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Agreements signed in that respect.

Replies of the queries Date: 16-07-2013

38 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN076 BIDDER-1 Volume-I 94 4 4.14 Safety Measures SI agrees to take all such safety measures which are applicable to be taken as per any of the laws in force or which are required to be taken as per the mutual agreement herein. Request deletion of the indemnity provision applicable to the SI as the only indemnity being provided by the SI herein is third party intellectual property rights infringement indemnity.

As in Tender

Replies of the queries Date: 16-07-2013

39 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN077 BIDDER-1 Volume-I 94, 101 & 103

4 4.15, 4.18.3 & 4.21

Confidentiality (1) Request that the confidentiality provisions be made mutual so that to protect both parties’ interests and confidential information.(2) Parties to main the same level of secrecy as they use to protect confidential information belonging to them of the same nature which level of secrecy shall not be below a reasonable level of care. Request deletion of “highest level of secrecy”.(3) Request insertion of all standard exceptions to the definition of “Confidential Information”. A few have been included but we request that all the others are also included.(4) Request that the confidentiality provisions survive the termination or expiry of the resultant contract for a period of 2 years thereafter.

As in Tender

Replies of the queries Date: 16-07-2013

40 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN078 BIDDER-1 Volume-I 96 4 4.16.6 Termination (1) Request that either party have the right to terminate the contract for convenience by giving the other a prior written notice of 90 days. Currently in the tender document this rights has only been accorded to the Customer.(2) Request insertion of a provision which gives the right to the SI to terminate for material breach (with a 30 day cure period) or in case of a continuing Force Majeure Event which lasts for 30 continuous days.(3) SI to have the right to receive payments for all services rendered irrespective of the grounds of termination.

As in Tender

Replies of the queries Date: 16-07-2013

41 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN079 BIDDER-1 Volume-I 96 4 4.17 Protections and Limitation Request deletion of the entire section on “Third Party Claims” as it is already covered above in clause 4.11 Request that the Limitation of Liability clause pertaining to direct damages clause be re-worded to expressly state that the cumulative liability of either Party arising from or relating to this Project should not exceed the total amount paid to the SI by the Customer under that applicable Statement of Work that gives rise to such liability (in the preceding 12 months); Provided, however, that this limitation shall not apply to any liability for damages arising from (a) willful misconduct or (b) indemnification against third party claims for infringement of IP Rights.

As in Tender

Replies of the queries Date: 16-07-2013

42 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN080 BIDDER-1 Volume-I 99 4 4.18.2 Conflict of Interests Request insertion of a qualification in this respect as under: -SI shall be free to do similar business either for itself or for any other party or offer similar services to any third parties but without in any way affecting the services agreed to be offered by the SI hereunder.

As in Tender

Replies of the queries Date: 16-07-2013

43 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN081 BIDDER-1 Volume-I 101 4 4.18.7 Accounting, Inspection and Audit

(1) Request replacement of “internationally accepted accounting principles with accounting principles prevalent in the market. (2) Request that records maintained in any shall be maintained only for the duration of the contract. (3) All audit/inspection/testing/certification (as applicable) costs to be borne by the Customer and to be conducted with reasonable prior written notice. (4) Any third party agency appointed in this regard should not be a competitor of the SI and will agree to adhere to SI’s security and date security policies.

As in Tender

Replies of the queries Date: 16-07-2013

44 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN082 BIDDER-1 Volume-I 103 4 4.24 Force Majeure Request that no liability shall result to the Party affected by the Force Majeure event due to any delay in performance or due to non-performance attributable to any Force Majeure Event. Such excuse and relief to automatically accrue to the affected party once the notice of force majeure has been provided and without the requirement of seeking permission from the other party for such excuse.

As in Tender

Replies of the queries Date: 16-07-2013

45 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN083 BIDDER-1 Volume-I 103 4 4.25 Arbitration Request that if parties are unable to mutually resolve disputes through discussions and involvement of their respective senior management representatives they refer the same to arbitration by a panel of three arbitrators appointed as under: - Each party shall appoint one (1) arbitrator of their choice and the two arbitrators so appointed by the parties shall appoint a presiding arbitrator who shall act as an umpire. Request insertion of a Jurisdiction Clause: request that parties submit to the exclusive jurisdiction of the competent courts at Kolkata.

As in Tender

Replies of the queries Date: 16-07-2013

46 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN084 BIDDER-1 Volume-I 104 & 107

4 4.27 & 4.28

SLA Terms Request the following modifications: -(1) Request insertion of a standard excuse clause which holds the SI liable only for delays solely attributable to the SI.(2) Request insertion of an excuse clause which takes into account all standard delays excused while calculating ‘uptime’.(3) Request that the SI’s aggregate liability under the tender document and the contract for penalties (levied under any head) be limited to 1% of the contract price.

As in Tender

Replies of the queries Date: 16-07-2013

47 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN085 BIDDER-1 Volume-I 231 7 7.1.5 Performance Guarantee Format

Need to Include the following clause: - Notwithstanding anything contained hereinabove: - a) Our liability under this Bank Guarantee shall not exceed and is restricted to Rs._______________ (Rupees _______________________________ only) b) This Guarantee shall remain in force up to and including _________ (including a claim period of six months) c) Unless the demand/claim under this guarantee is served upon us in writing before _________ all the rights of the Department under this guarantee shall stand automatically forfeited and we shall be relieved and discharged from all liabilities mentioned hereinabove.

As in Tender

Replies of the queries Date: 16-07-2013

48 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN086 BIDDER-1 Volume-I Insertion of New Clauses in the Tender Document

There are no specific clauses on the following items in the Tender document. Request that specific clauses with respect to the following be included in the Tender document which can become part of the Contract (to be signed in relation to the current Project) in future: -(1) Customer’s Indemnity: specific clause delineating the scope of third party intellectual property rights infringement indemnity and general indemnity for loss to person and/or property being provided by the Customer to the SI needs to be included in the tender document.(2) Provisions applicable to Acceptance Testing with a specific clause on Deemed Acceptance.(3) Clause on Change Management Procedure(4) Clause to protect SI’s pre-existing Intellectual Property Rights(5)Non-Solicitation Clause(6) Clause referencing applicability of the Tata Code of Conduct

As in Tender

Replies of the queries Date: 16-07-2013

49 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN087 BIDDER-1 Volume-I 211 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 7h - Itinerary Processing

Itinerary Processing is a vendor specific term. Please mention the exact solution requirement here or dilute this requirement.

Refer SL096 of corrigendum-1

GN088 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 2. - System shall be able to handle unlimited customer base.

1. Please clarify unlimited as the required customer base can be handled by appropriate sizing.2. Please specify the number of concurrent users at any point in time.3. Is there a known peak time load?

System / The portal framework will not require any specific customization or configuration to handle any peak load. The framework will tune itself to handle any load.As in tender.

Replies of the queries Date: 16-07-2013

50 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN089 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 3 - System must provide single information view of the data coming from multiple sources such as web service, XML, SQL source, Web Pages and Spreadsheets. This would need ability to connect to multiple sources, defining rules and filtering conditions. It should be able to connect to multiple sources, defining rules, applying presentation templates and then publishing on portal

This is an aggregated requirement. Please mention the Content Aggregation and Data Integration Requirements separately. Request for breaking up this requirement. Suggested Change :- “The Solution should provide data integration capabilities from multiple sources such as web service, XML, SQL source, Web Pages and Spreadsheets. This solution should have an ability to connect to multiple sources, defining rules and filtering conditions. The solution should also be able to publish the aggregated content using a Portal Solution by applying rules and Presentation Templates."

The data integration capabilities from multiple data sources should be out of the box and should not be solutioned in the system / portal platform. System can be changed to Portal platform but not the portal solution. As in tender.

Replies of the queries Date: 16-07-2013

51 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN090 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 4 - Portal platform must provide ability to clip any website to encourage re-use of already available content.

This requirement is specific to certain Portals:-Request for more generic statement. Suggested Change :-“The Portal Solution should have the ability to clip any website to encourage re-use of already available content."

The web clipping portlet should be provided out of the box as part of the portal framework. It should not be coded or solutioned.As in tender

Replies of the queries Date: 16-07-2013

52 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN091 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 9 - Portal should provide a next generation Web 2.0 portal framework built specifically for componentized Web 2.0 services like wikis, blogs and other Collaboration functionalities like Communities, Project-based tasks (Creation & Management), discussion forums, mash ups, social integrations, Activity Streams, Project Communities, Knowledge Sharing etc.

This requirement is very aggregated. Request for more generic Statement. Suggested Change :- “The Portal Solution should be based on next generation Web 2.0 portal framework built specifically for componentized Web 2.0 services. It should provide Web 2.0 services like wikis, blogs and other Collaboration functionalities like Communities, Project-based tasks (Creation & Management), discussion forums, mash ups, social integrations, Activity Streams, Project Communities, Knowledge Sharing etc. using either inbuilt or integrable CMS/Collaboration offerings.”

As in Tender

Replies of the queries Date: 16-07-2013

53 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN092 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 10 - System must be able to manage portal content using web content management from common content management repository thru out-of-the-box integrations.

Request for more generic statement. Suggested Change :-“The Portal Solution should be able to manage portal content using web content management from common content management repository through either out-of-the-box integrations or integrable 3rd party WCM offerings”

As in Tender

GN093 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 11 - Portal search must support content, keywords, Full text & people search.

Request for more generic statement. Suggested Change :- “The Portal Solution must support content, keywords, Full text & people search. ”

As in Tender

Replies of the queries Date: 16-07-2013

54 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN094 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 12 - Portal must provide comprehensive analytics module to tracks portal/community traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc.

Request for more generic statement. Suggested Change :- “The Portal Solution should be easily integrable with other BI and Analytics offerings to track portal/community traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc.”

As in Tender

GN095 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 13 - The portal platform must provide ability to surface data managed by packaged and custom applications like ERP through portlets /native adapters.

This is a very specific requirement. Request for more generic statement. Suggested Change :-1. Do the ERP application to be connected provide custom portlets for integration?2. This requirement can be made generic as follows:“The Solution must provide ability to surface data managed by packaged and custom applications”

The data surfacing for the ERP applications should be standard based and adapter driven. Custom connectiviies are all coded and thus difficult to manage.As in Tender

Replies of the queries Date: 16-07-2013

55 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN096 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 15 - Portal platform must provide ability to wire the portlets/webparts/native adapters together. This means that various portlets/webparts/adapters on a portal page can be connected with each other using a parameter to produce a simple, contextual application that integrates data from disparate system

The words used here are specific to products. Request for more generic statement. Suggested Change :- “The Portal Solution should provide aggregation features to integrate various portlets/webparts/adapters”.

As in Tender

GN097 BIDDER-1 Volume-I 216 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 19 - The Portal platform must provide support for portal standards such has JSR 168, WSRP 2.0, JSR-170, and JSR-227

JSR – 227 is an obsolete/dropped specification. Please specify why is it required? Request you to please remove it from the requirements.

refer SL099 of corrigendum-1

Replies of the queries Date: 16-07-2013

56 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN098 BIDDER-1 Volume-I 216 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 23 - Must provide search capabilities to search portal content. Ability to integrate with external search engine for providing end user search.

Request for more generic statement. Suggested Change :-“The Portal Solution must provide search capabilities to search portal content. The solution can have the ability to integrate with external search engine for providing end user search”

As in Tender

GN099 BIDDER-1 Volume-I 216 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 24 - The portal solution must provide analytics console for accessing portal metrics such as portal traffic, portlet hits, page usage etc and also allow to create reports. The analytics console should be available as an integrated application. Portal should provide comprehensive analytics module to tracks portal/community traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc. and also allow to create analytics reports.

Combining analytics requirements with Portal Server will make only specific vendors comply to this. Request for more generic statement. Suggested Change :- “The Portal Solution should provide Analytics features to measure metrics like portal traffic, portal hits etc by either integrating with common 3rd party Analytics solutions or an out of the box solution”

As in Tender

Replies of the queries Date: 16-07-2013

57 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN100 BIDDER-1 Volume-I 216 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 25 - The portal System must support threaded discussion forums.

Request for more generic statement. Suggested Change :- “The Portal Solution should provide threaded discussion forums by either integrating with common 3rd party WCM components or an out of the box solution”

As in Tender

GN101 BIDDER-1 Volume-I 217 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 1 - Proposed application server must have a published benchmark in place preferably on a clustered DB.

Please either dilute this requirement by either making it a desirable feature or asking for Gartner leader quadrant presence instead of specific benchmarks, as none of the open source vendors have published any specific benchmarks.

As in Tender

Replies of the queries Date: 16-07-2013

58 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN102 BIDDER-1 Volume-I 217 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 6 - Must support all type of available messaging protocol out of the box and is capable of sending and receiving message of size > 500K.

Most vendors supports JMS out of the box which has the messaging capability asked. Please remove the “All type of messaging protocol” clause or specify the protocols.

The messaging protocols like JMS, JMX, SOAP, SOAP over JMS, etc. As in Tender

GN103 BIDDER-1 Volume-I 218 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 7 - Support for side-by-side/production redeployment. Newer versions of application can be deployed side-by-side with older version in same JVM.

This is a proprietary feature and beyond JEE 6 standards. Please dilute this requirement. To make this generic please ask for zero downtime. Request for more generic statement. Suggested Change :- “The Solution should support zero downtime deployments”

As in Tender

Replies of the queries Date: 16-07-2013

59 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN104 BIDDER-1 Volume-I 218 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 7 - Support for automatic retirement - graceful or timeout for older versions of the application.

This is a proprietary feature and beyond JEE 6 standards. Request for more generic statement. Suggested Change :-“The solution should support graceful retirement of applications”

This features are provided out of the box by a JEE 7 enabled application server platform. There are many options available in the market as JEE 7 complied application server platform.As in Tender

GN105 BIDDER-1 Volume-I 218 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 9 - The proposed application server must provide industry leading in memory application grid capability.

Most vendors do not provide in memory grid capability with application servers. Request for more generic statement. Suggested Change :- “The proposed application server should be easily integrated with in memory application grid capability.”

As in Tender

Replies of the queries Date: 16-07-2013

60 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN106 BIDDER-1 Volume-I 214 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 11 - Should support option of different partitioning schemes within the database (Range, Virtual, Reference etc.) to split large volumes of data into separate pieces or partitions, which can be managed independently. The partitioning should enhance the performance, manage huge volumes of data and should provide foundation for Information Life Cycle Management (ILM).

We partition the database tables for better manageability and performance. There can be multiple strategies using which data can be partitioned. It is advised to leave this call on database that which partition methodology would work best within the database rather than defining our own strategies like(Range, Virtual, Reference etc.). Hence partitioning types like Range, Virtual and Reference should be removed from the requirement.

Refer SL097 of corrigendum-1

Replies of the queries Date: 16-07-2013

61 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN107 BIDDER-1 Volume-I 215 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 22 - The RDBMS must provide an integrated management solution for managing the database with a unique top-down application management approach. It must optionally provide managements packs with self-managing capabilities, eliminating time consuming, error-prone administrative tasks, so database administrators can focus on strategic business objectives instead of performance and availability fire drills. The management tool should provide optional tools for proactive diagnosis of the database – providing the root cause analysis, active sessions’ history, top queries, performance issues and advisories.

Management packs is a vendor specific term and only one vendor can be compliant with this. However there are other vendors which provide similar capabilities in more appropriate way. Hence "Management Packs" should be removed from the requirement.

refer SL098 of corrigendum-1

GN108 BIDDER-1 Volume-I 151 4 17.1 Functional

Point 8 - Use of smart card / USB token storing digital certificate from a certifying authority along with private key for logging into the system

is it expected from middleware or Operating system? Please clarify.

The same is upto the SI, how they will provide the solution.

Replies of the queries Date: 16-07-2013

62 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN109 BIDDER-1 Volume-I 219 6 6.3.3 DETAILED SPECIFICATION SOFTWARE COMPONENTS FOR DC AND DR

Point 8- The proposed application server must provide industry leading in memory application grid capability.

Is "Caching" expected here? Please clarify.

Yes

Replies of the queries Date: 16-07-2013

63 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN110 BIDDER-1 Volume-I 34 1 1.14.3 TECHNICAL PROPOSAL

Procedure for managing incremental changes which are highlighted during the entire project lifecycle

Would standard tools be required to be procured for this project in the name of IFMS, Department of Fin, WB Govt to implement change management capabilities. Please clarify.

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

GN111 BIDDER-1 Volume-I 51 2 2.2.1 DEVELOPMENT/CUSTOMIZATION

Point c - A standard methodology shall be adopted for Software Engineering, covering the entire SDLC (Software Development Life Cycle)

What standards are being referred to? Is it standard methodology like Agile, Waterfall, etc. Please clarify.

As in Tender

Replies of the queries Date: 16-07-2013

64 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN112 BIDDER-1 Volume-I 53 2 2.2.1 DEVELOPMENT/CUSTOMIZATION

Point b - The application shall have to undergo comprehensive testing and must minimally include Unit Testing, System Testing, Integration Testing, Performance Testing, Regression Testing (in case of any change in the software) and Load & Stress testing.

Would the SI need to use standard testing tools with these capabilities to do the respective testings? Please clarify.

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

GN113 BIDDER-1 Volume-I 63 2 2.2.2.8 Conducting Go-Live and Operational Acceptance for Pilot and Roll Out

"In order to ensure effective completion/ accomplishment of the above, the Finance Department , GoWB, in association with SI, shall carry out all the necessary operational acceptance tests including but not limited to o Functionality Test,o Database Test,o Integration Testing,o Unit Test,o System Test,o Security Compliance,o Stress test,o Performance test, etc"

Will the SI need to provide the necessary tools for these testing to the departments? Please clarify.

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

65 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN114 BIDDER-1 Volume-I 64 2 2.2.3 OPERATION & MAINTENANCE

The SI shall define the Software Change Management & Version control process and obtain approval for the same from the Finance Department, GoWB. For any changes to the software, the SI has to prepare detailed documentation including proposed changes, impact to the System in terms of functional outcomes/additional features added to the System etc.

Will the SI need to use any off the shelf tools to do these? Please clarify.

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

66 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN115 BIDDER-1 Volume-I 176 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

6.2.2.4 Server Load balancer

sr. no- 6; Throughput; Minimum of 10 Gbps Data, Minimum of 5 Gbps SSL

Content of RFP for reference:- "Throughput" , "Minimum of 10 Gbps Data", "Minimum of 5 Gbps SSL" . Application load balacer is business critial component in overall datacenter solution design that integrates with IFMS application & network infrastcture for optimized application access . Throughput & scalability are critical attributes while sizing the overall solution for optimized applicaton delivery. However load balancer throughput is not inline with other critical network devices including firewall and it may affect application performance. its is highly recommended that throughput of the load balancer should be inline for optimized application access. It is suggested to modiy the cluase as "Throughput - Minimum of 15 Gbps Data". At the same time most connections expected to terminate on load balancer are ssl

As in Tender

Replies of the queries Date: 16-07-2013

67 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

connection and 5 Gbps SSL throughput is very less. Where firewall accept 20 Gbps of througput, load balancer would restrict it to 5 Gbps. Suggested Change:- "Throughput - Minimum of 10 Gbps SSL"

Replies of the queries Date: 16-07-2013

68 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN116 BIDDER-1 Volume-I 176 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point- 7; SSL Connection; Minimum of 20000 SSL connections scalable to 30000 SSL connections

Please refer Sr. no 7 "SSL Connection", "Minimum of 20000 SSL connections scalable to 30000 SSL connections". Encryption detail is missing here and same may encourge bidders to supply device with 1024 bit encryption. This will defeat the purpose as 1024 bit certificate is no more available with Certificate Authority. We strongly recomend for amendment and same should be read as " SSL TPS - 20,000 (2048 bit) "

As in Tender

Replies of the queries Date: 16-07-2013

69 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN117 BIDDER-1 Volume-I 219 6 6.3 MINIMUM TECHNICAL SPECIFICATIONS FOR SOFTWARE

SDC AND DR FAILOVER: A comprehensive and appropriate solution must be proposed for smooth and proper SDC – DR failover

As per RFP scope proposed design must consider business continuity requirements for IFMS application. In other words users should able to access the IFMS application from DR location in event of service disruption at datacenter. Current specification of server load balancer does not address transparent DC/DR failover. it is suggested that server load balancer should support integrated global server load balancer solution for geographical failover.

The DC/DR solution is to be proposed by the SI, how they will do the DC /DR failover for proper and in time data replication from DC to DR.

Replies of the queries Date: 16-07-2013

70 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN118 BIDDER-1 Volume-I 199 6 6.2.4 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT DR

San Storage requirements Please specify whether you would like to have a storage-storage replication between DC and DR – in that case the DR Storage will have to be EMC only, otherwise if you are planning a host-based replication, it can be any other storage.ADDITIONAL SUGGESTIONS:-1) Offered product should be from Gartner’s leader quadrant of ADC to ensure that you get quality products.2) Should support controlled and role based access to individual segment/partition to allow level 1 level 2 access without providing them admin access to GUI.3) Should provide server side compression with maximum throughput capacity of the platform and caching to improve application response.4) Should support application reporting within the interface for things like Per VS CPU Stats, Client latency, Server latency, Response codes, User Agent, Client IP and

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

71 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

location, Most requested URLs ,Request throughput, Response throughput, New sessions, Concurrent sessions, HTTP dump in GUI, this will allow customer to do capacity planning give performance metrics and application reports within the same system.

Replies of the queries Date: 16-07-2013

72 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN119 BIDDER-1 Volume-I 199 6 6.2.4 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT DR

Point 7 - Cache -- • Offered Storage Array shall be given with Minimum of 4 GB cache per controller • Offered Cache should be scalable 4 times • Shall have dynamic management of Cache block size

4 GB cache per controller is too less keeping in view the future scalability requirement - please consider making it 8 GB per controller, keeping the upgradability clause unchanged. If possible, please include "usable Read/Write cache per controller" also along with the above requested change.

refer SL094 of corrigendum-1

GN120 BIDDER-1 Volume-I 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

6.2.2.4 Server Load balancer

Point 13 - Management Features -- • Secure Web Based Management• SSH• TELNET• SNMP v1, 2, 3 Based GUI• Command Line

Request you to make it TELNET/SSH as Telnet is fast becoming irrelevant

As in Tender

Replies of the queries Date: 16-07-2013

73 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN121 BIDDER-1 Volume-I 176 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

1) 40TB usable by configuring 20TB with RAID 10 using 15K Drives and 20TB with RAID 5 using 7.2K drives 2) All necessary equipments like DAE, FC cables, power chords and cascading cables for integrating with existing storage needs to be supplied.

This is a Old Storage system. Simply increasing the capacity and workload will put additional overhead on the Storage controllers which might lead to performance bottlenecks. Moreover please clarify the mode of Data replication between DC and DR Storage. Request you to clarify on the performance ownership of the existing EMC Storage. Request to remove the upgrade out of the scope of this Tender and make it open by allowing other storage vendors – so that you get a competitive scenario and also a chance to use the latest advancements in storage technology.

refer SL071 and annexure 6 for details.

Replies of the queries Date: 16-07-2013

74 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN122 BIDDER-1 Volume-I 200 6 6.2.4 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT DR

The Storage Array shall be offered with 40 TB Usable space using 300 GB 15K rpm Disk drive after Raid 5 Implementation.

Request to change the specification to 300 GB disk only as smaller spindle size of the disk will lead to better stripping of Data and will enhance performance.

As in Tender

GN123 BIDDER-1 Volume-I 177 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 1.3 - Should have minimum 20 Gbps firewall throughput and 10 Gbps IPS throughput.

Please consider to change the Ips tp 9.7 Gbps

refer SL073 of corrigendum-1

Replies of the queries Date: 16-07-2013

75 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN124 BIDDER-1 Volume-I 177 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 1.4 - Should have IPSec VPN throughput of 5 Gbps

Please consider to change it to 10Gbps

As in Tender

GN125 BIDDER-1 Volume-I 177 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 1.6 - IPS updates should have an option of Automatic downloads and scheduled updates so that it can be scheduled for specific days and time

Vendor specific - please remove this

refer SL074 of corrigendum-1

Replies of the queries Date: 16-07-2013

76 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN126 BIDDER-1 Volume-I 177 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 1.6 - Should have Sandbox for new protections

Vendor specific - please remove this

Sandbox is a technology. It is not at all a vendor specific term. Please refer to: http://en.wikipedia.org/wiki/Sandbox_%28computer_security%29

GN127 BIDDER-1 Volume-I 177 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 1.6 - Activation of new protections based on parameters like Performance impact, Confidence index, Threat severity etc.

Vendor specific - please remove this

refer SL075 of corrigendum-1

Replies of the queries Date: 16-07-2013

77 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN128 BIDDER-1 Volume-I 177 - 178 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 1.7 - Centralized management and reporting appliance should be able to support 7500 logs per second

Vendor specific, what if logs are more than or less than mentioned figures?? So please do not specify this.

refer SL076 of corrigendum-1

GN129 BIDDER-1 Volume-I 178 6 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

Point 2.4 - Firewall and Integrated IPSEC VPN Applications should be ICSA Labs certified for ICSA 4.0, FIPS 140-2 certified

Different vendors have different certifications, it should be read as equivalent

refer SL078 of corrigendum-1

GN130 BIDDER-1 Volume-I 56 2 2.2.3 Data digitization For data digitization, Please provide details like number of documents, average pages per document and size of the document.

refer SL026 of corrigendum-1

Replies of the queries Date: 16-07-2013

78 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN131 BIDDER-1 Volume-I 56 2 2.2.3 Data migration Please provide details like database size to be migrated.

refer SL109 of corrigendum-1 for transaction volume and volume II (FRS) for the relevant data elements for transaction

GN132 BIDDER-1 Volume-I 56 2 2.2.3 Data migration Data migration, please confirm that the department will provide necessary access to the existing databases and servers for facilitating the data migration.

yes

GN133 BIDDER-1 Volume-I 66 2 2.2.3.3 Technology upgrade/Refresh : Hardware refresh for servers, storage,networking, desktops

Desktop supply is not in the scope of SI. As per RFP SI is only maintaining the end user location devices. Please exclude desktop upgrade from the SI scope.

refer SL036 of corrigendum-1

GN134 BIDDER-1 Volume-I 84 3 3.4 Key Personnel Outlay: Qualification for Helpdesk support lead is BE/B Tech/MCA with 10 Years experience

Please modify this to BE/B Tech/MCA/ Any Bachelor Degree/Master Degree with 10 years of experience.

As in Tender

GN135 BIDDER-1 Volume-I 105 4 4.26 Exit managemet Please clarify the exit management period duration.

As in Tender

GN136 BIDDER-1 Volume-I 172 6 6.2.2.1.1 Database server RAM - DDR III minimum 1TB

1TB of RAM is very high for the solution. Please allow SI to size the memory requirements as per Solution needs and specify minimum memory as 128GB

refer SL065 of corrigendum-1

Replies of the queries Date: 16-07-2013

79 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN137 BIDDER-1 Volume-I 172 6 6.2.2.1.2 App server RAM - DDR III minimum 1TB

1TB of RAM is very high for the solution. Please allow SI to size the memory requirements as per Solution needs and specify minimum memory as 128GB

refer SL068 of corrigendum-1

GN138 BIDDER-1 Volume-I 174 6 6.2.2.1.3 Web server RAM - DDR III minimum 768 GB

768 GBRAM is very high for the solution. Please allow SI to size the memory requirements as per Solution needs and specify minimum memory as 128GB

refer SL070 of corrigendum-1

GN139 BIDDER-1 Volume-I 196 6 6.2.4.1.1 Database server RAM - DDR III minimum 512 GB

Please allow SI to size the memory requirements as per Solution needs and specify minimum memory as 128GB

As in Tender

GN140 BIDDER-1 Volume-I 172 6 6.2.2.1.2 App server RAM - DDR III minimum 512 GB

Please allow SI to size the memory requirements as per Solution needs and specify minimum memory as 128GB

As in Tender

GN141 BIDDER-1 Volume-I 174 6 6.2.2.1.3 Web server RAM - DDR III minimum 256 GB

Please allow SI to size the memory requirements as per Solution needs and specify minimum memory as 128GB

As in Tender

Replies of the queries Date: 16-07-2013

80 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN142 BIDDER-1 Volume-I 168 6 6.1.1 SAN Storage Please allow SI the option to propose a new storage which will provide independent storage for the solution with replication compatibility to DR storage.

refer SL071 and anneure 6 of corrigendum-1

GN143 BIDDER-1 Volume-I 214 6 6.3.3.2 Database Clause 9 of single image is restrictive to single OEM. Please remove this clause

As in Tender

GN144 BIDDER-1 Volume-I 214 6 6.3.3.2 Database Database specs given are specific to single OEM. Please provide generic specs for RDBMS to give more option to choose. This will help to reduce overall cost.

As in Tender

GN145 BIDDER-1 Volume-I 6.3.4 DR Please specify RTO and RPO requirements

refer SL100 of corrigendum-1

GN146 BIDDER-2 Volume-I 11 1 1.1 (9) Earnest Money Deposit (EMD):Rs 50,00,000/- (Rupees fifty lacs) onlyin the form of DD from any Scheduled bank in favour ofWebel Technology Limited payable at KolkataThis Demand Draft should be enclosed with the technical proposal

Request to include submission of EMD of Rs.50,00,000/- (Rupees fifty lacs) only in form of Bank guarantee also . Kindly provide the Bank Guarantee Format.

As in Tender

Replies of the queries Date: 16-07-2013

81 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN147 BIDDER-2 Volume-I 15 1 1.5.1 The Bidder (Prime bidder in case of Consortium) must have successfully implemented at least 2 similar scoped projects* of a minimum cumulative value of INR 50 Crores during the last 5 years.

Kindly confirm whether Bidder can use their own format for providing the relevant information.

As in Tender

Replies of the queries Date: 16-07-2013

82 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN148 BIDDER-2 Volume-I 15 1 1.5.1(11.)

The Bidder (Prime bidder in case of Consortium) must have successfully implemented at least 2 similar scoped projects* of a minimum cumulative value of INR 50 Crores during the last 5years.The Project must be for State Government/ Central Government/PSU Organizations/Autonomous Bodies (including local bodies) in India*For the purpose of the RFP, similar scoped project shall include all the following:i) Successful design, development, testing, commissioning and support of integrated IT Applications including Enterprise Level Application Development or similar Financial Management Systemii) Successful Delivery, Installation, Commissioning, System Integration, Helpdesk support of Hardware Components* (Including Server, Storage, Network, client side Infrastructure),Operation

The Bidder (Prime bidder in case of Consortium) must have successfully implemented at least 3 similar scoped projects* of a minimum cumulative value of INR 50 Crores during the last 5 years.The Project must be for State Government/ Central Government/PSU Organizations/Autonomous Bodies (including local bodies) in India*For the purpose of the RFP, similar scoped project shall include all the following:i) Successful design, development, testing, commissioning and support of integrated IT Applications including Enterprise Level Application Development or similar Financial Management Systemii) Successful Delivery, Installation, Commissioning, System Integration, Helpdesk support of Hardware Components* (Including Server, Storage, Network, client side Infrastructure),Operation

As in Tender

Replies of the queries Date: 16-07-2013

83 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

and Maintenance of Application and ICT Infrastructureiii) Minimum value of each project must be INR 20 croresIn order to enable the Finance Department, GoWB to assess the authenticity of the above, the bidder shall provide relevant and necessary documentary evidence in relation to the previous similarly scoped contracts executed by the bidder. The Finance Department, GoWBfurther reserves the right to verify the correctness of documentary evidence furnished by the bidder for successful operation and performance of qualifying projects and Bidder shall arrange permission for the same

and Maintenance of Application and ICT infrastructureiii) Minimum value of each project must be INR 15 croresIn order to enable the Finance Department, GoWB to assess the authenticity of the above,the bidder shall provide relevant and necessary documentary evidence in relation to theprevious similarly scoped contracts executed by the bidder. The Finance Department, GoWBfurther reserves the right to verify the correctness of documentary evidence furnished by thebidder for successful operation and performance of qualifying projects and Bidder shallarrange permission for the same

Replies of the queries Date: 16-07-2013

84 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN149 BIDDER-2 Volume-I 19 1 1.6 It is mentioned in the RFP that : “However, if the number of qualifying bidders are not at least three then the FINANCE DEPARTMENT GoWB may, at its discretion, consider up to three highest scoring bidders as qualified bidders”.

Plz clarify, in that case what will be the cut off marks for third highest bidder.

refer SL002 of corrigendum-1

GN150 BIDDER-2 Volume-I 20 1 1.6.1(iv,v,vi)

Proposed Team Strength as per Technical ProposalPlease refer the format in section 7.4.4 and the same must be signed by the authorised signatorymention page no in the proposal

Section 7.4.4 contains CF-4: SYSTEM SOFTWARE COST FOR SDC AND DR. where as the Serial No. 7.3.4 refers to TF-4: FORMAT FOR KEY PROJECT TEAM MEMBER’S RESUME- Kindly clarify which format bidder will take .

refer SL005 of corrigendum-1

Replies of the queries Date: 16-07-2013

85 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN151 BIDDER-2 Volume-I 21 1 1.6.1( 1.i.)

Successful design, development, testing, commissioning and support of integrated IT Applications or similar Financial Management System, Operation and Maintenance of developed application Infrastructure * (a minimum of 3 projects and a maximum of 10 projects to be cited for evaluation) during the last 5 years ending March 31, 2013 for Government Department or PSU organization in India. For one project >= 10 crores – 4 2 marks for each additional projects with minimum value of Rs 2 crores upto maximum 3 projects The value must be in software development and services only and must not include any hardware components

Kindly change the clause as under: Successful design, development, testing, commissioning and support of integrated IT Applications or similar Financial Management System, Operation and Maintenance of developed application Infrastructure * (a minimum of 3 projects and a maximum of 10 projects to be cited for evaluation) during the last 5 years ending March 31, 2013 for Government Department or PSU organization in India. For one project >= 6 crores – 4 2 marks for each additional projects with minimum value of Rs 2 crores upto maximum 3 projects The value must be in software development and services only and must not include any hardware components

As in Tender

Replies of the queries Date: 16-07-2013

86 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN152 BIDDER-2 Volume-I 22 1 1.6.1 (1. v.)

Proposed Team Strengths per Technical Proposal:Qualification, relevant certification and Experience of theproposed Assistant Project Manager in implementing theproposed solution for similar scoped project for Government(Centre/State/Local) and PSU organization in India.i) Qualification:B.Tech/B.E/MCA – 1For anything higher than B.Tech -1.5ii) Experience :For having Experience more than 10 years – 1For having Experience more than 15 years – 2iii) For having any relevant certification -0.50

Kindly change the clause as under:Proposed Team Strengths per Technical Proposal:Qualification, relevant certification and Experience of theproposed Assistant Project Manager in implementing theproposed solution for similar scoped project for Government(Centre/State/Local) and PSU organization in India.i) Qualification:B.Tech/B.E/MCA – 1For anything higher than B.Tech -1.5ii) Experience :For having Experience more than 7 years – 1For having Experience more than 10 years – 2iii) For having any relevant certification -0.50

As in Tender

Replies of the queries Date: 16-07-2013

87 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN153 BIDDER-2 Volume-I 22 1 1.6.1 (1. vi.)

Proposed Team Strengths per Technical Proposal:Qualification, relevant certification and Experience of theproposed Financial Expert in implementing the proposedsolution for similar scoped project for Government(Centre/State/Local) and PSU organization in India.i) Qualification:BA/BCom/B.Tech/B.E/MCA – 1For anything higher than Bachelors -1.5ii) Experience :For having Experience between 10-15 years – 1For having Experience more than 15 years – 1.5iii) For having any relevant professional qualification – 1iv) For Domain expertise in Government IT projects – 1v) Skill demonstration during presentation - 2

Kindly change the clause as under:Proposed Team Strengths per Technical Proposal:Qualification, relevant certification and Experience of theproposed Financial Expert in implementing the proposedsolution for similar scoped project for Government(Centre/State/Local) and PSU organization in India.i) Qualification:BA/BCom/B.Tech/B.E/MCA – 1For anything higher than Bachelors -1.5ii) Experience :For having Experience between 7-10 years – 1For having Experience more than 10 years – 1.5iii) For having any relevant professional qualification – 1iv) For Domain expertise in Government IT projects – 1v) Skill demonstration during presentation - 2

As in Tender

Replies of the queries Date: 16-07-2013

88 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN154 BIDDER-2 Volume-I 22 1 1.6.1 (1. vi.)

Qualification, relevant certification, Experience of the leadpersonnel earmarked for the Project as per the following roles:-· Solution Architect,· Database Architect· Security Architect· Development Lead· Infrastructure Expert· Test Lead· Training and change management Lead· Support LeadFor each resource 3 marks.i) Qualification of each manpowerFor Bachelors degree of each manpower – 0.5For anything higher than Bachelors -1ii) Experience of each manpowerFor having Experience between 10-12 years – 0.5For having Experience 12-15 years - 1For having experience more than 15 years - 1.5i. For having any relevant certification of eachmanpower- 0.5

Kindly change the clause as under:Qualification, relevant certification, Experience of the leadpersonnel earmarked for the Project as per the following roles:-· Solution Architect,· Database Architect· Security Architect· Development Lead· Infrastructure Expert· Test Lead· Training and change management Lead· Support LeadFor each resource 3 marks.i) Qualification of each manpowerFor Bachelors degree of each manpower – 0.5For anything higher than Bachelors -1ii) Experience of each manpowerFor having Experience between 5-8 years – 0.5For having Experience 8-10 years - 1For having experience more than 10 years - 1.5i. For having any relevant certification of eachmanpower- 0.5

As in Tender

Replies of the queries Date: 16-07-2013

89 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN155 BIDDER-2 Volume-I 33 1 1.14.3( i) OEM certified sizing document.

Please clarify, what is meant by OEM certified sizing document.

refer SL061 of corrigendum-1

GN156 BIDDER-2 Volume-I 35 1 1.14.3 Training and Capacity building§ Mechanism proposed for comprehensive training need analysis§ Mechanism proposed for designing training program§ Proposed mode of training e.g. classroom, web-based, video conferencing, etc. to all users ofIFMS§ List of proposed training materials, etc.

Kindly clarify the courses on which web-based training and video conferencing will will be provided.

to be decided during the training strategy formulation for the project

Replies of the queries Date: 16-07-2013

90 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN157 BIDDER-2 Volume-I 40 1 1.15.7 .Finance Department, GoWB considers a conflict of interest to be a situation in which a party has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations, and that such conflict of interest may contribute to or constitute a prohibited corrupt practice. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if, including but not limited to: o the Bidder Company has cent percent shareholding in any of the other Bidder Companies o the Balance Sheet of one Bidder Company is included in the Consolidated Balance Sheet of another Bidder Company o have the same legal representative for

Kindly delete the clause" the Balance Sheet of one Bidder Company is included in the Consolidated Balance Sheet of another Bidder Company."In the above context, we would like to mention that some of the key figures of CMC Annual report like asset, liabilities, profit and turnover are reflected in the consolidated balance sheet of TCS .We would like to seek clarification whether the above would fall under purview of the said sub clause. If so, then we request for deletion of clause.

refer SL011 of corrigendum-1

Replies of the queries Date: 16-07-2013

91 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

purposes of this Proposal; or o the Prime Bidder participates in more than one Proposal in this bidding process. Participation bya Sole Bidder or Prime Bidder in more than one Proposal will result in the disqualification of all Proposals in which it is involved. However, this does not limit the inclusion of the same product (commercially available hardware, software or network product manufactured or produced by the firm), as well as purely incidental services such as installation, configuration, routine training and ongoing maintenance/ support, in more than one Proposal; or o a Bidder or any of its consortium member(s) participated as a consultant in the preparation of the design or technical specifications of the goods and services that are the subject of the

Replies of the queries Date: 16-07-2013

92 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Proposal. o if the Sole Bidder or Prime Bidder or any of its consortium members get associated as Consultant/ Advisor/ Third party independent evaluating agency with any of the agencies taking part in the Proposal process.

Replies of the queries Date: 16-07-2013

93 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN158 BIDDER-2 Volume-I 48 2 2.1 OVERVIEW OF SCOPE OF WORK

Note: The SI is not required to procure any client site infrastructure for this project. However, it shall be responsible for the maintenance of the same and is required to provide an upgradation roadmap based on the solution requirements.

Please clarify whether the bidder needs to carry out upgradation of client site hardware at their cost. Also please mention the number and the type of hardware.

refer SL019.1 of corrigendum-1

GN159 BIDDER-2 Volume-I 48 2 2.1 Category - Procurement and Deployment of requisite hardware infrastructure: Data Digitization & Migration

What is approximate size, format, type of Data that needs to be digitized? What are the different apps whose data needs to be migrated? What is the size of data there?

refer SL024 of corrigendum-1

GN160 BIDDER-2 Volume-I 48 2 2.1 Category - Procurement and Deployment of requisite hardware infrastructure: Third party Certification

What is the 3rd party certification requirement? Request kindly define it.

As in Tender

GN161 BIDDER-2 Volume-I 50 2 2.2 DETAILED SCOPE OF WORK

SI must ensure that data for the last two financial years is always available in the production database server.

What is the period for the previous data (data before 2 years) need to be kept

As in Tender

Replies of the queries Date: 16-07-2013

94 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN162 BIDDER-2 Volume-I 55 2 2.2 DETAILED SCOPE OF WORK

It is the responsibility of the SI to identify the quantum of data which needs to be digitized/migrated

How SI would identify the quantum of data , based on what? The existing SI, responsible to maintain different s/w mentioned , will help in extracting data from their respective s/w

As in Tender

GN163 BIDDER-2 Volume-I 55 2 2.2 DETAILED SCOPE OF WORK

a) SI shall provide handholding support at end user location for 3 months after the go-live for both pilot and rollout locations

This handholding support for 3 months is not mentioned at Project Timelines table provided in page 74. In project timeline table Capacity building is mentioned before go live , and also it's duration is not 3 months. So what the handholding support will encompasses and when it needs to be provided?

refer SL040 of corrigendum-1

GN164 BIDDER-2 Volume-I 56 2 2.2.2.3 b) The SI shall be required to perform digitization of manual data and 100% migration of data without any data loss

Please give tentative volume of Manual data to be digitized.

refer SL026 of corrigendum-1

Replies of the queries Date: 16-07-2013

95 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN165 BIDDER-2 Volume-I 56 2 2.2 DETAILED SCOPE OF WORK

The Finance Department , GoWB shall perform a detailed User Acceptance Testing (UAT) separately for the Pilot and Roll Out phase

The software will be developed based on the SRS and after UAT it will be piloted. What kind of changes is expected at the UAT for the roll out phase? Rollout for UAT is also not mentioned in the Project Timelines table provided in page 74.

As in Tender

GN166 BIDDER-2 Volume-I 56 2 2.2.2.3 The minimum data digitization (for records not digitized till date) would be from the beginning of the

Is it from the Beginning of the same financial year when the Pilot or Roll out will start?

refer SL026 of corrigendum-1

GN167 BIDDER-2 Volume-I 56 2 2.2.2.3 Data digitization will be carried out by the SI at the Project Sites.

Please specify No of sites. Please specify the available working hours on working days and whether shifting wd be allowed and working on Holidays wd be allowed?

refer SL029 of corrigendum-1

GN168 BIDDER-2 Volume-I 57 2 2.2 DETAILED SCOPE OF WORK

In the table, the value of "No of Users" column is much higher than the value of "Batch Size" X "Total training Sessions". This means all the users need not to be trained ,Please confirm.

Yes.Train-the-trainer strategy will be adopted.

Replies of the queries Date: 16-07-2013

96 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN169 BIDDER-2 Volume-I 57 2 2.2 DETAILED SCOPE OF WORK

The SI shall conduct the training at the regional offices

In the table provided for training and capacity building only District HQ and Kolkata is mentioned. Where as it is also mentioned that training at regional offices need to be conducted. How many regional offices are there? What are the trainings need to be conducted at RO, which are not mentioned at the table provided?

Training shall be conducted only at Kolkata and the District HQs

GN170 BIDDER-2 Volume-I 57 2 2.2.2.5 e) (I,ii,iii,iv)

Training and Capacity Building:1. Sensitization Training- 2. Basic Computer Awareness 3. On Job training (functional user training)- 4. Application administration training- 5. Change Management Workshops

Kindly Provide the number of participants for the following five courses on which training is to be conducted: 1. Sensitization Training- 2. Basic Computer Awareness 3. On Job training (functional user training)- 4. Application administration training- 5. Change Management Workshops

refer SL031 of corrigendum-1

Replies of the queries Date: 16-07-2013

97 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN171 BIDDER-2 Volume-I 59 2 2.2 DETAILED SCOPE OF WORK

The total no of training days is 155. The training to the officials may preferably be provided on government holidays or before/ after office hours to the best possible extent.

In the Project Timelines table provided in page 74, Training and Capacity Building is given on M11&M12 in pilot phase and on M14,15&16 in roll-out phase, i.e. total of 5 months training. If we consider only the holidays and after office hour training, how many number of days will we get in this five months? Based on that we need to plan how many session needs to be taken paralally on the same day and time.

to be decided during the training strategy formulation for the project

GN172 BIDDER-2 Volume-I 59 2 2.2 DETAILED SCOPE OF WORK

The SI is required to impart the following types of training to ensure smooth implementation of IFMS.

A separate sets of training mentioned here, which is not mentioned in the table provided for "Training and capacity building". But here the detail is not specified based on which we can calculate the cost for impart the training. Is it possible to provided some more detail?

refer SL031 of corrigendum-1

Replies of the queries Date: 16-07-2013

98 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN173 BIDDER-2 Volume-I 59 2 2.2.2.5 e) ii.

Basic Computer Awareness - Basic computer knowledge training such as Computer awareness, basics of hardware, and basics of networking, basics of trouble shooting, internet, e-mail and Office applications

Does Office Application mean MS Office? Who will procure that? Kindly Clarify

refer SL031 of corrigendum-1

GN174 BIDDER-2 Volume-I 59 2 2.2.3 d) SI shall ensure that the necessary migration of the data / application to new system is successful duringthe above refresh.e) SI shall also upgrade all the relevant documents including IT asset register, architecture documents andother documents for the above refresh.

As per point number (b) it is mentioned that SI need to study for technology refresh at it's own cost. But in point (d) and (e) it is stated that data and application migration and up gradation of document must be done by the SI, which involves a significant amount of cost. But no format has been provided in the financial proposal to include such type of cost.

Already given in page no. 257. As in Tender

GN175 BIDDER-2 Volume-I 59 2 7.4 FINANCIAL BID DOCUMENT FORMATS

DR site Is it must for the bidder to provide the licensing cost for the system software required for DR site? e.g. Some OEMs allow Maximum 10 days operation at DR site without any additional procurement of licenses

Yes, the bidder is to quote for licensing cost for the system software required for DR Site from day 1.

Replies of the queries Date: 16-07-2013

99 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN176 BIDDER-2 Volume-I 60 2 7.4 FINANCIAL BID DOCUMENT FORMATS

Back to Back annual OEM support for 7 years

Request to modify the format for the "Back to Back annual OEM support for 7 years" as "Unit Price" X "7 years". And also include OEM confirmation for 7 years "OEM Direct support".

As in Tender

GN177 BIDDER-2 Volume-I 60 2 2.2.2 The total no of training days is 155. Finance Department, GoWB might decide to have extra trainings at its discretion and bidder must provide cost estimates for the same

Is the cost for extra training should be provided with the proposal? If yes then how SI will get to know the cost of extra training ? Please provide the No. of user, type of trainings, No. of training days for extra training and please add appropriate format in the financial proposal.

refer SL108 of corrigendum-1

GN178 BIDDER-2 Volume-I 60 2 2.2.2 Training and Capacity Building

Kindly clarify whether the SI has to provide the IT & Non-IT Infrastructure needed for conducting Capacity Building training and change management at the regional offices. Also clarify whether any kind of lunch, refreshments needs to provided to the trainees by the bidder for Capacity Building & Change management.

refer SL031 of corrigendum-1

Replies of the queries Date: 16-07-2013

100 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN179 BIDDER-2 Volume-I 60 2 2.2.2 Training and Capacity Building Core User Training

The training to the officials may preferably be provided on government holidays or before/ after office hours to the best possible extent. Kindly clarify the following: 1. Whether Full time training can be conducted on Saturday, Sundays and Part time training on weekdays. 2. The number of hours(Full time – 8 hours or 6 hours per day, Part Time (2 hours/3 hours per day) training can be conducted on weekdays and Weekends. Request confirmation on the course timings

to be decided during the training strategy formulation for the project

GN180 BIDDER-2 Volume-I 60 2 2.2.2 Training and Capacity Building

Kindly confirm whether the batch size for the courses mentioned in Change Management and Capacity Building will be between 15-20.

refer SL031 of corrigendum-1

GN181 BIDDER-2 Volume-I 60 2 2.2.2 Training and Capacity Building DDO + Controlling Officers

Kindly clarify the no of regional offices at which training /Capacity Building will be conducted. Also clarify course wise the no of participants to be trained per regional office .

Training shall be conducted only at Kolkata and the District HQs

Replies of the queries Date: 16-07-2013

101 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN182 BIDDER-2 Volume-I 61 2 2.2.2 Training and Capacity Building

Kindly clarify on the specific module on the point mentioned: SI shall also develop an e-training module to facilitate online training by the user by downloading it and practice.

refer SL031 of corrigendum-1

GN183 BIDDER-2 Volume-I 61 2 2.2.2 Training and Capacity Building DDO + Controlling Officers

Kindly clarify whether the SI will have to provide the video facility for training through Video Conferencing

GoWB shall arrange for video conferencing (if any)

GN184 BIDDER-2 Volume-I 61 2 2.2.2 Training and Capacity Building DDO + Controlling Officers

Kindly clarify on the PM tools on which training is to be provided

refer SL031 of corrigendum-1

GN185 BIDDER-2 Volume-I 61 2 2.2.2 Training and Capacity Building DDO + Controlling Officers

Kindly clarify the number of Train the Trainer workshops to be conducted or whether SI can mention the number of Train the Trainer workshops to be conducted and the number of participants for this kind of training.

the entire training will be on train the training approach. Refer section 2.2.2.5 for details

GN186 BIDDER-2 Volume-I 61 2 2.2.2 Training and Capacity Building

Kindly clarify the number of batches to be conducted for training on project management.

refer SL031 of corrigendum-1

Replies of the queries Date: 16-07-2013

102 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN187 BIDDER-2 Volume-I 63 2 2.2.2.8.1 Operational Acceptance – Pilot Phase: Based on the above and only after being completely satisfied that at least a minimum percentage (as shown in a table below) of all the users of IFMS stakeholders have access to the System and are using the System for the respective functional areas the Finance Department , GoWB shall issue such OPERATIONAL ACCEPTANCE – PILOT PHASE.

The percentage of users and location mentioned is not tallying with the pilot location mentioned in another table. These are completely different.

refer SL033 of corrigendum-1

GN188 BIDDER-2 Volume-I 64 2 2.2.3 OPERATION & MAINTENANCE

Providing for 24X7 onsite warranty/support for the software (Application/system/support) Developed/Customized

Does this mean, availability of SI staff, at customer location for 24X7?

As in Tender

GN189 BIDDER-2 Volume-I 64 2 2.2.3 OPERATION & MAINTENANCE

Version management, License Management and software documentation management, reflecting current features and functionality of the solution

What does the license management indicate?

It means managing the S/W Licenses to be provided by the SI as well as the compatibility of the licenses of the various S/W products

Replies of the queries Date: 16-07-2013

103 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN190 BIDDER-2 Volume-I 65 2 2.2.3 OPERATION & MAINTENANCE

24x7 monitoring & management of availability & security of the infrastructure & assets (including data, servers, systems etc.)

What kind of security is expected here? Is it require to provide physical security of the said item?

As in Tender

GN191 BIDDER-2 Volume-I 65 2 2.2.2 c) The SI to prepare required training material and manuals as desired by the Finance Department, GoWB.

Does the SI need to prepare both softcopy and hardcopy of training material and manual? If hardcopies are to required then how many number of copies SI need to prepare?

As in Tender

GN192 BIDDER-2 Volume-I 66 2 2.2.3.4 Performing User Profiles and Account Management

Access to any of the IT assets installed across the IFMS network in the entire GoWB shall be governed by a single sign on facility managed by central role based authentication system. This facility must govern the access of users, either system users or application users, over the following list - o Server Systems o Network Devices o Operating Systems o Application Software o Peripheral devices such as printers, scanners, etc.

To provide single sign-on for the network and peripheral devices at client site, the devices need to be compliant to those standards. As the supply of such infrastructure is not within the scope of the bidder, please exclude those devices from the mentioned scope of work.

As in Tender

Replies of the queries Date: 16-07-2013

104 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN193 BIDDER-2 Volume-I 66 2 2.2.3.4 Performing User Profiles and Account Management

Is Biometric device required for all types of users (DDO,CO, Tax payers etc) or is specific to certain category of users only?

Biometric device is not under the scope of tis project. Refer SL037 & SL038 of corrigendum-1

GN194 BIDDER-2 Volume-I 66 2 2.2.3 OPERATION & MAINTENANCE

Maintenance of Desktops, Printers, Scanners, Switches, peripherals etc. at FINANCE DEPARTMENT and its related offices (end user locations);

In the procurement section (2.2.2.2) it is mentioned that SI need not to procure any infrastructure, so what is the requirement of giving maintenance support by SI on that?

refer SL021 of corrigendum-1

GN195 BIDDER-2 Volume-I 68 2 2.2.3 OPERATION & MAINTENANCE

a) The SI shall be required to provide Helpdesk services to enable effective support to the internal and external users for technical issues regarding the IFMS. (B) Additionally SI shall be required to provide Field Support Staff to enable effective field support to the IFMS users for technical issues regarding the IFMS.

What is the nature of the technical support is expected here?

As in Tender

Replies of the queries Date: 16-07-2013

105 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN196 BIDDER-2 Volume-I 68 2 2.2.3.7 Setting up and Management of Helpdesk (including manpower & other field support staff)

The interactions shall also be recorded and the records maintained for reference for a period of 3 months from the date of resolution of the problem.

Please confirm whether the bidder needs to provision for voice call recording for all helpdesk interactions and preserve it for 3 months.

refer SL039 of corrigendum-1

Replies of the queries Date: 16-07-2013

106 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN197 BIDDER-2 Volume-I 68 2 2.2.3.7 Setting up and Management of Helpdesk (including manpower & other field support staff)

The interactions shall also be recorded and the records maintained for reference for a period of 3 months from the date of resolution of the problem.

Please confirm whether the bidder needs to provision for voice call recording device for all helpdesk interactions and preserve it for 3 months.

refer SL039 of corrigendum-1

Replies of the queries Date: 16-07-2013

107 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN198 BIDDER-2 Volume-I 68 2 2.2.2 SI shall also develop an e-training module to facilitate online training by the user by downloading it and practice.

Please clear whether SI is expecting to prepare CBT/WBT? If SI needs to prepare CBT then the following details must be provided in the RFP 1. Are simulations required? If yes, will it be just 'Demo or Show me' or is the customer expecting 'Try me or Click and Learn' Or If No then static screens depicting the process using screen shots and call-outs for the fields (like a PPT) with audio 2. What are the languages to be used a) Only English (both text and Audio) b) English (both text and Audio) and Bengali (only Audio) c) English (both text and Audio) and Bengali (both Text and Audio)

to be mutually decided during the training strategy formulation for the project by the customer and the SI

GN199 BIDDER-2 Volume-I 68 2 2.2.3 Version management, License Management and software documentation management, reflecting currentfeatures and functionality of the

Is SI is expecting to use version management tool and Server?

The same is upto the SI, how they will provide the solution.

Replies of the queries Date: 16-07-2013

108 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

solution

GN200 BIDDER-2 Volume-I 74 3 3.2 PROJECT WORK-PLAN

(a) Submission of Draft Systems Requirements Specification(SRS) (b) SRS review and finalisation

It has been given 1 Month(T+1) duration to submit the draft SRS. Is it possible to Study and submit SRS within 2 months after getting the work order?

refer SL040 of corrigendum-1

GN201 BIDDER-2 Volume-I 74 3 3.2 PROJECT WORK-PLAN

Development/Customization and Testing of IFMS Solution with Quality Certification

It is given that, within 6 months after SRS preparation for all this activities to be completed. Who will done the Quality Certification, any third party? It will be better if a module wise breakup plan can be given for these activities

refer SL040 of corrigendum-1

GN202 BIDDER-2 Volume-I 74 3 3.2 PROJECT WORK-PLAN As per RFP, there is mention of STQC Certification. Is it a mandate that certificate should be done from STQC, or from any third party, listed audit agency by GoWB

refer SL040 of corrigendum-1

Replies of the queries Date: 16-07-2013

109 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN203 BIDDER-2 Volume-I 74 3 3.2 PROJECT WORK-PLAN As per RFP, it is mentioned that STQC will be involved from the first day of the development. Is it required at initial stage or at later stage? Please clarify

refer SL040 of corrigendum-1

GN204 BIDDER-2 Volume-I 80 3 3.3(Point No 18)

PROJECT DELIVERABLES & TIMELINES : o Technical up-gradation training (if any), etc.

There is mention of Technical up-gradation training. Kindly clarify the number of participants to whom this training is to be conducted and also define the duration of the course.

refer SL040.1 of corrigendum-1

GN205 BIDDER-2 Volume-I 80 3 3.3 PROJECT DELIVERABLES & TIMELINES Point No 18

There is mention of Technical up-gradation training. Kindly clarify the number of participants on which this training is to be conducted and the duration of the course.

refer SL040.1 of corrigendum-1

Replies of the queries Date: 16-07-2013

110 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN206 BIDDER-2 Volume-I 81 3 3.4 (2) Assistant Project Manager:Qualification: B.E./ B Tech./ MCA + MBA with more than 10 years of experience Experience: Experience as Project Manager in at least three (3) large scale IT Project implementations with at least one (1) project in the Finance Domain from start to finish for Government (Centre/State/Local) and PSU organization in India Desirable: PMI (Project Management Institute) certification/PRINCE 2 Practitioner Certification

Kindly change the clause as under: Assistant Project Manager: Qualification: B.E./ B Tech./ MCA + MBA with more than 5 years of experience Experience: Experience as Project Manager in at least three (3) large scale IT Project implementations with at least one (1) project in the Finance Domain from start to finish for Government (Centre/State/Local) and PSU organization in India Desirable: PMI (Project Management Institute) certification/PRINCE 2 Practitioner Certification

As in Tender

Replies of the queries Date: 16-07-2013

111 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN207 BIDDER-2 Volume-I 82 3 3.4 (3) Finance Domain ExpertQualification: CA/ MBA (Finance) with more than 10 years of experienceExperience: Experience of at least three (3) large implementation projects relating tofinancial sector institutions, in India, like banks or insurance companies or governmentagencies like tax collection authorities or government departments like treasuries (forsolution proposed for the IFMS Project)Desirable: Experience of Public Financial Management Domain at national/internationallevel

Kindly change the clause as under:Finance Domain ExpertQualification: Cost Accountant / CA/ MBA (Finance) with more than 10 years of experienceExperience: Experience of at least three (3) large implementation projects relating tofinancial sector institutions, in India, like banks or insurance companies or governmentagencies like tax collection authorities or government departments like treasuries (forsolution proposed for the IFMS Project)Desirable: Experience of Public Financial Management Domain at national/internationallevel

As in Tender

Replies of the queries Date: 16-07-2013

112 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN208 BIDDER-2 Volume-I 82 3 3.4 (5) Database Architect/Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Database Architect/Lead Qualification: B.E./ B Tech./ MCA/Msc with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

GN209 BIDDER-2 Volume-I 82 3 3.4 (6) Infrastructure Lead Qualification: B.E./ B Tech with more than 10 years of experienceExperience: Hands on experience for at least two (2) large scale IT Implementationproject (proposed for this Project)

Kindly change the clause as under:Infrastructure Lead Qualification: B.E./ B Tech with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementationproject (proposed for this Project)

As in Tender

Replies of the queries Date: 16-07-2013

113 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN210 BIDDER-2 Volume-I 82 3 3.4 (7) Lead System Analyst Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Lead System Analyst Qualification: B.E./ B Tech./ MCA with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

GN211 BIDDER-2 Volume-I 82 3 3.4 (8) Development Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Development Lead Qualification: B.E./ B Tech./ MCA with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

Replies of the queries Date: 16-07-2013

114 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN212 BIDDER-2 Volume-I 82 3 3.4 (9) Security Architect Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Security Architect Qualification: B.E./ B Tech./ MCA with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

GN213 BIDDER-2 Volume-I 82 3 3.4 (10) Test LeadQualification: B.E./ B Tech./ MCA with more than 10 years of experienceExperience: Hands on experience for at least two (2) large scale IT Implementationproject (proposed for this Project)

Kindly change the clause as under:Test LeadQualification: B.E./ B Tech./ MCA with more than 7 years of experienceExperience: Hands on experience for at least two (2) large scale IT Implementationproject (proposed for this Project)

As in Tender

GN214 BIDDER-2 Volume-I 82 3 3.4 (11) Quality Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Quality Lead Qualification: B.E./ B Tech./ MCA with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this

As in Tender

Replies of the queries Date: 16-07-2013

115 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Project)

GN215 BIDDER-2 Volume-I 82 3 3.4 (12) Training and Change Management Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Training and Change Management Lead Qualification: B.E./ B Tech./ MCA/MSc with more than 5 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

Replies of the queries Date: 16-07-2013

116 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN216 BIDDER-2 Volume-I 83 3 3.4 (13) Support Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Support Lead Qualification: B.E./ B Tech./ MCA with more than 5 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

GN217 BIDDER-2 Volume-I 83 3 3.4 (14) Help Desk Support Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experienceExperience: Hands on experience for at least two (2) large scale IT Implementationproject (proposed for this Project)

Kindly change the clause as under:Help Desk Support Lead Qualification: B.E./ B Tech./ MCA with more than 5 years of experienceExperience: Hands on experience for at least two (2) large scale IT Implementationproject (proposed for this Project)

As in Tender

Replies of the queries Date: 16-07-2013

117 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN218 BIDDER-2 Volume-I 83 3 3.4 (15) Technical Support Lead Qualification: B.E./ B Tech./ MCA with more than 10 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

Kindly change the clause as under: Technical Support Lead Qualification: B.E./ B Tech./ MCA with more than 7 years of experience Experience: Hands on experience for at least two (2) large scale IT Implementation project (proposed for this Project)

As in Tender

Replies of the queries Date: 16-07-2013

118 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN219 BIDDER-2 Volume-I 84 3 3.5 Payment- Milestone Based Application design, development/customization, testing and installation cost10% of Application Development /Customisation Cost on Successful Completion & approval of SRS and solution design document 20% of Application Development/Customisation Cost on successful completion of Demo and UAT 20% of Application Development/Customisation Cost on successful commissioning of the Application at the Pilot Locations after Pilot User Acceptance 30% of Application Development/Customisation Cost on successful commissioning of the Application at all the rollout locations after User Acceptance 20% of Application Development/Customisation cost one year post go-live at the rollout locations Supply of Hardware and Networking equipment40% of total

Request to modify the payment milestones as per following deliverables:Payment- Milestone Based Application design, development/customization, testing and installation cost10% on Resource Mobilization20% of Application Development /Customisation Cost on Successful Completion & approval of SRS and solution design document 20% of Application Development/Customisation Cost on successful completion of Demo and UAT 30% of Application Development/Customisation Cost on successful commissioning of the Application at the Pilot Locations after Pilot User Acceptance 10% of Application Development/Customisation Cost on successful commissioning of the Application at all the rollout locations after User Acceptance 10% of Application Development/Customisati

As in Tender

Replies of the queries Date: 16-07-2013

119 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Hardware and Networking Equipment (Core ICT) Cost on successful commissioning of Hardware and Network Equipment at SDC and DR 30% of total Hardware and Networking Equipment (Core ICT) Cost on successful completion of UAT 10% of total Hardware and Networking Equipment (Core ICT) Cost on successful commissioning of Application at Pilot locations 10% of total Hardware and Networking Equipment (Core ICT) Cost on successful commissioning of Application across the state 10% of total Hardware and Networking Equipment Cost will be paid one year after go-live at rollout locations System Software/ License50% of total System Software Cost on successful installation of the same at SDC and DR 30% of total System Software Cost on successful completion of UAT 10% of total System

on cost one year post go-live at the rollout locations For Hardware and networking items:80% of total hardware on delivery 10% of Total hardware on commissioning of application 10% of hardware will be paid through QGR during the maintenance period of 7year For system software items:80% of system software on delivery 10% of system software on commissioning of application across the state 10% of system software will be paid through QGR during the maintenance period of 7 year For data migration and data digitization 30 % on Data Entry, Digitisation & successful Migration at Pilot Location 70 % on Data Entry, Digitisation & successful Migration at Roll Out Location on pro-rata basis as applicable For Annual Maintenance cost:100% of total Managed IT Services Cost will be paid through QGR for the maintenance

Replies of the queries Date: 16-07-2013

120 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Software Cost on successful commissioning of Application at Pilot locations 10% of total System Software Cost on successful commissioning of Application at Roll Out locations Data digitization and Migration30 % on Data Entry, Digitisation & successful Migration at Pilot Location - 70 % on Data Entry, Digitisation & successful Migration at Roll Out Location on pro-rata basis as applicable Capacity building and Training ActivityMilestone based - Reference to the separate table given below detailing the payment schedule for training activities1. Preparation and handover of Training Material---- 10%2.Completion of all Training modules and satisfactory acceptance by all participants for Pilot Locations-------10%Completion of all Training modules and satisfactory acceptance byall participants for all rollout locations ---

period of 7 year- QGR Payment start date will start from the date of successful completion of “System Go LiveFor capacity building and training • 100% of cost of training as per number of modules covered. Billing on prorata basis should be allowed on all above categories of payment.

Replies of the queries Date: 16-07-2013

121 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

80%Annual Operation and Maintenance Cost 100% of total Managed IT Services Cost will be paid through QGR for the maintenance period of 7 years Remarks: QGR Payment start date will start from the date of successful completion of “System Go Live”Optional / Additional CostRemarks: Yearly Payment as per actual - On approval from Finance Department , GoWB

Replies of the queries Date: 16-07-2013

122 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN220 BIDDER-2 Volume-I 92 4 4.11 FINANCE DEPARTMENT, GoWB and NIC shall retain exclusive intellectual property rights of the application software (including source code), forms and the compilations that were developed/customised or generated during the course of the Project.

Kindly change the clause as under:.Bidder may provide Source Code to FINANCE DEPARTMENT, GoWB and NIC of the application software , forms and the compilations that were developed/customised or generated during the course of the Project . However, The intellectual property rights of the application software rights remains with the Bidder. Request you to consider and modify the clause accordingly.

As in Tender

GN221 BIDDER-2 Volume-I 93 4 4.12 WARRANTY SUPPORT

SI must provide a comprehensive warranty and on-site free service warranty for 7 years from the date of Go Live for all equipment.

Please clarify which day will be considered as go-live date for any equipment.

The application go-live date will be considered as go-live date for an equipment.

Replies of the queries Date: 16-07-2013

123 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN222 BIDDER-2 Volume-I 93 4 4.12 WARRANTY SUPPORT

The SI must carry out Preventive Maintenance (PM), including cleaning of interior and exterior, of all hardware and testing for virus, if any, and must maintain proper records at each site for such PM. Failure to carry out such PM will be a breach of warranty and the warranty period will be extended by the period of delay in PM.

Please specify the frequency of such PM activity.

Preventive maintenance should be scheduled as per the plan of SI, so that it is ensured that the SLA as defined for this project is met up.

GN223 BIDDER-2 Volume-I 93 4 4.12 WARRANTY SUPPORT

SI must provide a comprehensive warranty and on-site free service warranty for 7 years from the date of Go Live for all equipment.

Please clarify what would be the criteria considered towards "go-live" for any equipment.

Application go-live will be considered as go-live date for the equipments.

Replies of the queries Date: 16-07-2013

124 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN224 BIDDER-2 Volume-I 104 4 4.26 The SI on commencement of Exit Management shall hand over to Customer all documents relating to Intellectual Property Rights, all current and updated departmental data required by Customer for the purpose of transitioning the services to its replacement agency in a readily available format.

Kindly change the clause as under:The SI on commencement of Exit Management shall hand over to Customer all documents relating to Source Code ,upgrades, patches etc all current and updated departmental data required by Customer for the purpose of transitioning the services to its replacement agency in a readily available format. But The intellectual property rights of the application software rights should remain with the Bidder.

As in Tender

GN225 BIDDER-2 Volume-I 107 4 4.28 SLA TARGETS, VIOLATIONS AND ASSOCIATED PENALTIES

Average uptime of application server, DB and web server

Will the uptime be calculated by server cluster or on a single server of specific type?

Uptime will be calculated on a single server.

Replies of the queries Date: 16-07-2013

125 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN226 BIDDER-2 Volume-I 108 4 4.28 SLA TARGETS, VIOLATIONS AND ASSOCIATED PENALTIES

Resolution of each "High"/“Medium”/"Low" category Call

What is the definition of Critical, High, low call in the as mentioned in RFP?

refer page 104 of volume-1

GN227 BIDDER-2 Volume-I 172 6 6.2.2.1.2 / 6.2.2.1.3

Certification: SPECint_rate_base2006: 1100 / Certification: SPECint_rate_base2006: 800

We request you to also consider benchmark such as Java Operations Per Seconds (jOPS). Some applications which will be developed on JAVA platform can be benchmarked with the above standard. Published reports are also available on benchmark for the same.

Not Accepted

GN228 BIDDER-2 Volume-I 175 6 6.2.2.2 San storage Upgradation

Make: EMC, Model: CX4-240

Please share the detailed Bill of Material/configuration of the existing storage to assess the upgradability

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

126 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN229 BIDDER-2 Volume-I 176 6 6.2.2.4 sr. no- 6; Throughput; Minimum of 10 Gbps Data, Minimum of 5 Gbps SSL

Content of RFP for reference:- "Throughput" , "Minimum of 10 Gbps Data", "Minimum of 5 Gbps SSL" . Application load balancer is business critical component in overall data enter solution design that integrates with IFMS application & network infrastcture for optimized application access . Throughput & scalability are critical attributes while sizing the overall solution for optimized application delivery. However load balancer throughput is not inline with other critical network devices including firewall and it may affect application performance. its is highly recommended that throughput of the load balancer should be inline for optimized application access. It is suggested to modify the clause as "Throughput - Minimum of 15 Gbps Data". At the same time most connections expected to terminate on load balancer are ssl

As in Tender

Replies of the queries Date: 16-07-2013

127 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

connection and 5 Gbps SSL throughput is very less. Where firewall accept 20 Gbps of throughput, load balancer would restrict it to 5 Gbps.It is suggested to modiy the cluase as "Throughput - Minimum of 10 Gbps SSL"

Replies of the queries Date: 16-07-2013

128 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN230 BIDDER-2 Volume-I 176 6 6.2.2.4 sr. no- 7; SSL Connection; Minimum of 20000 SSL connections scalable to30000 SSL connections

Please refer Sr. no 7 "SSL Connection" , "Minimum of 20000 SSL connections scalable to30000 SSL connections". Encryption detail is missing here and same may encourage bidders to supply device with 1024 bit encryption. This will defeat the purpose as 1024 bit certificate is no more available with Certificate Authority. We strongly recommend for amendment and same should be read as " SSL TPS - 20,000 (2048 bit) "

As in Tender

GN231 BIDDER-2 Volume-I 189 6 Request you make it open by allowing other storage vendors – so that you get a competitive scenario and also a chance to use the latest advancements in storage technology

Refer SL071 and annexure 6 of corrigendum-1

GN232 BIDDER-2 Volume-I 199 6 Please specify whether you would like to have a storage-storage replication between DC and DR – in that case the DR Storage will have to be EMC only, otherwise if you are planning a host-based replication, it can be any

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

129 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

other storage.

GN233 BIDDER-2 Volume-I 199 6 4 GB cache per controller is too less keeping in view the future scalability requirement - please consider making it 8 GB per controller, keeping the upgradability clause unchanged

As in Tender

GN234 BIDDER-2 Volume-I 219 6 6.3.3.5 Enterprise Manageability Requirements

A single management system for all SOA, ESB , application servers , database server and storage must be provided through a unified portal

Does this management system needs to be provided in addition to the EMS software which will be provided by WBGov.

The solution needs to be given as per SI.

Replies of the queries Date: 16-07-2013

130 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN235 BIDDER-2 Volume-I 219 6 6.3.4 SDC AND DR FAILOVER: A comprehensive and appropriate solution must be proposed for smooth and proper SDC – DR failover

As per RFP scope proposed design must consider business continuity requirements for IFMS application. In other words users should able to access the IFMS application from DR location in event of service disruption at datacenter. Current specification of server load balancer does not address transparent DC/DR failover. it is suggested that server load balancer should support integrated global server load balancer solution for geographical failover

The solution is to be worked ou by SI for smooth and intime failover between DC and DR.

GN236 BIDDER-2 Volume-I 220 6 6.4 DETAILED SPECIFICATION OF EXISTING THIN CLIENTS AT END USER LOCATION

However, the SI shall provide a roadmap for upgradation of the client side infrastructure during the course of the project in order to meet the SLA and performance requirements.

Please confirm whether the bidder needs to upgrade the existing client side infrastructure during the course of the project.

refer SL019.1 of corrigendum-1

Replies of the queries Date: 16-07-2013

131 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN237 BIDDER-2 Volume-I 242 7 7.3.2 TF-2: DETAILS OF RELEVANT EXPERIENCE/Format for Relevant experience

Kindly clarify whether TF-2: Format for DETAILS OF RELEVANT EXPERIENCE be used for providing information on completion of project under bidder's strength mentioned in Technical evaluation criteria?

yes

GN238 BIDDER-2 Volume-I 244 7 7.3.3 TF-3: FORMAT FOR CUSTOMER REFERENCES/Format for Customer reference

Kindly Clarify: 1.What is the purpose of using TF-3 form? 2. Is it used for some more project reference purposes in addion to the projects mentioned in Technical evaluation criteria( at least 3 Projects):

As in Tender

GN239 BIDDER-2 Volume-I 252 7 7.4.4 (a) Back to Back annual OEM (b) Support for 7 years

We would also request you to take confirmation from the OEM in this regard. The confirmation can be in the form of a certification that the bidder has back-lined support for the period of the contract or on renewal of support on year to year basis as the case may be for different OEMs

refer SL061 of corrigendum-1

Replies of the queries Date: 16-07-2013

132 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN240 BIDDER-2 Volume-I 252 2 2.2.3 The SI shall be required to provide Helpdesk services to enable effective support to the internal and external users for technical issues regarding the IFMS. SI shall ensure helpdesk facility shall have following: o Call logging mechanism through Phone o Call logging mechanism through e-mail o Call logging mechanism through portal

Where will be the location for helpdesk? Whether it will be managed centrally? Is SI is expecting to use any help desk management tool to provide the facility like call logging etc?

A central helpdesk needs to be provided by SI and the solution is upto SI.

GN241 BIDDER-2 Volume-I 253 2 2.2.3 b) Additionally SI shall be required to provide Field Support Staff to enable effective field support to theIFMS users for technical issues regarding the IFMS.

How many number of personnel is required as field support stuff?At which level they need to provide support ? Like will they need to provide support at District treasury level, or down to sub-division level or at DDO office level?

The entire IFMS Application has to be supported for 5 Years for all the users. Other than the handholding support requirement for three months at each location after go-live, it is upto the bidders to decide the total no of support staff

GN242 BIDDER-2 Volume-I 259 7 7.4.8 CF 8 TRAINING COST Price bid mentions separate quote for logistics related to Training & Capacity Building. Kindly clarify the deliverables under the logistics head relating to Capacity Building.

refer SL108 of corrigendum-1

Replies of the queries Date: 16-07-2013

133 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN243 BIDDER-2 Volume-II

320 6 Budget Management

6.1 Preparation of Non-Plan Budget Estimates/Revised Estimates by the administrative departments

6. The system should have capability to analyze trends from previous budgets and the utilization patterns for providing a decision support system which should be capable of forecasting till next budget session.

Here and in some other section of budget preparation it mentioned for analytics and forecasting report, which requires a BI tool to be used in the project., But in RFP there is no mention of any BI software or BI server.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

134 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN244 BIDDER-2 Volume-II

428 15 HRMS 1 System should allow authorized user to perform analytics on sanctioned posts in a cadre and establishmentunit (old/new/to-be)

1 System should allow authorized user to perform analytics on sanctioned posts in a cadre and establishmentunit (old/new/to-be)

Here and in some other section of budget preparation it mentioned for analytics and forecasting report, which requires a BI tool to be used in the project., But in RFP there is no mention of any BI software or BI server.

More Information will be provided to the SI at the system study phase

GN245 BIDDER-2 Volume-I 2.2.2 2.2.2.5 Training and Capacity Building

The bidder must provide cost estimate as per the format in section 7.4.8

For the training mentioned in point (e), which has not been mentioned in detail level, how bidder can estimate cost for those training?

refer SL031 of corrigendum-1

Replies of the queries Date: 16-07-2013

135 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN246 BIDDER-2 Volume-II

326 6 6 Budget Management

System shall facilitate Plan linked budgeting- wherein system provide unique id to each Scheme and create Scheme profile. Based on proposed expenditure of the Scheme, System shall provide head-wise budget requirement during the year..

A linked budget for planned scheme is being said. So linked with what?

More Information will be provided to the SI at the system study phase

GN247 BIDDER-2 Volume-II

334 6 6 Budget Management

The line Departments should allot approved budget upto the DDO level

How this validation is required in context of the process?

More Information will be provided to the SI at the system study phase

GN248 BIDDER-2 Volume-II

346 8 8 Expenditure Initiation

All sanctions should be provided as per delegation of financial power (DFPR) rules

1.Is there any exception for FD while approving sanction? If FD approves sanction, how it does so?

More Information will be provided to the SI at the system study phase

GN249 BIDDER-2 Volume-II

363 9 9.4 Pension Management

System should have the capability to alter the data points by designated authorities using digital signatures. Function Requirement. Point No-5

What does data points meant?

More Information will be provided to the SI at the system study phase

GN250 BIDDER-2 Volume-II

364 9 9.4 Pension Management

System should have a Pensioners’ Grievance redressal System. Function Requirement. Point No-17

How Grievance redressal System will come into being? Will there be any separate web-portal? How will it function?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

136 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN251 BIDDER-2 Volume-II

383 11 11 State Government Receipts through Treasury

The Web Service would be a point of integration through which Citizen Facilitation Centres would be considered.

How Citizen Facilitation centre will come into being? Will there be any separate web-portal?

More Information will be provided to the SI at the system study phase

GN252 BIDDER-2 Volume-II

384 11 11 State Government Receipts through Treasury

Provision for sharing instrument wise data between agency bank and Treasury.

What is sharing instrument More Information will be provided to the SI at the system study phase

GN253 BIDDER-2 Volume-II

428 15 15 HRMS System should also have e-mail and sms facility for communication to take place

To whom this sms or e-mail will be sent?

More Information will be provided to the SI at the system study phase

GN254 BIDDER-2 Volume-II

428 15 15 HRMS Who are the stakeholders in HRMS module?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

137 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN255 BIDDER-3 Volume-I 96 4 Section 4 In the event of the SI being unable to service the contract for whatever reason, Finance Department, GoWB would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of FINANCE DEPARTMENT, GoWB under the contract in the matter, the proceeds of the PBG shall be payable FINANCE DEPARTMENT, GoWBas compensation for the SI failure to perform/comply with its obligations under the contract.

We request state to invoke gurantee only incase of material breach. Please make necessary ammendment in the term as mentioned.

As in Tender

GN256 BIDDER-3 Volume-I 55 2 2.2.2.1 If the performance of the system is affected on account of the installed hardware limitations, due to the rapid growth in the transaction volumes on the platform, the SI is required to augment the infrastructure without any extra cost (For e.g. additional servers, storage space and the corresponding software etc).

Any cost escalation due to the capacity beyon the planned capacity the cost should be borne by customer

As in Tender

Replies of the queries Date: 16-07-2013

138 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN257 BIDDER-3 Volume-I 94 4 section 4 SI must provide a comprehensive warranty and on-site free service warranty for 7 years from the date of Go Live for all equipment.

We request you to change this to standard warranty provided by the OEM and beyond that period AMC/ATS for respective equipment and software will be procured by SI

As in Tender

GN258 BIDDER-3 Volume-I 94 4 section 4 SI must obtain the seven year product warranty including onsite free service warranty from OEM on all licensed software, computer hardware and peripherals and other equipment for providing warranty support to Finance Department, GoWB.

As in Tender

GN259 BIDDER-3 Volume-I 97 4 Section 4 The SI may terminate this Contract, by not less than thirty (30) days written notice to the Customer, such notice to be given after the occurrence of any of the events in this Clause as mentioned below : If the Customer fails to comply with any final decision reached as a result of arbitration

SI should also have right to terminate incase of any payment remain unpaid after 30 days of due date.

As in Tender

Replies of the queries Date: 16-07-2013

139 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN260 BIDDER-3 Volume-I 97 4 Section 4 For the entire Contract/ Project Period on all the items supplied as per requirements of the Agreement and the RFP, the System Integrator would give comprehensive onsite warranty and support for all goods supplied. The warranty would ensure that the goods/ articles would continue to conform to the minimum standards and specifications as prescribed in the RFP for the entire duration of the Contract.

We request you to change this to standard warranty provided by the OEM for hardware and software and 90 days warranty shall be applicable for the solution.

As in Tender

GN261 BIDDER-3 Volume-I 97 4 Section 4 Please include that Incase of termination customer should pay for all services rendered till date of termination and termination charges if the termination is for convenience.

As in Tender

Replies of the queries Date: 16-07-2013

140 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN262 BIDDER-3 Volume-I 105 4 Section 4 In case of exit due to termination prior to expiry of the term for any reason whatsoever, the SI shall pay liquidated damages to Customer to compensate for the various losses and reputation due to the delay with a maximum cap of the contract value.

We request to delete this clause.

As in Tender

GN263 BIDDER-3 Volume-I 108 4 section 4 5. It is to be noted that if the overall penalty applicable for any of the review period during the tenure of thecontract reaches 10% of the QGR for O & M Support for the period, then Customer shall have the right toterminate the contract.

We request to change the clause so that customer can terminate in case of the persistent breach of key SLAs for more the 3 consecutive quarters.

As in Tender

Replies of the queries Date: 16-07-2013

141 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN264 BIDDER-3 Volume-I Section 4A D3 (a) SI has to ensure that the assigned manpower is retained upto the go-live of pilot implementation phase. However, a maximum of 10% of resource replacement on account of reasons beyond the control of the SI may be allowed with a prior intimation notice of a minimum of 30 days. The SI also needs to ensure that the replaced manpower are of same or of greater qualification and technical competence. A penalty of Rs 1 Lac will be charged per resource for subsequent suitable replacement.

As this is a fixed price contract and as long as all the SLAs and timeline are met customer should not be charging any penalty. So the penalty part can be deleted. And SI will try to ensure that that the replacement are checked to the minimum level. We request state to delete this provision

referSL055 of corrigendum-1

GN265 BIDDER-3 Volume-I 85 3 Section 3.5

We request state to kindly give a 10% mobilisation fees on signing of the contract and the same can be adjusted from 4th Milestone Application Development/Customisation Cost on successful commissioning of the Application at all the rollout locations after User Acceptance by making it 20% from 30%.

As in Tender

Replies of the queries Date: 16-07-2013

142 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN266 BIDDER-3 Volume-I 85 3 Section 3.5

10% of Application Development/Customisation Cost on SuccessfulCompletion & approval of SRS and solutiondesign document

We request state to ammend the milestone acheivement/timeline to complete this from Month 3 to Month 5.

As in Tender

GN267 BIDDER-3 Volume-I 85 3 Section 3.5

20% of Application Development/Customisation cost one year post go-live at the rollout locations

We request state to release the 20% payment scheduled after one yr. post go-live along with the milestone 4 payment (i.e.Application Development/Customisation Cost on successful commissioning of the Application at all the rollout locations after User Acceptance) in lieu of bank gurantee valid for the 12 month period which bank can invoke in case of any breach after giving curing period

As in Tender

Replies of the queries Date: 16-07-2013

143 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN268 BIDDER-3 Volume-I 86 3 Section 3.5

100% of total Managed IT Services Cost will be paid through QGR for the maintenance period of 7 years

In the begining of section 3.5 it has been mentioned that QGR payment will paid of maintenance period 5 year but in schedule table it is mention as 7 year. Request you to please clarify on same. Moreover the maintenance for Pilot phase, roll out phase and Infrastracture all start at different time and is more than 5 years for pilot and Infra support. Accordingly the QGR payment towards should start early for these two.

refer SL040 of corrigendum-1

GN269 BIDDER-3 Volume-I 15 1 1.5.1 Eligibility criteria for the Bidder

As per the RFP, the Bidder must have executed 2 similar projects

In progress projects should also be considered by the Customer.

As in Tender

Replies of the queries Date: 16-07-2013

144 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN270 BIDDER-3 Volume-I 15 and 18

1 1.5.1 Eligibility criteria for the Bidder, 1.5.2 Eligibility criteria for OEM

As per the RFP, it states the consortium cannot have more than 3 partners where as in the proceeding section it says there should be a minimum of 3 OEM partners

The statements are contradicting with each other

As in Tender

GN271 BIDDER-3 Volume-I 18 1 1.5.2 Eligibility criteria for OEM

Certification for quoted products

We suggest to include the latest certification for Servers intending to be supplied by the SI

As in Tender

Replies of the queries Date: 16-07-2013

145 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN272 BIDDER-3 Volume-I 21 1 1.6.1 Bidder's Strength

The RFP states that the Bidder has to provide names and resumes of the key profiles as stated in the RFP.

It will be our endeavor to deploy the best resources to this challenging project. However, we wish to come to a concensus with your esteemed department that should the contract procedure be delayed beyond reasonable time, we cannot guarantee the deployment of the same resources as proposed. We will deploy/replace the proposed resource who is equally or more qualified than the resource proposed.

As in Tender

GN273 BIDDER-3 Volume-I 21 1 1.6.1 Proof of Concept

Demonstration of: Complete Expenditure cycle Complete Revenue Cycle Complete Treasury Accounting cycle

This amounts of 1/4 of the application functionality and calls for huge amount of effort, hence there should be relaxation to this requirement. Instead, it can be for one of the component

As in Tender

Replies of the queries Date: 16-07-2013

146 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN274 BIDDER-3 Volume-I 37 1 1.14.4 Financial Proposal

Bidder shall be solely responsible for any financial implications on items not quoted in the Proposal and which are required for operationalization of the IFMS Solution. FINANCE DEPARTMENT, GoWB reserves the right to procure the goods and/ or services, in whole or in part or in excess, as listed by the Bidder in its financial proposal. The contract Price shall be adjusted based on the unit price provided by the Bidder in its financial proposal

SI will provide the Bill of Materials in its Financial Proposal, any components, items not proposed in the BoM would be procured at additional cost and be responsible for operationalisation of IFMS solution.SI will quoting the Financials by leveraging the economies of Scale, if GoWB is intending to procure the items separately, the SI should be compensated appropriately

As in Tender

GN275 BIDDER-3 Volume-I 48 2 2 Scope of work

Debt Management functions are also included in Core Budget Management

Appreciate, if you could provide more details on the Debt Management functionality requirement

More Information will be provided to the SI at the system study phase

GN276 BIDDER-3 Volume-I 49 2 2.1 Overview of Scope of Work

SI vendor is responsible for the activities mentioned on left hand side

We understand that, our Financial proposal should include the cost for these activities. Please clarify if our understanding is incorrect

As in Tender

Replies of the queries Date: 16-07-2013

147 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN277 BIDDER-3 Volume-I 51 2 2.2.1.2 Solution Analysis & Design

SI must ensure and plan well in advance about the increase in data volume for a period of 20 Years and therefore must keep provisions in the hardware and software to incorporate the same. consult the Finance Department, GoWB while developing the user interfaces and design the interfaces as per the Finance Department, GoWB’s requirements.

Please provide us the Data volume statistics, this enables us in proper forecasting and correct financial estimate. Please share the standards to be followed for developing User Interfaces and Integration

refer SL109 of corrigendum-1

GN278 BIDDER-3 Volume-I 54 2 2.2.2 Procurement and Deployment

IPv6 and related SNMP (Simple Network Management Protocol) compliant and RoHS compliant

We are assuming that all the existing systems of GoWB are IPv6, SNMP and RoHS compliant.

As in Tender

GN279 BIDDER-3 Volume-I 55 2 2.2.2.1 AMC support of the proposed servers and other existing hardware for the contract period

We understand that, SI should coordinate the AMC support for existing hardware during the contract period. Please clarify, if it is incorrect

As in Tender

Replies of the queries Date: 16-07-2013

148 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN280 BIDDER-3 Volume-I 57 2 2.2.2.4 Use of Production data AMC support for Hardware UAT reports

The statement on page 73 is contradicting with use of Production data. AMC support for Hardware would begin immediately after deployment to use SI will help GoWB in preparation of UAT reports

As in Tender

GN281 BIDDER-3 Volume-I 60 2 2.2.2.5 Sensitisation Training Basic Computer Awareness On the Job training Application Administration training

Is this training in addition to "Training & capacity Building", please clarify

refer SL031 of corrigendum-1

GN282 BIDDER-3 Volume-I 64 2 2.2.2.8.2 Operational Acceptance for the full Information System shall be awarded by the Finance Department only if a minimum of 50% of the defined users

GoWB should drive the initiative for use of application by end users. SI will assist in addressing any issues

As in Tender

Replies of the queries Date: 16-07-2013

149 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN283 BIDDER-3 Volume-I 78 3 3.3 Project Deliverables & Timelines

Pilot phase, Rollout phase, O&M Phase etc.

Timelines stated in the RFP are highly ambitious and too aggressive, based on our experience dealing with past Government & Public Sector projects we suggest it to scale down and make them more realistic as several stakeholders are involved in it. Go-live of Phase-I locations are starting in 10th Month, hence the O&M for such locations should start from 11th month instead of 18th month and similarly for Phase-II locations. Timelines can be mutually agreed by GoWB and the SI

refer SL040 of corrigendum-1

GN284 BIDDER-3 Volume-I 85 3 3.5 Payment Terms

Application design, Development, Testing and installation. Software licenses, Hardware, Data digitization, O&M, Training etc.

Since the SI is submitting the EMD and PBG, GoWB can consider revising the payment terms, the same can be mutually agreed

As in Tender

GN285 BIDDER-3 Volume-I 87 3 3.5 In the event of premature termination of the agreement prior to the launch of the Project, the Partner shall not be eligible to receive any compensation or payment

SI should be compensated for the work that was carried out on a proportionate basis

As in Tender

Replies of the queries Date: 16-07-2013

150 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN286 BIDDER-3 Volume-I 94 4 4.12 Warranty Support

if the new equipment supplied is priced lower than the price at which the original item was supplied the differential cost must be refunded to Finance Department, GoWB.

If there is in increase of price, GoWB should compensate the SI

As in Tender

GN287 BIDDER-3 Volume-I 96 4 4.16.3 The SI shall begin carrying out the Services not later than seven days from the date of Awarding of Contract.

As an organization we have process to be adopted, there is a ramp-up time for deploying the team. Hence, we need at least 4 to 5 weeks of time.

refer SL049 of corrigendum-1

GN288 BIDDER-3 Volume-I 103 4 4.19.1 Removal and replacement of personnel

No changes shall be made in the Key Personnel assigned for the project.

Our organization has a process of rotation policy, where a team member needs to share the knowledge gained with other members and provide opportunity for new members to get exposed to the process. This will be achieved with a proper succession plan. The same will be discussed with Customer

refer SL052 of corrigendum-1

GN289 BIDDER-3 Volume-I 108 4 4.28 SLA Targets, Violations, Penalties

SLA targets, credit deduction etc.

SI and GoWB can mutually discuss and agree the Targets based on the data volumes and other aspects

As in Tender

Replies of the queries Date: 16-07-2013

151 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN290 BIDDER-3 Volume-I 150 4 4.30 General Requirements

Use of smart card / USB token storing digital certificate from a certifying authority along with private key for logging into the system Implementation of FIFO for all transactions Biometric authentication mechanism

This approach will restrict the user to access the IFMS application only through designated system and cannot avail the benefit of accessing over the internet. Transactional data entails dynamic, static and computational data, hence FIFO approach is not advisable Requirement of Biometric is stated in the RFP, the BoM does not mention the details. Is GoWB intending the SI to procure at a later stage. Is the department intending to issue Biometric devices to all the stakeholders involved in usage of IFMS application? Details of the same can be provided

refer SL057 of corrigendum-1

Replies of the queries Date: 16-07-2013

152 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN291 BIDDER-3 Volume-II

298 2.1.6 Treasuries

Challans & Paid cheques In view of the new banking guidelines issued by RBI, all Banks are implementing the CTS-2010 standard from Mar 2013. Challan system is age old traditional system, both these can be done away and implement an innovative mechanism in the backend to interpret the payments made. Hence, the need for physical records is not required

More Information will be provided to the SI at the system study phase

GN292 BIDDER-3 General Direct cash transfer under LPG subsidy, NREGA etc.

There is no mention of interface / module requirements for initiatives like: Direct Cash transfer, Subsidy to BPL families etc. These schemes linkage is essential for effective management of finances by the department.

This shall be covered as part of the E-Pradan Module. More Information will be provided to the SI at the system study phase

GN293 BIDDER-3 Volume-II

452 15 17 General Requirements

Provisions for introduction of 49 -Digit HOA

Use of this hard coding technique may call for major revamp in IFMS application in future as it will become a basis for integration with all other components / modules

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

153 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN294 BIDDER-3 Volume-II

455 17 17.2 Non functional requirements

The system shall support the English characters and other state specific languages

Since the proposed IFMS application is intended for use by WB it should either be in English or Bengali only. Hence, this requirement may be dropped

refer SL112 of corrigendum-1

GN295 BIDDER-3 Volume-I 41, 100 1 1.15.7, 4.18.2, 7.1.3

Conflict of Interest: Prohibition of Conflicting Activities: The SI shall not engage and shall cause their Personnel, either directly or indirectly, in any business or professional activities which would conflict with the activities assigned to them under this Contract.

The requirement in the RFP which restricts HP from doing business with or engage with or cause their Personnel, either directly or indirectly, in any business or professional activities which would conflict with the activities assigned to them under this Contract need to be deleted being anti competitive. We request Finance Department, GoWB to deleting the clause and other provisions which restrict HP to do Business.

As in Tender

Replies of the queries Date: 16-07-2013

154 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN296 BIDDER-3 Volume-I 89 4 4.1 “Applicable Law” means the laws and any other instruments having the force of law in India as they may be issued and in force from time to time.

We understand that the "Applicable Law" means 'law and any other instruments applicable to the respective party having the force of law in India as they may be issued and in force from time to time. There can be laws applicable to one of the parties and therefore only that party to which such law is applicable should be required to comply and should be the party responsible for the same.

As in Tender

GN297 BIDDER-3 Volume-I 89 4 4.2 In this Contract Agreement words and expression shall have same meanings as are respectively assigned to them in the General and Special Conditions of Contract hereinafter referred to.

In this clause as well as at many other places in the RFP there is a mention of Special Conditions of Contract; However such conditions are not mentioned. Request you to please clarify if there are other terms which need to be reviewed by the bidder, if yes please provide the document containing such terms.

The General and Special Conditions of the Contract shall be finalised at the time of signing the Contract Agreement between the Customer and the SI

Replies of the queries Date: 16-07-2013

155 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN298 BIDDER-3 Volume-I 43, 95 1 1.19, 1.20.2, 1.20.3, 4.16.1

Failure To Agree With The Terms & Conditions Of The RFP: Notification of Award: Signing Of Contract Agreement : The successful bidders will be asked to sign the Contract Agreement within 7 days of the notification. After signing of the Contract Agreement, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

We request Finance Department, GoWB to clarify that specific clauses against which deviation has been proposed by bidders will be discussed between the bidder and Finance Department, GoWB.

As in Tender

Replies of the queries Date: 16-07-2013

156 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN299 BIDDER-3 Volume-I 92 4 Sec. 4 Insurance SI shall acquire and maintain insurance coverage till acceptance and during the managed IT services period from the date of acceptance that are standard and customary in the industry to protect Finance department and the total system from any losses, damages including but not limited to the damages during transit or claims. The insurance must cover full replacement of the equipment. Further, the SI is to take all required insurance coverage in respect of all its personnel who shall be working on this engagement. The cost of all such insurance shall be borne by the SI. Finance department, GoWB has the right to inspect such policies.

We request Finance Department, GoWB to clarify that only transit insurance is required for the products supplied by Bidder. As corporate policy we self insure for transit loss or damages and accept the obligation by replacing the defective goods. Upon delivery of the product at the designated location the risk and loss for damage shall be passed on Finance Department, GoWB. Please clarify that for insurance other than transit insurance the bidder may provide the certificate from the insurer evidencing the maintenance of insurance.

As in Tender

Replies of the queries Date: 16-07-2013

157 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN300 BIDDER-3 Volume-I ########

Sec. 4, Sec. 4A,

4.11, 4.18.6, 4.22, 4.29. Sl. No. A (1) & (2), 4.26

Intellectual Property Rights, Documents Prepared By The Si To Be The Property Of The Customer, Patents, IPR & Source code, Exit Management

The RFP does not provide clarity on the pre-existing intellectual property rights of the parties. Any bidder who is down selected will bring IPR’s which is owned by them. This includes the patents or copyrights in the products supplied and the tools and methodologies used by the bidder. Currently the RFP requires transfer of IPR in the deliverables by the bidder to NIC and Finance Department, GoWB. Finance Department, GoWB is not in the business of Information technology and transfer of ownership in the newly developed deliverables is therefore not required by Finance Department, GoWB. However, Finance Department, GoWB needs the rights to use it for its own internal purposes. Therefore we are requesting modification of clause which allows ownership of IPR right to bidder and royalty free license to use to Finance Department, GoWB.

refer SL051 of corrigendum-1

Replies of the queries Date: 16-07-2013

158 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN301 BIDDER-3 Volume-I 93 & 94 96 to 97

4 Sec. 4 Warranty Support, Protections And Limitations

The RFP uses the term Warranty Support, these two terms have different connotation and in order to bring clarity we request that the warranty related obligation and support related obligation shall be clearly defined. It is not usual in IT industry to have warranty of seven years. Warranty related obligation is also different for Hardware, Software and services. We request that the warranty clause shall be relooked at to bring clarity and warranty and support obligation is dealt separately. The only warranty on software is for Media for period of 30 days and the warranty for services is only in relation to providing services in professional and workmanlike manner. It is also usual in the IT industry to have hardware warranty for period of three years. The support related obligation usually starts after warranty period. However, if Finance Department,

the customer intends to have full warranty and support of all components (H/W, N/W) for 7 years and warranty and support of System Software, Application, etc for the entire project duration without any additional cost. SI has to take this requirement into consideration (irrespective of the literal connotations of "Warranty" and "Support") and accordingly prepare the techno-commercial response

Replies of the queries Date: 16-07-2013

159 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GoWB requires the bidder to maintain service level during warranty, the support related obligation starts upon the time SLA kicks in. The RFP also does not clarify on the requirement of SI passing through all warranties for third party software and Hardware received from Original Equipment Manufacturer or Original Software Developer.

Replies of the queries Date: 16-07-2013

160 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN302 BIDDER-3 Volume-I 94 4 Sec. 4 CONFIDENTIAL INFORMATION

It is usual in the IT contracts to have the confidentiality related obligation of the degree which is reasonable. “Highest level” is very subjective and therefore we suggest that the clause be re-worded accordingly. We request that the requirement of all the employees signing the NDA specific to this project shall be done away with. The Bidder shall be liable for any breach of confidentiality related obligation by its employees.

refer SL045.1 of corrigendum-1

Replies of the queries Date: 16-07-2013

161 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN303 BIDDER-3 Volume-I 97 4 Sec. 4 Third Party Claims HP proposes the modification of the provision as follows: “SI will defend or settle third party claims against Customer brought in India solely attributable to SI’s infringement of any copyrights, trademarks or industrial design rights alleged to have occurred in respect of SI Branded hardware /software /deliverables etc. (together “deliverables”) supplied by SI, provided that Customer: (i) promptly notifies SI of any such claim; (ii) cooperates with SI in the defense or settlement of the claim and provides the SI with the assistance, information and authority reasonably necessary to defend or settle such claim; (iii) Customer does not make any statements or comments or representations about the claim without prior written consent of the SI. SI will have full opportunity to control the response thereto and the defense

As in Tender

Replies of the queries Date: 16-07-2013

162 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

thereof, including without limitation any agreement relating to settlement. Customer may participate, at its own expense, in such defense and in any settlement discussions directly or through counsel of its choice. Exclusions: SI has no obligation for any claim of infringement to the extent arising from: 1. any third party materials; 2. SI’s compliance with or use of Customer’s information, technology, designs, specifications or instructions, including those incorporated into any Statement of Work or deliverable; 3. modification of the deliverables by Customer or a third party; 4. use of the deliverables in a way not indicated in the Statement of Work or in any specifications or documentation provided with such deliverable; or 5. use of the deliverables with products not supplied by SI, unless otherwise specified by SI in the applicable Statement of

Replies of the queries Date: 16-07-2013

163 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Work. Remedies: In the event that an infringement claim regarding any deliverables appears likely, SI may at its sole discretion, and as Customer’s sole and exclusive remedy, either: 1. obtain for Customer the right to use the infringing deliverables; 2. modify the infringing deliverables so that it is no longer infringing; 3. obtain and substitute a functionally similar deliverables that are not infringing; or 4. if none of the foregoing alternatives are reasonably available, refund a pro-rata portion of the charges paid by Customer for the infringing deliverables upon return of the same to HP. Sole and Exclusive Remedy. This section states SI’s entire liability for claims of intellectual property infringement related to deliverables.”

Replies of the queries Date: 16-07-2013

164 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN304 BIDDER-3 Volume-I 98 & 99 4 Sec. 4 Limitation of Liability The liability position under the proposed RFP uses the capping of liability by aligning it with insurance proceeds. The insurance has no relation with liability and are based on different concepts. The clause shall be modified to bring it to industry standard by removing reference to insurance proceed and aligning the liability limit to HP proposes the modification of the provision as follows: “a. Except for the amounts in third party claims for intellectual property infringement and damages for bodily injury (including death) SI's total aggregate liability is limited to the amount paid by Customer for: 1. the product; 2. support during the period of a material breach up to a maximum of twelve (12) months; or 3. the service; that in each case is the subject of the claim. b. Disclaimer of Consequential Damages. Except for claims by a party for infringement of

As in Tender

Replies of the queries Date: 16-07-2013

165 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

their intellectual property rights against the other party, in no event will either party be liable for any incidental, indirect, special, or consequential costs or damages including, without limitation, downtime costs; lost business, revenues, or profits; failure to realize expected savings; loss or unavailability of or damage to data; or software restoration.”

Replies of the queries Date: 16-07-2013

166 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN305 BIDDER-3 Volume-I 101 4 Sec. 4 Accounting, Inspection And Auditing

SI submits that: Customer shall NOT be given access to: 1. any information not related to the Services; 2. SI locations/premises (or portions thereof) that are not related to the services; or 3. SI records or documents relating to the make up of SI’s internal overhead calculations or direct costs, their relationship to the service charges, any financial cost model, calculation of service charges or SI’s profitability; or 4. internal SI audit reports, or any summaries thereof. SI requires Customer to: 1. provide SI with at least thirty (30) days notice of its requirement for an Audit, such notice describing the issue(s) that will be the subject of the audit; 2. be subject to SI site/premises security obligations and have their access controlled/monitored by SI; 3. pay all SI costs associated with the audit at current time and material rates and submit

As in Tender

Replies of the queries Date: 16-07-2013

167 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

any requests for SI assistance with an audit as a change request. A third party auditor shall: 1. not be a competitor of SI, or a third party in dispute / conflict with SI; 2. execute a confidentiality agreement acceptable to SI; 3. be independent, i.e. not have any other business relationship with either the Project Director or SI.

Replies of the queries Date: 16-07-2013

168 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN306 BIDDER-3 Volume-I 14 1 1.5.1 PRE-QUALIFYING/ ELIGIBILITY CRITERIA FOR BIDDER/ SYSTEM INTEGRATOR

13. The Bidder (Prime bidder in case of consortium) must have direct authorization from the Original Equipment Manufacturers (OEM) for selling and supporting the components offered under this project. The Prime Bidder will have the responsibility of all kind of maintenance and support of application software, and hardware component specified in this project

As there is an existing storage upgrade, the OEM of the existing storage vendor may not entertain the MAF and commercial if the prime bidder didn’t quote the DR Storage and other products from the same vendor. We find that the clause will make vendor lock in and people other than existing vendor are restricted to quote competitve product.

Refer SL071 and annexure 6 of corrigendum-1

GN307 BIDDER-3 Volume-I 17 1 1.5.2 ELIGIBILITY CRITERIA FOR OEM

5. Make and Model of quoted servers must be certified forSPECint_rate_base2006 (version 1.2) as per www.spec.org

Can SI meet the same in the server capacity as per spec and than virtualize the solution as par the sizing requirement ?

SI must provide the hardware and software licensing as per the stated Spec_Int_Rate_Base2006. Virtualization may be designed as per the SI Solution.

GN308 BIDDER-3 Volume-I 17 1 1.5.2 ELIGIBILITY CRITERIA FOR OEM

6. OEM must certify that all quoted products (including COTS products, if any) shall be supported by them for a minimum period of seven years without cost escalation as on date of bid submission

Seven years support is possible however Dollar value is variable as per market regulation. Therefore Cost escalation or vaiation may occur. Kindly ease the cost escalation factor.

As in Tender

Replies of the queries Date: 16-07-2013

169 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN309 BIDDER-3 Volume-I 23-24 1 1.6 EVALUATION OF TECHNICAL PROPOSAL

Total Marks: 5 Meets all specification:3 else: disqualified For anything more than the specified SPECint_rate_base2006 (as in RFP) :1 For anything more than the specified RAM (as in RFP):1

As OEM need to provide sizing and vet it for operation efficiency and performance, kindly provide the minimum sizing details defined in the hardware specification. If someone provides tpmC rates in database server than do you accept OEM letter head defined tpmC performance factor ?

refer SL061 of corrigendum-1

Replies of the queries Date: 16-07-2013

170 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN310 BIDDER-3 Volume-I 25 1 1.6.1 RDBMS Software, Application server software System and web/ portal server software OEM Credential Industry presence – 1 to 2 [10 years industry presence – 1, more than 12 years industry presence – 1.5,more than 15 years industry presence –2] For S/W OEM, having support center/ Authorised partner for providing support in India – 1 to 1.5[For 1 such center in India – 0.5, For 2 such center in India – 1,For 3 such center in India –1.5] Product Roadmap for S/W items- 1 to 1.5[For having 5 years roadmap -0.5 For having 5 to 7 years roadmap -1For having roadmap more than 7 years -1.5] (Declaration in OEMs letterhead needed for allocating score) Note: In case of multiple OEMs, scoring will be provided on the basis of the OEM having the minimum qualification

There are multiple new generation database vendors are arriving which are latest and feature reach with large case studies however may not reached 15 years industry presence. Request you to ease the criteria for such applications/databases.

As in Tender

Replies of the queries Date: 16-07-2013

171 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN311 BIDDER-3 Volume-I 33 1 1.14 Hardware Infrastructure proposedDetailed Bill of Material, clearly highlighting aspects of Integration; Security & isolation; Efficiency; Scalability & plug-in capability; Patch Management; Fault tolerance and Reliability.OEM certified sizing document Methods adopted & assumptions made for performing hardware sizing Standards to be followed, if any, etc.

As the OEM sizing document need to be submitted, we will request you to provide the sizing details adheared for the minimum specification arrival and definition.

As in Tender

GN312 BIDDER-3 Volume-I 33 1 1.14.3 - Q

Future roadmap in terms of O&M support, upgrades, etc. (Based on undertaking/ certification to be provided by OEM)

In case of the existing storage upgrade we feel that 7 years matrix from the current date cant be adopted. In that case the entire solution will run with two support and maintance lifecycle. Kindly provide the support roadmap of the existing SDC storage.

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

172 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN313 BIDDER-3 Volume-I 50 2 2.2 c) The SI shall undertake IT Infrastructure sizing and prepare a sizing document for hardware infrastructure at DC & DR based on its own estimations and judgments drawn after undertaking a thorough study of the functional, non-functional & technical requirements of the project.

As the OEM sizing document need to be submitted, we will request you to provide the sizing details adheared for the minimum specification arrival and defination.

As in Tender

GN314 BIDDER-3 Volume-I 50 2 2.2 g) The SI must ensure that the OEM vetted sizing is proposed and must attach those vetted documents in technical solution.

The new OEM of server and storage may not be same as the existing storage vendor of SDC and the same OEM may be working as SI also. In such a case the bid actually restricts us. Please remove the upgrade of the storage from the existing RFP and for longer support matrix we will suggest to include new storage infrastructure at DC.

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

173 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN315 BIDDER-3 Volume-I 54 2 2.2 g) If the performance of the system is affected on account of the installed hardware limitations, due to the rapid growth in the transaction volumes on the platform, the SI is required to augment the infrastructure without any extra cost (For e.g. additional servers, storage space and the corresponding software etc).

In such a case as the storage is part of the SDC architetcure wo will take the responsibility ? Also as the storage will be purchased by new vendor whereas the extsing storage is under SDC/Wipro, in case of any failure in the new capacity or the controller - who will be reponsible ?

Refer SL071 and annexure 6 of corrigendum-1

GN316 BIDDER-3 Volume-I 93 4 4.12 SI must provide a comprehensive warranty and on-site free service warranty for 7 years from the date of Go Live for all equipment.

Please confirm that existing storage vendor at SDC can continue with 7 years warranty from the go-live date.

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

174 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN317 BIDDER-3 Volume-I 93 4 4.12 SI must provide the comprehensive manufacturer's warranty and support in respect of proper design, quality and workmanship of all hardware, equipment, accessories etc. covered by the RFP. SI must warrant all hardware, equipment, accessories, spare parts, software etc. procured and implemented as per this RFP against any manufacturing defects during the warranty period.

As the existing storage is from EMC and EMS software from CA, we feel the RFP got vendor locked in and they will dictate the bidders for other equipments of the RFP. Please add vendor neutral requirement and specification for the RFP.

Refer SL071 and annexure 6 of corrigendum-1

GN318 BIDDER-3 Volume-I 93 4 4.12 SI must provide the performance warranty in respect of performance of the installed hardware and software to meet the performance requirements and service levels in the RFP.

As the existing storage is old, therefore it will be tough to provide performnace guarantee with the current generation application. Please ask SDC/Wipro to provide the performnace co-ordinates of the existing storage.

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

175 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN319 BIDDER-3 Volume-I 93 4 4.12 SI is responsible for sizing and procuring the necessary hardware and software licenses as per the performance requirements provided in the RFP. During the warranty period SI must replace or augment or procure higher-level new equipment or additional licenses at no additional cost to the Finance Department, GoWB in case the procured hardware or software is not adequate to meet the service levels.

As the sizing need to be owned by SI - we will suggest to provide details minimum sizing details so that we can own the complete solution from day one.

As in Tender

Replies of the queries Date: 16-07-2013

176 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN320 BIDDER-3 Volume-I 93 4 4.12 Mean Time between Failures (MTBF): If during contract period, any equipment has a hardware failure on four or more occasions in a period of less than three months; it must be replaced by equivalent or higherlevelnew equipment by the SI at no cost to Finance Department, GoWB. However, if the new equipment supplied is priced lower than the price at which the original item was supplied, the differential cost mustbe refunded to Finance Department, GoWB. For any delay in making available the replacement and repaired equipment for inspection, delivery of equipment or for commissioning of the systems or foracceptance tests / checks on per site basis, Finance Department, GoWB reserves the right to charge a penalty.

Please clarify - in case of failure at SDC equipment for more than 4 times, if the new hardware non availability happens than who will be repsonsible ?

As in Tender

Replies of the queries Date: 16-07-2013

177 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN321 BIDDER-3 Volume-I 93 4 4.12 Warranty must not become void, if Finance Department, GoWB buys, any other supplemental hardware from a third party and installs it within these machines under intimation to the SI. However, the warranty will not apply to such supplemental hardware items installed.

Please remove this. Any third part hardware components may damage the hardware and OEM normally eliminates support/warranty in case of third party hardware installation.

refer SL043.1 of corrigendum-1

GN322 BIDDER-3 Volume-I 97 4 4.17 i) The System Integrator must ensure that the proposed components and sub-components are supported by the respective OEM till 1 year after the End of Contract. If the product is not-supported by the OEMduring the period mentioned for any reason, the System Integrator will be required to replace the product with a suitable higher alternative for which support is provided by the OEM at no additional cost to theDepartment and without impacting the performance or timelines of the Project.

We presume total 8 years availbility is required for anyproduct. Kindly clarify

7 years compresive warranty/ support of H/W,N/W and related components from OEM is required.

Replies of the queries Date: 16-07-2013

178 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN323 BIDDER-3 Volume-I 97 4 4.17 l) all infrastructure procured by the System Integrator for this Project is compatible with infrastructure at SDC, DR and SWAN

Kindly define the compatibility parameters

Please refer volume 3 for reference.

GN324 BIDDER-3 Volume-I 167 6 6.1.2 SAN Storage 1 EMC CX4-240

The EMC storage upgrade asked, for which the bid got locked with the existing vendor. We suggest removal of the same from the RFP and the same be purchased separately on proprietory basis or kindly ask for a new storage specification as the existing Storage is already old and new Storage can give additional features.

Refer SL071 and annexure 6 of corrigendum-1

GN325 BIDDER-3 Volume-I 168 6 6.1.4 *Note: System Integrator needs to implement, integrate, commission the above software in coordination with WBSDC Operator and needs to provide support and monitoring activities for the entire IFMS system through the same.

As the monitoring software is from the existing vendor it is very tough to get the best commercials and support matrix from the same vendor. We will suggest to make the EMS software as a separate purchase and out side of this RFP,

The scope of procuring EMS solution is not part of this RFP.

Replies of the queries Date: 16-07-2013

179 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN326 BIDDER-3 Volume-I 171-172 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

5. RAM DDR III – minimum 1 TB per Server

1TB RAM as a base requirement in the server is very very high. Please revalidate the minimum sizing or request you to provide the sizing parameters based on which minimum 1TB memory sizing arrived.

refer SL065 of corrigendum-1

Replies of the queries Date: 16-07-2013

180 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN327 BIDDER-3 Volume-I 171-172 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

12. Software support Certified with Quoted O/S, RDBMS and AS

RDMBS and AS are normally not certified with the Hardware vendor. It is certified with the OS. Please change the certification matrix with the OS

refer SL066, SL069 of corrigendum-1

Replies of the queries Date: 16-07-2013

181 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN328 BIDDER-3 Volume-I 171, 172, 173, 174, 175

6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

14. Form factor (All necessary equipments to supplied along with)Blade/ Rack mounted

Although Blade enclosure is mentioned in the BOM the specification is not mentioned. In addition Rack cant be an alternative of Blade form factor. Both have a disntictive use case and benifts. Industry is moving towards blade architecture in case of centralized/consolidated data center solution whereas for distributed architetcure Rack is best suited. We will suggest to opt for Blade architechture only rather than giving option to rack as nobody will quote blade servers if an rack option given due to aquisition cost however blade will reduce significant opex cost in terms of power, cooling, space and management for 7 years.

Blade enclosure needs to be provided as per the SI Solution.

Replies of the queries Date: 16-07-2013

182 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN329 BIDDER-3 Volume-I 171 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

15. Certification SPECint_rate_base2006:1100 Or tpmC: 16,00,000

As the sizing and vetting asked from the OEM, please share methodology of arriving the minimum sizing (Spec Rating or TPMC)

As in Tender Refer SL067 of corrigendum-1

Replies of the queries Date: 16-07-2013

183 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN330 BIDDER-3 Volume-I 171 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

15. CertificationSPECint_rate_base2006:1100OrtpmC: 16,00,000

As par TPC.org (http://www.tpc.org/tpcc/results/tpcc_last_ten_results.asp) , Only 2 no tpmC result for 2013 and 3 No of tpmC results for 2012 arrives which indicates customers are not factoring tpmC as a valid performnace benchmark for database systems. We will suggest not to factor the same as most of the servers vendors with current generation 4 processor segment will unable to provide the same.

Refer SL067 of corrigendum-1

Replies of the queries Date: 16-07-2013

184 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN331 BIDDER-3 Volume-I 172 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

15. Certification SPECint_rate_base2006:1100

As the sizing and vetting asked from the OEM, please share methodology of arriving the minimum sizing (Spec Rating defined in the tender) for the application layer

As in Tender

Replies of the queries Date: 16-07-2013

185 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN332 BIDDER-3 Volume-I 173 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

DDR III – 768 GB per Server For Web Server, minimum specification of 768 GB looks higher on side. Moreover normally Web/Portal Servers are scale out in architecture to distribute loads rather than vertical scaling. We would request to provide the methodology and sizing factors/guidelines for arriving such a higher minimum specification and vertical scaling of the server.

refer SL070 of corrigendum-1

Replies of the queries Date: 16-07-2013

186 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN333 BIDDER-3 Volume-I 173 6 6.2 - 6.2.2.1 SERVERS (All the server systems of SDC and DR must be provided from the same OEM)

15. Certification SPECint_rate_base2006:800

As the sizing and vetting asked from the OEM, please share methodology of arriving the minimum sizing (Spec Rating or TPMC)

As in Tender

GN334 BIDDER-3 Volume-I 6.2 6.2 - 6.2.2.2 San storage Upgradation

Capacity Upgrade of existing storage make EMC model: CX4-240:1) 40TB usable by configuring 20TB with RAID 10 using 15K Drives and 20TB with RAID 5 using 7.2K drives2) All necessary equipments like DAE, FC cables, power chords and cascading cables for integrating with existing storage needs to be supplied.

As the upgrade can be priovided only by EMC, we feel that they will dictate the RFP in terms of DR storage and whenever possible. Due to this the RFP is not vendor neutral and we have a major challenge to provide the solution. Please remove this from the RFP and provide a new storage specification for the DC.

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

187 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN335 BIDDER-3 Volume-I 175 6 6.2 Capacity Upgrade of existing storage make EMC model: CX4-240: 1) 40TB usable by configuring 20TB with RAID 10 using 15K Drives and 20TB with RAID 5 using 7.2K drives 2) All necessary equipments like DAE, FC cables, power chords and cascading cables for integrating with existing storage needs to be supplied.

The RFP asked for 7 Years support and than 1 year warranty. Please provide 7 years life roadmap and than 1 year extended warranty of the existing EMC Storage at SDC.

Refer SL071 and annexure 6 of corrigendum-1

GN336 BIDDER-3 Volume-I 175 6 6.2 Capacity Upgrade of existing storage make EMC model: CX4-240: 1) 40TB usable by configuring 20TB with RAID 10 using 15K Drives and 20TB with RAID 5 using 7.2K drives 2) All necessary equipments like DAE, FC cables, power chords and cascading cables for integrating with existing storage needs to be supplied.

Please provide the sizing parameters used for minimum sizing requirement arrival interms of capacity and performance. Also kindly provide the existing performance factores - both Disk and Cache performance of the existing storage at SDC.

Refer SL071 and annexure 6 of corrigendum-1

Replies of the queries Date: 16-07-2013

188 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN337 BIDDER-3 Volume-I 175 6 6.2 Capacity Upgrade of existing storage make EMC model: CX4-240:1) 40TB usable by configuring 20TB with RAID 10 using 15K Drives and 20TB with RAID 5 using 7.2K drives2) All necessary equipments like DAE, FC cables, power chords and cascading cables for integrating with existing storage needs to be supplied.

In terms of utilizing the hardware doesnt make sense due to technology shift in the storage architetcure. The policy adopted for reducing power, cooling, footprint buy utilizing the existing hardware got eliminated due to the folloing factor -- HDD has sifted from FC to SAS disc, Higher capacity drives with performmance arrived, lower footprint arrived with the new storage architecture, lower power and cooling utilization arrived. We will suggest not to factor an upgrade with lot of uncertainitys and ask for a endor neutral new specification.

Refer SL071 and annexure 6 of corrigendum-1

GN338 BIDDER-3 Volume-I 184 6 6.2 2 tape drives of LTO-Ultrium-5 or equivalent, FC interface (8Gbps) / SAS2 / iSCSI (10Gbps)

LTO-6 Is latest and faster. Request you to adopt LTO6 architetcure for faster and longer matrix.

refer SL086 of corrigendum-1

Replies of the queries Date: 16-07-2013

189 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN339 BIDDER-3 Volume-I 184 6 6.2 2 tape drives of LTO-Ultrium-5 or equivalent, FC interface (8Gbps) / SAS2 / iSCSI (10Gbps)

For 40TB storage capacity to be backed up, it is better that scalability of additonal 2 drives asked in the RFP for future use. Kindly change it to "2 tape drives of LTO-Ultrium-6 or equivalent, FC interface (8Gbps) / SAS2 scalable to 4 Drives.

refer SL086 of corrigendum-1

GN340 BIDDER-3 Volume-I 195-196 6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

5. RAM DDR III – minimum 512GB per Server

we see that 50% of the DC capability is factored. Please confirm.

As in Tender

Replies of the queries Date: 16-07-2013

190 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN341 BIDDER-3 Volume-I 195 6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

12. Software support Certified with Quoted O/S, RDBMS and AS

RDMBS and AS are normally not certified with the Hardware vendor. It is certified with the OS. Please change the certification matrix with the OS

refer SL066, SL069 of corrigendum-1

Replies of the queries Date: 16-07-2013

191 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN342 BIDDER-3 Volume-I 195, 196, 197, 198

6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

2 Processor capability Multiprocessor- Minimum 4 processor

Please provide the sizing factor in relation to DR. We can see that the DC and DR - both the servers minimum specification is 4 Processor. Normally people factor 50% DR capacibility or 100% capacibility. However while checking other specification like Memory, Spec Rating it looks like the capability of the server is reduced but in case of processor it is kept same. As most of the DB/APP software vendors licensed with CPU, by checking the sizing parameter and reducing CPU quntity the cost of aquisition can be reduced. Plese clarifiy that whether the same 4 processor need to be factored in DR servers also

As in Tender

Replies of the queries Date: 16-07-2013

192 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN343 BIDDER-3 Volume-I 195, 196, 197, 198

6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

14. Form factor (All necessary equipments to supplied along with) Blade/ Rack mounted

Although Blade enclosure is mentioned in the BOM the specification is not mentioned. In addition Rack cant be an alternative of Blade form factor. Both have a disntictive use case and benifts. Industry is moving towards blade architecture in case of centralized/consolidated data center solution whereas for distributed architetcure Rack is best suited. We will suggest to opt for Blade architecture only rather than giving option to rack as nobody will quote blade servers if an rack option given due to aquisition cost however blade will reduce significant opex cost in terms of power, cooling, space and management for 7 years.

SI needs to provide the blade enclosure as per their solution.

Replies of the queries Date: 16-07-2013

193 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN344 BIDDER-3 Volume-I 195 6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

15. CertificationSPECint_rate_base2006:800OrtpmC: 12,00,000

As the sizing and vetting asked from the OEM, please share methodology of arriving the minimum sizing (Spec Rating or TPMC).Additioanlly RAM factored 50% of the DC however processor is not factored 50% and the performnace is also not factored 50% of the DC capacity. Kindly calrify the factor of considerations related to DC sising.

As in Tender

Replies of the queries Date: 16-07-2013

194 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN345 BIDDER-3 Volume-I 195 6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

15. Certification SPECint_rate_base2006:800 Or tpmC: 12,00,000

As par TPC.org (http://www.tpc.org/tpcc/results/tpcc_last_ten_results.asp) , Only 2 no tpmC result for 2013 and 3 No of tpmC results for 2012 arrives which indicates customers are not factoring tpmC as a valid performnace benchmark for database systems. We will suggest not to factor the same as most of the servers vendors with current generation 4 processor segment will unable to provide the same.

Refer SL067 of corrigendum-1

Replies of the queries Date: 16-07-2013

195 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN346 BIDDER-3 Volume-I 196 6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

15. CertificationSPECint_rate_base2006:800

As the sizing and vetting asked from the OEM, please share methodology of arriving the minimum sizing (Spec Rating ).Additioanlly RAM factored 50% of the DC however processor is not factored 50% and the performnace is also not factored 50% of the DC capacity. Kindly calrify the factor of considerations related to DC sising.

As in Tender

Replies of the queries Date: 16-07-2013

196 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN347 BIDDER-3 Volume-I 197 6 6.2 - 6.2.4.1 Servers (All the server systems of SDC and DR must be provided from the same OEM)

DDR III – 256 GB per Server For Web Server, minimum specification of 256 GB is not the 50% in capacity of the memory asked in the DR server. Additioanlly memory looks higher at DC and therefore kindly provide the minimum specification sizing parameters.

As in Tender

GN348 BIDDER-3 Volume-I 198 6 6.2 DDR III – 128 GB per Server 128GB for the backup server at DR asked for. Any reason for so higher memory to be factored for the backup server ?

As in Tender

Replies of the queries Date: 16-07-2013

197 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN349 BIDDER-3 Volume-I 199 6 6.2 2. Capacity & Scalability The Storage Array shall be offered with 40 TB Usable space using 300/450/600 GB 15K rpm Disk drive after Raid 5 Implementation.

As this is DR storage therefore Higher capacity drives can be adopted to reduce foot print, power and cooling. 900GB drives are present and 1.2 TB drives are on the verge of arriving, therefore will request you to include 900GB drives also. Additonally most of the storage vendors are designing current generation storage with 10K performnace drives rather than 15K and therefore will request you to change 10K drives instead of 15K.

As in Tender

GN350 BIDDER-3 Volume-I 199 6 6.2 6. Disk Drive Support Offered Storage Array shall support 4Gbps dual-ported 300 / 450GB / 600GB hotpluggable Enterprise FC/SAS 15K rpm hard drives, along with 1 TB/2 TB / 3 TB SAS MDL/SATA/ NLSAS drives in the same device shelf.

Current generation drives are 6Gbps SAS drives and available on 900GB capacity also. Kindly include the same. Also all storage vendors are adopting 10K drives due to lesser power, colling and optimimum performnace of the storage. Kindly change the drive support to 10K

As in Tender

Replies of the queries Date: 16-07-2013

198 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN351 BIDDER-3 Volume-I 199 6 6.2 7. Cache Offered Storage Array shall be given with Minimum of 4 GB cache per controller Offered Cache should be scalable 4 times Shall have dynamic management of Cache block size

The cache scalability upto 4 times is unusual. Request you to make it to 2 times or rather remove the scalability. Kindly explain the feature details of dynamic management of cache block size.

As in Tender

GN352 BIDDER-3 Volume-I 200 6 6.2 8. Raid Support Offered Storage Subsystem shall support Raid 0, 1, 1+0, 4/5 and 6

RAID 4 and RAID5 is not same as par RAID technology and Architetcure. RAID 4 is a single point of failure and therefore please remove the same.

refer SL095 of corrigendum-1

GN353 BIDDER-3 Volume-I 219 6.3 6.3 MINIMUM TECHNICAL SPECIFICATIONS FOR SOFTWARE - 6.3.4 SDC AND DR FAILOVER:

A comprehensive and appropriate solution must be proposed for smooth and proper SDC – DR failover

It is as par the vendor for providing the solution of DC-DR. Please provide the parameters like RPO/RTO for the DC-DR Solution. Also kindly define the level of automation required for the failover.

refer SL100 of corrigendum-1

Replies of the queries Date: 16-07-2013

199 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN354 BIDDER-3 Volume-III

70-71 Annexure-I Annexure-I

Note: * Will be applicable after 28th February, 2015, as per the applicable rate

Please specificy that whether same commercial need to be factiore within the proposal or not.

The same is not under scope of this bid.

GN355 BIDDER-3 Volume-III

71 Annexure-I Annexure-I

At present, there are no charges applicable for the applications hosted on shared basis. However, following charges may be applicable, if decided by Government of West Bengal

Some of the charges are mentioned for VM and Storage. Kindly clarify that whether the same can be factored at this moment whthout considering the hardware at DC is possible or not !!

The same is not under scope of this bid.

GN356 BIDDER-3 Volume-III

71 Annexure-I Annexure-I

At present, there are no charges applicable for the applications hosted on shared basis. However, following charges may be applicable, if decided by Government of West Bengal

In case of VM and storage who will provide the performance factor - SDC or the PMU ? In case of SDC, kindly provide the performance factor of each VM and 1TB storage capacity.

The same is not under scope of this bid.

Replies of the queries Date: 16-07-2013

200 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN357 BIDDER-3 Volume-III

71 Annexure-I Annexure-I

ii) For additional hardware items (Server, Network, SAN and Backup devices) and monitoring software (CA) which will be provided by SIA / State Government Departments for installation at WBSDC, if DCO needs to provide any one or multiple sets of services like Installation, Monitoring, Administration, Backup, Management and coordination with Line Department & their System Integrator (excluding maintenance support services) including monitoring of Databases and applications using “CA”, DCO will be paid an amount equal to 1.5% + Applicable Taxes on 1.5% per quarter of the specific Hardware and CA license cost of the project (excluding cost of AMC*, taxes and duties) by the user department through WBEIDCL.

In terms of CA licenses can we borrow from SDC/Wipro directly instead of buying additonal licenses as part of the RFP?

The same is not under scope of this bid.

Replies of the queries Date: 16-07-2013

201 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN358 BIDDER-4 Volume-II

32 9.3.3.7 Disaster Recovery/Management

Recovery Point objetive (RPO) and Recovery Time Objective (RTO) for DR Site

Please define RPO and RTO which will help us to design DR solution. Also specify location for DR site.

refer SL100 of corrigendum-1

GN359 BIDDER-4 Volume-I 168 6 6.1 Enterprise Management Server QTY-2 at DC and at DR=0

In case of disaster, SLA will be monitoered from the DR site. Zero number of servers mentioned at dr Site.Please suggest whether Department will procure these server seperately or Bidder to provide the same.

The same is not under scope of this bid.

GN360 BIDDER-4 Volume-II

301 3 3.1 The no. of users of the IFMS system is depicted in the table;

Please suggest concurrency of each type of users. it will help us in solution design and hardware sizing.

refer SL110 of corrigendum-1

GN361 BIDDER-4 Volume-III

21 9 9 General Information required related WBSDC services

1. What is maximum power capacity (KW/KVA) supported per Rack in WBSDC ?2.Network ports availability in Core Switches, DMZ Switches and Access Switches.

Rack specifications are given in page 192, item 6.2.2.9 sr. no. 9 in accordance with the WBSDC RACKS and power requirements.From each layer (i.e., DB/ Apps/ Web) maximum 4 number of ports can be given from SDC switches.

Replies of the queries Date: 16-07-2013

202 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN362 BIDDER-4 Volume-I 59 2 2.2.2.5 Training and Capacity building

The total no of training days is 155. Finance Department, GoWB might decide to have extra trainings at its discretion and bidder must provide cost estimates for the same

The Table on page 57 accounts for 170 training days only in RBT and besides these there are more training days to be included for sensitization and basic computer training. Request the client to be more realistic about the training days and increase the total training days.

refer SL031 of corrigendum-1

GN363 BIDDER-4 Volume-I 59 2 2.2.2.5 Training and Capacity building

The SI shall conduct the training at the regional offices.

The table on page 57 states that the training is to be conducted at the District level.Please clarify the training location for all the training types

Training shall be conducted only at Kolkata and the District HQs

GN364 BIDDER-4 Volume-I 59 2 2.2.2.5 Training and Capacity building

General Clarify the participants breakup for Sensitization,Basic Computer training. Functional and Application Administration Trainings.Also clarify the number of trainings days for each of the training

refer SL031 of corrigendum-1

Replies of the queries Date: 16-07-2013

203 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN365 BIDDER-4 Volume-I 102 4 4.18 ACCOUNTING, INSPECTION AND AUDITING

All the cost related to the Audit shall be borne by CustomerAudit shall not be performed more than once in a calendar year and each Audit shall not last more than 2 working days.The Customer must be provided a thirty (30) working days prior notice to the Supplier before any audit. The auditors will be required to sign a confidentiality undertaking in the format provided by the Supplier.

As in Tender

GN366 BIDDER-4 volume-I 104 4.2 NA The SI shall indemnify the department against all third party claims of infringement of patent, trademark or industrial design and intellectual property rights arising from the use of equipments and services or any part thereof.

Customer should also indemnify SI in case of any third party claim for IP if IP is not used as per the specification provided by SI

As in Tender

Replies of the queries Date: 16-07-2013

204 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN367 BIDDER-4 Volume-I 105 4 4.26 In case of exit due to termination prior to expiry of the term for any reason whatsoever, the SI shall pay liquidated damages to Customer to compensate for the various losses and reputation due to the delay with a maximum cap of the contract value.

It would be applicable only in the case of termination by Customer due to material breach by SI and not otherwise or in case of where SI terminates the contract under the provision of this contract ex. Non-payment by the Customer

As in Tender

GN368 BIDDER-4 Volume-I 64 2 Section 2: Scope of Work

Finance Department , GoWB in consultation with the Programme Monitoring Unit (PMU) may ask SI for Technology refresh at the end of the fifth year of the project duration to take advantage of latest and Green technology at that time and also save on maintenance cost of old hardware.

Please confirm the hardware cost of technology refresh if required shall be borne by the finance department.

As in Tender

Replies of the queries Date: 16-07-2013

205 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN369 BIDDER-4 Volume-I 64 2 Section 2: Scope of Work

For the above purpose, SI, at its own cost, shall conduct a study for Technology upgrade/ refresh and alsoconsider Trade-in option for the hardware including Server, Storage, Networking, Desktop etc. at DataCentre and DR site to ensure increased efficiency in overall performance of the System (taking into consideration increased no. of transactions, higher volume of database, future requirements at that point in time, etc.)

SI shall be responsible for only conducting a study for Technology upgrade/ refresh. The hardware cost of technology refresh if required shall be borne by the finance department. Please confirm our understanding.

refer SL036 of corrigendum-1

GN370 BIDDER-4 Volume-I 64 2 Section 2: Scope of Work

For the above purpose, SI, at its own cost, shall conduct a study for Technology upgrade/ refresh and also consider Trade-in option for the hardware including Server, Storage, Networking, Desktop etc. at Data Centre and DR site to ensure increased efficiency in overall performance of the System (taking into consideration increased no. of transactions, higher volume of database, future

SI shall be responsible for only conducting a study for Technology upgrade/ refresh. The hardware cost of technology refresh if required shall be borne by the finance department. In Case, SI need to bear the cost, the cost of replacement shall be included in commercial bid? Please advise. Also, how the finance department shall evaluate new bill of material and its related cost after 5 years?

As in Tender

Replies of the queries Date: 16-07-2013

206 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

requirements at that point in time, etc.)

GN371 BIDDER-4 Volume-I 64 2 Section 2: Scope of Work

Based on the Report on Technology refresh submitted by the SI, Finance Department, GoWB would decide for the replacement or continuation with any or all of the hardware items and SI would be required to conduct the replacement of the hardware accordingly.

We understand that Based on the Report on Technology refresh submitted by the SI, Finance Department, GoWB would decide for the replacement and procure the hardware at its own cost. SI need to install the new hardware procured by the finance department. Please confirm our undertanding.

refer SL019.1 of corrigendum-1

Replies of the queries Date: 16-07-2013

207 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN372 BIDDER-4 Volume-I 49 2 Section 2: Scope of Work

The SI is not required to procure any client site infrastructure for this project. However, it shall beresponsible for the maintenance of the same and is required to provide an upgradation roadmap based on thesolution requirements

SI need not provide any client site infrastructure. In Case, any hardware/software is required or to be upgraded for functioning of the IFMS system, the same shall be procured/upgraded by the department? Please advise.

refer SL019.1 of corrigendum-1

GN373 BIDDER-4 Volume-I 32 1 SECTION 1: INSTRUCTIONS TO BIDDERS

Integration with Payment Gateway, e-mail, SMS, IVRS etc.

We understand that the payment GW, E-mail, SMS, IVRS are existing applications. SI scope is only to integrate and interface with these applications. Please confirm our understanding?

As in Tender

GN374 BIDDER-4 Volume-I 33 1 SECTION 1: INSTRUCTIONS TO BIDDERS

§ Details of Operating systems proposed for deployment over the following – o Servers o Client Machines

Operating systems is to be proposed for Servers proposed at DC and DR? SI need not to propose any client site infrastructure? Existing Client machines with the Operating system shall be made available by the department? In Case, OS needs to be upgraded or changed, the same shall be arranged by the finance department? Please confirm.

refer SL009 of corrigendum-1

Replies of the queries Date: 16-07-2013

208 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN375 BIDDER-4 Volume-I 55 2 Section 2: Scope of Work

The SI shall take into consideration the usability of the existing ICT infrastructure available in each of the locations.

Please share the make and model, specification, configuration of each of the existing infrastructure available at each location?

refer section 8.1.2.3 in page no 278 of volume-I

GN376 BIDDER-4 Volume-I 55 2 Section 2: Scope of Work

The SI shall take into consideration the usability of the existing ICT infrastructure available in each of the locations.

SI shall use the existing ICT infrastructure available at each location. In Case, any upgradation in terms of software/hardware is required shall be arranged by the department. Please confirm.

refer SL019.1 of corrigendum-1

GN377 BIDDER-4 Volume-I 55 2 Section 2: Scope of Work

The SI has to ensure comprehensive AMC support of the proposed servers and other existing hardwarefor the contract period.

Please share the exact specification of each of the existing hardware like PC, Thin Client, DMP, Laser, Scanner, Line Printer, Switch, router, Server, OS, Database? Please share the following information:Make and ModelConfiguration and SpecificationDate of PurchaseDate of InstallationWarrantyCurrent AMC details : AMC vendor, Current AMC period, AMC expiry date

refer section 8.1.2.3 in page no 278 of volume-I

Replies of the queries Date: 16-07-2013

209 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN378 BIDDER-4 Volume-I 55 2 Section 2: Scope of Work

The SI has to ensure comprehensive AMC support of the proposed servers and other existing hardware for the contract period.

The finance department shall ensure all the existing hardware to be used shall be in proper working condition. The infrastructure which is not in working condition shall not be considered for AMC support? In Case, any faulty part replacement, upgradation is required, Finance department shall arrange the same? Please confirm.

refer SL021 of corrigendum-1

GN379 BIDDER-4 Volume-I 67 2 Section 2: Scope of Work

IFMS shall use Biometric Devices and Digital Signature Certificate along with password for user identity management. The SI shall be responsible for maintaining Biometric Devices and DSC for the IFMS users. The SI shall also maintain a link with the Digital certificate authority, the SIs of the DSC for authenticating the DSCs of the users of the IFMS.

We understand that Biometric devices and Digital Signature Certificate shall be procured by the Finance department? Please confirm.

refer SL037 of corrigendum-1

GN380 BIDDER-4 Volume-I 55 2 Section 2: Scope of Work

Consumables Consumables like paper/toner is out of scope of this RFP? Please confirm.

As in Tender

Replies of the queries Date: 16-07-2013

210 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN381 BIDDER-4 Volume-I 76 3 SECTION 3: PROJECT IMPLEMENTATION STRATEGY

Infrastructure Readiness at Pilot Locations

The SI is not required to procure any client site infrastructure for this project. Please advise on the scope of work for "Infrastructure Readiness at Pilot Locations"

As in Tender

GN382 BIDDER-4 Volume-I 76 3 SECTION 3: PROJECT IMPLEMENTATION STRATEGY

Infrastructure Readiness at Pilot Locations

We understand that the client sites are ready with Site preparation like LAN cabling, Switch, Router,Desktops, Printers, Electricals, UPS, DG sets? Please advise if SI need to do any readiness work at site locations?

As in Tender

GN383 BIDDER-4 Volume-I 94 4 SECTION 4: CONTRACT AGREEMENT

SI must provide a comprehensive warranty and on-site free service warranty for 7 years from the date of Go Live for all equipment.

As per Page 80, 3.3 PROJECT DELIVERABLES & TIMELINES, Go-Live –Roll Out Locations will happen in T+18 months. As per this timeline comprehensive warranty is required for 7 years after T+18 ie. Project duration of 102 months. Please confirm

refer SL040 of corrigendum-1

Replies of the queries Date: 16-07-2013

211 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN384 BIDDER-4 Volume-I 80 3 SECTION 3: PROJECT IMPLEMENTATION STRATEGY

Operations & Maintenance Support. - T+10 to T+78

Please advise the total project duration is 78 months as per 3.3 PROJECT DELIVERABLES & TIMELINES

refer SL040 of corrigendum-1

GN385 BIDDER-4 Volume-I 168 6 6. BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

DRAntivirus Server (Optional)* = 0Enterprise Management Server=0Server/ Software Load balancer=0Security Devices=0Gateway Switch=0

At DR site, all these hardware are not required. We assume the same shall be arranged by the finance department through WB DR site operator. Please confirm

Yes

GN386 BIDDER-4 Volume-I 168 6 6. BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

6.1.2 HARDWARE AT SDC WHERE INTEGRATION IS REQUIRED

Please advise the SDC operator shall provide the ports for integration for all the devices to be used from SDC like Core Switch, Firewall, SAN, router etc.

SI needs to integrate all their equipments at the TOR switch, from where, the necessary connectivities will be given to CoreSwitch/ Firewall etc., as will be required.

Replies of the queries Date: 16-07-2013

212 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN387 BIDDER-4 Volume-I 168 6 6. BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

6.1.2 HARDWARE AT SDC WHERE INTEGRATION IS REQUIRED

Kindly advise all the infrastructure like Core Switch, Firewall, SAN, WAN and MPLS router shall be available at DR site also? In case, SI need to procure these items, please share the quantities and specifications required?

The said infrastructure will be provided by DR operator.

GN388 BIDDER-4 Volume-I 168 6 6. BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

DR EMS Server=0 We assume EMS shall be available at DC only? Please confirm.

The current scope is for installation, integration and management of EMS at DC only.

Replies of the queries Date: 16-07-2013

213 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN389 BIDDER-4 Volume-I 171 6 6.2 MINIMUM TECHNICAL SPECIFICATIONS FOR HARDWARE

Blade Chasis Specs Please share the specification for blade chasis at SDC and DRC?

SI needs to provide the blade enclosure as per their solution.

GN390 BIDDER-4 Volume-I 274 8 SECTION 8: ANNEXURE

8.1.2.1.1 Hardware under AMC and warranty

Please share the exact specification of each of the existing hardware like PC, Thin Client, DMP, Laser, Scanner, Line Printer, Switch, router, Server, OS, Database? Please share the following information: Make and Model Configuration and Specification Date of Purchase Date of Installation Warranty Current AMC details : AMC vendor, Current AMC period, AMC expiry date

refer section 8.1.2.3 in page no 278 of volume-I

Replies of the queries Date: 16-07-2013

214 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN391 BIDDER-4 Volume-I 274 8 SECTION 8: ANNEXURE

8.1.2.2 Details of Servers Do we need to provide AMC for servers at locations. Also, please advise if SI need to provide the OEM support for Red Hat Linux and Oracle 10G software for 7 years of contract period?

No

GN392 BIDDER-4 Volume-II

294 Functional Requirements Specifications

1.3 Architecture of IFMS DELIVERY CHANNELS / LOCATIONS

Offline Please share the scope of work for offline functionality required?

More Information will be provided to the SI at the system study phase

GN393 BIDDER-4 Volume-I 170 6 SECTION 6: BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

Manpower with Hand and Head Set

Please confirm the space, UPS, furniture, AC requirement shall be provided by department. SI need to provide desktop, phone line etc.

Yes. The space, UPS, furniture, AC requirement shall be provided by department. SI needs to provide desktop, phone line etc. as applicable

Replies of the queries Date: 16-07-2013

215 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN394 BIDDER-4 Volume-I 170 6 SECTION 6: BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

Note: Maximum two resources shall be housed at WB-SDC

Is two resources at WB-SDC inclusive of 10 helpdesk manpower or separate? Please advise?

As in Tender

GN395 BIDDER-4 Volume-I 170 6 SECTION 6: BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

Note: Maximum two resources shall be housed at WB-SDC

What will be the duration of manpower requirement at helpdesk at SDC?

refer Section 4.27.2 of volume-1 for the duration

Replies of the queries Date: 16-07-2013

216 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN396 BIDDER-4 Volume-I 170 6 SECTION 6: BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

Any Additional Equipment’s (IPBEX Etc.)

What will be the use of IPBEX ? Please the share the specifications? SI can provide EPABX with a PRI line or direct phone lines? Please advise?

Bidders can propose their own solution as per the requirement

GN397 BIDDER-4 Volume-I 170 6 SECTION 6: BILL OF MATERIALS AND MINIMUM TECHNICAL SPECIFICATIONS

Helpdesk Please share the location of helpdesk?

Central heldesk at any suitable location is to be provided by SI.

Replies of the queries Date: 16-07-2013

217 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN398 BIDDER-4 Volume-I 176 6 6.2.2.4 sr. no- 6; Throughput; Minimum of 10 Gbps Data, Minimum of 5 Gbps SSL

Content of RFP for reference:- "Throughput" , "Minimum of 10 Gbps Data", "Minimum of 5 Gbps SSL" . Application load balacer is business critial component in overall datacenter solution design that integrates with IFMS application & network infrastcture for optimized application access . Throughput & scalability are critical attributes while sizing the overall solution for optimized applicaton delivery. However load balancer throughput is not inline with other critical network devices including firewall and it may affect application performance. its is highly recommended that throughput of the load balancer should be inline for optimized application access. It is suggested to modiy the cluase as "Throughput - Minimum of 15 Gbps Data". At the same time most connections expected to terminate on load balancer are ssl

As in Tender

Replies of the queries Date: 16-07-2013

218 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

connections and 5 Gbps SSL throughput is very less. Where firewall accept 20 Gbps of througput, load balancer would restrict it to 5 Gbps.It is suggested to modiy the cluase as "Throughput - Minimum of 10 Gbps SSL"

Replies of the queries Date: 16-07-2013

219 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN399 BIDDER-4 Volume-I 176 6 6.2.2.4 sr. no- 7; SSL Connection; Minimum of 20000 SSL connections scalable to30000 SSL connections

Please refer Sr. no 7 "SSL Connection" , "Minimum of 20000 SSL connections scalable to30000 SSL connections". Encryption detail is missing here and same may encourge bidders to supply device with 1024 bit encryption. This will defeat the purpose as 1024 bit certificate is no more available with Certificate Authority. We strongly recomend for amendment and same should be read as " SSL TPS - 20,000 (2048 bit) "

As in Tender

Replies of the queries Date: 16-07-2013

220 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN400 BIDDER-4 Volume-I 219 6 6.3.4 SDC AND DR FAILOVER: A comprehensive and appropriate solution must be proposed for smooth and proper SDC – DR failover

As per RFP scope proposed design must consider business continuity requirements for IFMS application. In other words users should able to access the IFMS application from DR location in event of service disruption at datacenter. Current specification of server load balancer does not address transparent DC/DR failover. it is suggested that server load balancer should support integrated global server load balancer solution for geographical failover

SI needs to designe the solution for amooth and in time DC-DR failover.

Replies of the queries Date: 16-07-2013

221 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN401 BIDDER-4 Volume-I

182 6 4.2 ( Feature)

* Should have minimum 4 nos. of 1G Ethernet interfaces from Day1, should be scalable to have 2 nos. of 10G interfaces.* Should have minimum 10 Gbps throughput* Should support at least 10,00,000 concurrent sessions and at least 1,00,000 new sessions per second

Since most of the APT solution is an offline device (configured in spanning port of the core switch) throughput and concurrent sessions really doesn't matter difference as far as traffic handling is concerned. Also For In-Line Installation / Implementation if the device fails entire network / Infrastructure goes down. Hence Suggest to consider 1G Ethernet throughput only. Upgrade to >10 Gbps throughput Biased to single OEM -Kindly remove this point.

As in Tender

GN403 BIDDER-4 Volume-I

182 6 4.4 (APT Security Features)

Antivirus protection protocols for HTTP, HTTPS etc. Solution Should Uncover threats hidden in SSL links and communications

For HTTPS or SSL introspection, SSL certificate has to be uploaded and session has to be broken which may lead to delay in communication. So suggest to remove HTTPS.

As in Tender

Replies of the queries Date: 16-07-2013

222 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN405 BIDDER-4 volume-I 183 6 4.5(Management)

Management should have Visual Tracking of Changes in Policy, Detailed Summary Report of Changes carried out, Audit trails, Graphical comparision of Rule Base Changes and Session Management and Change approval process.

Suggest to consider Visual Tracking informations such as detection, infection, network traffic etc. which will actually help the realtime information. Biased to single OEM -Kindly remove this point.

refer SL077 & SL085 of corrigendum-1

GN406 BIDDER-4 Volume-I Page 15 1 Para 1.5.1 point 7

Bidder (lead bidder in case of consortium) should have a minimum average annual turnover of 200 Crore for the preceding 3 financial years ending with March 31, 2012 (viz. FY11-12, FY 10-11 and FY 09-10).Note: The revenues must be accrued from Software Development/System Integration and Associated Services (may include: Consulting, Software maintenance/support, custom application development etc.)

Please clarify whether this also includes System implementation using COTS applications.

As in Tender

Replies of the queries Date: 16-07-2013

223 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN407 BIDDER-4 Volume-I Page 16 1 Para 1.5.1 point 11

The Bidder (Prime bidder in case of Consortium) must have successfully implemented at least 2 similar scoped projects* of a minimum cumulative value of INR 50 Crores during the last 5 years.The Project must be for State Government/ Central Government/PSU Organizations /Autonomous Bodies (including local bodies) in India *For the purpose of the RFP, similar scoped project shall include all the following:i) Successful design, development, testing, commissioning and support of integrated IT Applications including Enterprise Level Application Development or similar Financial Management Systemii) Successful Delivery, Installation, Commissioning, System Integration, Helpdesk support of Hardware Components* (Including Server, Storage, Network, client side Infrastructure), Operation and

Please clarify whether this also includes COTS System implementation in State Government/ Central Government/PSU Organizations in India not necessarily with the application proposed for this RFP.

As in Tender

Replies of the queries Date: 16-07-2013

224 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Maintenance of Application and ICT Infrastructureiii) Minimum value of each project must be INR 20 crores

Replies of the queries Date: 16-07-2013

225 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN408 BIDDER-4 Volume-I Page 18 1 Para 1.5.2 point 4

Application/System software and Hardware & Networking OEM must have more than 3 partners to deliver the scope of work as is mentioned in the RFP document pertaining to the OEM for the proposed solution. These partner companies must be OEM partners for more than 5 years and OEM must certify the same.

Please calrify that the Application software proposed to be used for WB IFMS, should be from the OEM and the Software OEM should certify that the specified proposed software can be implemented by more than 3 partners.

As in Tender

Replies of the queries Date: 16-07-2013

226 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN409 BIDDER-4 Volume-I Page 22 1 Para 1.6.1

Successful design, development, testing, commissioning and support of integrated IT Applications or similar Financial Management System, Operation and Maintenance of developed application Infrastructure * (a minimum of 3 projects and a maximum of 10 projects to be cited for evaluation) during thelast 5 years ending March 31, 2013 for Government Department or PSU organization in India.For one project >= 10 crores – 42 marks for each additional projects with minimum value of Rs 2 crores uptomaximum 3 projectsThe value must be in software development and services onlyand must not include any hardware components

Does this include implementation of COTS / Bespoke Financials system in the Government Department or PSU organization in India?

As in Tender

Replies of the queries Date: 16-07-2013

227 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN410 BIDDER-4 Volume-I Page 24 1 Para 1.6.1

Qualification, relevant certification, Experience of the lead personnel earmarked for the Project as per the following roles:-· Solution Architect,· Database Architect· Security Architect· Development Lead· Infrastructure Expert· Test Lead· Training and change management Lead· Support LeadFor each resource 3 marks.i) Qualification of each manpowerFor Bachelors degree of each manpower – 0.5For anything higher than Bachelors -1ii) Experience of each manpowerFor having Experience between 10-12 years – 0.5For having Experience 12-15 years - 1For having experience more than 15 years - 1.5i. For having any relevant certification of each manpower- 0.5

Can you please let us know, the list of lead personnel required in case COTS solution is proposed for implementation for getting the full marks on this topic. Personnel requirement for COTS based solution is very important and having the same in the RFP would benefit the department in case a COTS solution is finally chosen. We request the same to be included in the RFP.

As in Tender

Replies of the queries Date: 16-07-2013

228 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN411 BIDDER-4 Volume-I 1 Page 25 Para 1.6.1

RDBMS Software Package - Meets all specification:5 else: disqualified

Can you please let us know whether the RDBMS should meet all the requirements mentioned under 6.3.3.2 Database Requirements. Please also clarify, what do you mean Meets all specification:5 else: disqualified

As in Tender

GN412 BIDDER-4 Volume-I Page 25 1 Para 1.6.1

Application Software package - Meets all specification:5 else: disqualified

Can you please let us know in which page and under which section all the specifications for this Application Software package is mentioned? Please also clarify, what do you mean Meets all specification:5 else: disqualified

As in Tender

GN413 BIDDER-4 Volume-I Page 25 1 Para 1.6.1

Application Software package - Meets all specification:5 else: disqualified

What is the basis of allocation of these marks for Application software?

As in Tender

GN414 BIDDER-4 Volume-I Page 25 1 Para 1.6.1

Portal Software Package - Meets all specification:5 else: disqualified

Can you please let us know whether the RDBMS should meet all the requirements mentioned under 6.3.3.3 Portal Server Requirements. Please also clarify, what do you mean Meets all specification:5 else: disqualified

As in Tender

Replies of the queries Date: 16-07-2013

229 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN415 BIDDER-4 Volume-I Page 26 1 Para 1.6.1

RDBMS Software, Application server software System and web/ portal server software OEM Credentials: Industry presence – 1 to 2[10 years industry presence – 1,more than 12 years industry presence – 1.5,more than 15 years industry presence –2]For S/W OEM, having support center/ Authorised partner forproviding support in India – 1 to 1.5[For 1 such center in India – 0.5,For 2 such center in India – 1,For 3 such center in India –1.5]Product Roadmap for S/W items- 1 to 1.5[For having 5 years roadmap -0.5For having 5 to 7 years roadmap -1For having roadmap more than 7 years -1.5](Declaration in OEMs letterhead needed for allocating score)Note: In case of multiple OEMs, scoring will be provided on thebasis of the OEM having the minimum qualification

Can you please explain whether the 5 marks allotted for this if for RDBMS, Application server or for Web Portal software

As in Tender

Replies of the queries Date: 16-07-2013

230 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN416 BIDDER-4 Volume-I Page 48 2 Para 2 All the processes starting from the finalisation of the budget estimates by the finance department till the budget approval by the State Legislature including the publication of the budget documents are outside the scope of the IFMS project. However, the SI has to provide interface with the Core Budget Management processes

Does this mean entire Core Budget Management; General Budget Management and Debt Management (whih is part of core Budget management solution) are ouside the scope of this IFMS project?

More Information will be provided to the SI at the system study phase

GN417 BIDDER-4 Volume-I Page 51 2 Para 2.2.1.2

The SI must ensure and plan well in advance about the increase in data volume for a period of 20 Years and therefore must keep provisions in the hardware and software to incorporate the same. SI must ensure that data for the last two financial years is always available in the production database server.

Does this mean, for sizing purpose, do we need to consider 20 years of data?

refer SL020 of corrigendum-1

GN418 BIDDER-4 Volume-I Page 52 2 Para 2.2.1.3

A standard methodology shall be adopted for Software Engineering, covering the entire SDLC (Software Development Life Cycle)

As this is relevant only for new software development, we request the department not to consider this for COTS, as this is not applicable for COTS solution

As in Tender

Replies of the queries Date: 16-07-2013

231 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN419 BIDDER-4 Volume-II

Page 293 Para 1.3 1.3 Architecture of IFMS The proposed IFMS Application for Government of West Bengal shall consist of the following eight modules:- § Centralised Budget Monitoring System (CBMS) § E-Bantan § E-Pradan § E-Billing § HRMS § Centralised Treasury System (CTS) § GRIPS § Works and Forest Computerisation System (WFACS)

In Page number 48 of the RFP, It is mentioned that the Core Budget Management and General Budget Management is not part of the scope. Apart from these two, what else is there scope of CBMS? E-Bantan and E-pradan are completely part of IFMS scope or there are certain solutions, that are already available and that need to be integrated?

More Information will be provided to the SI at the system study phase

GN420 BIDDER-4 Volume-I Page 35 1 Para 1.14.3

Proposed mode of training e.g. classroom, web-based, video conferencing, etc. to all users of IFMS

to be decided during the training strategy formulation for the project

Replies of the queries Date: 16-07-2013

232 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN421 BIDDER-4 Volume-I Page 51 2 Para 2.2.1.3

The web portal developed must have the following minimum contents –i. Detailed information about the departmentii. IFMS user loginiii. Services Offerediv. User login for Challan Generationv. Citizen Chartervi. Dashboardsvii. Search engine for User/Tax payer/ Vendor for Bill/ Challan Trackingviii. Search function for all menusix. Employees, DDO, Pensioner Cornerx. Grievance Redressal Systemxi. Other generic features of portal

Apart of Department users and Employees, what is the total number of Portal users who will use the system? What is the % of concurrency of such users?

refer SL110 of corrigendum-1

GN422 BIDDER-4 Volume-I Page 51 2 Para 2.2.1.2

The SI must ensure and plan well in advance about the increase in data volume for a period of 20 Years and therefore must keep provisions in the hardware and software to incorporate the same. SI must ensure that data for the last two financial years is always available in the production database server.

For the sizing purpose, can you please provide us the volume of transactions for the latest year to be considered and the year on year percentage growth expected?

refer SL109 of corrigendum-1

Replies of the queries Date: 16-07-2013

233 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN423 BIDDER-4 Volume-II

Pgae 315 Functional Requirement specifications

Do we need o submit the Compliance for Functional Requirements? What is the response format for the FRS - Yes / No. Is the methodology of calculating marks for Available, Available with customization?

More Information will be provided to the SI at the system study phase

GN424 BIDDER-4 Volume-II

Page 312 Para 3.3.7

Government Receipts Information System (GRIPS)

Does Receipt management includes collections facility for individuals and common public. Do we need to maintain these individual accounts or just capture the revenue account credits and Bank account debit postings?

More Information will be provided to the SI at the system study phase

GN425 BIDDER-4 Volume-I Page 127 Repayment of Loans given by State / Loan Advances

What is the total no of loans currently held by the Department both issued and Borrowed?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

234 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN426 BIDDER-4 Volume-I Page 48 2 Core Budget Management: This comprises the finalisation of the budget estimates by the Finance Department after it receives the budget estimate figures from the line departments and also the release of approved budget to the line departments once the budget is passed by the state legislature. Debt Management functions are also included in Core Budget Management. All the processes starting from the finalisation of the budget estimates by the finance department till the budget approval by the State Legislature including the publication of the budget documents are outside the scope of the IFMS project. However, the SI has to provide interface with the Core Budget Management processes.

Since it is mentioned that Debt Management is out of scope, whar are the functionlaities of Debt management out of the scope of this RFP?

As in Tender

Replies of the queries Date: 16-07-2013

235 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN427 BIDDER-4 volume-I General Reporting Is there any analyticals reports and dashboards required as part of the scope? What is the total no. of users who will access analytical & adhoc reports ?

More Information will be provided to the SI at the system study phase

GN428 BIDDER-4 Volume-II

Page 318 Budget Management How many users will be working on this planning and Budgetting module?

More Information will be provided to the SI at the system study phase

GN429 BIDDER-4 Volume-II

Page 438 15 Payroll Processing The total number of employees to be covered for Payroll IS 120,000 - Is this correct? What is the total number pensioners to be covered? How many total employees / users are to be covered under employee self service?

refer SL110 of corrigendum-1

GN430 BIDDER-4 Volume-I Page 139 Training and Learning Management

Does this access need to be given to all employees or selected staff? How many number of employees need to be covered for this training management?

HRMS related

GN431 BIDDER-4 Volume-II

Page 305 GRIPS Integration How many users are expected to be covered under the Receipt module? What is the scope to be covered - Is it just collecting the money and posting it revenue or crediting their accounts

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

236 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

also?

GN432 BIDDER-4 Volume-I Page 48 2 Core Budget Management: This comprises the finalisation of the budget estimates by the Finance Department after it receives the budget estimate figures from the line departments and also the release of approved budget to the line departments once the budget is passed by the state legislature. Debt Management functions are also included in Core Budget Management. All the processes starting from the finalisation of the budget estimates by the finance department till the budget approval by the State Legislature including the publication of the budget documents are outside the scope of the IFMS project. However, the SI has to provide

Can you please clarify these are the only two two sub modules that are not covered as part of IFMS scope and all other modules / sub modules need to be configured in the IFMS system?

As in Tender

Replies of the queries Date: 16-07-2013

237 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

interface with the Core Budget Management processes.

Replies of the queries Date: 16-07-2013

238 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN433 BIDDER-4 Volume-II

Page 454 para 11

para 11 The Solution provider must support the software licenses provided in the scope of this RFP for a period of 10 years. The software provider should provide a stated policy document stating that the proposed software version is supported for the next 10 years. Finance Department should not be forced to upgrade the solution at any stage

We request this to be changed to 7 (seven) years as mentioned earlier in the bid. This is contradicting with the criteria given in the relevant section of the bid.

refer SL111 of corrigendum-1

GN434 BIDDER-4 Volume-II

Page 454 para 12

para 12 Application License should be enterprise wide for all the process actors without any restriction on access / usage of any kind of functionality (including read/write/update) for any of the users. The Database quoted with the Application should be Full use without any restriction on the usage with any particular application.

The department can save substantial amount of funds by going without full use database licenses without compromising on features & functionalities. The bidder should be liable for providing requisite database licensing to run all the applications proposed in this project. It is not necessary to pay so much for having full use licenses to run all the applications in the project. We leave it to the department to decide on the most commercially practical way of doing this.

As in Tender

Replies of the queries Date: 16-07-2013

239 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN435 BIDDER-4 Volume-I Page 136 System should track passing of required exams (departmental/professional)

Does this mean the exam results are tracked through the proposed system?

More Information will be provided to the SI at the system study phase

GN436 BIDDER-4 Volume-I Page 136 Recruitment Would the organization require Applicant data to be available in the system?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN437 BIDDER-4 Volume-II

Page 301 The no of users of the IFMS system is depicted in the following table

Can you please let us know the unique number of department internal users to be covered for CBMS, E-BANTAN, E-PRADAN, E-BILLING, HRMS (Back office), CTS, and WFACS and the concurrency percentage?

refer SL110 of corrigendum-1

GN438 BIDDER-4 Volume-II

Page 301 The no of users of the IFMS system is depicted in the following table

Can you please let us know the unique number of External users to be covered for CBMS, E-BANTAN, E-PRADAN, E-BILLING, HRMS (Back office), CTS, and WFACS and the concurrency percentage?

refer SL110 of corrigendum-1

Replies of the queries Date: 16-07-2013

240 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN439 BIDDER-4 Volume-I Page 139 Training and Learning Management

Would there be a requirement for the availablity of Web Based Trainings for employees, where courses can be created internally within the organization and published online to the employees thorugh the Employee Self Services Portal

HRMS related

GN440 BIDDER-4 Volume-I Page 139 Training and Learning Management

Access for LMS be should be given to how many employees?

HRMS related

GN441 BIDDER-4 volume-II Page 438 15 Payroll Processing What would be the Pensioners payments? Would these be made from the system? What would be the information stored in the Pensioners database?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

241 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN442 BIDDER-4 Volume-I Page 53 2 Reporting has been given specific attention in the proposed IFMS solution. Considering the financial nature not only the regular MIS but also the analytical reports shall also be generated from the IFMS solution. Some of the reports that proposed IFMS system shall generates are:i. Trend analysis reportingii. Fraudulent activity reportingiii. Forecasting reportingiv. Ad-hoc reportingv. Drilldown Reportingvi. Event based reportingvii. Scheduler based reporting

Please let us know the total number of Reporting users and the concurrent number of reporting users

refer SL110 of corrigendum-1

GN443 BIDDER-4 volume-I Point 12. HRMS/ Page 138/

Training and Learning Management/ Training Planning

Does the organization want training nominations online through ESS portal? Would the organization require support to web based trainings for employees?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN444 BIDDER-4 volume-I Point 12. HRMS/ Page 140

Time Bound Pay Scale Enhancement

Would this be as per the govt rules?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

242 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN445 BIDDER-4 volume-I Point 12. HRMS/ Page 141

Payroll Processing Would Payroll need to be processed for Pensioners as well?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN446 BIDDER-4 volume-I Point 12. HRMS/ Page 146

Other Employee Entitlement [Claims (TA & Medical Reimbursement)]

Would this also include Duty Travel reimbursements specifically? Would this service need to be published online for all employees?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN447 BIDDER-4 volume-I Point 12. HRMS/ Page 135

4A Recruitment Would there be a requirement for an Online recruitment portal which integrates with Job Agents/ Job Boards?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN448 BIDDER-4 volume-I Point 12. HRMS/ Page 135

4A Leave Management Does the organization require direct integration of the HRMS system with the biometric / Attendance Recording Systems

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN449 BIDDER-4 volume-I Point P20/ Page 122

System shall allow the pensioner to online track the status of their request

Does the Self service functionality need to be given to the pensioners as well?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

243 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN450 BIDDER-4 volume-I WB_IFMS_RFP_Volume_I_General. Page # 32, E. System Software Proposed -

1 Details of Database Server, and how it address the requirement of Clustering Load Balancing

In this clause, RFP is asking for write up on how proposed database takes care of clustering and Load balancing, therefore, wanted to check if department is looking for database solution which can provide clustering and load balancing? Please note that this is not a common feature and High Availability can fulfill failover and SLA requirements. thereofore, we request to remove this requirement and let SI suggest the database configuration as per their solution and SLA requirements.

As in Tender

Replies of the queries Date: 16-07-2013

244 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN451 BIDDER-4 volume-I Revised_RFP.pdf Page# 213, 6.3.3.2, Point #9

6 Database Server should be configured with native, Active-Active High Availabilityclustering mode with objectives of scalability and availability. The solution shouldprovide single image database concurrently accessed by multiple database servers,without repartitioning or changes to the database objects or 3rd party transactionrouting mechanisms.

Please note that this is not a common feature and High Availability can fulfill failover and SLA requirements. thereofore, we request to remove this requirement and let SI suggest the database configuration as per their solution and SLA requirements.

As in Tender

GN452 BIDDER-4 volume-I Revised_RFP.pdf Page# 213, 6.3.3.2, Point #17

6 Database solution should allow comprehensive auditing by logging all insert, update and delete operations. The solution should store original copy of logs in the separate soft appliance system with built-in Database and should have provision to create custom reports. The audit logs at the source database needs to be automatically purged once the logs move to the soft appliance

this point is refering to the feature of a perticular product vendor, therefore, request you to remove this clause or change it as follows "Database should provide Audit feature and even Database administrator is not allowed to modify/ delete the same."

As in Tender

Replies of the queries Date: 16-07-2013

245 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

database.

GN453 BIDDER-4 volume-I Revised_RFP.pdf Page# 213, 6.3.3.2, Point #18

6 There should be automated way to collect the audit logs from source system to the management server, no manual intervention should be required, Along with audit, alerting also to be defined if some authorized access or update happens on critical data. Solution should have capability to report "before" and "after" values for defined critical fields.

this point is refering to the feature of a perticular product vendor, therefore, request you to remove this clause. Every database provides protection mechanism like audit control which can log all the activities including role based access to audit system

As in Tender

Replies of the queries Date: 16-07-2013

246 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN454 BIDDER-4 volume-I Revised_RFP.pdf Page# 213, 6.3.3.2, Point #15

6 Database should support functionality to restrict access by unauthorized databaseusers - even privileged users - by using powerful access controls. Should preventapplication-bypass with multi-factor policies that are enforced in the database for highsecurity and performance.

this point is refering to the feature of a perticular product vendor, therefore, request you to remove this clause. Every database provides protection mechanism like role based access control, encryption etc to prevent any unauthorized user from accessing database

As in Tender

GN455 BIDDER-4 volume-I Revised_RFP.pdf Page# 150, General Requirement, Point #60

4 Point #60

Capability for users to work offline

Please explain the requirement of offline working.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

247 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN456 BIDDER-4 volume-I Revised_RFP.pdf Page# 151, Non-functional Requirement, Point #12

4 Point #12

Application License should be enterprise wide for all the process actors without any restriction on access / usage of any kind of functionality (including read/write/update) for any of the users. The Database quoted with the Application should be Full use without any restriction on the usage with any particular application.

Please list down the posible applications which are not part of the proposed solution but require the proposed database to be used. Also, suggests that how many additional database licenses needs to be supplied for such applications otherwise the database licenses supplied will be enough only for the proposed solution and will not be sufficient for the additional requirement

As in Tender

GN457 BIDDER-4 volume-I Vol-I / Section 4A / Page 111 / 4.29 A

4 IPR & Source code IPR for COTS applications cannot be transferred and hence we request the department to remove this clause from the RFP to make the RFP more open and non-restrictive.

As in Tender

GN458 BIDDER-4 Volume-I 177 6 6.2.2.5 Should have minimum 8 nos. of 1G Ethernet interfaces from Day1, should be scalable to have 4 nos. of 10G interfaces.

No mention of 1G ports scalability. It is suggested that the Firewall should have minimum 8 x 1G ethernet interfaces along with 4 x 10G intefaces from Day1 and should be scalable to 16 x 1Gig interfaces and at least 10 x 10Gig interfaces in future by populating the

As in Tender

Replies of the queries Date: 16-07-2013

248 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

modules.

GN459 BIDDER-4 Volume-I 177 6 6.2.2.5 Should have minimum 20 Gbps firewall throughput and 10 Gbps IPS throughput

Since support for 4 x 10G interfaces are required it is suggested that Firewall should have scalability to be upgraded to 40 Gbps of throughput to cater to traffic passing through 4 x 10G interfaces. All vendors do mention about IPS recommended profile instead of default profile as default profile only comes with 40-50 signatures. It is suggested to ask for IPS throughput of atleast 7 Gbps with Recommended IPS profile for ensuring better security.

refer SL073 of corrigendum-1

Replies of the queries Date: 16-07-2013

249 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN460 BIDDER-4 Volume-I 6.2.2.5 1.3 Should support at least 10,00,000 concurrent sessions and at least 1,00,000 new sessions per second

Today there are many applications which keep running on PCs / Servers / Laptops and which try to connect to internet for various downloads like windows updates / antivirus updates and other online applications. These application keeps opening sessions automatically. To cater to such sessions requirement and also sessions opened by user. It is suggested that the concurrent sessions to be increased to at least 10 Million & new connections per second to be increased to 200,000

As in Tender

GN461 BIDDER-4 Volume-I 6.2.2.5 1.4 Should have IPSec VPN throughput of 5 Gbps

It is suggested to increase the VPN throughput to 15 Gbps to cater to the present and furture requirement.

As in Tender

GN462 BIDDER-4 Volume-I 177 6 6.2.2.5 Should have Sandbox for new protections.

Signatures are never tested offline in the appliance. Known signatures are only released after they are throughly testing by the OEM's QA team in their test beds. It is suggested to remove this clause of Sandbox

As in Tender

Replies of the queries Date: 16-07-2013

250 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN463 BIDDER-4 Volume-I 178 6 6.2.2.5 Centralized management and reporting appliance should be able to support 7500 logs per second

Kindly remove the clause of 7500 logs per second as this is proprietary to single OEM

refer SL076 of corrigendum-1

GN464 BIDDER-4 Volume-I 6.2.2.5 No mention of Certifications

It is suggested that Firewall & IPS module should be ICSA cerified however EAL 4+ can be for product series. Firewalls & IPS are network devices that protect a network from other less trusted networks. They are essentially network access control devices that permit and deny different types of traffic to travel into and out of an organization's network. ICSA Labs direct a certification program aimed at testing the security of commercially available firewall products. ICSA Labs certified devices meet 100% of the equirements against which they are tested.

As in Tender

Replies of the queries Date: 16-07-2013

251 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN465 BIDDER-4 Volume-I 178 6 6.2.2.5 Should have minimum 8 nos. of 10 G Ethernet interfaces from Day1

To cater to 20Gig Firewall throughput, it is suggested that the Firewall should have at least 20 x 1G ports along with 2x 10Gig ports. This will esnure conncectivity on 1Gig ports on Day1 and can be scaled up to 10Gig ports in future

As in Tender

GN466 BIDDER-4 Volume-I 178 6 6.2.2.5 Should support at least 5,00,000 concurrentsessions and at least 50,000 new sessions persecond

Today there are many applications which keep running on PCs / Servers / Laptops and which try to connect to internet for various downloads like windows updates / antivirus updates and other online applications. These application keeps opening sessions automatically. To cater to such sessions requirement and also sessions opened by user. It is suggested that the concurrent sessions to be increased to at least 7 Million & new connections per second to be increased to 190,000

As in Tender

Replies of the queries Date: 16-07-2013

252 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN467 BIDDER-4 Volume-I 178 6 6.2.2.5 Firewall and Integrated IPSEC VPN Applications should be ICSA Labs certified for ICSA 4.0, FIPS 140-2 certified

It is suggested that the integrated SSL VPN, Antivirus & IPS application should also be ICSA labs certified along with Firewall & IPSEC VPN applications

As in Tender

GN468 BIDDER-4 Volume-I 179 6 6.2.2.5 Application Control Library should have more than 5000+ Web 2.0 applications and 2,50,000 Social Networking Widgets Should have more than 100+ Categories based on Urls, Application types, Security Risk level etc.

All reputed UTM OEMs support Application control Library with maximum number of Applications. However 5000+ Web 2.0 applications and 2,50,000 Social Networking Widgets are specific to single OEM which will debar all Major UTM vendors to participate. Hence request to please delete this clause

refer SL079 of corrigendum-1

GN469 BIDDER-4 Volume-I 179 6 6.2.2.5 Centralized management and reporting appliance should be able to support minimum 4000 logs per second

Kindly remove the clause of 4000 logs per second as this is proprietary to single OEM.

As in Tender

Replies of the queries Date: 16-07-2013

253 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN470 BIDDER-4 Volume-I 214 6 6.3.3.2 Should support option of different partitioning schemes within the database (Range, Virtual, Reference etc.) to split large volumes of data into separate pieces or partitions, which can be managed independently. The partitioning should enhance theperformance, manage huge volumes of data and should provide foundation for Information Life Cycle Management (ILM).

We partition the database tables for better manageability and performance. There can be multiple strategies using which data can be partitioned. It is advised to leave this call on database that which partition methodology would work best within the database rather than defining our own strategies like(Range, Virtual, Reference etc.). Hence partitioning types like Range, Virtual and Reference should be removed from the requirement.

Refer SL097 of corrigendum-1

Replies of the queries Date: 16-07-2013

254 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN471 BIDDER-4 Volume-I 215 6 The RDBMS must provide an integrated management solution for managing the database with a unique top-down application management approach. It must optionally provide managements packs with self-managing capabilities, eliminating time consuming, error-prone administrative tasks, so database administrators can focus on strategic business objectives instead of performance and availability fire drills. The management tool should provide optional tools for proactive diagnosis of the database – providing the root cause analysis, active sessions’ history, top queries, performance issues and advisories.

Management packs is a vendor specific term and only one vendor can be compliant with this. However there are other vendors which provide similar capabilities in more appropriate way. Hence "Management Packs" should be removed from the requirement.

refer SL098 of corrigendum-1

GN472 BIDDER-4 Volume-I 152 4 4.3 Use of smart card / USB token storing digital certificate from a certifying authority along with private key for logging into the system

is it expected from middleware or Operating system.

SI needs to provide the solution.

Replies of the queries Date: 16-07-2013

255 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN473 BIDDER-4 Volume-I 219 6 6.3.3.4 The proposed application server must provide industry leading in memory application grid capability.

is it caching? Yes

GN474 BIDDER-4 Volume-I 34 1 1.14.3>I>N

Procedure for managing incremental changes which are highlighted during the entire project lifecycle

Would standard tools be required to be procured for this project in the name of IFMS, Department of Fin, WB Govt to implement change management capabilities

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

GN475 BIDDER-4 Volume-I 51 2 2.2.1.3 c) A standard methodology shall be adopted for Software Engineering, covering the entire SDLC (Software Development Life Cycle)

What standards are being referred to? Is it standard methodology like Agile, Waterfall, etc

As in Tender

GN476 BIDDER-4 Volume-I 53 2 2.2.1.4 b) Unit Testing, System Testing, Integration Testing, Performance Testing, Regression Testing (in case of any change in the software) and Load & Stress testing

Would the SI need to use standard testing tools with these capabilities to do the respective testings

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

256 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN477 BIDDER-4 Volume-I 63 2 2.2.1.4 b) In order to ensure effective completion/ accomplishment of the above, the Finance Department , GoWB, in association with SI, shall carry out all the necessary operational acceptance tests including but not limited to o Functionality Test, o Database Test, o Integration Testing, o Unit Test, o System Test, o Security Compliance, o Stress test, o Performance test, etc

Will the SI need to provide the necessary tools for these testing to the departments

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

GN478 BIDDER-4 Volume-I 64 2 2.2.3.1 The SI shall define the Software Change Management & Version control process and obtain approval for the same from the Finance Department, GoWB.

Will the SI need to use any off the shelf tools to do these

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

257 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN479 BIDDER-5 Volume-I 15 1 1.5.1 / pt# 7

Bidder (lead bidder in case of consortium) should have a minimum average annual turnover of 200 Crore for the preceding 3 financial years ending with March 31, 2012 (viz. FY11-12, FY 10-11 and FY 09-10).Note: The revenues must be accrued from Software Development/System Integration and Associated Services (may include: Consulting, Software maintenance/support, custom application development etc.)

Please clarify whether this also includes System implementation using COTS applications.

As in Tender

Replies of the queries Date: 16-07-2013

258 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN480 BIDDER-5 Volume-I 16 1 1.5.1. / pt# 11

The Bidder (Prime bidder in case of Consortium) must have successfully implemented at least 2 similar scoped projects* of a minimum cumulative value of INR 50 Crores during the last 5 years.The Project must be for State Government/ Central Government/PSU Organizations /Autonomous Bodies (including local bodies) in India *For the purpose of the RFP, similar scoped project shall include all the following:i) Successful design, development, testing, commissioning and support of integrated IT Applications including Enterprise Level Application Development or similar Financial Management Systemii) Successful Delivery, Installation, Commissioning, System Integration, Helpdesk support of Hardware Components* (Including Server, Storage, Network, client side Infrastructure), Operation and

Please clarify whether this also includes COTS System implementation in State Government/ Central Government/PSU Organizations in India not necessarily with the application proposed for this RFP.

As in Tender

Replies of the queries Date: 16-07-2013

259 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

Maintenance of Application and ICT Infrastructureiii) Minimum value of each project must be INR 20 crores

Replies of the queries Date: 16-07-2013

260 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN481 BIDDER-5 Volume-I 18 1 1.5.2 / pt# 4

Application/System software and Hardware & Networking OEM must have more than 3 partners to deliver the scope of work as is mentioned in the RFP document pertaining to the OEM for the proposed solution. These partner companies must be OEM partners for more than 5 years and OEM must certify the same.

Please calrify that the Application software proposed to be used for WB IFMS, should be from the OEM and the Software OEM should certify that the specified proposed software can be implemented by more than 3 partners.

As in Tender

Replies of the queries Date: 16-07-2013

261 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN482 BIDDER-5 Volume-I 22 1 1.6.1 / pt# 1) i)

Successful design, development, testing, commissioning and support of integrated IT Applications or similar Financial Management System, Operation and Maintenance of developed application Infrastructure * (a minimum of 3 projects and a maximum of 10 projects to be cited for evaluation) during thelast 5 years ending March 31, 2013 for Government Department or PSU organization in India.For one project >= 10 crores – 42 marks for each additional projects with minimum value of Rs 2 crores uptomaximum 3 projectsThe value must be in software development and services onlyand must not include any hardware components

Does this include implementation of COTS / Bespoke Financials system in the Government Department or PSU organization in India?

As in Tender

Replies of the queries Date: 16-07-2013

262 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN483 BIDDER-5 Volume-I 24 1 1.6.1 / pt# 1) vi)

Qualification, relevant certification, Experience of the lead personnel earmarked for the Project as per the following roles:-· Solution Architect,· Database Architect· Security Architect· Development Lead· Infrastructure Expert· Test Lead· Training and change management Lead· Support LeadFor each resource 3 marks.i) Qualification of each manpowerFor Bachelors degree of each manpower – 0.5For anything higher than Bachelors -1ii) Experience of each manpowerFor having Experience between 10-12 years – 0.5For having Experience 12-15 years - 1For having experience more than 15 years - 1.5i. For having any relevant certification of each manpower- 0.5

Can you please let us know, the list of lead personnel required in case COTS solution is proposed for implementation for getting the full marks on this topic. Personnel requirement for COTS based solution is very important and having the same in the RFP would benefit the department in case a COTS solution is finally chosen. We request the same to be included in the RFP.

As in Tender

Replies of the queries Date: 16-07-2013

263 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN484 BIDDER-5 Volume-I 25 1 1.6.1. / pt# 3 c)

RDBMS Software Package - Meets all specification:5 else: disqualified

Can you please let us know whether the RDBMS should meet all the requirements mentioned under 6.3.3.2 Database Requirements. Please also clarify, what do you mean Meets all specification:5 else: disqualified

As in Tender

GN485 BIDDER-5 Volume-I 25 1 1.6.1. / pt# 3 c)

Application Software package - Meets all specification:5 else: disqualified

Can you please let us know in which page and under which section all the specifications for this Application Software package is mentioned? Please also clarify, what do you mean Meets all specification:5 else: disqualified

As in Tender

GN486 BIDDER-5 Volume-I 25 1 1.6.1. / pt# 3 c)

Application Software package - Meets all specification:5 else: disqualified

What is the basis of allocation of these marks for Application software?

As in Tender

GN487 BIDDER-5 Volume-I 25 1 1.6.1. / pt# 3 c)

Portal Software Package - Meets all specification:5 else: disqualified

Can you please let us know whether the RDBMS should meet all the requirements mentioned under 6.3.3.3 Portal Server Requirements. Please also clarify, what do you mean Meets all specification:5 else: disqualified

As in Tender

Replies of the queries Date: 16-07-2013

264 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN488 BIDDER-5 Volume-I 26 1 1.6.1. / pt# 3 c) xii)

RDBMS Software, Application server software System and web/ portal server software OEM Credentials: Industry presence – 1 to 2[10 years industry presence – 1,more than 12 years industry presence – 1.5,more than 15 years industry presence –2]For S/W OEM, having support center/ Authorised partner forproviding support in India – 1 to 1.5[For 1 such center in India – 0.5,For 2 such center in India – 1,For 3 such center in India –1.5]Product Roadmap for S/W items- 1 to 1.5[For having 5 years roadmap -0.5For having 5 to 7 years roadmap -1For having roadmap more than 7 years -1.5](Declaration in OEMs letterhead needed for allocating score)Note: In case of multiple OEMs, scoring will be provided on thebasis of the OEM having the minimum qualification

Can you please explain whether the 5 marks allotted for this if for RDBMS, Application server or for Web Portal software

As in Tender

Replies of the queries Date: 16-07-2013

265 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN489 BIDDER-5 Volume-I 48 2 Scope of Work

All the processes starting from the finalisation of the budget estimates by the finance department till the budget approval by the State Legislature including the publication of the budget documents are outside the scope of the IFMS project. However, the SI has to provide interface with the Core Budget Management processes

Does this mean entire Core Budget Management; General Budget Management and Debt Management (whih is part of core Budget management solution) are ouside the scope of this IFMS project?

As in Tender

GN490 BIDDER-5 Volume-I 51 2 2.2.1.2 / d)

The SI must ensure and plan well in advance about the increase in data volume for a period of 20 Years and therefore must keep provisions in the hardware and software to incorporate the same. SI must ensure that data for the last two financial years is always available in the production database server.

Does this mean, for sizing purpose, do we need to consider 20 years of data?

refer SL020 of corrigendum-1

GN491 BIDDER-5 Volume-I 52 2 2.2.1.3 / c)

A standard methodology shall be adopted for Software Engineering, covering the entire SDLC (Software Development Life Cycle)

As this is relevant only for new software development, we request the department not to consider this for COTS, as this is not applicable for COTS solution

As in Tender

Replies of the queries Date: 16-07-2013

266 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN492 BIDDER-5 Volume-II

293 1.3 1.3 Architecture of IFMS The proposed IFMS Application for Government of West Bengal shall consist of the following eight modules:- § Centralised Budget Monitoring System (CBMS) § E-Bantan § E-Pradan § E-Billing § HRMS § Centralised Treasury System (CTS) § GRIPS § Works and Forest Computerisation System (WFACS)

In Page number 48 of the RFP, It is mentioned that the Core Budget Management and General Budget Management is not part of the scope. Apart from these two, what else is there scope of CBMS? E-Bantan and E-pradan are completely part of IFMS scope or there are certain solutions, that are already available and that need to be integrated?

As in Tender

GN493 BIDDER-5 Volume-I 35 1 1.14.3 Proposed mode of training e.g. classroom, web-based, video conferencing, etc. to all users of IFMS

to be decided during the training strategy formulation for the project

Replies of the queries Date: 16-07-2013

267 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN494 BIDDER-5 Volume-I 51 2 2.2.1.3 The web portal developed must have the following minimum contents –i. Detailed information about the departmentii. IFMS user loginiii. Services Offerediv. User login for Challan Generationv. Citizen Chartervi. Dashboardsvii. Search engine for User/Tax payer/ Vendor for Bill/ Challan Trackingviii. Search function for all menusix. Employees, DDO, Pensioner Cornerx. Grievance Redressal Systemxi. Other generic features of portal

Apart of Department users and Employees, what is the total number of Portal users who will use the system? What is the % of concurrency of such users?

As in Tender

GN495 BIDDER-5 Volume-II

286 Functional Requirement specifications

Do we need to submit the Compliance for Functional Requirements? What is the response format for the FRS - Yes / No. Is the methodology of calculating marks for Available, Available with customization?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

268 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN496 BIDDER-5 Volume-II

312 3.3.7 Government Receipts Information System (GRIPS)

Does Receipt management includes collections facility for individuals and common public. Do we need to maintain these individual accounts or just capture the revenue account credits and Bank account debit postings?

More Information will be provided to the SI at the system study phase

GN497 BIDDER-5 Volume-I 127 4A P27 Repayment of Loans given by State / Loan Advances

What is the total no of loans currently held by the Department both issued and Borrowed?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

269 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN498 BIDDER-5 Volume-I 48 2 Core Budget Management: This comprises the finalisation of the budget estimates by the Finance Department after it receives the budget estimate figures from the line departments and also the release of approved budget to the line departments once the budget is passed by the state legislature. Debt Management functions are also included in Core Budget Management. All the processes starting from the finalisation of the budget estimates by the finance department till the budget approval by the State Legislature including the publication of the budget documents are outside the scope of the IFMS project. However, the SI has to provide interface with the Core Budget Management processes.

Since it is mentioned that Debt Management is out of scope, whar are the functionlaities of Debt management out of the scope of this RFP? Can you please clarify these are the only two two sub modules that are not covered as part of IFMS scope and all other modules / sub modules need to be configured in the IFMS system?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

270 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN499 BIDDER-5 volume-I Reporting Is there any analyticals reports and dashboards required as part of the scope? What is the total no. of users who will access analytical & adhoc reports ?

More Information will be provided to the SI at the system study phase

GN500 BIDDER-5 Volume-II

318 Budget Management How many users will be working on this planning and Budgetting module?

refer SL110 of corrigendum-1

GN501 BIDDER-5 Volume-II

438 15 Payroll Processing The total number of employees to be covered for Payroll IS 120,000 - Is this correct? What is the total number pensioners to be covered? How many total employees / users are to be covered under employee self service?

refer SL110 of corrigendum-1

GN502 BIDDER-5 Volume-I 139 4A Training and Learning Management

Does this access need to be given to all employees or selected staff? How many number of employees need to be covered for this training management?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN503 BIDDER-5 Volume-II

305 GRIPS Integration How many users are expected to be covered under the Receipt module? What is the scope to be covered - Is it just collecting the money and posting it revenue or crediting their accounts

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

271 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

also?

GN504 BIDDER-5 Volume-II

454 17 17.2 The Solution provider must support the software licenses provided in the scope of this RFP for a period of 10 years. The software provider should provide a stated policy document stating that the proposed software version is supported for the next 10 years. Finance Department should not be forced to upgrade the solution at any stage

We request this to be changed to 7 (seven) years as mentioned earlier in the bid. This is contradicting with the criteria given in the relevant section of the bid.

refer SL111 of corrigendum-1

Replies of the queries Date: 16-07-2013

272 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN505 BIDDER-5 Volume-II

454 17 17.2 Application License should be enterprise wide for all the process actors without any restriction on access / usage of any kind of functionality (including read/write/update) for any of the users. The Database quoted with the Application should be Full use without any restriction on the usage with any particular application.

The department can save substantial amount of funds by going without full use database licenses without compromising on features & functionalities. The bidder should be liable for providing requisite database licensing to run all the applications proposed in this project. It is not necessary to pay so much for having full use licenses to run all the applications in the project. We leave it to the department to decide on the most commercially practical way of doing this.

As in Tender

GN506 BIDDER-5 Volume-I 136 4A 6 System should track passing of required exams (departmental/professional)

Does this mean the exam results are tracked through the proposed system?

More Information will be provided to the SI at the system study phase

GN507 BIDDER-5 Volume-I 136 4A Recruitment Would the organization require Applicant data to be available in the system?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

273 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN508 BIDDER-5 Volume-II

301 The no of users of the IFMS system is depicted in the following table

Can you please let us know the unique number of department internal users to be covered for CBMS, E-BANTAN, E-PRADAN, E-BILLING, HRMS (Back office), CTS, and WFACS and the concurrency percentage?

refer SL110 of corrigendum-1

GN509 BIDDER-5 Volume-II

301 The no of users of the IFMS system is depicted in the following table

Can you please let us know the unique number of External users to be covered for CBMS, E-BANTAN, E-PRADAN, E-BILLING, HRMS (Back office), CTS, and WFACS and the concurrency percentage?

refer SL110 of corrigendum-1

GN510 BIDDER-5 Volume-I 139 4A Training and Learning Management

Would there be a requirement for the availablity of Web Based Trainings for employees, where courses can be created internally within the organization and published online to the employees thorugh the Employee Self Services Portal

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

274 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN511 BIDDER-5 Volume-I 139 4A Training and Learning Management

Access for LMS be should be given to how many employees?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN512 BIDDER-5 Volume-II

438 15 Payroll Processing What would be the Pensioners payments? Would these be made from the system? What would be the information stored in the Pensioners database?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN513 BIDDER-5 Volume-I 53 2 2.2.1.3 Reporting has been given specific attention in the proposed IFMS solution. Considering the financial nature not only the regular MIS but also the analytical reports shall also be generated from the IFMS solution. Some of the reports that proposed IFMS system shall generates are:i. Trend analysis reportingii. Fraudulent activity reportingiii. Forecasting reportingiv. Ad-hoc reportingv. Drilldown Reportingvi. Event based reportingvii. Scheduler based reporting

Please let us know the total number of Reporting users and the concurrent number of reporting users

refer SL110 of corrigendum-1

Replies of the queries Date: 16-07-2013

275 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN514 BIDDER-5 Volume-I 138 4A Training and Learning Management/ Training Planning

Does the organization want training nominations online through ESS portal? Would the organization require support to web based trainings for employees?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN515 BIDDER-5 Volume-I 140 4A Time Bound Pay Scale Enhancement

Would this be as per the govt rules?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN516 BIDDER-5 Volume-I 141 4A Payroll Processing Would Payroll need to be processed for Pensioners as well?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN517 BIDDER-5 Volume-I 146 4A Other Employee Entitlement [Claims (TA & Medical Reimbursement)]

Would this also include Duty Travel reimbursements specifically? Would this service need to be published online for all employees?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN518 BIDDER-5 Volume-I 135 4A Recruitment Would there be a requirement for an Online recruitment portal which integrates with Job Agents/ Job Boards?

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

276 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN519 BIDDER-5 Volume-I 135 4A Leave Management Does the organization require direct integration of the HRMS system with the biometric / Attendance Recording Systems

Bidders can get further information from detailed HRMS FRS to be published shortly. More Information will be provided to the SI at the system study phase

GN520 BIDDER-5 Volume-I 122 4 4A System shall allow the pensioner to online track the status of their request

Does the Self service functionality need to be given to the pensioners as well?

More Information will be provided to the SI at the system study phase

GN521 BIDDER-5 Volume-I 32 1 E Details of Database Server, and how it address the requirement of Clustering Load Balancing

In this clause, RFP is asking for write up on how proposed database takes care of clustering and Load balancing, therefore, wanted to check if department is looking for database solution which can provide clustering and load balancing? Please note that this is not a common feature and High Availability can fulfill failover and SLA requirements. thereofore, we request to remove this requirement and let SI suggest the database configuration as per their solution and SLA requirements.

As in Tender

Replies of the queries Date: 16-07-2013

277 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN522 BIDDER-5 Volume-I 213 6 6.3.3.2 Database Server should be configured with native, Active-Active High Availabilityclustering mode with objectives of scalability and availability. The solution shouldprovide single image database concurrently accessed by multiple database servers,without repartitioning or changes to the database objects or 3rd party transactionrouting mechanisms.

Please note that this is not a common feature and High Availability can fulfill failover and SLA requirements. thereofore, we request to remove this requirement and let SI suggest the database configuration as per their solution and SLA requirements.

As in Tender

GN523 BIDDER-5 Volume-I 213 6 6.3.3.2 Database solution should allow comprehensive auditing by logging all insert, update and delete operations. The solution should store original copy of logs in the separate soft appliance system with built-in Database and should have provision to create custom reports. The audit logs at the source database needs to be automatically purged once the logs move to the soft appliance

this point is refering to the feature of a perticular product vendor, therefore, request you to remove this clause or change it as follows "Database should provide Audit feature and even Database administrator is not allowed to modify/ delete the same."

As in Tender

Replies of the queries Date: 16-07-2013

278 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

database.

GN524 BIDDER-5 Volume-I 213 6 6.3.3.2 There should be automated way to collect the audit logs from source system to the management server, no manual intervention should be required, Along with audit, alerting also to be defined if some authorized access or update happens on critical data. Solution should have capability to report "before" and "after" values for defined critical fields.

this point is refering to the feature of a perticular product vendor, therefore, request you to remove this clause. Every database provides protection mechanism like audit control which can log all the activities including role based access to audit system

As in Tender

Replies of the queries Date: 16-07-2013

279 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN525 BIDDER-5 Volume-I 213 6 6.3.3.2 Database should support functionality to restrict access by unauthorized databaseusers - even privileged users - by using powerful access controls. Should preventapplication-bypass with multi-factor policies that are enforced in the database for highsecurity and performance.

this point is refering to the feature of a perticular product vendor, therefore, request you to remove this clause. Every database provides protection mechanism like role based access control, encryption etc to prevent any unauthorized user from accessing database

As in Tender

GN526 BIDDER-5 Volume-I 150 4 60 Capability for users to work offline

Please explain the requirement of offline working.

More Information will be provided to the SI at the system study phase

GN527 BIDDER-5 Volume-I 151 4 Non functional

Application License should be enterprise wide for all the process actors without any restriction on access / usage of any kind of functionality (including read/write/update) for any of the users. The Database quoted with the Application should be Full use without any restriction on the usage with any particular application.

Please list down the posible applications which are not part of the proposed solution but require the proposed database to be used. Also, suggests that how many additional database licenses needs to be supplied for such applications otherwise the database licenses supplied will be enough only for the proposed solution and will not be sufficient for the additional requirement

As in Tender

Replies of the queries Date: 16-07-2013

280 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN528 BIDDER-5 Volume-I 111 4 4.29 A IPR & Source code IPR for COTS applications cannot be transferred and hence we request the department to remove this clause from the RFP to make the RFP more open and non-restrictive.

As in Tender

GN529 BIDDER-5 Volume-I 216 6 Non functional

The Portal platform must provide support for portal standards such has JSR 168, WSRP

Request department to relax this point as follows. The OEM vendor who are meeting all the functional requirement and meeting 2 or more standards should be ok.

More Information will be provided to the SI at the system study phase

GN530 BIDDER-5 volume-I The Portal platform must provide support for portal standards such has JSR 168, WSRP 2.0, JSR-170, and JSR-227

refer SL099 of corrigendum-1

GN531 Bidder-6 volume-I 52 2 Section 2, RFP Vol 1

What are interfaces exposed by the existing Core Budget Management processes that needs to be interfaced? Please provide details.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

281 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN532 Bidder-6 volume-I 135 Section 5.2, RFP Vol1

The Database servers section of the RFP proposes server on different physical machine based on Functional Area. Can a SI, as part of the solution, propose a Database Infrastructure by consolidating some of the logical modules. This would result in a optimised solution for the State.

As in Tender

GN533 Bidder-6 volume-I 137 Section 5.2, RFP Vol1

Similarly for Application Servers, can a SI propose a Server based on the load figures given, or we have to propose the Server as specified for the Components?

As in Tender

GN534 Bidder-6 volume-I 20 1 Sec 1.6.1, Vol 1

Proof of Concept - POC for HRMS is missing even though the HRMS requirements are significant. Also, POC for simultaneous cash and accrual accounting is not stated. Please clarify and include, as appropriate.

As in Tender

Replies of the queries Date: 16-07-2013

282 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN535 Bidder-6 volume-I 20-26 1 Sec 1.6.1, Vol 1

Evaluation of Technical Proposal - Even with a detailed marking scheme it is not clear what specific marks shall be allocated to the specific compliance to FRS and General Requirements (Functional and Non-Functional) that has been detailed out comprehensively in Vol 2. Also, how would this level of compliance be measured?

As in Tender

GN536 Bidder-6 volume-I 48 2 Sec 2, Vol 1

Scope of Work - While sizing and specifications certifications from OEM are asked for, there is no specific provision (say person months) of program management, audit, customer care etc. from the OEM. Such involvement from OEM as the provider of application and system software as well as hardware are critical to the success of such large and important IT projects. Please clarify and provision as appropriate.

As in Tender

Replies of the queries Date: 16-07-2013

283 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN537 Bidder-6 volume-II 17 Sec 3.2, Vol 2

1) When are the processes carried out during the course of the year 2) How long does it take to complete the budgeting process 3) What is the horizon ( Annual/2 year/.. of the budgeting process

More Information will be provided to the SI at the system study phase

GN538 Bidder-6 volume-II 28 Sec 4, Vol2 1) Are the HoA ( Head of Accounts ) users the same as Heads of Departments ? 2) If not, how many HOA users will need to be setup on the system ? 3) 3) How many 'Block Office' users will access the system 4) How may Sub Divisional Office users will access the system 5) How may District Office users will access the system 6) How may Regional Office users will access the system

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

284 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN539 Bidder-6 volume-I 55 2 2.2.1.2, Vol1

Please clarify if dept wants the system to be built on foundation of Information Lifecycle Management where old data is retend in the database with latest data in such a way that does not incur additional storage cost,effort to manually archive,restore and retrive the data without any changes to application.Benefit can be extended further by spliting large volumes of data into separate pieces or partitions referring to individual DDO's/Treasury etc and could be further divided based on time interval, locations etc, which can be managed independently within the centralized IFMS database. The data management approach will enhance the performance, manage huge volumes of data and will provide foundation for Information Life Cycle Management (ILM).

depends on solution as proposed

Replies of the queries Date: 16-07-2013

285 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN540 Bidder-6 volume-I 56 2 2.2.1.2, Vol1

Please clarify if dept wants the database with capability to support the online, offline and incremental backup and facilitate the auto backup method with media recovery, partial recovery and full recovery functionality.The funtionality to be integrated with third party backup solution.

More Information will be provided to the SI at the system study phase

GN541 Bidder-6 volume-I 57 2 2.2.1.3 Vol 1

Please clarify if the dept wants database to have native functionality to Store XML content along with structured and unstructured data to Maintain consistency and integrity and Queryability and Analytics over the XML content .

More Information will be provided to the SI at the system study phase

GN542 Bidder-6 volume-I 57 2 2.2.1.3 Vol 1

We would like to suggest dept to look at data encryption in a more comprehensive way that secures data at rest , during movement in the network,in transit or in backups/tapes.This approach will help implement holistic encryption policy.

As in Tender

Replies of the queries Date: 16-07-2013

286 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN543 Bidder-6 volume-I 57 2 2.2.1.3 Vol 1

We would like to suggest dept to look at data encryption in a more comprehensive way that secures data at rest , during movement in the network,in transit or in backups/tapes.This approach will help implement holistic encryption policy.

As in Tender

Replies of the queries Date: 16-07-2013

287 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN544 Bidder-6 volume-I 57 2 2.2.1.3 Vol 1

The prerequisite for IT system (MIS) in becoming a managing and controlling tool, it needs to be reliable at the first place. This component of envisaged IFMS System facilitates comprehensive reporting system. It automates MIS reports, periodic Returns, reports bearing monitoring indicators. All statutory reports and documentation should be generated automatically. Special arrangements should be there for ad-hoc report designing and preparing. Reminder reports for time critical action should also be part of it. This system should have facility of storing and exporting to popular data format such as MS Word, MS Excel or Open Word, Open Excel, PDF, XML etc. Therefore centralized database should deliver extensive MIS using built-in multi-dimensional OLAP capabilities without any need to extract into external OLAP for delivering reports.It should

As in Tender

Replies of the queries Date: 16-07-2013

288 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

provide native functionality to store XML, within the database and support search, query functionalities.

Replies of the queries Date: 16-07-2013

289 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN545 Bidder-6 volume-I 72 2 2.2.3.2 Vol 1

Pls clarify if dept wants the database capability to provide Single system management view for database / database cluster by using client independent, centralized database management console over network for monitoring hardware, operating system and database resources accross DC and DR.Through the same interface proactive diagnosis of the database – providing the root cause analysis, active sessions history, top queries, performance issues and advisories, advisory-based performance tuning tool which can help to tune the queries or objects, SQL analysis, SQL access should also be possible.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

290 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN546 Bidder-6 volume-I 72, 75 2 2.2.3.2, 2.2.3.6 Vol 1

Please clarify if dept wants central repository to store all audit trails for managing, analyzing, storing, and archiving audit data and provide standard audit assessment reports covering privileged users activity, account management, roles and privileges, object management and system management and alerting to help track violations in realtime. .Parameter driven reports such as showing user login activity and within specific time periods with mechanism to see the previous version of data after even being changed and committed.The solution should provide flexibility to automatically collect logs from other sources like Active directory server and OS etc.The central repository should be encryted and secured.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

291 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN547 Bidder-6 volume-I 76 3 2.2.3.6, Vol 1

Does it mean that database should support functionality to restrict access by unauthorized users - even privileged users - by using powerful access controls ,segregation of duties , built into the database which further prevent application-bypass with multi-factor policies that are enforced in the database for high security and performance.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

292 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN548 Bidder-6 volume-I 253 8 8. ANNEXURE

We would like to advice the dept Considering the criticality of the application and user/stakeholders and use of various delivery channels that application/Database should be implemented in active-active clustering with objectives of scalability and availability. The solution should provide single image database concurrently accessed by multiple database servers, without repartitioning or changes to the database objects or 3rd party transaction routing mechanisms.Clustering mechanism should allow to profile applications/delivery channels into services for better manageability and availability.Which means even in the system crisis situation the critical functions/channels continue to provide services to the stakeholders.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

293 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN549 Bidder-6 volume-I 33 1 RFP Vol 1, Section 1.14.3, Point I

Please clarify, what is meant by OEM certified sizing document.

As in Tender

GN550 Bidder-6 volume-I 70 2 RFP Vol 1, Section 2.2.3

Does Oracle support (ATS) to be provided for 7 years?

For all the hardware and software, 7 years comprehensive warranty/ support needs to be provided.

GN551 Bidder-6 volume-I 243 7 RFP Vol 1, Section 7.4.3 Point CF-3

Please clarify ATS for how many years has to be quoted?

For all the hardware and software, 7 years comprehensive warranty/support needs to be provided.

GN552 Bidder-6 volume-I 17 1 VOL1 , 1.5.2

We Request Modification of the clause to: " Application/System software and Hardware & Networking OEM must have more than 3 partners to support and implement the Product/tools pertaining to the OEM for the proposed solution. These partner companies must be OEM partners for more than 5 years and OEM must certify the same"

As in Tender

Replies of the queries Date: 16-07-2013

294 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN553 Bidder-6 volume-I 17 1 VOL1 , 1.5.2

OEM must certify that all quoted products (including COTS products, if any) shall be supported by them for a minimum period of seven years without cost escalation as on date of bid submission:- Undertaking of support from OEM for a minimum period of 7 years can be ceritified by us. The cost of such support will be quoted by the bidder hence we can not specify that.

As in Tender

Replies of the queries Date: 16-07-2013

295 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN554 BIDDER-7 volume-I 35 1 1.14.3>I>N

Procedure for managing incremental changes which are highlighted during the entire project lifecycle

Would standard tools be required to be procured for this project in the name of IFMS, Department of Fin, WB Govt to implement change management capabilities

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

296 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN555 BIDDER-7 volume-I 52 2 2.2.1.3 c) A standard methodology shall be adopted for Software Engineering, covering the entire SDLC (Software Development Life Cycle)

What standards are being referred to? Is it standard methodology like Agile, Waterfall, etc

The solution must have a deployment topology that can be installed, supported and administered with fewer IT resources. It must have integrated project planning functionality. The solution should have out-of-the-box process templates for Agile/Scrum, Traditional, OpenUp and Simple Teams.

GN556 BIDDER-7 volume-I 54 2 2.2.1.4 b) Unit Testing, System Testing, Integration Testing, Performance Testing, Regression Testing (in case of any change in the software) and Load & Stress testing

Would the SI need to use standard testing tools with these capabilities to do the respective testings

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

297 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN557 BIDDER-7 volume-I 64 2 2.2.1.4 b) In order to ensure effective completion/ accomplishment of the above, the Finance Department , GoWB, in association with SI, shall carry out all the necessary operational acceptance tests including but not limited too Functionality Test,o Database Test,o Integration Testing,o Unit Test,o System Test,o Security Compliance,o Stress test,o Performance test, etc

Will the SI need to provide the necessary tools for these testing to the departments

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

Replies of the queries Date: 16-07-2013

298 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN558 BIDDER-7 volume-I 65 2 2.2.3.1 The SI shall define the Software Change Management & Version control process and obtain approval for the same from the Finance Department, GoWB.

Will the SI need to use any off the shelf tools to do these

SI has to implement a tested and security certified IFMS solution at WB-SDC for the customer. It is the prerogative of the bidders to select and use such tools

GN559 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal should provide expertise profiles for all users

More Information will be provided to the SI at the system study phase

GN560 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal shall provide new user of the portal to enter their particulars into the profile database.

More Information will be provided to the SI at the system study phase

GN561 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Shall identify and recommend subject experts within the organization based on affinity to relevant expert areas. Provide functionality for user to make queries to

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

299 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

expert or online discussion

GN562 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Shall provide a user interface for users to enter or amend their particulars and preference setting into the profile database

More Information will be provided to the SI at the system study phase

GN563 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should allow users to upload files and share them with others as readers or editors

More Information will be provided to the SI at the system study phase

GN564 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should allow users to share files with selected individuals, private or make them public within intranet

More Information will be provided to the SI at the system study phase

GN565 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should all users to view sharing properties, such as who has shared a file and with whom, people who have downloaded files

More Information will be provided to the SI at the system study phase

GN566 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should manage versions of a file, and allow others to upload new versions of a file

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

300 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN567 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should allow to recommend and comment on files

More Information will be provided to the SI at the system study phase

GN568 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should allow users to follow/ un-follow files.

More Information will be provided to the SI at the system study phase

GN569 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should allow users to add files & folders as their favorite.

More Information will be provided to the SI at the system study phase

GN570 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal Should allows different view based on folders, moved to trash etc.

More Information will be provided to the SI at the system study phase

GN571 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

External Portal should be accessible using smart phones e.g. Ios , android, blackberry, windows phone etc

More Information will be provided to the SI at the system study phase

GN572 BIDDER-7 volume-I 151 4 Non Functional

Recommendation / Suggestion – to include in rfp

Portal should provide mobile themes that easily helps control the look and feel, page & content navigation on leading smart phones – iphone , android , blackberry etc. It should also include rich mobile web interaction patterns such as swipe, carousel, accordion, and swap to enable a complete web experience.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

301 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN573 BIDDER-7 volume-I 152 4 Non Functional

The Solution provider should support the software licenses provided in the scope of this RFP for a period of 10 years. The software provider should provide a stated policy document stating that the proposed software version is supported for the next 10 years. Finance Department should not be forced to upgrade the solution at any stage

Initially RFP document ask for 7 year support while here it is mention to provide support for 10 years ? 10 years support cycle for any product version is too long. We suggest to minimize this to 3 years and in place of this department can ask for free of cost upgrade. It is always recommended to upgrade the system once in 2-3 years which will enhance the user experience and deparment efficiency.

refer SL111 of corrigendum-1

GN574 BIDDER-7 volume-I 154 4 Forms Availability

Recommendation / Suggestion – to include in rfp

The system should allow for form/template to be easily downloadable through HTML, xml, xforms, xfdl, word format

More Information will be provided to the SI at the system study phase

GN575 BIDDER-7 volume-I 154 4 Forms Availability

Recommendation / Suggestion – to include in rfp

The Offline system should provide functionality to digitally sign & encrypt the offline forms.

More Information will be provided to the SI at the system study phase

GN576 BIDDER-7 volume-I 154 4 Forms Availability

Recommendation / Suggestion – to include in rfp

The offline forms should preserve data and presentation layer in single format & can not be modified once digitally signed. This is as per India IT ACT.

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

302 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN577 BIDDER-7 volume-I 154 4 Forms Availability

Recommendation / Suggestion – to include in rfp

The offline forms must comply to Xforms V1.1. Xfroms is an open industry standard

More Information will be provided to the SI at the system study phase

GN578 BIDDER-7 volume-I 160 5 5.4 IFMS Portal Design

unlimited license usage Unlimited license requirement is from deployment perspective or number of users perspective ?

No. of user perspective

GN579 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Portal platform must provide support for independently configured logical portals on same physical portal. Using it department should be able to create multiple portal without any extra cost.

More Information will be provided to the SI at the system study phase

GN580 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Portal platform must support configurable look-and-feel at portal level, page level & portal level

More Information will be provided to the SI at the system study phase

GN581 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Should have ability to maximize a portlet to fill entire page body and to minimize a portlet to hide its content from view

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

303 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN582 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Ability to reuse portlet instances on several pages of portal

More Information will be provided to the SI at the system study phase

GN583 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Ability to persist user’s session, including current location in portal, across browser sessions

More Information will be provided to the SI at the system study phase

GN584 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Provide a standardized interface for editing administrator-defined portlet preferences

More Information will be provided to the SI at the system study phase

GN585 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Support configurable user friendly relative URLs for direct access to portal pages

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

304 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN586 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Support declarative inter-portlet communication/messaging

More Information will be provided to the SI at the system study phase

GN587 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Support hard-wired inter-portlet communication across pages

More Information will be provided to the SI at the system study phase

GN588 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Provide integration with external web-based applications with options to Launch in popup window, Display in iFrame and content Syndication via web clipping

More Information will be provided to the SI at the system study phase

GN589 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Support public and private - tag and rating feature for portlets

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

305 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN590 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

User must be able to customize pages and portlets with their own settings

More Information will be provided to the SI at the system study phase

GN591 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

User must be able to customize the page layout

More Information will be provided to the SI at the system study phase

GN592 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

User must be able to create new private-pages

More Information will be provided to the SI at the system study phase

GN593 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

User must be able to change the look-and-feel of the portal

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

306 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN594 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Ability to have workgroup-level customization by a super-user

More Information will be provided to the SI at the system study phase

GN595 BIDDER-7 volume-I 160 5 5.4 Functional Features in IFMS Portal

Recommendation / Suggestion – to include in rfp

Ability to lock down one or more pages preventing customization

More Information will be provided to the SI at the system study phase

GN596 BIDDER-7 volume-I 214 6 6.3.3.2 Should support option of different partitioning schemes within the database (Range, Virtual, Reference etc.) to split large volumes of data into separate pieces or partitions, which can be managed independently. The partitioning should enhance the performance, manage huge volumes of data and should provide foundation for Information Life Cycle Management (ILM).

We partition the database tables for better manageability and performance. There can be multiple strategies using which data can be partitioned. It is advised to leave this call on database that which partition methodology would work best within the database rather than defining our own strategies like(Range, Virtual, Reference etc.). Hence partitioning types like Range, Virtual and Reference should be removed from the requirement.

Refer SL097 of corrigendum-1

Replies of the queries Date: 16-07-2013

307 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN597 BIDDER-7 volume-I 215 6 The RDBMS must provide an integrated management solution for managing the database with a unique top-down application management approach. It must optionally provide managements packs with self-managing capabilities, eliminating time consuming, error-prone administrative tasks, so database administrators can focus on strategic business objectives instead of performance and availability fire drills. The management tool should provide optional tools for proactive diagnosis of the database – providing the root cause analysis, active sessions’ history, top queries, performance issues and advisories.

Management packs is a vendor specific term and only one vendor can be compliant with this. However there are other vendors which provide similar capabilities in more appropriate way. Hence "Management Packs" should be removed from the requirement.

refer SL098 of corrigendum-1

GN598 BIDDER-7 volume-I 219 6 6.3.3.4 The proposed application server must provide industry leading in memory application grid capability.

is it caching? Yes

Replies of the queries Date: 16-07-2013

308 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN599 BIDDER-7 Volume-II

452 4.3 8 Use of smart card / USB token storing digital certificate from a certifying authority along with private key for logging into the system

is it expected from middleware or Operating system.

The same is upto the SI, how they will provide the solution.

GN600 Bidder-8 Volume-I 12 1 1.1 Earnest Money Deposit (EMD):

We request you to allo submission of EMD in the form of Bank Guarantee and request you to provide a format for the same

As in Tender

GN601 Bidder-8 Volume-I 20 1 1.5.4 Only the following activities may be sub-contracted

We request you to allow the SI to decide on sub-contracting after taking reqisite approvals from the department and not restrict the sub-contracting to specific areas. The SI in any case will have the overall responsibility of meeting the RFP requirements.

As in Tender

GN602 Bidder-8 Volume-I 38 1 1.15 The bidders are requested to provide four hardcopies

Keeping in mind the eco friendliness of the proposed initiaitve, we request you to reduce the number of hard copies to 1 or 2, since we would be providing the soft copy of the same.

As in Tender

Replies of the queries Date: 16-07-2013

309 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN603 Bidder-8 Volume-I 38 1 1.15 serially numbered, properly bound and initialed on each page

We request you to remove the requirement of "initialed on each page", considering the volume of technical proposals and also since all the covering letters and undertakings will be signed in original by the authorised signatory

As in Tender

GN604 Bidder-8 Volume-I 56 2 2.2.2.3 Data Digitization and Migration

We request you to provide the following details: Electronic Data: 1. Size of the database 2. Number of tables and fields 3. Data Structure 4. Site visit to see the Database Manual Data: 1. No. of pages to be digitized 2. No of fields per page 3. Language - Only English? 4. No of characters to be assumed / field

refer SL026 of corrigendum-1

GN605 Bidder-8 Volume-I 69 2 2.2.3.7 Setting up and Management of Helpdesk

We request you to specify the minimum number of helpdesk resources required to avoid ambiguity between the Sis

refer SL063.1 of corrigendum-1

Replies of the queries Date: 16-07-2013

310 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN606 Bidder-8 Volume-I 105 4 4.26 In case of exit due to termination prior to expiry of the term for any reason whatsoever, the SI shall pay liquidated damages to Customer to compensate for the various losses and reputation due to the delay with a maximum cap of the contract value

We request you to kindly provide us details of the Liquidated Damages Clause

As in Tender

GN607 Bidder-8 Volume-I 263 8 8.1.1 EXISTING APPLICATIONS FOR FINANCIAL MANAGEMENT PROCESSES

If New IFMS application System has capability to handle all business process as a outbox functionality, please let us know if you are willing to accept new system and decommission current applications.

As in Tender

GN608 Bidder-8 Volume-I 263 8 8.1.1 EXISTING APPLICATIONS FOR FINANCIAL MANAGEMENT PROCESSES

If business want to retain existing systems, Is SI responsible for implementating left over functionalities on each stand alone application other than integrating the stand alone applicaitons.

As in Tender

GN609 Bidder-8 Volume-II

317 5 CBMS -Projects

Need for the project work Please let us know, if you maintain project plan and monitor costs against project?

More Information will be provided to the SI at the system study phase

Replies of the queries Date: 16-07-2013

311 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN610 Bidder-8 Volume-II

326 6 6.3 Priority of project work Before starting up the project,please let us kno if you analyze whether the project is to be undertaken or not.How do you currently prioritize projects?

More Information will be provided to the SI at the system study phase

GN611 Bidder-8 Volume-II

393 12 12.2 Current Methodology of project monitoring

Please let us know if you are using any tool like MS Projects to capture project details?

More Information will be provided to the SI at the system study phase

GN612 Bidder-8 Volume-II

402 12 12.4 Applies for loan against the allocated approved project ID

Please let us know if there is any integration needed for Loan and Project?What is the current system for recording Loan details?

More Information will be provided to the SI at the system study phase

GN613 Bidder-8 Volume-II

418 14 14.2 Capability to account for transactions done outside treasury, such as transactions over Government of India grants to the projects, Inter-state transactions, etc. Such transaction details are available with the AG or FD.

Request you to kindly provide moe details / clarity on this requirement

More Information will be provided to the SI at the system study phase

GN614 Bidder-9 Volume-I Page no. 177

6 Section No. 6.2.2.4

Required Port Density: Required nos. of 1000 T/SFP Port

Please mention the minimum number traffic ports requirement. We suggest to have 8 1GE ports from day 1 & 16 1GE (SFP) ports for futrure requirements along with provision for 10 GE ports.

Required Port Density: 2 x 10 GbE SFP+ 16 x 1 GbE SFP 8 x 1GbE RJ45

As in Tender

Replies of the queries Date: 16-07-2013

312 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN615 Bidder-9 Volume-I Page no. 177

6 Section No. 6.2.2.4

Throughput: Minimum of 10 Gbps Data Minimum of 5 Gbps SSL

The proposed Server Load Balancer should be scalable enough in order to meet the future requirements also. This will ensure better Return of investment wrt Server Load Balancer. Hence would reuqest to kindly increase the performance parameters of clear text throughput. Also the Ratio of SSL traffic is much less in comparison to the clear text throughput. Existing requirement for SSL throughput mentioned in the RFP is overkill wrt the traffic load requirement. Hence would request you to kindly dilute this clause.

Throughput: Minimum of 10 Gbps scalable to 16 Gbps Data & Minimum of 3 Gbps SSL.

As in Tender

Replies of the queries Date: 16-07-2013

313 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN616 Bidder-9 Volume-I Page no. 177

6 Section No. 6.2.2.4

Redundancy Features: Segmentation / Virtualization support along with resource allocation

As per our understanding, Virtualization feature would ensure Independent Management, Independent Routing Table and Independent Resource allocation for the virtual Server Load Balancers instances. Please confirm the same as the same is required in the proposed server load balancer.

Should have Segmentation and Virtualization support. Dedicated resources, dedicated routing domain, and dedicated management PER VIRTUAL INSTANSE support required in the proposed Server Load Balancer.

refer SL072 of corrigendum-1

GN617 Bidder-9 Volume-I Page no. 177

6 Section No. 6.2.2.4

New Clause request L4 & L7 connections per second are vital parameters while sizing the Server Load Balancer. Hence we would request you to kindly mention the same. As per the throughput & SSL parameters mentioned in the Technical Specs, we recommend the L4 & L7 CPS as per our vast experience and Industry best practices.

Minimum L4 CPS: 450,000 & L7 CPS: 200,000

Not required

Replies of the queries Date: 16-07-2013

314 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN618 Bidder-9 Volume-I Page no. 177

6 Section No. 6.2.2.4

New Clause request There are specific types of attacks like Cross site scripting, SQL Injection etc. which target the web based portals. Looking at the West Bengal IFMS project SoW & requirement, we would recommend for a Dedicated Web Application Firewall which would safeguard the web based applications from these kind of attacks by mitigating web based security threats and vulnerabilities. Total Qty of Web Application Firewall should be as many number of Server Load Balancers as part of solution.

Dedicated Web Application Firewall appliance with minimum throughput: 2 Gbps.

Not required

Replies of the queries Date: 16-07-2013

315 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN619 Bidder-9 Volume-I Page no. 178

6 Section No. 6.2.2.5

Architecture, Performance and other Generic Features: Should have minimum 20 Gbps firewall throughput and 10 Gbps IPS throughput.

It is highly recommended to have a dedicated NIPS appliance instead of coupling the IPS functionality with the Firewall/UTM solutions. This would ensure accurate intrusion prevention, better DDoS protection and safeguard the Infrastructure from various sophisticated attacks/threats. Also the NIPS solution proposed should be from different manufacturer as of Firewall to achieve Defense in Depth approach & also the scalability factor is crucial wrt the future requirements & better Return of Investment wrt NIPS.

Architecture, Performance and other Generic Features: Should have minimum 20 Gbps firewall throughput and 10 Gbps scalable to 12 Gbps IPS throughput (Dedicated appliance from different make).

Not required

Replies of the queries Date: 16-07-2013

316 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN620 Bidder-9 Volume-I Page no. 178

6 Section No. 6.2.2.5

Architecture, Performance and other Generic Features: Should have minimum 8 nos. of 1G Ethernet interfaces from Day1, should be scalable to have 4 nos. of 10G interfaces.

Please mention the number of ports for NIPS also in order to size the device.

Architecture, Performance and other Generic Features for NIPS: Should have minimum 8 nos. of 1G Ethernet interfaces from Day1, should be scalable to have 4 nos. of 10G interfaces.

As in Tender

GN621 Bidder-9 Volume-I Page no. 178

6 Section No. 6.2.2.5

New clause request Third party testing agencies like NSS & Common Criteria evaluation ensures that the proposed NIPS is tested wrt the various Performance parameters and having secure/hardened operating system to ensure the safety of the device itself.

The proposed IPS should be NSS and minimum EAL 2+ certified.

Not required

Replies of the queries Date: 16-07-2013

317 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN622 Bidder-9 Volume-I Page no. 178

6 Section No. 6.2.2.5

New clause request When the IPS is deployed in High Availability i.e. Active-Passive/Active-Active, the inspections throughput of the individual IPS device performance should not degrade. Please confirm the same.

IPS appliance inspection throughput should not be affected, if deployed in High Availability.

Not required

GN623 Bidder-9 Volume-I Page no. 178

6 Section No. 6.2.2.5

New clause request The IPS throughput should be guaranteed even in case of Distributed Denial of Service attack scenario, there should be provision for extra resource allocation to cater the DDoS attacks packets per seconds requirements.

IPS performance should not degrade, even in the event of DDoS attack scenario.

Not required

GN624 Bidder-10 Volume-I 211 6 6.3.3. SOA Requirements

Point 7h - Itinerary Processing

Compliance matrix is a vendor specific term and restricts others to offer their solution. Request to you change it to generic feature or allow similar sort of feature.

Refer SL096 of corrigendum-1

GN625 Bidder-10 Volume-I 215 6 6.3.3 Portal Server Requirements

Point 2. - System shall be able to handle unlimited customer base.

1. Please clarify unlimited as the required customer base can be handled by appropriate sizing. Please specify the number of concurrent users at any point in time. Is there a known peak time load?

System / The portal framework will not require any specific customization or configuration to handle any peak load. The framework will tune itself to handle any load. As in tender.

Replies of the queries Date: 16-07-2013

318 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN626 Bidder-10 Volume-I 215 6 6.3.3.Portal Server Requirements

Point 3 - System must provide single information view of the data coming from multiple sources such as web service, XML, SQL source, Web Pages and Spreadsheets. This would need ability to connect to multiple sources, defining rules and filtering conditions. It should be able to connect to multiple sources, defining rules, applying presentation templates and then publishing on portal

This is an aggregated requirement. Please mention the Content Aggregation and Data Integration Requirements separately.Request you to please break up this requirement. Our suggestion is :-“The Solution should provide data integration capabilities from multiple sources such as web service, XML, SQL source, Web Pages and Spreadsheets. This solution should have an ability to connect to multiple sources, defining rules and filtering conditions. The solution should also be able to publish the aggregated content using a Portal Solution by applying rules and Presentation Templates.

The data integration capabilities from multiple data sources should be out of the box and should not be solutioned in the system / portal platform. System can be changed to Portal platform but not the portal solution.As in tender.

Replies of the queries Date: 16-07-2013

319 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN627 Bidder-10 Volume-I 215 6 6.3.3. Portal Server Requirements

Point 4 - Portal platform must provide ability to clip any website to encourage re-use of already available content.

Compliance matrix is a vendor specific term and restricts others to offer their solution. Please make it more generic. Consider following netural statement “The Portal Solution should have the ability to clip any website to encourage re-use of already available content.

The web clipping portlet should be provided out of the box as part of the portal framework. It should not be coded or solutioned. As in tender

Replies of the queries Date: 16-07-2013

320 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN628 Bidder-10 Volume-I 215 6 6.3.3. Portal Server Requirements

Point 9 - Portal should provide a next generation Web 2.0 portal framework built specifically for componentized Web 2.0 services like wikis, blogs and other Collaboration functionalities like Communities, Project-based tasks (Creation & Management), discussion forums, mash ups, social integrations, Activity Streams, Project Communities, Knowledge Sharing etc.

Compliance matrix is a vendor specific term and restricts others to offer their solution.Please make it more generic. Consider following netural statement “The Portal Solution should be based on next generation Web 2.0 portal framework built specifically for componentized Web 2.0 services. It should provide Web 2.0 services like wikis, blogs and other Collaboration functionalities like Communities, Project-based tasks (Creation & Management), discussion forums, mash ups, social integrations, Activity Streams, Project Communities, Knowledge Sharing etc. using either inbuilt or integrable CMS/Collaboration offerings.”

As in Tender

Replies of the queries Date: 16-07-2013

321 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN629 Bidder-10 volume-I 6 6.3.3.3 Point 10 - System must be able to manage portal content using web content management from common content management repository thru out-of-the-box integrations.

Compliance matrix is a vendor specific term and restricts others to offer their solution. Please make it more generic. Consider following netural statement. Required solution be able to manage portal content using web content management from common content management repository through either out-of-the-box integrations or integrable 3

rd party WCM

offerings”

As in Tender

GN630 Bidder-10 Volume-I 215 6 6.3.3. Portal Server Requirements

Point 11 - Portal search must support content, keywords, Full text & people search.

Compliance matrix is a vendor specific term and restricts others to offer their solution.Please make it more generic. Consider following netural statementPlease make this requirement generic:-“The Portal Solution must support content, keywords, Full text & people search. ”

As in Tender

Replies of the queries Date: 16-07-2013

322 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN631 Bidder-10 Volume-I 215 6 6.3.3. Portal Server Requirements

Point 12 - Portal must provide comprehensive analytics module to tracks portal/community traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc.

Compliance matrix is a vendor specific term and restricts others to offer their solution. Please make it more generic. Consider following netural statement “The Portal Solution should be easily integrable with other BI and Analytics offerings to track portal/community traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc.”

As in Tender

GN632 Bidder-10 Volume-I 215 6 6.3.3. Portal Server Requirements

Point 13 - The portal platform must provide ability to surface data managed by packaged and custom applications like ERP through portlets /native adapters.

TCompliance matrix is a vendor specific term and restricts others to offer their solution. Please make it more generic. Consider following netural statement- Do the ERP application to be connected provide custom portlets for integration? This requirement can be made generic as follows: “The Solution must provide ability to surface data managed by packaged and custom applications”

The data surfacing for the ERP applications should be stanbdard based and adapter driven. Custom connectiviies are all coded and thus difficult to manage. As in tender.

Replies of the queries Date: 16-07-2013

323 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN633 Bidder-10 Volume-I 216 6 6.3.3. Portal Server Requirements

Point 15 - Portal platform must provide ability to wire the portlets/webparts/native adapters together. This means that various portlets/webparts/adapters on a portal page can be connected with each other using a parameter to produce a simple, contextual application that integrates data from disparate system

The words used here are specific to products. Please make this requirement generic such as follows or dilute this requirement.“The Portal Solution should provide aggregation features to integrate various portlets/webparts/adapters”.

As in Tender

GN634 Bidder-10 Volume-I 216 6 6.3.3. Portal Server Requirements

Point 19 - The Portal platform must provide support for portal standards such has JSR 168, WSRP 2.0, JSR-170, and JSR-227

JSR – 227 is an obsolete/dropped specification. Please specify why is it required? Request you to please remove it from the requirements.

refer SL099 of corrigendum-1

GN635 Bidder-10 Volume-I 216 6 6.3.3. Portal Server Requirements

Point 23 - Must provide search capabilities to search portal content. Ability to integrate with external search engine for providing end user search.

Compliance matrix is a vendor specific term and restricts others to offer their solution. Please make it more generic. Consider following netural statement “The Portal Solution must provide search capabilities to search portal content. The solution can have the ability to integrate with external search engine for providing end user search”

As in Tender

Replies of the queries Date: 16-07-2013

324 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN636 Bidder-10 volume-I 6 6.3.3.3 Point 24 - The portal solution must provide analytics console for accessing portal metrics such as portal traffic, portlet hits, page usage etc and also allow to create reports. The analytics console should be available as an integrated application. Portal should provide comprehensive analytics module to tracks portal/community traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc. and also allow to create analytics reports.

Combining analytics requirements with Portal Server will make only specific vendors comply to this. Please generalize or breakup this requirement. The requirement can be as follows:“The Portal Solution should provide Analytics features to measure metrics like portal traffic, portal hits etc by either integrating with common 3

rd party

Analytics solutions or an out of the box solution”

As in Tender

GN637 Bidder-10 Volume-I 217 6 6.3.3. Application Server Requirements

Point 25 - The portal System must support threaded discussion forums.

Compliance matrix is a vendor specific term and restricts others to offer their solution. Please make it more generic. Consider following netural statement “The Portal Solution should provide threaded discussion forums by either integrating with common 3

rd party WCM

components or an out of the box solution”

As in Tender

Replies of the queries Date: 16-07-2013

325 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN638 Bidder-10 Volume-I 217 6 6.3.3. Application Server Requirements

Point 1 - Proposed application server must have a published benchmark in place preferably on a clustered DB.

Statement is more suitable to an OEM’s those offers both DB and Application server. Kindly consider asking for Gartner leader quadrant presence which is more generic report instead asking of specific benchmarks.

As in Tender

GN639 Bidder-10 Volume-I 218 6 6.3.3. Application Server Requirements

Point 6 - Must support all type of available messaging protocol out of the box and is capable of sending and receiving message of size > 500K.

Most vendors supports JMS out of the box which has the messaging capability asked. Kindly specify the protocols.

The messaging protocols like JMS, JMX, SOAP, SOAP over JMS, etc. As in Tender

GN640 Bidder-10 Volume-I 218 6 6.3.3. Application Server Requirements

Point 7 - Support for side-by-side/production redeployment. Newer versions of application can be deployed side-by-side with older version in same JVM.

Compliance matrix is a vendor specific term & beyond JEE 6 standards and restricts others to offer their offerings. Kindly consider following netural - “The offering should support zero downtime deployments”

As in Tender

GN641 Bidder-10 Volume-I 218 6 6.3.3 Application Server Requirements

Point 7 - Support for automatic retirement - graceful or timeout for older versions of the application.

Compliance matrix is a vendor specific term and restricts others to offer their solution.Kindly remove same.

As in Tender

Replies of the queries Date: 16-07-2013

326 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN642 Bidder-10 Volume-I 275 8 8.2.2.2 Details of Servers

Point 9 - The proposed application server must provide industry leading in memory application grid capability.

Compliance matrix is a vendor specific term and restricts others to offer their solution. Kindly consider netural statement - “The proposed application server should be easily integrated with in memory application grid capability.”

As in Tender

GN643 Bidder-10 volume-I 8 8.2.2.2 The server are under AMC / Warrenty but are the Operating Syetem & Database under support from OEM

Please clarify As in Tender

GN644 Bidder-11 volume-I 68,69,70 6 6.1.1.1; 6.2.1; 6.2.2.2

Existing SDC SAN Storage Up gradation

SDC & all existing SAN Storages at SDC for different applications will be virtualized behind the Diskless controller. This Diskless controller supports all latest HDD Technology & Disks can be added as per the Project requirement (40TB capacity of Disks, as per this project) so that the Data Replications at DR will happen seamlessly & no extra SAN Hardware is needed at NDC Site, because the SAN Storage for Data Replication is already installed at NDC. Based on this; our request

Replies of the queries Date: 16-07-2013

327 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

is to change/modify the language in the RFP so that the NIC RC can be leveraged in this project as well."

GN645 Bidder-12 Volume-I

182 6 4.2 ( Feature)

* Should have minimum 4 nos. of 1G Ethernet interfaces from Day1, should be scalable to have 2 nos. of 10G interfaces.* Should have minimum 10 Gbps throughput* Should support at least 10,00,000 concurrent sessions and at least 1,00,000 new sessions per second

Since most of the APT solution is an offline device (configured in spanning port of the core switch) throughput and concurrent sessions really doesn't matter difference as far as traffic handling is concerned. Also For In-Line Installation / Implementation if the device fails entire network / Infrastructure goes down. Hence Suggest to consider 1G Ethernet throughput only. Upgrade to >10 Gbps throughput Biased to single OEM -Kindly remove this point.

As in Tender

GN646 Bidder-12 Volume-I

182 6 4.4 (APT Security Features)

Antivirus protection protocols for HTTP, HTTPS etc. Solution Should Uncover threats hidden in SSL links and communications

For HTTPS or SSL introspection, SSL certificate has to be uploaded and session has to be broken which may lead to delay in communication. So suggest to remove HTTPS.

As in Tender

Replies of the queries Date: 16-07-2013

328 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

GN647 Bidder-12 volume-I 183 6 4.5(Management)

Management should have Visual Tracking of Changes in Policy, Detailed Summary Report of Changes carried out, Audit trails, Graphical comparision of Rule Base Changes and Session Management and Change approval process.

Suggest to consider Visual Tracking informations such as detection, infection, network traffic etc. which will actually help the realtime information. Biased to single OEM -Kindly remove this point.

refer SL077 & SL085 of corrigendum-1

GN648 Bidder-13 Volume-I 176 6.2.2 DETAILED SPECIFICATIONS OF HARDWARE COMPONENTS AT SDC

6.2.2.4 Server Load balancer

sr. no- 6; Throughput; Minimum of 10 Gbps Data, Minimum of 5 Gbps SSL

Content of RFP for reference:- "Throughput" , "Minimum of 10 Gbps Data", "Minimum of 5 Gbps SSL" . Application load balacer is business critial component in overall datacenter solution design that integrates with IFMS application & network infrastcture for optimized application access . Throughput & scalability are critical attributes while sizing the overall solution for optimized applicaton delivery. However load balancer throughput is not inline with other critical network devices including firewall and it may affect application performance. its is highly recommended that throughput of the

As in Tender

Replies of the queries Date: 16-07-2013

329 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

load balancer should be inline for optimized application access. It is suggested to modiy the cluase as "Throughput - Minimum of 15 Gbps Data". At the same time most connections expected to terminate on load balancer are ssl connection and 5 Gbps SSL throughput is very less. Where firewall accept 20 Gbps of througput, load balancer would restrict it to 5 Gbps. Suggested Change:- "Throughput - Minimum of 10 Gbps SSL"

GN649 Bidder-13 Volume-I 176 6 6.2.2.4 sr. no- 7; SSL Connection; Minimum of 20000 SSL connections scalable to30000 SSL connections

Please refer Sr. no 7 "SSL Connection" , "Minimum of 20000 SSL connections scalable to30000 SSL connections". Encryption detail is missing here and same may encourage bidders to supply device with 1024 bit encryption. This will defeat the purpose as 1024 bit certificate is no more available with Certificate Authority. We strongly recommend for amendment and same should be read as " SSL TPS

As in Tender

Replies of the queries Date: 16-07-2013

330 | P a g e

Global Sl No

Bidder RFP Volume (1,2 or 3)

Page No Section No. Sub Section No.

RFP Statement Query/Clarification asked by bidder

Suggested Clause by bidder

Reply of the query

- 20,000 (2048 bit) "

GN650 Bidder-13 Volume-I 219 6 6.3.4 SDC AND DR FAILOVER: A comprehensive and appropriate solution must be proposed for smooth and proper SDC – DR failover

As per RFP scope proposed design must consider business continuity requirements for IFMS application. In other words users should able to access the IFMS application from DR location in event of service disruption at datacenter. Current specification of server load balancer does not address transparent DC/DR failover. it is suggested that server load balancer should support integrated global server load balancer solution for geographical failover

The solution is to be worked ou by SI for smooth and intime failover between DC and DR.