RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
1 | P a g e
3(39)/2011-EG-II (R)
DEPARTMENT OF INFORMATION TECHNOLOGY MINISTRY OF COMMUNICATIONS &
INFORMATION TECHNOLOGY GOVERNMENT OF INDIA
NEW DELHI
REQUEST FOR PROPOSALS (RFP)
FOR
SELECTION OF CONSULTANCY AGENCY
FOR
STATE PROGRAM MANAGEMENT UNIT (SPMU) FOR SCHEME FOR NATIONAL ROLL-OUT OF e-DISTRICT MMP
https://www.eproc.karnataka.gov.in
Tender Documents can be downloaded from e-Procurement Portal.
Date of Issue
Issued basis EOI dated 04/11/2011 and response received dated
23/11/2011 to
04th March, 2012
1 Cyber Q 2 Deloitte 3 Ernst &Young 4 Grant Thorton 5 KPMG 6 PwC 7 TCIL 8 UTI 9 Wipro Ltd.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
2 | P a g e
List of Abbreviations
The following table provides abbreviations used in this RFP.
Abbreviation Description BPR Business Process Re-engineering CD Compact Disk CSC Common Services Center CV DC
Curriculum Vita Data Centre
DeGS District e-Governance Society DIT Department of Information Technology DPR DRC
Detailed Project Report Disaster Recovery Centre
EMD Earnest Money Deposit FAQ Frequently Asked Question FEC Financial Evaluation Team FRS Functional Requirement Specification GOI IPS
Government of India Intrusion Prevention Systems
MC&IT Ministry of Communication & Information Technology MMP Mission Mode Project NeGP National e-Governance Plan NPMU National Program Management Unit O&M Operation and Maintenance OEM Original Equipment Manufacturers PBG Performance Bank Guarantee PeMT Project e-mission Team PMIS Project Management Information System PMT Project Management Team PMU Project Management Unit RFP Request for Proposal SDC State Data Center SI SPMU SRS
System Integrator State Program Management Unit System Requirement Specification
SSDG State Service Delivery Gateways STQC Standardisation, Testing & Quality Certification SWAN State Wide Area Network TEC Technical Evaluation Team UAT UC
User Acceptance Testing Utilisation Certificates
UT Union Territory
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
3 | P a g e
Table of Contents
1 Background Note Regarding Selection of Consultancy Agency for SPMU .......... 5
2 Invitation for RFP ......................................................................................................................... 7
3 Project Background ...................................................................................................................... 9 3.1 Project Background .................................................................................................................... 9
2.1 Objectives .................................................................................................................................. 10
2.2 Coverage and Scope of the project ........................................................................................ 10
2.3.1 Coverage of the Project .................................................................................................... 10
2.3.2 Scope of the project .......................................................................................................... 11
4 Scope of Work for SPMU .......................................................................................................... 13 4.1 Scope of work for SPMU ......................................................................................................... 13
4.2 Deliverables & Timelines for Pilot States .............................................................................. 20
4.3 Deliverables & Timelines for Non Pilot States ..................................................................... 22
4.4 Resource Requirements ........................................................................................................... 24
4.5 Project location ......................................................................................................................... 27
4.6 Payment Terms ......................................................................................................................... 27
4.7 Core Activities Mapping Matrix ............................................................................................ 30
4.8 Timelines for Delivery ............................................................................................................. 32
4.9 Penalties ..................................................................................................................................... 32
4.10 Working Hours / Days ........................................................................................................... 33
4.11 Process of Selection of SPMU by the State ............................................................................ 33
5 Instructions to the bidders .................................................................................................... 38 5.1 General Guidelines .................................................................................................................. 38
5.1.1 Completeness of Response ............................................................................................. 38
5.1.2 Proposal Preparation Costs ............................................................................................ 38
5.2 Pre-Bid Meeting ........................................................................................................................ 38
5.2.1 Pre-Bid Meeting ................................................................................................................ 38
5.2.2 Bidder Inquiries and DIT‟s Responses .......................................................................... 39
5.2.3 Amendment(s) to RFP Document .................................................................................. 39
5.2.4 Supplemental Information to the RFP .......................................................................... 39
5.3 DIT‟s Right to Modify Submission Deadline ....................................................................... 39
5.4 DIT‟s Right to Terminate the Process .................................................................................... 40
5.5 Earnest Money Deposit (EMD) .............................................................................................. 40
5.6 Submission of Bids ................................................................................................................... 41
5.6.1 Bid Submission Format – Refer e-procurement portal & bid submission ............... 41
5.6.2 Documents Comprising the Bid ..................................................................................... 41
5.7 DIT‟s Rights to Accept / Reject Any or all Proposals ......................................................... 42
5.8 Performance Bank Guarantee ................................................................................................. 42
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
4 | P a g e
5.9 Evaluation Process ................................................................................................................... 42
5.9.1 Tender Evaluation Committee ....................................................................................... 42
5.9.2 Technical Evaluation of Bids .......................................................................................... 43
5.9.3 Financial evaluation ......................................................................................................... 55
5.10 Negotiations, Contract Finalisation and Award .................................................................. 55
5.11 Award Criteria .......................................................................................................................... 56
5.12 Signing of Contract .................................................................................................................. 56
5.13 Disqualification ........................................................................................................................ 56
5.14 Refund of EMD and Submission of Performance Security ................................................ 57
5.15 Conflict of Interest .................................................................................................................... 57
5.16 Maximum Number of States for which any Consultancy Organisation can be Selected
58
5.17 Other Terms and Conditions .................................................................................................. 58
5.18 Conditions of Contract ............................................................................................................ 60
6 Forms ............................................................................................................................................... 61 6.1 Form 1 – Cover Letter to submit proposal in response to RFP Notice ............................. 61
6.2 Form 2 - Details of responding firm ...................................................................................... 63
6.3 Form 3 - Details of Experience of Responding Firm ........................................................... 64
6.4 Form 4 – Team Composition .................................................................................................. 65
6.5 Form 5 – Curriculum Vitae (CV) Template .......................................................................... 66
6.6 Form 6 – Work Schedule Template ....................................................................................... 69
6.7 Form 7 - EMD BG format ........................................................................................................ 71
6.8 Form 8 – Format of Performance Bank Guarantee .............................................................. 73
6.9 Form 9 – Checklist of documents to be submitted .............................................................. 76
7 Appendices ..................................................................................................................................... 79 7.1 Appendix 1: Top 75 Management Colleges ......................................................................... 79
7.2 Appendix 2 List of Top Engineering Colleges ..................................................................... 82
7.3 Appendix 3 Number of Districts for Completion of Work ................................................ 86
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
5 | P a g e
1 Background Note Regarding Selection of Consultancy Agency for SPMU
e-District is one of the 27 MMPs under NeGP, with the Department of Information Technology (DIT), Government of India (GoI) as the nodal department, to be implemented by State Government or their designated agencies. This MMP aims at electronic delivery of identified high volume citizen centric services, at district and sub-district level, those are not part of any other MMP. To implement the project in 640 districts in the country, institutional mechanism is required at various levels to strengthen the capacity of the Government staff. The State Project Management Unit (SPMU) is the agency which would be deployed at the State Government (IT Department) to carry out various activities specified below. 1. Scope of work of SPMU The State Project management unit would be responsible to carry out the following work (details provided in section 4): 1. RFP preparation and selection of the System Integrator (SI), which includes defining of FRS,
BoM, etc. 2. Business Process Re-engineering (BPR) and issuance of Government Orders (GOs) 3. Monitoring the deployment, implementation and commissioning of
a. necessary hardware & networking at the SDC at the state level b. hardware at the district level c. networking equipments and connectivity at e-District locations
4. Co-ordinate with district level team for the following : i. Formation of DeGS
ii. Hiring of DeGS eGovernance Project Manager iii. Data digitisation status iv. Site Preparation v. Provisioning of training at district level
vi. Submission of District Go-Live Report, which should shall include the following: 5. Providing support for awareness and communication 6. Providing support for Engaging STQC for Audit 7. Providing support for UAT and Go-Live Report 8. Program Management Support 9. Monitoring the O&M 2. Size of SPMU The States have been categorized in 4 categories. Category A (9 States/ UTs) States would have an SPMU size of 1 resource, Category B (12 States/ UTs) will have 2 resources, Category C (12 States/ UTs) will have 3 resources and Category D (2 States) will have 4 resources.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
6 | P a g e
3. Approach for Selection of Agency
Department of Information Technology (GoI) has initiated the exercise to select the Consultants which would help the State IT Department in carrying out various activities at the State Level. DIT (GoI), as per the Tender No. 3(39)/2011-EG-II, had floated an open Expression of Interest (EOI), which was participated by 11 bidders. As per the evaluation criterion defined in the EOI document, the following firms have been shortlisted:
1. M/s Cyber Q 2. M/s Deloitte 3. M/s Ernst &Young 4. M/s Grant Thorton 5. M/s KPMG 6. M/s PwC 7. M/s TCIL 8. M/s UTI 9. M/s Wipro Ltd.
This RFP is being circulated to the above mentioned firms for participation of the SPMU tendering process. 4. Selection Process
For details, please refer Section 4.11 – Process for Selection of SPMU by the State.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
7 | P a g e
2 Invitation for RFP
a) Bidder agencies are advised to study this RFP document carefully before submitting
their proposals in response to the RFP Notice. Submission of a proposal in response to
this notice shall be deemed to have been done after careful study and examination of
this document with full understanding of its terms, conditions and implications.
b) This RFP document is not transferable.
c) Bidder agencies are requested to attend a pre-bid conference as per the date specified
(refer e-procurement portal)
S. No Information Details
1. RFP No. 3(39)/2011-EG-II (R)
2. Last date for queries /clarifications Refer e-procurement portal
3. Date of pre-bid conference Refer e-procurement portal
4. Release of response to clarifications Refer e-procurement portal
5. Bid validity period 120 days from the last date (deadline) for submission of proposals
6. Last date (deadline) for submission of bids
Refer e-procurement portal
7. Opening of technical bids Refer e-procurement portal
8. Technical presentation by bidders Will be intimated later
9. Place, time and date of opening of financial proposals received in response to the RFP notice
Will be intimated later
10. Earnest Money Deposit (EMD) Rs. 10 Lakhs
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
8 | P a g e
S. No Information Details
11. Contact person Mr. Abhishek Singh
Room No. 2006, Electronics Niketan, Department of Information Technology
6, CGO Complex, New Delhi
Fax +91-11-24364720
Phone +91-11-24301716
Email [email protected]
12. Addressee and address at which proposal in response to RFP notice is to be submitted:
Bidders should submit their bid through e-procurement portal only.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
9 | P a g e
3 Project Background
3.1 Project Background
a) NeGP was approved by the Government of India in May 2006, with the following
vision:
“Make all Government Services accessible to the common man in his locality, through
common service delivery outlets and ensure efficiency, transparency and reliability of
such services at affordable costs to realise the basic needs of the common man”.
b) To realize this vision, 27 Central, State and Integrated Mission Mode projects (MMPs)
along with 8 support components were identified and approved under NeGP. States
have been given flexibility to identify up to 5 additional state-specific projects, which are
particularly relevant for the economic development of the State. NeGP also envisages
creation of the core IT infrastructure in the form of SWANs, SDCs and one lakh front
ends namely CSCs in rural areas across the country to deliver public services
electronically.
c) e-District is one of the 27 MMPs under NeGP, with the Department of Information
Technology (DIT), Government of India (GoI) as the nodal department, to be
implemented by State Government or their designated agencies. This MMP aims at
electronic delivery of identified high volume citizen centric services, at district and sub-
district level, those are not part of any other MMP. To achieve these objectives service
levels and outcomes for each of these services will be clearly laid down by the State
concerned, with a view to improving the efficiency and effectiveness of the service
delivery. The MMP envisages leveraging and utilizing the four pillars of e-infrastructure
namely, State Data Centres (SDCs), State Wide Area Network (SWANs), State Service
Delivery Gateways (SSDGs) and Common Service Centres (CSCs), optimally to deliver
public services electronically to citizens at their door steps. Initially only those high
volume citizen-centric services will be taken up for implementation which have high
priority for the State. New services will be added to the portfolio subsequently, once the
demand for the initial set of e-enabled services increases.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
10 | P a g e
2.1 Objectives
The objectives of the e-District Mission Mode Project are to ensure the following:
a) Undertake backend computerisation of district and tehsil level offices to ensure
electronic delivery of high volume citizen centric services at the district level.
b) Efficient delivery of services with improved service levels by undertaking extensive
Business Process Re-engineering (BPR) of identified services.
c) Extensive capacity building and training of field level functionaries to ensure smooth
migration to electronic delivery of e-district services and phasing out manual delivery of
services.
d) Delivery of services through CSCs by leveraging the common infrastructure of SWAN,
SDC, and SSDG.
e) Development of applications to be hosted at the SDCs for delivery of services.
f) Delivery of all public services at district/ sub district level in electronic form through
state portals by using the SSDG.
g) Providing easy, anywhere and anytime access to government services (both information
& transactional) to ensure reliability, efficiency, transparency and accountability.
h) Reducing number of visits of citizens to a government office / department for availing
the services and thereby eliminating harassment.
i) Reducing administrative burden and service fulfilment time and costs for the
government, citizens & businesses.
j) Reducing direct interaction of citizen with the government and encourage „e‟-interaction
and efficient communication through portal.
k) Enhancing perception & image of the Government and its constituent Departments.
2.2 Coverage and Scope of the project
2.3.1 Coverage of the Project
a) The e-District MMP is to be implemented in all 640 districts of the country including 41
districts that have already taken up pilot implementation of the e-District Project. The
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
11 | P a g e
implementation of the scheme will be completed in four years commencing from 2011-
12 and will also include 2 years of Operation and Maintenance (O&M) phase.
b) The implementation in the states is proposed to be carried out in 2 phases. In the first
phase, districts in which at least 70 per cent of the CSCs are operational would be
targeted for the rollout and in the second phase, rest of the districts would be selected
for the e-District rollout.
c) The status of CSC being operational is as follows (please refer http://www.csc-
india.org)
2.3.2 Scope of the project
a) e-District MMP aims at electronic delivery of all public services at district / sub district
level, progressively. Initially 10 categories (5 mandatory + 5 state specific) of identified
high volume citizen centric public services at district and sub-district level will be taken
up for implementation. While doing so, the four pillars of e-infrastructure i.e. SWANs,
SDCs, SSDGs and CSCs will be leveraged and no new infrastructure would be created.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
12 | P a g e
Later on, new services could be added depending on the requirements and the felt
needs.
b) The e-District MMP envisages centralised architecture at the state level with common
application software for each of the identified services for all the districts of the state.
The application software will be hosted in the SDC.
c) Integration across states would be enabled, through mandatory adherence to technical
specifications and e Governance standards. The detailed guidelines in this regard will be
issued by Department of Information Technology (DIT) separately.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
13 | P a g e
4 Scope of Work for SPMU
4.1 Scope of work for SPMU
The various tasks to be undertaken by SPMU will be as follows:
1. RFP preparation and selection of the System Integrator (SI)
i. Volume 1: Scope of Work – Technical and Functional Specifications
a. Detailed Functional Requirement Specification and detailed use cases and wire frames based on Business Process Reengineering (BPR) for 10 service categories being taken up by the State as part of eDistrict project. The BPR should be based on the As-Is workflows of the departments.
b. Non-functional requirements
c. Bill of Material (BOM) for hardware requirements at the district level based upon the gap analysis of the available capacity and infrastructure at the district level
d. Bill of Material (BOM) for additional systems infrastructure requirements at SDC after conducting a gap analysis of the available capacity and infrastructure at the State level
e. Data digitisation requirements at the districts
f. Training requirements
g. LAN networking and horizontal connectivity requirements at the districts
h. Site preparation requirements at the districts
i. Responsible for defining and monitoring the SLAs on behalf of the department
j. Post implementation services
i. Systems support
ii. Application support
k. Any other State specific requirements
ii. Volume 2: Bidding Terms and Conditions
iii. Volume 3: Draft Contract
iv. Compliance to Model SI RFP
2. Project Management Activities
i. Develop the project plan and project charter
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
14 | P a g e
ii. Coordinate workshops and discussion meetings between State IT Department, State
Line Departments, district officials, SI, NPMU and DIT (GoI).
iii. Co-ordinate DPR submissions/approvals on behalf of SDA
iv. Co-ordinate on behalf of the SDA for engagement of eDistrict Champions as per the
eDistrict Guidelines for National Rollout, section 9.1.d.
v. Responsible for reviewing the deliverables submitted by SI within a period of 2 week
(or as agreed with the State IT Department) from the receipt of that deliverable.
vi. Highlight deviations/issues in the deliverables of SI to relevant authority within the
specified time limits and assist SI and State IT Department in resolution of issues.
vii. Prepare Capacity building plan
viii. Prepare Change Management Plan
ix. Identify the legal changes required and assist in drafting and issuance of Government
Orders for giving effect to the BPR
x. Assist Pilot States in deploying the existing applications for the state wide rollout. No
application software will be deployed for state wide rollout in any state unless it has
been certified by STQC
xi. Assist Non Pilot States in the selection of Application Software from the sets of STQC
certified application software developed during pilot implementation.
xii. Ensure that the technology standards, guidelines & frameworks are adhered to during
implementation.
xiii. Suggest and co-ordinate capacity building needs and training programs for the state
officials (including tehsils, district and state level).
xiv. Monitor and maintain issue tracker and keep on updating the status of all risks and
issues from time to time.
xv. Defining the escalation mechanism for timely resolution of issues and risks.
xvi. Co-ordinate on behalf of the SDA the engagement of an agency for Impact Assessment
Studies and provide status updates
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
15 | P a g e
xvii. SLA monitoring
Monitoring the performance of the SI against the base project plan
Monitoring the performance of the overall system in terms of availability &
efficiency against the service levels already defined for SI1
Suggest changes in SLAs, if required
Suggest corrective and preventive measures to State IT Department and SI to
enhance the performance of the system
xviii. Coordination with various stakeholders
SPMU would be required to coordinate with all the stakeholders and support the state
departments while interacting with various agencies (internal and external) during the
course of the project. SPMU shall build mechanisms to ensure coordination and
consultation between all key stakeholders and members of the governance committees on
a continued basis to facilitate the execution of the project. This would include the
following stakeholders:
State/UT Apex Committee
State/UT IT department (including State e-Governance Mission Team)
State/UT Departments whose services are covered under e-District
District Mission Teams (including e-District Managers)
DIT (including NPMU)
State Designated Agency
Other departments of the State / UT
1 Any SLA monitoring tools required to measure the SLAs will need to be procured by the Dept. or SI and will be out of scope of work of SPMU.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
16 | P a g e
3. Monitoring the deployment and commissioning of necessary hardware at the SDC at the
state level
i. Monitoring installation and commissioning of IT infrastructure at Data Centre (DC)
ii. Monitoring facility management services and help desk of the SI, to ensure system
uptime
iii. Provide fortnightly reports to State Government and DIT (GoI) for the status of
implementation till “go-live”.
4. Monitoring the deployment and commissioning of necessary hardware at the district
level
i. Monitoring the installation and commissioning of requisite hardware and system
software at various district /tehsils/block offices as per the BOM
ii. Conduct/facilitate final acceptance testing of the hardware as per the specifications and
quantities mentioned in the SI RFP
iii. Create asset registers and capture all necessary details of monitoring the movement of
hardware for the project
5. Monitoring the deployment and commissioning of necessary networking equipments
and connectivity at the state level
i. Co-ordinate with State IT Department, SWAN and SDC teams to make available the
vertical and horizontal connectivity at tehsils and blocks.
ii. Create a framework for effective monitoring of DC and network availability and
escalation leading to resolutions (including use of NMS reports)
6. Engaging STQC for Audit
The SPMU will be co-ordinate with STQC on behalf of the SDA to conduct the assessment /
review for the system before rolling it out. The SPMU shall have the right to audit and
inspect all the procedures and systems relating to the provisioning of the services.
The Consultant would be responsible for the outcome in the following areas in such a
manner which results in successful STQC certification. Specifically the STQC shall look into:
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
17 | P a g e
i. Application audit (only for the additional modules developed for the State / UT as
specified in SI‟s RFP2) will include:
a. Functionality audit vis-a-vis the Functional Requirement Specification (FRS)
agreed upon during development phase
b. Identify the nature and type of transactions being processed by the application
systems
c. Determine systematic measures implemented to control and secure access to the
application programs and data including password controls, user
authentications, roles and responsibilities, audit trails and reporting,
configuration and interface controls, etc.
d. Review of database structure including:
Classification of data in terms of sensitivity & levels of access
Security measures over database installation, password policies and user
roles and privileges
Access control on database objects – tables, views, triggers, synonyms, etc.
Database restoration and recoverability
Audit trails configuration and monitoring process
Network connections to database
ii. Review of Network and Website will include:
a. Penetration and vulnerability testing
b. Security exposures to internal and external stakeholders
c. Installation of requisite prevention systems like HIPS, Intrusion Prevention
Systems (IPS), etc.
iii. Review and Implement of Security Policies and Controls will include:
a. Review of backup process, including schedule, storage, archival and
decommissioning of media
b. Physical access controls review (over DC and other critical area)
2Respective State / UT should detail out the additional modules which have been planned and subsequently included in the SI RFP of the state by the SPMU.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
18 | P a g e
c. Review of change management process
d. Incident management process – covering identification, response, escalation
mechanisms
e. Anti-virus (malware) controls – patching, virus definition file update
f. General computer controls review
iv. Audit of IT Infrastructure will include monitoring the deployment of IT
infrastructure at various locations including Data center and Disaster recovery center
as per the BOM specified for the SI.
v. Performance / SLA Audit - whether the actual level of performance of the services is
the same as specified in the contract of SI. SPMU will identify the key issues /
bottlenecks in the system and will suggest the mitigation plans.
vi. Overall compliance to MSA and SLA - The compliance of the implementation
partner with any other obligation under the MSA and SLA.
7. UAT and Go-Live Report
SPMU will assist the User Acceptance Testing (UAT) and audit of the system on the
completion of the pilot for each phase and will submit a Go-Live Report for each phase. It
will be the responsibility of SPMU to co-ordinate with STQC for certification of the e-District
application and associated infrastructure & services.
For non-pilot States / UTs, the State IT Department may decide to carry out the pilot in 1 – 2
districts before carrying out the state wide roll-out. In such a case, the SPMU has to co-
ordinate the phasing of training, data digitisation, hardware procurement, site preparation,
etc. in such a manner which synchronises with such a plan.
8. Co-ordinate with district level team for the following :
i. Hiring of DeGS eGovernance Project Manager
ii. Data digitisation status
iii. Provisioning of training at district level
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
19 | P a g e
iv. Submission of District Go-Live Report, which should shall include the
following:
Hardware at various locations and data centre
Networking equipments and connectivity
Data digitisation and migration
Training to the departmental personnel
Handholding support
Integration with applications of other departments / agencies etc.
Any corrective or preventive actions required from any of the stakeholders
Highlight the changes required in the applications and ensure that the suggested
changes are incorporated in the system by the SI
Recommendations for rollout of the project including the suggestions on the
rollout strategy
Quality of digitised / migrated data by establishing quality review procedures
9. Program Management Support
SPMU will support the NPMU for overall project management, coordination and
communication with all the stakeholders of the project and update the Project Management
Information System (PMIS). Various activities to be taken by the SPMU are as follows:
i. Program management and progress reporting
ii. Liaisoning with DIT (GOI) at the Center and NPMU and SI at the State level
iii. Fund utilisation and management
The funds allocated by Centre/DIT (GoI) would be released to State / UT based on
utilisation and achievement of milestones by the States / UTs. Utilisation of funds is
a key indicato r of the implementation progress in the States / UTs. It is imperative
to proactively monitor the disbursement of funds from the Centre and track the
disbursed funds against the actual utilisation at the state level. The activities will
include:
• Projecting total fund requirements every year for preparation of budget
estimates
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
20 | P a g e
• Monitoring the disbursement of funds
• Tracking utilisation of funds under the project by assessing utilisation
certificates (UCs) and utilisation reports from states
• Maintaining and updating the fund tracker on a regular basis
• Assisting the State IT Department in calculating the penalties and payments to
SI as per the payment milestones
10. Monitoring the O&M
The SPMU shall be responsible supporting the State IT Department for monitoring of the
compliance of the contractual obligations of the SI.
The SPMU will also monitor the operations and maintenance of the overall system as per
the standards and requirements defined for SI including but not limited to resolution of
issues, availability of the system, updating hardware or system software etc. for a period of
3 years from the engagement date3.
SPMU will ensure that the SLAs and performance levels defined for SI are met as per the
expectations of the State IT Department. SPMU will also review the SLA performance,
capacity and effectiveness of the helpdesk set up by the SI.
4.2 Deliverables & Timelines for Pilot States
As a part of the engagement, the SPMU is responsible for the following deliverables for Pilot
States:
S. No. Deliverables Expected Timelines
1. Issue of Work Order to the successful vendor by
DIT/State
T
2. RFP for SI (Preparation of RFP will include validating
and updating of FRS, Use Cases and Wire Frames)
T + 3 months
3. SI Bid Process Management T + 5 months
3 State / UT can vary the period of employment of SPMU depending on the availability of funds.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
21 | P a g e
S. No. Deliverables Expected Timelines
4. Submit the final updated FRS (along with BPR report
covering the As-Is process report, To-Be Process
report), formats of the MIS reports, capacity building,
training and Change Management Plans
T + 5 months
5. Review of System Requirement Specification (SRS) and
other deliverables developed by the SI and on
satisfaction giving a “letter of recommendation” to the
state for approval of the SRS document
T + 6 months
6. Draft of GOs / Notifications by the state‟s line
departments whose services have been included in the
eDistrict Project.
T + 8 months
7. Completion of application development T + 9 months
8. STQC Certification for e-District Application T + 11 months
9. Co-ordinate and monitor the below mentioned activities at the state level and submit / update their status in fortnightly reports: State Level
1. Selection of SI 2. SDC hardware installation 3. Progress of application development and STQC
certification 4. Status of legal changes / notifications. Progress
and status report for Draft GO 5. Hardware installation progress 6. Status of Impact Assessment Studies 7. Update its own (i.e. State SPMU) status of
invoices 8. Engagement of technical and project
management resource at district 9. Training and change management
Through project management and technical resource at the district level, co-ordinate and monitor the below mentioned activities at the district level and submit/update their status in fortnightly reports District Level
1. DeGS Formation 2. Fund tracking and utilisation at district level 3. Hardware installation status
As required to achieve the above timelines
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
22 | P a g e
S. No. Deliverables Expected Timelines
4. Application deployment 5. Data digitisation 6. Site preparation (including LAN) 7. Training and capacity building 8. Integration with SDC, SWAN, SSDG and CSC 9. Issuance of GOs at the district level + Site Live
and discontinuation of manual processes
10. Completion of training and change management activities
T + 15 months
11. Go-Live report for state and district level T + 15 months
12. O&M Monitoring 12 months after Go-Live
4.3 Deliverables & Timelines for Non Pilot States
As a part of the engagement, the SPMU is responsible for the following deliverables for Non
Pilot States:
S. No. Deliverables Expected Timelines
1. Issue of Work Order to the successful vendor by
DIT/State
T
2. RFP for SI (RFP will include a high level FRS) T + 3 months
3. SI Bid Process Management T + 5 months
4. Submit the final FRS (along with BPR report covering
the As-Is process report, To-Be Process report), use
cases and wire frames / screen shots for the
application, formats of the MIS reports and Change
Management Plans
T + 5 months
5. Review of System Requirement Specification (SRS) and
other deliverables developed by the SI and on
satisfaction giving a “letter of recommendation” to the
state for approval of the SRS document
T + 7 months
6. Draft of GOs / Notifications by the state‟s line
departments whose services have been included in the
eDistrict Project.
T + 9 months
7. Completion of application development T + 11 months
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
23 | P a g e
S. No. Deliverables Expected Timelines
8. STQC Certification for e-District Application T + 13 months
9. Co-ordinate and monitor the below mentioned activities at the state level and submit / update their status in fortnightly reports: State Level
1. Selection of SI 2. SDC hardware installation 3. Progress of application development and STQC
certification 4. Status of legal changes / notifications 5. Hardware installation progress 6. Status of Impact Assessment Studies 7. Update its own (i.e. State SPMU) status of
invoices 8. Engagement of technical and project
management resource at district 9. Training and change management 10. Progress and status report for Draft GO
Through project management and technical resource at the district level, co-ordinate and monitor the below mentioned activities at the district level and submit/update their status in fortnightly reports District Level
1. DeGS Formation 2. Fund tracking and utilisation at district level 3. Hardware installation status 4. Application deployment 5. Data digitisation 6. Site preparation (including LAN) 7. Training and capacity building 8. Integration with SDC, SWAN, SSDG and CSC 9. Issuance of GOs at the district level + Site Live
and discontinuation of manual processes
As required to achieve the above timelines
10. Completion of training and change management activities
T + 24 months
11. Go-Live report for state and district level T + 24 months
12. O&M Monitoring 12 months after Go-Live
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
24 | P a g e
4.4 Resource Requirements
To accomplish the above work, the following numbers of resources are proposed to be
deployed in each of the State and UTs in India:
S. No. Name of State Minimum
number of
resources
Pilot/Non Pilot State Category
1 Puducherry 1 Pilot Category A
2 Andaman & Nicobar 1 Non-Pilot Category A
3 Chandigarh 1 Non-Pilot Category A
4 D&N Haveli 1 Non-Pilot Category A
5 Daman & Diu 1 Non-Pilot Category A
6 Goa 1 Non-Pilot Category A
7 Lakshadweep 1 Non-Pilot Category A
8 Sikkim 1 Non-Pilot Category A
9 Tripura 1 Non-Pilot Category A
10 Haryana 2 Pilot Category B
11 Kerala 2 Pilot Category B
12 Mizoram 2 Pilot Category B
13 Punjab 2 Pilot Category B
14 Uttarakhand 2 Pilot Category B
15 West Bengal 2 Pilot Category B
16 Arunachal Pradesh 2 Non-Pilot Category B
17 Delhi 2 Non-Pilot Category B
18 Himachal Pradesh 2 Non-Pilot Category B
19 Manipur 2 Non-Pilot Category B
20 Meghaylaya 2 Non-Pilot Category B
21 Nagaland 2 Non-Pilot Category B
22 Chhattisgarh 3 Non-Pilot Category C
23 Assam 3 Pilot Category C
24 Bihar 3 Pilot Category C
25 Jharkhand 3 Pilot Category C
26 Maharashtra 3 Pilot Category C
27 Orissa 3 Pilot Category C
28 Rajasthan 3 Pilot Category C
29 Tamil Nadu 3 Pilot Category C
30 Andhra Pradesh 3 Non-Pilot Category C
31 Gujarat 3 Non-Pilot Category C
32 Jammu & Kashmir 3 Non-Pilot Category C
33 Karnataka 3 Non-Pilot Category C
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
25 | P a g e
S. No. Name of State Minimum
number of
resources
Pilot/Non Pilot State Category
34 Madhya Pradesh 4 Pilot Category D
35 Uttar Pradesh 4 Pilot Category D
Total 77*
* It may be noted that the maximum number of resources which any agency can deploy is 25 or a
maximum of 10 States/UTs
Bidders would be required to deploy an appropriate team consisting of members / consultants
which will be at least as per the below mentioned requirements.
a) The team should consist of resources with prior experience in IT/e-Governance
consulting projects.
b) Each member of the team must be a full time employee of the bidder.
c) The bidders will undertake not to sub-contract any part of this scope of work to third
parties.
d) The team shall be deployed on an exclusive basis; no resource deployed under this
project will work on any other engagement and a declaration for the same to be
provided.
e) The bidders cannot hire from existing resources deployed on eDistrict from NeGD,
NPMU and SPMU of other States for eDistrict and deploy on eDistrict project during the
currency of the project.
f) The minimum qualifications and experience will be as following
i) Category D States (Minimum requirement of 4 Resources)
S No. Role No. Qualification Total Work Experience Years
Experience in the domain of IT consultancy (years)
1 Project Manager 1 B.Tech/B.E /MCA+ MBA (or any equivalent full time management program of at least 12 months)
7 3
2 Consultant (Technology)
1 B.Tech/B.E /MCA/ MBA ((or
5 2
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
26 | P a g e
any equivalent full time management program of at least 12 months)
3 Consultant Program Management
2 B.Tech/B.E/ MCA MBA (or any equivalent full time management program of at least 12 months)
5 2
ii) Category C States (Minimum requirement of 3 Resources)
S No.
Role No. Qualification Total Work Experience Years
Experience in the domain of IT consultancy (years)
1 Project Manager 1 B.Tech/B.E /MCA+ MBA (or any equivalent full time management program of at least 12 months)
7 3
2 Consultant (Technology)
1 B.Tech/B.E /MCA/ MBA (or any equivalent full time management program of at least 12 months)
5 2
3 Consultant Program Management
1 B.Tech/B.E/MCA/ MBA (or any equivalent full time management program of at least 12 months)
5 2
iii) Category B States (Minimum requirement of 2 Resources)
S No.
Role No. Qualification Total Work Experience Years
Experience in the domain of IT consultancy (years)
1 Project Manager 1 B.Tech/B.E /MCA +MBA (or any equivalent full time
7 3
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
27 | P a g e
management program of at least 12 months)
2 Consultant Program Management
1 B.Tech/B.E/ MCA /MBA (or any equivalent full time management program of at least 12 months)
5 2
iv) Category A States (Minimum requirement of 1 Resources)
S No.
Role No. Qualification Total Work Experience Years
Experience in the domain of IT consultancy (years)
1 Project Manager 1 B.Tech/B.E/MCA +MBA (or any equivalent full time management program of at least 12 months)
7 3
Note –The technical evaluation of the proposals submitted by the shortlisted firms will give
weightage to manpower that has an educational background from reputed institutions like IIT
/ IIM. Please refer section 4.9.2
4.5 Project location
The SPMU team will be required to work in the respective State /UT throughout the duration
of the project. The bidders should budget in the travel costs within the State to capture the data
(if required). The bidders should also budget in travel to Delhi once in a quarter to report and
participate in the meetings.
4.6 Payment Terms
Payments for the contract will be based on approval of deliverables by the State Apex
Committee. The payments will be as per the following schedule:
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
28 | P a g e
S. No
Milestone % of Total Fee
Basis of approval
1. Submission of BPR Report 10% Minutes of meeting of the Apex Committee approving the report
2. Submission of Final FRS 10% Minutes of meeting of the Apex Committee approving the report
3. Submission of Change Management & Capacity Building Plan
10% Minutes of meeting of the Apex Committee approving the report
4. Publishing of RFP for SI 10% Copy of the newspaper advertisement
5. Selection of the SI bidder(s) 5% Copy of the contract signed with SI
6. STQC Certification 5% Copy of the STQC certification
7. Approval of the Government Orders
5% Notified orders for all the services approved in DPR
8. Approval of the e-District Application by Apex Committee and deployment of necessary hardware at SDC
5% Minutes of meeting of the Apex Committee approving the e-District application for all services identified in the DPR.
9. “Go-Live” in at least 25% Districts 10% Go-live in a district would mean 1) Using the e-District application for :
a) Delivery of all mandatory service categories
b) Delivery of all optional services categories
2) Completion of training 3) Completion of Data Digitization 4) Deployment of identified hardware
for those Districts 5) Site Preparation 6) Engagement of Technical and Project
Management resource at District
10. “Go-Live” in at least 50% Districts 5%
11. “Go-Live” in at least 75% Districts 5%
12. “Go-Live” in 100% Districts 5%
13. Impact Assessment and Outcomes of e-District project in the States
10% Minutes of meeting of the Apex Committee approving the report
14. Approval of Project Closure report 5% Approval of project closure report by DIT, GoI
Total 100%
1. As far as possible, release of payments under item 9-12, shall be done in each quarter on
a pro-rata basis based on the achievements under each item.
2. Deliverables would be certified by the nodal officer appointed.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
29 | P a g e
3. It is envisaged that all the above project deliverables would be completed within 3 years
and six months.
4. For any delay in completion of any of the above deliverables beyond three years and six
months, a 10% penalty on payment against the deliverable would be levied for
completion of the deliverable beyond 3 years and six months.
5. In case achievement of any of the above deliverable extends beyond 4 years and six
months an additional penalty of 10% thus a cumulative penalty of 20% would be levied
for completion of the deliverable beyond 4 years and six months.
6. It is clarified that the Penalty would be levied on the payments against the balance
deliverables at the end of the three year and six months. For e.g. If Deliverables under 9-
14 are pending beyond 3 years and six months, the penalty would be levied only on
these deliverables. 2.5 % penalty will be levied per quarter on a cumulative basis. To
further clarify, for payments in Quarter 3 of the 4th year penalty applicable would 2.5%
only, which would increase to 5% for payments against deliverables in Quarter 4 of 4th
year and thus the penalty on any deliverable achieved in the 2nd Quarter of the 6th Year
would be 20%.
7. Definition of percentage completion of Districts has been provided in Section 7.3
Appendix 3.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
30 | P a g e
4.7 Core Activities Mapping Matrix
S.
No
Milestones DIT
(GOI)
State
DIT
District
Admin/
DeGS
NPMU SPMU SI
1 DPR Appraisal
2 SPMU Selection
3 SI Empanelment
4 OEM Empanelment
5 SI Model RFP
6 DPR submission
7 BPR & CM Plan
8 SI & Bid Mgmt
9 Government Orders
10 Application Develop.
11 STQC testing
12 DeGS Formation
13 Data Digitization
14 Site preparation
15 Hardware
Commissioning
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
31 | P a g e
S.
No
Milestones DIT
(GOI)
State
DIT
District
Admin/
DeGS
NPMU SPMU SI
16 Training
17 Go-Live
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
32 | P a g e
4.8 Timelines for Delivery
Sr. No.
Activity Timeline Responsibility Penalty
1 Issue of Work Order to the successful vendor
T0 DIT
2 Submission of Performance Security by the vendor and completion of contract signing formalities at the State/UT
T0 + 15 days
Vendor Rs. 50,000 per day
3 Placement of team in the State after fulfilment of due process of selection
T0 + 30 days
Vendor Rs 10,000 per day per resource penalty
Rs 20,000 per day for Project Manager
4.9 Penalties
Sr. No.
Parameter SLA Penalty
1 Shortfall of attendance of compulsory resources
If a resource is absent for 7 consecutive working days without any reasonable cause then the resource will have to be replaced if required.
Rs. 50,000 replacement penalty for each absentee related replacement during the term of the project in addition to penalties for replacement of resources as applicable under Sr. No. 2 or Sr. No. 3
2 Substitution of resources from those CVs provided during the technical evaluation
No substitution of those resources will be allowed whose CVs have been provided along with the technical bid for the period T0 + 180 days ( i.e. 180 days of commencement of Project).
Penalty of Rs. 3 Lakhs per substitution of resources of those whose CVs have been provided along with the technical bid
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
33 | P a g e
Sr. No.
Parameter SLA Penalty
3 Replacement of resources
Resources initially deployed are not to be replaced during the tenure of the project. In case resources are replaced, penalties will apply.
Project Managers
1st – 3rd replacement – Rs. 1,00,000 per replacement
4th – 6th replacement – Rs. 2,00,000 per replacement
>= 7th replacement – Rs. 4,00,000 per replacement
Consultants
0 – 1st replacement - Nil
2nd – 3rd replacement – Rs. 50,000 per replacement
4th – 6th replacement – Rs. 1,00,000 per replacement
>= 7th replacement – Rs. 2,00,000 per replacement
4.10 Working Hours / Days
a) When engaged, the consultants will keep to the normal working hours of State
Government where the consultant is placed.
b) The consultants will also follow the holiday schedule of the State Government where
they are placed.
4.11 Process of Selection of SPMU by the State
a) A technical evaluation will be carried out for all bids.
b) Work Capacity is defined as the maximum number of States for which a Consultancy
agency can choose to take up the task of providing program management services at the
State Level for the e-District MMP. This will be based on Consulting turnover,
manpower strength of the company, number of consultancy assignments on the
qualifications of the Consultancy Agencies as per the table below.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
34 | P a g e
Any one
Category
A State
Any one
Category
B State
Any one
Category
C State
Any one
Category
D State
Unit Weight for the Category of the State 1 2 3 4
Minimum Turnover Requirement in
Consulting Operations in India Average for 3
years 2008-09, 2009-10, 2010-11. Consultancy
assignments will be defined as those
assignments relating to providing of advisory
services and will not include software
development, system integration
assignments.
Rs. 1
Crore
Rs. 2
Crore
Rs. 3
Crore
Rs. 4
Crore
Manpower Strength - ( Minimum
qualifications – B.E. / MCA / MBA /CA with
minimum 5 Years experience) located in India
as of 31st March 2012
8 16 24 32
No. of Consultancy Assignments where
billing of atleast Rs. 10 Lakhs has been
completed in the past 3 years 2008-09, 2009-
10, 2010-11 in India. Purchase orders should
not be earlier than April 1st 2006.
2 4 6 8
c) To determine the Work Capacity, Category A States are being assigned a unit weight of
1, Category B States a unit weight of 2, Category C States a unit weight of 3, and
Category D States a unit weight of 4
d) To illustrate the above, in case a Consultancy Agency X has an Average turnover of Rs. 6
Crores, Manpower Strength of 80 and 18 number of completed consultancy assignments.
It can undertake work (Work Capacity) in either
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
35 | P a g e
i) 1 Category D State + (1 category B State or 2 Category A States); or
ii) 2 Category C States or
iii) 3 Category B States or
iv) 6 Category A States or
v) any combination of A, B, C and D States adding upto 6 units.
e) The Maximum number of States for which any Consultancy Organisation can be
selected will not exceed 10 States or 25 units or work capacity (whichever is achieved
earlier). No additional financial bids will be opened for those organizations which have
reached their quota of 10 States/25 resources/work capacity.
f) The consulting organization has to bid for 1 State (from the below category) for every 4
States which are not a part of this list.
i) Andaman & Nicobar (Category A)
ii) Lakshwadeep (Category A)
iii) Tripura (Category A)
iv) Manipur (Category B)
v) Mizoram (Category B)
vi) Meghalaya (Category B)
vii) Arunachal Pradesh (Category B)
viii) Nagaland (Category B)
ix) Jammu & Kashmir (Category C)
In case of any deviations, DIT would disqualify the bids which have not adhered to this
criterion in the same proportion. For e.g. in case the bidder has bid for 10 States which includes
only one of the States mentioned above, it has not complied with the requirement. Hence only 4
bids + 1 State from the above list would be considered. The balance 5 bids would be rejected at
DITs discretion.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
36 | P a g e
g) A minimum of 70 marks should be scored in the technical proposal for the bid to be
declared technically qualified. Financial bids of only those consulting organisations
will be opened whose technical proposal have met this cut-off mark.
h) Financial bids will be opened for all the States which have received a minimum of 3
bids.
i) The lowest value bidder i.e. L1 will be the selected bidder for a particular state. L1 is
defined as average cost per resource for a State. The average cost per resource = (Total
Cost proposed for that State)/ (Number of Resources required for that State (State
Category A = 1, B = 2, C = 3 and D = 4)).
j) The SPMU assignments for the States would be awarded in the increasing order from
minimum of L1 in all States to maximum of L1 of all States. For ex: if the bid received for
3 States for which 3 bidders have bid are:
Bidder/State Average Cost
per Resources
for Bidder 1
Average Cost
per Resources
for Bidder 2
Average Cost
per Resources
for Bidder 3
L1 for the
State
State 1 (Category
D)
85000/4 = 21250 95000/4 = 23750 75000/4 = 18750 18750
State 2 (Category
C)
95000/3 = 31667 80000/3 = 26667 83000/3 = 27667 26667
State 3 (Category
A)
55000/1 = 55000 23000/1 = 23000 35000/1 = 35000 23000
Since minimum of L1 for all the States is for State 1 (=18750), State 1 would be awarded first
to the Bidder 3, then State 3 (=23000) would be awarded to bidder 2 and then State 2
(=26667) would be awarded to bidder 2.
k) If L1 for two or more States is same then the SPMU assignment will be awarded in the
increasing alphabetical order of the States.
l) This process of awarding the States will be repeated as mentioned above, until a
consulting organisation has reached its maximum quota of (a) 25 resources or (b) 10
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
37 | P a g e
States or (c) work capacity, whichever happens earlier. If any of the consulting
organisations reaches its quota of 25 resources or 10 States or work capacity then no
more SPMU assignment will be awarded to the agency.
m) In a situation, where the average cost per resources of two or more bidders for a State is
same then the technical marks of those bidders for that State will be considered and the
one with highest technical marks will be awarded the contract.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
38 | P a g e
5 Instructions to the bidders
5.1 General Guidelines
5.1.1 Completeness of Response
a) Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of bid will be deemed to have
been done after careful study and examination of the RFP document with full
understanding of its implications.
b) The response to this RFP should be full and complete in all respects. Failure to furnish
all information required by the RFP documents or submission of a proposal not
substantially responsive to the RFP documents in every respect will be at the Bidder's
risk and may result in rejection of its proposal and forfeiture of the bid EMD.
5.1.2 Proposal Preparation Costs
a) The bidder is responsible for all costs incurred in connection with participation in this
process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of
proposal, in providing any additional information required by DIT to facilitate the
evaluation process, and in negotiating a definitive contract or all such activities related
to the bid process. DIT will in no case be responsible or liable for those costs, regardless
of the conduct or outcome of the bidding process.
b) This RFP does not commit DIT to award a contract or to engage in negotiations. Further,
no reimbursable cost may be incurred in anticipation of award or for preparing this bid.
c) All materials submitted by the bidder become the property of DIT and may be returned
completely at its sole discretion.
5.2 Pre-Bid Meeting
5.2.1 Pre-Bid Meeting
a) DIT will hold a pre-bid meeting with the prospective bidders as per the details provided
on the e-procurment portal at DIT, 6 CGO Complex, Lodhi Road, New Delhi.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
39 | P a g e
5.2.2 Bidder Inquiries and DIT’s Responses
a) All enquiries / clarifications from the bidders, related to this RFP, must be sent to
eDistrict Mail ID: [email protected].
b) DIT will endeavour to provide a full, complete, accurate, and timely response to all
questions. However, DIT makes no representation or warranty as to the completeness or
accuracy of any; neither response nor does DIT undertake to answer all the queries that
have been posed by the bidders. The responses to the queries from all bidders will be
distributed to all and posted on the portal.
c) No request for clarification from any bidder will be entertained after the last date of
queries /clarifications as mentioned in the e-procurement portal.
5.2.3 Amendment(s) to RFP Document
a) At any time prior to the last date for receipt of bids, DIT, may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective bidder,
modify the RFP Document by an amendment.
b) In order to afford prospective bidders reasonable time in which to take the amendment
into account in preparing their bids, DIT may, at its discretion, extend the last date for
the receipt of bids.
5.2.4 Supplemental Information to the RFP
If DIT deems it appropriate to revise any part of this RFP or to issue additional data to
clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP.
Any such corrigendum shall be deemed to be incorporated by this reference into this RFP.
5.3 DIT’s Right to Modify Submission Deadline
DIT may, in exceptional circumstances and at its discretion, can extend the deadline for
submission of proposals by issuing an corrigendum or by intimating all bidders who have
been provided the proposal documents, in writing, email or by facsimile, in which case all
rights and obligations of the project and the bidders previously subject to the original
deadline will thereafter be subject to the deadline as extended.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
40 | P a g e
5.4 DIT’s Right to Terminate the Process
a) DIT may terminate the RFP process at any time and without assigning any reason. DIT
makes no commitments, explicit or implied that this process will result in a business
transaction with anyone.
b) This RFP does not constitute an offer by DIT. The bidder's participation in this process
may result in DIT selecting the bidder to engage in further discussions and negotiations
toward execution of a contract. The commencement of such negotiations does not,
however, signify a commitment by DIT to execute a contract or to continue negotiations.
The DIT may terminate negotiations at any time without assigning any reason.
5.5 Earnest Money Deposit (EMD)
a) Bidders shall submit scan copy of EMD of Rs.10.00 Lakhs in the form of a Demand Draft
or Bank Guarantee (Format provided in Form 7). EMD in any other form shall not be
entertained. The hard copy needs to be submitted before the technical bid opening at the
following address:
Mr. Abhishek Singh,
Room No. 2006, Electronics Niketan, Department of Information Technology
6, CGO Complex, New Delhi
Fax : +91-11-24364720
Phone : +91-11-24301716
Email : [email protected]
b) The EMD shall be denominated in Indian Rupees only. No interest will be payable to the
bidder on the amount of the EMD.
c) Unsuccessful bidder‟s EMD will be discharged/ returned as promptly as possible
d) The EMD may be forfeited:
i) If a bidder withdraws his bid or increases his quoted prices during the period of bid
validity or its extended period, if any; or
ii) In the case of a successful bidder, if the bidder fails to sign the contract or to furnish
Performance Bank Guarantee within specified time in accordance with the format
given in the RFP.
e) Bids submitted without adequate EMD will be liable for rejection.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
41 | P a g e
5.6 Submission of Bids
a) The bidders should submit their offers in two parts namely, “Technical bid” and
“Financial bid” and in the format given in this document.
i) Technical Bid - on e-procurement portal only
ii) Financial Bid - on e-procurement portal only
5.6.1 Bid Submission Format – Refer e-procurement portal & bid submission
Refer e-procurement portal. The bid submission should be on e-procurement portal only.
a) Any default by the bidder in respect of tender terms and conditions will lead to rejection
of the bid and forfeiture of EMD.
b) DIT reserves the right to (a) reject any / all proposals without assigning any reasons
thereof, b) relax or waive any of the conditions stipulated in this RFP document as
deemed necessary in the best interest of the DIT and the objective of the scheme without
assigning any reasons thereof and c) include any other item in the Scope of work at any
time after consultation in the pre-proposal meeting or otherwise.
c) DIT reserves the right to modify and amend any of the above-stipulated
condition/criterion depending upon project priorities vis-à-vis urgent commitments.
5.6.2 Documents Comprising the Bid
The bids prepared by the Bidder shall comprise of the following:
Technical Bid (Common to all states):
a) Cover letter along with a power of attorney by the CEO or competent authority
authorising the bidder to sign/ execute the proposal as a binding document and also
execute all relevant agreements forming part of RFP (Refer Form 1)
b) EMD
c) Technical proposal
d) All relevant documents required as evidence of meeting technical evaluation criteria
e) Firm Details (Refer Form 2)
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
42 | P a g e
f) Consulting turnover auditor certificate
g) Manpower Strength certificate
h) Team composition (Refer Form 4)
i) Project Experience (Refer Form 3)
j) Curriculum Vitae (CV‟s) of Proposed Staff (Refer Form 5) segregated by States.
k) Work Schedule (Form 6)
Financial Bid (Specific to each state the bidder is submitting its bid):
a) As per eProcurement Portal and financial quote should be inclusive of applicable service
tax.
5.7 DIT’s Rights to Accept / Reject Any or all Proposals
DIT reserves the right to accept or reject any proposal, and to annul the bidding process
and reject all Bids at any time prior to award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected bidder or
bidders of the grounds for DIT‟s action.
5.8 Performance Bank Guarantee
a) Within 15 days of the selected firms being intimated about their selection they are to
submit a Performance Bank Guarantee of 10% of the contract value in the form of
unconditional, unequivocal and irrevocable Bank Guarantee (BG) from any Scheduled
Indian Bank and valid for contract duration plus six months and any applicable
extension periods as may be mutually accepted. The EMD submitted as security will be
discharged after the receipt of the Performance Bank Guarantee for all the States from
the firm has been selected.
5.9 Evaluation Process
5.9.1 Tender Evaluation Committee
a) The Tender Evaluation Committee (TEC) constituted by the DIT shall evaluate the
tenders.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
43 | P a g e
b) The decision of the TEC in the evaluation of the Technical and Financial bids shall be
final. Technical Bid evaluation is to ensure that the proposed solution by the bidder
meets the requirements as outlined in the RFP Document. No correspondence will be
entertained outside the process of negotiation/ discussion with the committee.
c) TEC will evaluate and compare the bids determined to be substantially responsive. It is
Tender Evaluation Committee‟s intent to select the proposal that is most responsive to
the project needs and each proposal will be evaluated using the criteria and process
outlined in this section.
5.9.2 Technical Evaluation of Bids
1) TEC will carry out a detailed evaluation of the Technical Bids received by it in order to
determine whether they are substantially responsive to the requirements set forth in the
Request for Proposal. In order to reach such a determination, TEC will examine the
information supplied by the bidders, and shall evaluate the same as per the evaluation
criteria specified in this RFP.
2) Proposal Presentations: The committee may invite each bidder to make a presentation.
The purpose of such presentations would be to allow the bidders to present their
proposed approach to the evaluation committee and the key points in their proposals.
3) The technical evaluation of bids will be carried out to ensure compliance with
requirements mentioned in the RFP. A minimum of 70 marks should be scored in the
technical proposal for the bid to be declared technically qualified. For all technically
qualified bidders the process specified in Section 4.9 would be followed.
4) Technical evaluation will include the following parameters:
a. Evaluation of profiles proposed for the state – 60 marks
b. Approach and Methodology for the state – 15 marks
c. Project experience in eGovernance – 10 Marks
d. Presentation and Interviews by the bidders – 15 marks
5) Following are the parameters that will be evaluated in a technical bid :
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
44 | P a g e
Sr.
No.
Criterion Evaluation parameter Max
Score
Score
Obtained
Technical Evaluation
1 Minimum Resource Deployment by the bidder 60
Category D States
S No. Role No.
1 Project Manager 1
2 Consultant (Technology) 1
3 Consultant Program Management 2
Every CV needs to score a minimum of 40
marks to be considered. If a CV does not get
40 marks then 0 will counted in the technical
marks calculation for that CV.
The evaluation would be done by TEC.
Marks would be computed on the basis of the
following formula :
[(Marks awarded to PM * 1.5 + Marks
Category C States
S o. Role No.
1 Project Manager 1
2 Consultant (Technology) 1
3 Consultant Program Management 1
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
45 | P a g e
Sr.
No.
Criterion Evaluation parameter Max
Score
Score
Obtained
Category B State
S No. Role No.
1 Project Manager 1
2 Consultant Program Management
1
awarded to each Consultant (as per
category)) /(No. of Project Management *1.5
+ No. of Consultants)] *.6
The marks would be awarded on their
competence for the assignment with respect
to the education, experience of the candidate
in the specific sector, field, subject, experience
in the State and so on - directly relevant to
the assignment and the proposed position.
The marks would be awarded as per the
criterion laid down in Section Evaluation
Parameters of Technical resources
Category A States
S No. Role No.
1 Project Manager 1
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
46 | P a g e
Sr.
No.
Criterion Evaluation parameter Max
Score
Score
Obtained
2 Approach and Methodology for the state Understanding the scope, approach and
methodology, work plan and staffing
schedule. Evaluation will be based on quality
of submissions and the presentation, if any,
made to DIT. Which will cover a)
Understanding of the objectives of the
assignment b) The extent to which the
consultant‟s approach and work plan
respond to the objectives indicated in the
Statement of Work
15
3 Consulting experience of 5 e-Governance Projects in
India. Each of these projects should have a contract value
greater than Rs. 10 Lakhs. Purchase orders for these
Projects should have been issued not earlier than 1st
April 2006. Bidders will need to produce work orders
and self certificate declaring the value of the project is
more than Rs. 10 Lakhs.
Bidders will be awarded 2 marks for each
Project that meets the selection Criteria.
The project should have BPR and Bid
Process Management as part of the scope of
work.
10
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
47 | P a g e
Sr.
No.
Criterion Evaluation parameter Max
Score
Score
Obtained
4 Presentation by the bidders Completeness and responsiveness: The extent
to which the proposal responds exhaustively
to all the requirements
15
Total Points 100
1. The bidder will submit CVs of Project Manager & Consultants for each of the State it is bidding, subject to maximum of 10
unique CVs of Project Manager.
2. A CV can have 3 choices of States/UTs where that resource could be deployed provided more than 25 resources are being
offered. If in the order of opening the financial bids, the organization is L1 for any of those 3 States, the CV will not be
considered for any other States (including the other 2 choice States). If in a scenario, the organization which is L1 for 2 or all 3 of
the choice States, the organization will be allowed to submit 5 more CVs within 10 days of opening of financial bid and the
State IT department will interview and select/reject the resource.
3. In case an agency is bidding for n ( where n < or = 25) resources in various State, then n unique CVs are to be provided (no
repetition allowed)
4. However in case the Consultant is bidding for more than 25 units, it has the option to repeat the CVs for additional units,
subject to a maximum in 3 States. In case the Agency is bidding for less than 25 units, it cannot repeat the CVs.
5. DIT / State IT department with mutual agreement of the bidder may place a resource from the pool of proposed resources in
any State where the organization is L1.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
48 | P a g e
Evaluation Parameters of Technical resources – Educational qualifications
S
No.
Evaluation
Criteria
Education Criteria Project Manager
Marks
Consultant
Program Mgmt
Consultant
Technology
Management
1 Post
Graduate
Qualifications
MBA from Top 15 Colleges 20 20 20
MBA from Top 50 Colleges in list 15 15 15
MBA from any other College 10 10 10
M Tech from Top 20 Colleges listed
Engineering Colleges
20
M Tech from Top 50 listed Engineering
Colleges
15
M Tech from any other College 10
2 Graduate
Qualifications
B Tech from Top 20 Colleges 20 20 20
B Tech from Top 50 listed Engineering
Colleges
15 15 15
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
49 | P a g e
S
No.
Evaluation
Criteria
Education Criteria Project Manager
Marks
Consultant
Program Mgmt
Consultant
Technology
Management
B Tech from Any other College 10 10 10
MCA 7 7 7
Note for positions Senior Consultant (Technology) or Consultant Technology, resources will be awarded a maximum of 20 Marks for
Post Graduate Qualifications for e.g. in case Senior Consultant Technology is both M Tech and an MBA he will be given the higher of
the marks of MBA or M Tech qualification
Evaluation Parameters of Technical resources – Experience Criteria
S
No.
Evaluation Criteria Project
Manager
Marks Consultant
Project Mgmt
Marks Consultant
Technology
Marks
2a Total Experience
exceeding
>10 Years 10 >8 Years 10 >8 Years 10
8-10 Years 7 6- 8 Years 7 6- 8 Years 7
7-8 Years 5 5-6 Years 5 5-6 Years 5
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
50 | P a g e
S
No.
Evaluation Criteria Project
Manager
Marks Consultant
Project Mgmt
Marks Consultant
Technology
Marks
Quality of Experience
as judged by the
evaluation committee
Factors
guiding
evaluation
would
include, 1.
Experience in
reputed
companies 2.
Experience in
challenging
Assignments
5 5 5
Experience of
Managing
Implementation of IT
Projects
7 Years 10 3 Years 10 3 Years 10
5-7 Years 7 2 Years 7 2 Years 7
3-5 Years 4 1 Year 4 1 Year 4
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
51 | P a g e
S
No.
Evaluation Criteria Project
Manager
Marks Consultant
Project Mgmt
Marks Consultant
Technology
Marks
Quality of Experience
in Managing /
Implementation of
Projects as judged by
the evaluation
committee
Factors
guiding
evaluation
would
include, range
of assignments
handled ,
complexity of
assignments,
any experience
of e-
Governance
Projects,
Preparation
and evaluation
of RFPs
Managing a
large team etc.
10 Factors guiding
evaluation
would include,
range of
assignments
handled ,
complexity of
assignments, any
experience of e-
Governance
Projects,
Preparation and
evaluation of
RFPs Managing
a Project with
many
Stakeholders etc.
10 10
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
52 | P a g e
S
No.
Evaluation Criteria Project
Manager
Marks Consultant
Project Mgmt
Marks Consultant
Technology
Marks
Quality of Experience
in e-Governance
Projects based
5 5 5
Experience in E-
District Project subject
to an engagement of
atleast 9 months
5 5 5
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
53 | P a g e
S
No.
Evaluation Criteria Project
Manager
Marks Consultant
Project Mgmt
Marks Consultant
Technology
Marks
Any other exceptional
quality expressed in
CV like any
Publications, Thought
Leadership, Public
speaking
engagements, deep
technical expertise,
Professional
Certifications,
Trainings Attended
5 5 5
Certifications such as
PMP, ITIL, CISA, Six
Sigma black belt,
prince2 or any such
relevant certification
5 5 5
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
54 | P a g e
S
No.
Evaluation Criteria Project
Manager
Marks Consultant
Project Mgmt
Marks Consultant
Technology
Marks
Personal Interview
(face to face or
through video-
conference)
5 5 5
Maximum Marks 100 100
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
55 | P a g e
6) Refer to Appendix 7.1 and 7.2 for the list of top management and engineering
colleges
7) To qualify the Technical Bid Evaluation the bidder must confirm to all the
requirements stated in the RFP document
8) Technical Score of seventy (70) per cent or above will be declared as technically
qualified as per the evaluation criterion specified above.
9) Financial bids of only those bidders will be opened who are technically qualified and
whose technical bid complies with the requirements mentioned in the RFP
document.
10) DIT shall also take a presentation, as it may deem necessary, from each or any of the
bidders before finalising the Technical Score.
5.9.3 Financial evaluation
a) This process would be followed as specified in section 5.9 & 4.11.
b) The financial evaluation of the proposal will be by determining whether the Financial
Proposals are complete, unqualified and unconditional (for each State)
c) The Financial bid price will be all inclusive and will include, inter-alia all taxes including
service tax and incidentals like travel, stationery, telephone expenses, etc.
d) The cost indicated in the Financial Proposal shall be deemed as final and reflecting the
total cost of services („Bid Price‟). Omissions, if any, in costing any item shall not entitle
the agency to be compensated and the liability to fulfill its obligations as per the Scope of
Work within the total quoted price shall be that of the bidder.
e) Any conditionality included in the financial bid will lead to disqualification of the entire
bid and forfeiture of the EMD.
5.10 Negotiations, Contract Finalisation and Award
a) DIT shall reserve the right to negotiate with the bidder(s) whose proposal has been
ranked first for each State by the TEC on the basis of best value to the project.
b) DIT shall notify the successful bidder in writing by hand delivery, speed post or by fax,
that its proposal has been accepted.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
56 | P a g e
c) Until a formal contract is signed, the notification of award along with the complete RFP
document including all annexure and appendices will constitute a binding contract
between successful bidder and DIT.
5.11 Award Criteria
a) DIT will award the contract for each State to the bidder whose bid has been determined
to be substantially responsive and has been determined as the best value bid a proposal
qualifies as per the minimum qualification marks set for the technical evaluation and
obtains the lowest cost in the financial evaluation, provided further that the bidder has
demonstrated that it is qualified to perform services required for the project
satisfactorily.
b) A substantially responsive bid is one, which conforms to all the requirements, terms,
conditions and specifications of the RFP.
c) Any attempt by a bidder to influence it‟s the bid evaluation process may result in the
rejection of the bidder's bid.
5.12 Signing of Contract
At the same time as DIT notifies the successful bidder that its bid has been accepted, State
shall enter into a contract, incorporating all agreements between DIT, State and the
successful bidder as provided as a separate document.
5.13 Disqualification
DIT may at its sole discretion and at any time during the evaluation of proposal, disqualify
any respondent, if the agency:
a) Made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements
b) Exhibited a record of poor performance such as abandoning works, not properly
completing the contractual obligations, inordinately delaying completion or financial
failures, etc. in any project in the preceding three years
c) Submitted a proposal that is not accompanied by required documentation or is non-
responsive
d) Failed to provide clarifications related thereto, when sought
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
57 | P a g e
e) Submitted more than one proposal for a State
f) Was declared ineligible by the Government of India/State/UT Government for corrupt
and fraudulent practices.
5.14 Refund of EMD and Submission of Performance Security
a) EMD will be refunded as follows
i. In the case of those bidders whose technical bids do not qualify, the EMD will be
refunded without any interest accrued within one month of the acceptance of
Technical Evaluation Committee‟s (TEC) recommendations.
ii. For the Consultant selected, the EMD will be refunded subsequent to submission
of performance security and subject to entering into a contract with State(s).
b) The consultancy agency selected shall be required to submit a performance guarantee
for 10% of the agreement value for each State for the project duration period plus six
months.
c) The EMD will be returned to other bidders.
5.15 Conflict of Interest
a) Under the scheme for the national rollout for the e-District Project, it is envisaged that
four types of organisations will be engaged for the rollout of the project, the consultancy
organisation providing program management services at Center (NPMU) and the
consultancy organisation providing program management services (SPMU) located at
the various State Governments and UTs. Further a SI will be appointed at each State for
implementation of the e-District Project. DIT also proposes to empanel OEMs for
providing computing infrastructure like desktops, printers, scanners, etc.
b) Any of the consultancy agencies appointed for providing program management services
to any of the State PMUs denoted hereunder as the SPMU consultant will not be eligible
to bid for the SI related tasks for implementation of e-District Project in any State. The
SPMU consultant shall also not be an OEM or reseller to any OEM for the e-District
Project. It is further clarified that the SPMU consultant shall not accept any employment,
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
58 | P a g e
commission rebates, kickbacks or other unlawful consideration from any of the agencies
assigned the work of SPMU, SI, OEM or OEM resellers. Further any company which is a
holding / subsidiary /sister company of the SPMU consultancy agency shall not be
allowed to take up any of the above mentioned roles of SI, OEM, and reseller to any
OEM for the e-District Project.
c) The successful bidders cannot hire from existing resources deployed on eDistrict project
from NeGD, NPMU and SPMU for other States/UTs during the course of this project or
within 6 months after the resource has left the organization
5.16 Maximum Number of States for which any Consultancy Organisation can be Selected
a) While the provision of program management services for the State PMU is a deliverable
based arrangement, an agency can take work only for a maximum number of identified
25 resources or 10 States or working capacity, as per the Section 4.9.
5.17 Other Terms and Conditions
a) The selected consultant will be fully and completely responsible to the State IT
Department headed by the designated Nodal Officer for all the deliverables.
b) The interested bidders shall furnish an affirmative statement as to the existence of,
absence of, or potential for conflict of interest on the part of the bidder or any
prospective subcontractor due to prior, current, or proposed contracts, engagements, or
affiliations with the State IT Department. Additionally, such disclosure shall address any
and all potential elements (time frame for service delivery, resource, financial or other)
that would adversely impact the ability of the bidder to complete the requirements as
given in the RFP.
c) DIT (GoI) requires that the consultants should provide professional, objective, and
impartial advice and at all times hold the interests of the Centre and State Government
paramount, strictly avoid conflicts with other assignments/jobs or their own corporate
interests and act without any consideration for future work.
d) DIT (GoI) reserves the right to accept or reject any bid, to annul the entire bid process or
reject all bids at any time prior to award of contract, without thereby incurring any
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
59 | P a g e
liability to the affected bidder (s) or any obligation to inform the affected bidder(s) the
grounds for such decision. State IT Department also reserves the right to negotiate with
the successful bidder if necessary.
e) The State IT Department will manage the project and the proposed resources shall
report to the designated State Nodal Officer. Other teams / committees / stakeholders
will work in close proximity with the selected consultants to oversee the deliverables of
the project.
f) In case any of the proposed resources are found to be not performing or not meeting the
expectations of the State IT Department, the consultant shall find a replacement for the
resource. The State IT Department will evaluate the replacement profile and indicate the
acceptance / rejection of the profile.
g) The DIT (GoI) / State reserves the right to terminate the contract by giving a notice of
one month if the performance of the consultant is not found satisfactory by the State IT
Department or DIT (GoI). The consultant shall be given a period of fifteen days to cure
the breach or fulfil the contractual obligations, failing which the DIT (GoI) / State shall
notify the bidder in writing of the exercise of its right to receive such compensation
within 14 days, indicating the contractual obligation(s) for which the bidder is in default
h) The Consultant to be selected through this bid process will provide deliverables as
indicated in this document and support State IT Department in planning for
implementation of State wide rollout of e-District. The consultant should note that as a
part of requirement for this assignment the consultant will share with State IT
Department all intermediate documents, drafts, reports and any other item related to
this assignment. No work products, methodology or any other methods used by the
consultant should be deemed as proprietary and non-shareable with State IT
Department by the consultant.
i) If at any stage of the tendering process or during the currency of the agreement, any
suppression / misrepresentation of such information is brought to the knowledge of DIT
(GoI) or the State IT Department, then the department will have right to reject the bid or
terminate the agreement, as the case may be, without any compensation to the bidder.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
60 | P a g e
j) The bidder shall be deemed to have complied with all clauses in this RFP. Evaluation
shall be carried out on the information available in the bid.
5.18 Conditions of Contract
The contract agreement would be signed between State and the consultant. The draft contract
agreement is provided as a separate document.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
61 | P a g e
6 Forms
6.1 Form 1 – Cover Letter to submit proposal in response to RFP Notice
(To be submitted on letter head of the responding firm)
{Place}
{Date}
To Mr. Abhishek Singh, Director, Department of Information Technology 4th Floor, Electronics Niketan, 6 CGO Complex New Delhi – 110003
Ref: RFP Notification no 3(39)/2011-EG-II (R) dated 04th April, 2012
Subject: Submission of proposal in response to the RFP for Selection of Consultant for State
Program Management Unit for Roll-out of e-District MMP File No 3(39)/2011-EG-II (R).
Dear Sir,
1. Having examined the RFP document, we, the undersigned, herewith submit our proposal in
response to your RFP Notification no 3(39)/2011-EG-II (R) dated 04th April, 2012 for
Selection of Consultant for State Program Management Unit for National Roll-out of e-
District MMP, in full conformity with the said RFP document.
2. We have read the provisions of the RFP document and confirm that these are acceptable to
us. We further declare that additional conditions, variations, deviations, if any, found in our
proposal shall not be given effect to.
3. We agree to abide by this proposal, consisting of this letter, the detailed response to the RFP
and all attachments, for a period of 120 days from the closing date fixed for submission of
proposals as stipulated in the RFP document.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
62 | P a g e
4. The EMD of Rs. 10 Lakhs submitted by us in the form of a BG may be encashed if we do not
submit the requisite Performance Guarantee as per the Contract amounting to 10% of the
financial bid for any State for “Selection of Consultant For State Program Management
Unit for National Roll-out of e-District MMP”, and our bid rejected for that State.
5. We hereby confirm that all resource deployed under this project will work exclusively on
this engagement and will not work on any other engagement.
6. We hereby furnish an affirmative statement as to the existence of, absence of, or potential for
conflict of interest on the part of the bidder or any prospective subcontractor due to prior,
current, or proposed contracts, engagements, or affiliations with the State IT Department.
Additionally, such disclosure shall address any and all potential elements (time frame for
service delivery, resource, financial or other) that would adversely impact the ability of the
bidder to complete the requirements as given in the RFP
7. We would like to declare that we are not involved in any major litigation that may have an
impact of affecting or compromising the delivery of services as required under this
assignment and we are not under a declaration of ineligibility for corrupt or fraudulent
practices.
Dated this Day of 2012
(Signature)
Duly authorised to sign the Bid Response for and on behalf of:
(Name and Address of Company) Seal/Stamp
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
63 | P a g e
6.2 Form 2 - Details of responding firm
Details of the Organisation
Name
Nature of the legal status in India
Nature of business in India
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Registered Office in India
Name and mobile number of the Contact
Person
Revenue (in INR Crores) from Consulting
operations in India (auditor certificate to
be provided)
FY 08 – 09 FY 09-10 FY 10-11
Other Relevant Information
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
64 | P a g e
6.3 Form 3 - Details of Experience of Responding Firm
[Using the format below, the responding firm should provide information on the similar
assignments as required for technical evaluation. Project experience showcased should be a
consulting assignment and not related to application development/System Integration/Support
Services/Maintenance]
S.No. Assignment Name
Client Work Order Date
Period of Assignment
Billing till date
Is this project for Technical Evaluation Criteria for eGovernance experience or for work capacity calculation or both (TE/WC/Both)
Note: The serial numbers above should match with the serial numbers of individual project detail table below.
1) Assignment Name
Sr. No Item Details
General Information
1 Customer Name
2 Name of the contact person and contact
details for the client of the assignment
Project Details
3 Project Title
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
65 | P a g e
4 Start Date/End Date
5 Current Status (work in progress, completed)
6 Number of staff deployed on the assignment
Size of the project
7 Order Value of the project (in Rs. Lakhs)
8 Total billing till 31/12/2011
9 Reference to Supporting docs with page
numbers
Narrative description of project: (Highlight the components / services involved in the
project which are of similar nature to the project for which this RFP is floated.)
Description of actual services provided by your staff within the project and their relevance
to the envisaged components / services involved in the project for which this RFP is
floated.
Please provide work orders for all the projects cited in the proposal.
Please provide a client certificate/auditor certificate/self certification by Authorized
Signatory as proof for billing of more than Rs. 10 Lakhs in the last 3 years for the project.
6.4 Form 4 – Team Composition
If the bidder is proposing less than or equal to 25 resources, they have to provide State choice 1
only for the resources. State choice 2 and 3 should be used only if the bidder is proposing more
than 25 resources. These choices are not a preference order.
S No. Name Position in the Project
State Choice 1 for which the profile has been proposed
State Choice 2 for which the profile has been proposed
State Choice 3 for which the profile has been proposed
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
66 | P a g e
6.5 Form 5 – Curriculum Vitae (CV) Template
1. Name of the State where the resource is proposed
2. Proposed Position : Project Manager OR Consultants
a. Proposed Deployment in the State (1) : ________________
b. Proposed Deployment in the State (2) : ________________
c. Proposed Deployment in the State (3) : ________________
3. Name of the Consulting Agency
4. Name of the Staff
5. Date of Birth
6. Knowledge of Languages
Mother Tongue - __________________________________
S No. Spoken Y / N Reading Y / N Writing Y / N
7. Educational Qualifications (From Last to First, Please include only Graduate / Post
Graduate Level Courses only)
S No.
Level Graduation / Post Graduation
Name of the Education Course
University and College/ Location
Full time / Part time
Date From (Month / Year)
Date To (Month / Year)
Duration in Years (Months)
Marks Scored / GPA
8. Work Experience ( Please state in serial order of recent experience first)
S No.
Employer
Responsibility
Date From (Month / Year)
Date To (Month / Year
Duration in Months
E-Governance Experience in Years / Months
Brief Description of responsibilities in 50 words
Any Special Achievements in maximum 50 words
9. E-Governance Project Experience
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
67 | P a g e
S No.
Employer
Responsibility
Date From (Month / Year)
Date To (Month / Year
Duration in Months
Name of the Client
Name of the Project
Brief Description of responsibilities in 50 words
10. Experience in E-District Project
S No.
Employer Responsibility Date From (Month / Year)
Date To (Month / Year)
Duration in Years (Months)
Name of the State
Brief Details of Experience in 50 Words
11. Experience of working in various States of India
S No.
Employer Responsibility Date From (Month / Year)
Date To (Month / Year)
Duration in Years (Months)
Name of the State
Brief Details of Experience in 50 Words
12. Details of specific achievements (certification / thought leadership / publication record
/training)
S No.
Type of Achievement achievements (certification / thought leadership / publication record /training)
Date Details of Achievement Remarks if Any
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
68 | P a g e
[Signature of staff member or authorised representative of the staff] Day/Month/Year
Full name of authorised representative:
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
69 | P a g e
6.6 Form 6 – Work Schedule Template
Work Plan: In this section the responding firm should propose the main activities of the
assignment, their content and duration, phasing and interrelations including resource planning
to be deployed and delivery dates. The proposed work plan should be consistent with the
approach and methodology, showing understanding of the scope of services, deliverables as
given in scope of work and ability to translate them into a feasible working plan. The work plan
should be consistent with the Work Schedule.
The responding form is to describe the work schedule for different tasks which the responding
firm plans to start and accomplish as part of the project, using the following format:
A: Pilot State
N° Activity
Months
1 2 3 4 5 6 7 8 9 10 11 12 N
1
2
3
4
n
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
70 | P a g e
B: Non-Pilot State
N° Activity
Months
1 2 3 4 5 6 7 8 9 10 11 12 N
1
2
3
4
n
The work schedule should reflect how and by when the responding firm is expected to
complete the assignment for each of the component, as per the major deliverable in the scope of
work of the consultant and the timelines of achieving the same as mentioned in the RFP.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
71 | P a g e
6.7 Form 7 - EMD BG format
Whereas ------------------------------------------------------------ (hereinafter called 'the Respondent') has
submitted its proposal dated ---------------- in response to the RFP notice with file no:________,
for Selection of Consultant For State Program Management Unit for National Roll-out of e-
District MMP (hereinafter called "the Proposal") to Director, Department of Information
Technology, New Delhi – 110003
KNOW ALL MEN by these presents that WE -------------------------------------------- of -------------------
-------------------------------------------------- having our registered office at ------------ -----------------------
---------------------------- (hereinafter called "the Bank") are bound unto the ______________, DIT
(hereinafter called "the Purchaser") in the sum of ---------------------- for which payment well and
truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said Bank this --------------day of -----------------------
----2012.
THE CONDITIONS of this obligation are:
1. If the Respondent withdraws its proposal during the period of validity of the proposal as
specified by the respondent on the Notice of Intent to submit proposal in response to
RFP Notice
or
2. If the Respondent, having been notified of their selection fails or refuses to submit the
required Performance Guarantee for any State.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand
the Purchaser will specify that the amount claimed by it is due to it owing to the occurrence of
one or both of the two conditions, specifying the occurred condition or conditions.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
72 | P a g e
This guarantee will remain in force up to and including 120 days after the period of proposal
validity, and any demand in respect thereof should reach the Bank not later than the above
date.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
73 | P a g e
6.8 Form 8 – Format of Performance Bank Guarantee
From a Public Sector Bank only
This Deed of Guarantee executed on this _____day of __________, 2012 at____ by
__________________(Public Sector Bank only), having its Head Office/Registered Office at
_______________ and inter-alia a Branch Office at _______________________ (hereinafter
referred to as the Bank. or .‟the Guarantor‟, which expression shall unless it be repugnant to the
subject or context hereof be deemed to include its successors and assigns)
In favor of
[To be specified by State Government]
WHEREAS
A. [................. ], a company within the meaning of the Companies Act, 1956 and having its
Registered Office at [______] (herein after referred to as “the Consultant”, which expression
unless repugnant to the subject or context includes its successors, legal representatives and
permitted assigns) has been awarded the contract for “SPMU for State Rollout of e-district
MMP” vide Agreement dated _______;
B. In terms of clause ___ of the said Agreement, the Consultant has to provide a Performance
Guarantee for an amount equivalent to 10 (ten) per cent of the Bid Price in the format specified;
C. At the request of the Consultant, the Guarantor has agreed to provide this guarantee, being
these presents, guaranteeing the due and punctual performance/discharge by the Vendor of its
obligations under the said contract during the implementation period.
NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS
A. The Guarantor hereby irrevocably guarantees the due and punctual performance by the
Consultant of all its obligation under the said Agreement during the implementation period;
B. The Guarantor shall, without demur, pay to State sums not exceeding in aggregate Rs. ______
(Rupees ____) within five (5) calendar days of receipt of a written demand therefor from State
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
74 | P a g e
stating that the Contractor has failed to meet its performance obligations under the said contract
during the implementation period. The Guarantor shall have not to go into the veracity of any
breach or failure on the part of the Consultant or validity of the demand so made by State and
shall pay the amount specified in the demand notwithstanding any direction to the contrary
given or any dispute whatsoever raised by the Vendor or any other person. The Guarantor‟s
obligations hereunder shall subsist until all such demands are duly met and discharged in
accordance with the provisions hereof;
C. In the event of delay on the part of the Guarantor to pay on demand, the Guarantor shall
be liable to pay interest at the rate of fifteen (15) per cent, compounding quarterly, to State.
There shall not be any delay in payment of the guaranteed amount and payment of interest
shall not be an excuse for delaying the payment of guarantee amount. Time is the essence of this
Performance Guarantee;
D. The Guarantor shall also indemnify and keep State indemnified against all losses, damages,
costs, charges claims and expenses whatsoever which DIT may suffer, pay or incur by reason of
or in connection with any default on the part of the Vendor, including legal proceedings taken
against the said Consultant and/or the Guarantor for the recovery of the monies referred to
above;
E. The Guarantor hereby agrees that without the concurrence of the Guarantor, State and the
Consultant shall be at liberty to vary, alter or modify the terms and conditions of the contract
executed by the State with the Consultant, and in particular to defer, postpone or revise the
payment schedule under the contract, modify the work at site and payment of interest or other
monies under the contract on such terms and conditions as maybe considered necessary by
State;
F. The Guarantor agrees that its liability under this guarantee shall in no manner be affected by
any such variation, alteration, modification, waiver dispensation with or release of security and
that no further consent of the Guarantor is required for giving effect to any such variation,
alteration, modification, waiver dispensation with or release of security;
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
75 | P a g e
G. This Guarantee shall be enforceable against the Guarantor notwithstanding that any security
or securities comprised in any instrument executed or to be executed by the Consultant in favor
of State may at the time when the proceedings are taken against the Guarantor of this guarantee
be outstanding or unrealised or lost. In order to give effect to this Guarantee, State shall be
entitled to treat the Guarantor as the principal debtor;
H. This Guarantee shall be irrevocable and shall remain in full force and effect until ________
unless discharged/released earlier by State in accordance with the provisions of the said
contract. The Guarantor‟s liability in aggregate shall be limited to a sum of Rs. _____ (Rupees
______ only);
I. This Guarantee shall not be affected by any change in the constitution or winding up of the
Consultant/the Guarantor or any absorption, merger or amalgamation of the Consultant/the
Guarantor with any other person;
J. The Guarantor has power to issue this Guarantee and discharge the obligations contemplated
herein, and the undersigned is duly authorised to execute this Guarantee pursuant to the power
granted under _____.
All future correspondence with reference to this Guarantee shall be made to …..(Bank Name
and Address).
The jurisdiction in relation to this Guarantee shall be the Courts at <<State>> and Indian Law
shall be applicable.
IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON
THE DAY, MONTH AND YEAR FIRST HEREINABOVE WRITTEN.
SIGNED AND DELIVERED by _______ Bank by the hand of _____________, its __________ and
authorised official.
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
76 | P a g e
6.9 Form 9 – Checklist of documents to be submitted
S.No. Item Supporting document to be
submitted
Provided (Y/N)
Reference in the
proposal where it
has been provided
with page number
1. Covering Letter Form 1
2. Bidders Details Form 2
Copy of the audited profit
and loss account/ balance
sheet/ annual report of 2008-
09, 2009-10, 2010-11.
In case Turnover from
Consulting Operations is not
provided separately in the
Profit and Loss Statement,
Certificate from the Company
Auditor regarding turnover
from Consulting Operations
for each of the years of 2008-
09, 2009-10, 2010-11 should be
enclosed
3. The responding Company
/agency should have
provided a EMD of Rs. – 10
Lakhs
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
77 | P a g e
4. Consulting manpower
strength as on 31st March
2012
Certificate from Head (HR) or
company secretary for
number of consulting
professionals employed by
the company. Consulting
professionals are defined as
working on
consulting/advisory projects
and not on System
Integration/Application
Development/Support
Services/Maintenance
project.
5. Nos of Consultancy
Assignments of value of
atleast Rs. 10 Lakhs billing in
the past 3 years 2008-09, 2009-
10, 2010-11. Purchase orders
should not be earlier than
April 1st 2006.
The bidder has to provide for
each assignment the
following:
1. Form 3
2.Copy of work
orders/purchase orders
3. Self certification of
completion of billing of more
than Rs. 10 lakhs
6. Proposed Resources Form 4
Form 5
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
78 | P a g e
7. Schedule of work Form 6
8. EMD – BG / DD Form 7
9. Power of attorney Power of attorney by the CEO
or competent authority or
board resolution authorizing
the Bidder to sign/ execute
the proposal as a binding
document and also execute all
relevant agreements forming
part of RFP
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
79 | P a g e
7 Appendices
7.1 Appendix 1: Top 75 Management Colleges
S No. Name of the Institute Location
1 Indian Institute Of Management Ahmedabad Ahmedabad
2 Indian Institute Of Management Bangalore Bangalore
3 Indian Institute Of Management Calcutta Kolkata
4 Xavier Labour Relation Institute Jamshedpur
5 Faculty Of Management Studies Delhi
6 Indian Institute Of Management Lucknow Lucknow
7 Management Development Institute Gurgaon
8 Indian Institute Of Management Kozhikode Kozhikode
9 Indian Institute Of Management Indore Indore
10 S.P.Jain Institute Of Management & Research Mumbai
11 Indian Institute Of Foreign Trade (Iift) New Delhi
12 Institute Of Management Technology Ghaziabad
13 Narsee Monjee Institute Of Management Mumbai
14 National Institute Of Industrial Engineering Mumbai
15 Mudra Institute Of Communication Ahmedabad
16 Xavier Institute Of Management Bhubaneshwar
17 International Management Institute (Imi) New Delhi
18 Shailesh J Mehta School Of Management Mumbai
19 K.J. Somaiya Institute Of Management Studies & Research Mumbai
20 National Institute Of Agricultural Extension Management Hyderabad
21 Vinod Gupta School Of Management Kharagpur
22 T.A. Pai Management Institute (Tapmi) Manipal
23 Goa Institute Of Management Goa
24 Bharathidasan Institute Of Management (Bim) Tiruchirappalli
25 Sydenham Institute Of Management Studies & Research Mumbai
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
80 | P a g e
26 Indian Institute Of Technology Delhi New Delhi
27 Indian Institute Of Forest Management Bhopal
28 Prin. L.N. Welingkar Inst Of Management Development & Research Mumbai
29 Indian Institute Of Social Welfare & Business Management Kolkata
30 Loyola Institute Of Business Administration Chennai
31 Nirma University, Institute Of Management Ahmedabad
32 Xavier Institute Of Social Service Ranchi
33 Balaji Institute Of Modern Management (Bimm) Pune
34 Banaras Hindu University Varanasi
35 Lal Bahadur Shastri Institute Of Management New Delhi
36 Alliance Business Academy Bangalore
37 Indian School Of Mines Dhanbad
38 Ifim Business School Bangalore
39 Fore School Of Management New Delhi
40 Amity Business School Noida
41 College Of Management Studies (Gitam) Visakhapatnam
42 Institute Of Public Enterprise Hyderabad
43 School Of Communication & Management Studies Cochin
44 Institute For Technology & Management Navi Mumbai
45 Bharati Vidyapeeth Deemed University Pune
46 Institute For Financial Management& Research Chennai
47 Osmania University Hyderabad
48 Xavier Institute Of Management & Entrepreneurship Bangalore
49 Psg Institute Of Management Coimbatore
50 Mumbai Educational Trust Mumbai
51 Asia Pacific Institute Of Management New Delhi
52 Desociety's Institute Of Management Development & Research Pune
53 Jaipuria Institute Of Management Lucknow
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
81 | P a g e
54 S.I.E.S.College Of Management Studies, Navi Mumbai
55 Anna University - Department Of Management Studies Chennai
56 Kiit School Of Management Bhubaneshwar
57 Rajagiri College Of Social Sciences Kochi
58 Acharya Institute Of Management & Science Bangalore
59 Institute Of Management Studies (Ims) Ghaziabad
60 Punjab College Of Technical Education Ludhiana
61 Eastern Institute For Integrated Learning In Management (Eiilm) Kolkata
62 Tirpude College Of Social Work Nagpur
63 Jagan Institute Of Management Studies Delhi
64 Accurate Institute Of Management & Technology Greater Noida
65 Pondicherry University Pondicherry
66 Vaikunth Mehta National Institute Of Co-Operative Management, Pune
67 Niilm Centre For Management Studies Greater Noida
68 Fortune Institute Of International Business New Delhi
69 Gian Jyoti Institute Of Management & Technology Mohali
70 Siva Sivani Institute Of Management Secunderabad
71 Skyline Business School New Delhi
72 Bls Institute Of Management Ghaziabad
73 P.E.S Institutions Bangalore
74 Institute Of Health Management Research Jaipur
75 M.S. Patel Institute Of Mgt. Studies Vadodara
Regional College Of Management Bhubaneshwar
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
82 | P a g e
7.2 Appendix 2 List of Top Engineering Colleges
S No. Name of the Institute Location
1 IIT Kharagpur
2 IIT Bombay
3 IIT Kanpur
4 IIT Delhi
5 IIT Madras
6 BITS Pilani
7 IIT Roorkee
8 IT-BHU Varanasi
9 IIT Guwahati
10 College of Engg, Anna Univ Chennai
11 ISM Univ Dhanbad
12 Jadavpur Univ, Faculty of Engg Calcutta
13 BIT Mesra Ranchi
14 DCE Delhi
15 NIT Trichy
16 NIT Warangal
17 PEC University of Technology Chandigarh
18 NIT Suratkal
19 PSG College of Technology Coimbatore
20 Bengal Engg & Sc Univ, Shibpur Howrah
21 Thapar Inst of Engg & Tech Patiala
22 Motilal Nehru National Inst of Tech Allahabad
23 NSIT Delhi
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
83 | P a g e
24 VNIT Nagpur
25 IIIT Hyderabad
26 Govt College of Engineering Pune
27 IIIT Allahabad
28 NIT Rourkela
29 Harcourt Butler Tech Institute Kanpur
30 MNIT Jaipur
31 SVNIT Surat
32 NIT Calicut
33 MANIT Bhopal
34 VJTI Mumbai
35 College of Engineering Visakhapatnam
36 Manipal Inst of Technology Manipal
37 NIT Kurukshetra
38 Coimbatore Inst of Tech Coimbatore
39 VIT Vellore
40 NIT Jamshedpur
41 JNTU Hyderabad
42 NIT Durgapur
43 RVCE Bangalore
44 ICT Mumbai University Mumbai
45 DA-IICT Gandhinagar
46 MIT Pune
47 UVCE Bangalore
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
84 | P a g e
48 SSN College of Engg Chennai
49 UCE, Osmania University Hyderabad
50 Nirma Univ of Science & Tech Ahmedabad
51 College of Engineering Thiruvananthapuram
52 Sardar Patel Coll of Engg Mumbai
53 NIT Hamirpur
54 PES Inst of Technology Bangalore
55 SRM Institute of Sc & Tech Chennai
56 BMS College of Engineering Bangalore
57 Amrita Inst of Tech & Sc Coimbatore
58 SASTRA Thanjavur
59 National Institute of Engg Mysore
60 Bangalore Inst of Tech Bangalore
61 Chaitanya Bharathi Inst of Tech Hyderabad
62 MEPCO Schlenk Engg College Sivakasi
63 ICFAI Inst of Sc & Tech Hyderabad
64 JNTU Kakinada
65 SJ College of Engineering Mysore
66 NIT Jalandhar
67 MS Ramaiah Inst of Tech Bangalore
68 Satyabhama Engg College Chennai
69 Karunya University Coimbatore
70 Sri Ramdeobaba KN Engg College Nagpur
71 Kongu Engg College Erode
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
85 | P a g e
72 NIT Raipur
73 SGS Inst of Tech & Sc Indore
74 NIT Patna
75 IIIT Bangalore
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
86 | P a g e
7.3 Appendix 3 Number of Districts for Completion of Work
Payment milestone for “Go Live” of application will be in accordance with the table below. This
is indicative and is based on the current information available with DIT.
S. No.
State No of districts considered for payment against 100% of Districts
No of districts considered for payment against 75% of Districts
No of districts considered for payment against 50% of Districts
No of districts considered for payment against 25% of Districts
1. Andaman & Nicobar 3 - 2 1
2. Andhra Pradesh 23 17 9 2
3. Arunachal Pradesh 16 12 6 2
4. Assam 27 20 10 3
5. Bihar 38 29 14 4
6. Chandigarh 1 - - -
7. Chhattisgarh 27 20 13 6
8. D&N Haveli 1 - - -
9. Daman & Diu 2 - 1 -
10. Delhi 9 7 3 1
11. Goa 2 - 1 -
12. Gujarat 26 20 10 2
13. Haryana 21 16 8 2
14. Himachal Pradesh 12 9 5 1
15. Jammu & Kashmir 22 17 8 2
16. Jharkhand 24 18 9 2
17. Karnataka 30 23 11 3
18. Kerala 14 11 5 1
19. Lakshadweep 1 - - -
20. Madhya Pradesh 50 38 19 5
21. Maharashtra 35 26 13 3
22. Manipur 9 7 3 1
23. Meghaylaya 7 5 3 1
RFP for Selection of Consultancy Agency for SPMU for scheme for State Roll-out of e-district MMP
87 | P a g e
24. Mizoram 8 6 3 1
25. Nagaland 11 8 4 1
26. Orissa 30 23 11 3
27. Puducherry 2 - 1 -
28. Punjab 20 15 8 2
29. Rajasthan 33 25 12 3
30. Sikkim 4 3 2 1
31. Tamil Nadu 32 24 12 3
32. Tripura 8 6 4 2
33. Uttar Pradesh 75 56 28 7
34. Uttarakhand 13 10 5 2
35. West Bengal 19 14 7 2