rajcomp info services limited document (risl) title

192
RajCOMP Info Services Limited (RISL) RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0) 2017

Upload: others

Post on 18-Mar-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

cument History

Overview Procurement Policy Manual for RajCOMP Info Services Limited

Document

Title

RajCOMP Info Services Limited- Manual on Policies and Procedures for

Procurement

Document

Status

Final

Abstract This document provides a broad framework and guidelines for RajCOMP

Info Services Limited Staff in carrying out various procurement activities.

Document Publication History

Date Author Version Remark

17th February 2011 Dr. S.S. Vaishnava V3 Final Version

Distribution

Version Name Location

Final MD RajComp Info Services

Limited

RajComp Info Services Limited office, Jaipur

Secretary (IT) RajComp Info Services Limited office, Jaipur

Document History {to be deleted by the POIC while drafting the bidding document}

RajCOMP Info Services Limited (RISL)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

2017

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 2 of 192

Table of Contents

ABBREVIATIONS & DEFINITIONS ................................................................................................................ 7

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB) .............................................................. 11

2. PROJECT PROFILE & BACKGROUND INFORMATION.................................................................... 13

1) Project Profile 13

2) About the Department 13

3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA .................................................................................. 14

-IN CASE OF CONSORTIUM, A CONSORTIUM AGREEMENT MUST BE SIGNED BY THE CONSORTIUM MEMBERS. THE

CONSORTIUM AGREEMENT MUST CLEARLY SPECIFY THE STAKE OF EACH MEMBER AND OUTLINE THEIR ROLES

AND RESPONSIBILITIES AS PER ANNEXURE 12 ...................................................................................................... 14

4. SCOPE OF WORK, DELIVERABLES & TIMELINES ............................................................................ 17

4.1. Details of work (SoW) 17

4.1.1. Design, Develop, Customization, Testing, Integration and deployment of Unified

Communication Gateway: 17

4.1.2. Connectivity 23

4.1.3. System Integration and Commissioning (Go Live) 23

4.1.4. Commissioning and Set up of Contact Centre Solution (as a part of integrated solution): 24

4.1.5. Operation and Maintenance (O&M) 26

4.1.6. Third Party Audit (TPA) 31

4.2. Project Duration: 31

4.3. Roles & Responsibilities of Stakeholders/ SI 32

4.3.1. Responsibilities of RISL: 32

4.4. Project Deliverables, Milestones ,Time Schedule & Payment Schedule 33

5. INSTRUCTION TO BIDDERS (ITB) ......................................................................................................... 39

1) Sale of Bidding/ Tender Documents 39

2) Pre-bid Meeting/ Clarifications 39

3) Changes in the Bidding Document 39

4) Period of Validity of Bids 40

5) Format and Signing of Bids 40

6) Cost & Language of Bidding 41

7) Alternative/ Multiple Bids 42

8) Bid Security 42

9) Deadline for the submission of Bids 43

10) Withdrawal, Substitution, and Modification of Bids 44

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 3 of 192

11) Opening of Bids 44

12) Selection Method: 45

13) Clarification of Bids 45

14) Evaluation & Tabulation of Technical Bids 45

15) Evaluation & Tabulation of Financial Bids 50

16) Correction of Arithmetic Errors in Financial Bids 51

17) Comparison of rates of firms outside and those in Rajasthan 51

18) Price/ purchase preference in evaluation 51

19) Negotiations 52

20) Exclusion of Bids/ Disqualification 52

21) Lack of competition 53

22) Acceptance of the successful Bid and award of contract 54

23) Information and publication of award 55

24) Procuring entity’s right to accept or reject any or all Bids 55

25) Right to vary quantity 55

26) Performance Security 55

27) Execution of agreement 56

28) Confidentiality 57

29) Cancellation of procurement process 57

30) Code of Integrity for Bidders 58

31) Interference with Procurement Process 59

32) Appeals 59

33) Stay of procurement proceedings 61

34) Vexatious Appeals & Complaints 61

35) Offenses by Firms/ Companies 61

36) Debarment from Bidding 62

37) Monitoring of Contract 63

6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT................................................. 64

Definitions 64

1) Contract Documents 65

2) Interpretation 65

3) Language 65

4) Joint Venture, Consortium or Association 66

5) Eligible Goods and Related Services 67

6) Notices 67

7) Governing Law 67

8) Scope of Supply 67

9) Delivery & Installation 68

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 4 of 192

10) Supplier’s/ Selected Bidder’s Responsibilities 68

11) Purchaser’s Responsibilities 68

12) Contract Price 69

13) Recoveries from Supplier/ Selected Bidder 69

14) Taxes & Duties 69

15) Copyright/ Intellectual Property Rights (IPR) 70

16) Confidential Information 70

17) Sub-contracting 71

18) Specifications and Standards 71

19) Packing and Documents 72

20) Insurance 72

21) Transportation 72

22) Inspection 73

23) Samples 73

24) Drawl of Samples 74

25) Testing charges 74

26) Rejection 74

27) Extension in Delivery Period and Liquidated Damages (LD) 75

28) Authenticity of Equipment 76

29) Warranty 77

30) Patent Indemnity 78

31) Limitation of Liability 79

32) Force Majeure 79

33) Change Orders and Contract Amendments 80

34) Termination 80

a) Termination for Default 80

b) Termination for Insolvency 81

c) Termination for Convenience 81

35) Exit Management 82

36) Settlement of Disputes 85

37) Risk and Title: 86

7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ................................................... 88

1) Service Level Standards/ Requirements/ Agreement 88

2.1. Definitions: 88

2.2. Interpretations. 88

2) Change Requests/ Management 94

ANNEXURE-1: BILL OF MATERIAL (BOM) ..................................................................................................... 97

ANNEXURE-2: PRE-BID QUERIES FORMAT .............................................................................................. 102

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 5 of 192

ANNEXURE-3: BIDDER’S AUTHORIZATION CERTIFICATE {TO BE FILLED BY THE BIDDER} .................. 103

ANNEXURE-4: CERTIFICATE OF CONFORMITY/ NO DEVIATION {TO BE FILLED BY THE BIDDER} ...... 104

ANNEXURE-5: MANUFACTURER’S AUTHORIZATION FORM (MAF) {TO BE FILLED BY THE OEMS} ..... 105

ANNEXURE-6: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS .......................... 106

{TO BE FILLED BY THE BIDDER (ON RS. 100/- NON-JUDICIAL STAMP PAPER)} .................................................... 106

ANNEXURE-7: FINANCIAL BID COVER LETTER & FORMAT .................................................................. 107

COVER LETTER {TO BE SUBMITTED BY THE BIDDER ON HIS LETTER HEAD} ................................................... 107

ANNEXURE-8: BANK GUARANTEE FORMAT {TO BE SUBMITTED BY THE BIDDER’S BANK} ...................... 117

ANNEXURE-9: DRAFT AGREEMENT FORMAT {TO BE MUTUALLY SIGNED BY SELECTED BIDDER AND

PROCURING ENTITY} ............................................................................................................................................. 122

ANNEXURE-10: COMPONENTS OFFERED – BOM .................................................................................... 131

ANNEXURE-11: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR TECHNICAL

EVALUATION ..................................................................................................................................................... 133

ANNEXURE-12: FORMAT FOR CONSORTIUM AGREEMENT ................................................................ 134

ANNEXURE-13: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ..................................... 137

ANNEXURE 14: INDICATIVE FUNCTIONAL REQUIREMENT SPECIFICATIONS: ................................. 138

ANNEXURE 15: MINIMUM QUALIFICATION OF THE RESOURCES: ....................................................... 181

ANNEXURE 16: TEMPLATE FOR COMMISSIONING CERTIFICATE ........................................................ 182

ANNEXURE-17: SIZING & DEPLOYMENT DETAILS .................................................................................... 183

ANNEXURE 18: COVERING LETTER OF THE BID ...................................................................................... 184

ANNEXURE 19: TENDER FORM ..................................................................................................................... 185

ANNEXURE 20: REFERENCE FOR SUBMISSION OF VARIOUS FORMS ................................................................. 187

ANNEXURE 21: SELF-DECLARATION ......................................................................................................... 191

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 6 of 192

Request for Proposal (RFP) Document for

Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Reference No. F4.3(177)/RISL/Tech/16/10152 Dated: 14.03.2017

Unique Bid No.: RISL/17/OCB/223

Mode of Bid Submission Online though eProcurement/ eTendering system at http://eproc.rajasthan.gov.in

Procuring Authority Managing Director, RISL, First Floor, C-Block, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur-302005 (Rajasthan)

Last Date & Time of Submission of Bid 19.04.2017 at 3:00 PM

Date & Time of Opening of Technical Bid 19.04.2017 at 4:00 PM

Bidding Document Fee: Rs. 5000/- (Rupees Five Thousands only)

Name of the Bidding Company/ Firm:

Contact Person (Authorised Bid Signatory):

Correspondence Address:

Mobile No. Telephone & Fax Nos.:

Website & E-Mail:

RajCOMP Info Services Limited (RISL)

First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj.)

Phone: 0141- 5103902 Fax: 0141-2228701

Web: http://risl.rajasthan.gov.in, Email: pkjangid.doit@rajasthan .gov.in

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 7 of 192

ABBREVIATIONS & DEFINITIONS

Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No.

21 of 2012) and Rules thereto

ACD Automatic Call Distribution

API Application Programming Interface

ASR Automatic Speech Recognition

Authorised

Signatory

The bidder’s representative/ officer vested (explicitly, implicitly, or through

conduct) with the powers to commit the authorizing organization to a

binding agreement. Also called signing officer/ authority having the Power

of Attorney (PoA) from the competent authority of the respective Bidding

firm.

BG Bank Guarantee

Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and

includes any tender, proposal or quotation in electronic format

Bid Security

A security provided to the procuring entity by a bidder for securing the

fulfilment of any obligation in terms of the provisions of the bidding

documents.

Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor

participating in the procurement/ bidding process with the procurement

entity

Bidding Document

Documents issued by the procuring entity, including any amendments

thereto, that set out the terms and conditions of the given procurement

and includes the invitation to bid

BoM Bill of Material

CCC Citizen Contact Centre

CIMD Computer Interface to Message Distribution

CIM Customer Interaction Management

CMC Contract Monitoring Committee

Competent Authority An authority or officer to whom the relevant administrative or financial

powers have been delegated for taking decision in a matter relating

to procurement. MD, RISL in this bidding document.

Contract/

Procurement

Contract

A contract entered into between the procuring entity and a successful

bidder concerning the subject matter of procurement

Contract/ Project

Period

The Contract/ Project Period shall commence from the date of issue of

Work order till 2 Years of Operations & Maintenance Services after

commissioning of the project.

COTS Commercial Off The Shelf Software

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 8 of 192

CRM Customer Relationship Management

Day A calendar day as per GoR/ GoI.

DeitY, GoI Department of Electronics and Information Technology, Government of

India

DoIT&C Department of Information Technology and Communications,

Government of Rajasthan.

DND Do Not Disturb

DTMF Dual Tone Multi Frequency

ESB Enterprise Service Bus

FAT Final Acceptance Test

FOR/ FOB Free on Board or Freight on Board

FMS Facility Management Services

FRS Functional Requirement Specification

GoI/ GoR Govt. of India/ Govt. of Rajasthan

Goods

All articles, material, commodities, electricity, livestock, furniture, fixtures,

raw material, spares, instruments, software, machinery, equipment,

industrial plant, vehicles, aircraft, ships, railway rolling stock and

any other category of goods, whether in solid, liquid or gaseous form,

purchased or otherwise acquired for the use of a procuring entity as well

as services or works incidental to the supply of the goods if the

value of services or works or both does not exceed that of the goods

themselves

GSM Global System for Mobile communication

ICT Information and Communication Technology.

IFB

Invitation for Bids (A document published by the procuring entity inviting

Bids relating to the subject matter of procurement and any amendment

thereto and includes notice inviting Bid and request for proposal)

INR Indian Rupee

ISI Indian Standards Institution

ISO International Organisation for Standardisation

ISDN Integrated Services Digital Network

IT Information Technology

ITB Instruction to Bidders

IVRS Interactive Voice Response /System

LD Liquidated Damages

LoI Letter of Intent

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 9 of 192

MIS Management Information System

NCB A bidding process in which qualified bidders only from within India are

allowed to participate

NeGP National e-Governance Plan of Government of India, Department of

Information Technology (DIT), Ministry of Communications and

Information Technology (MCIT), New Delhi.

NIB Notice Inviting Bid

Notification A notification published in the Official Gazette

OEM Original Equipment Manufacturer

O&M Operations and Maintenance

PAN Permanent Account Number

PBG Performance Bank Guarantee

PC Procurement/ Purchase Committee

PQ Pre-Qualification

Procurement

Process

The process of procurement extending from the issue of invitation to Bid

till the award of the procurement contract or cancellation of the

procurement process, as the case may be

Procurement/ Public

Procurement

The acquisition by purchase, lease, license or otherwise of works, goods

or services, including award of Public Private Partnership projects, by a

procuring entity whether directly or through an agency with which a

contract for procurement services is entered into, but does not include any

acquisition without consideration, and “procure” or “procured” shall be

construed accordingly

Project Site Wherever applicable, means the designated place or places.

PSD/ SD Performance Security Deposit/ Security Deposit

Purchaser/

Tendering Authority/

Procuring Entity

Person or entity that is a recipient of a good or service provided by a seller

(bidder) under a purchase order or contract of sale. Also called buyer.

RISL in this RFP document.

RajSWAN/ RSWAN Rajasthan State Wide Area Network

RISL RajCOMP Info Services Limited

RSDC Rajasthan State Data Centre, New IT Building, Jaipur

RVAT Rajasthan Value Added Tax

SAN Storage Area Network

Services

Any subject matter of procurement other than goods or works and includes

physical, maintenance, professional, intellectual, consultancy and

advisory services or any service classified or declared as such by a

procuring entity and does not include appointment of any person made by

any procuring entity

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 10 of 192

SMPP Short Message Peer-to-Peer

SMS Short Message Service

SMSC Short Message Service Centre

SLA

Service Level Agreement is a negotiated agreement between two parties

wherein one is the customer and the other is the service provider. It is a a

service contract where the level of service is formally defined. In practice,

the term SLA is sometimes used to refer to the contracted delivery time

(of the service) or performance.

SI System Integrator

SSDG State Services Delivery Gateway

SSO Single Sign On

State Government Government of Rajasthan (GoR)

SRS System Requirements Specification

State Public

Procurement Portal http://sppp.raj.nic.in

STQC Standardisation Testing and Quality Certification, Govt. of India

Subject Matter of

Procurement Any item of procurement whether in the form of goods, services or works

TCP Transmission Control Protocol

TIN Tax Identification Number

TPA Third Party Auditors

TPS Transactions Per Second

TTS Text To Speech

UAT User Acceptance Testing

UDP User Datagram Protocol

USSD Unstructured Supplementary Service Data

VAT/ CenVAT Value Added Tax/ Central VAT

VXML Voice Extensible Markup Language

WO/ PO Work Order/ Purchase Order

WAP Wireless Application Protocol

XML Extensible Markup Language

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 11 of 192

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 12 of 192

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 13 of 192

2. PROJECT PROFILE & BACKGROUND INFORMATION

1) Project Profile

Government of Rajasthan has been dedicated to implement a transparent and accountable

governance and with this intention Rajasthan has become one of the pioneer state in

implementing lots of innovative solutions for the benefit of citizens.

In its bid to increase its reach to the citizens, Rajasthan Government intends to leverage the

benefits of ICT and implement state of the art solution to enhance the effectiveness of

various schemes launched.

The Government of Rajasthan has already established a Citizen Contact Center (CCC) for

providing a single point of contact to citizens for availing non-emergency informational,

grievance and transactional services for all government departments. The CCC presently

delivers non-emergency G2C services to citizens over the phone through a single unique

number which is common for all the State services.

To fulfil the above requirement the state government is planning to implement an “unified

communication gateway” involving SMS/ USSD/ IVRS/ outbound calling/ voice transcription

solutions integrated with a contact centre solution which can be utilized as a service by

various ongoing and upcoming projects to provide innovative modes to citizens to interact

with the government.

RajCOMP Info Services Ltd. has been identified as the implementation agency for this

project.

2) About the Department

RajCOMP Info Services Ltd. (formerly RajCOMP) is a fully owned Government of Rajasthan

Company; it is a leading consulting organization in the field of Information Technology.

RajCOMP Info Services Ltd. (RISL) operates under the aegis of Government of Rajasthan.

RISL is designated State Designated Agency (SDA) for implementation of NeGP

Components i.e. State Data Centre (SDC), State Wide Area Network (SWAN), Common

Service Centre (CSC), State Service Delivery and other State’s Mission Mode Projects

(MMPs) and Facilitate State Government for implementing e-Procurement Project.

RISL takes up the activities of procuring and outsourcing of hardware, software, networking

components and other products and services on behalf of Government Departments/

Organization(users).

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 14 of 192

3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA

1) A bidder participating in the procurement process shall possess the following minimum pre-

qualification/ eligibility criteria.

S. No.

Basic Requirement

Specific Requirements Documents Required

1 Legal Entity The bidder should be a Proprietorship firm duly registered either under the Rajasthan Shops & Commercial Establishments Act, 1958 or any other Act of State/ Union, as applicable for dealing in the subject matter of procurement (Note: A self-certified declaration regarding the non-applicability of registration to any Act should be submitted by the bidder)

OR A company registered under Indian Companies Act, 1956

OR A partnership firm registered under Indian Partnership Act, 1932.

OR Consortium is also allowed. The consortium shall not consist of more than two companies/ corporations and shall be formed under a duly stamped consortium agreement. (Attach Proof).In a consortium, one of the partners shall be designated as a "Lead Partner". The Lead partner and the consortium partner shall be an IT/ ITeS Company/ Corporation. Every member of the consortium shall be equally responsible and jointly and severally liable for the successful completion of the entire project. In case of any issues, Lead Partner shall be responsible for all the penalties. A bidder cannot be partner in more than one consortium.

-Copy of valid Registration Certificates In case of company, - Copy of Certificates of incorporation

-in case of consortium, A Consortium Agreement must be signed by the consortium members. The Consortium Agreement must clearly specify the stake of each member and outline their roles and responsibilities as per Annexure 12

2 Financial: Turnover from IT/ ITeS

Average Annual Turnover of the bidder from IT/ ITeS during the last three financial years, i.e., from 01.04.2013 to 31.03.2016 (as per the last published audited balance sheets), should be at least Rs. 100 Cr.

CA Certificate with CA’s Registration Number/ Seal

3 Financial: Net Worth

The net worth of the bidder, as on 31.03.2016, should be Positive.

CA Certificate with CA’s Registration Number/ Seal

4 Technical Capability

The bidder must have successfully implemented at least one turn-key IT projects of worth Rs. 10 Crores and above. The projects should be similar in nature including application development (involving SMS or USSD or IVRS

Annexure-11 per project reference

And Work Order + Work Completion

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 15 of 192

S. No.

Basic Requirement

Specific Requirements Documents Required

or outbound calling or Contact Centre solution), supply, installation/ commissioning of solution and support services, for any State/ central Government/ Public sector companies or Banks or Financial Institutions or any Telecom Operators in the last five years from the date of submission of bid document.

OR

The bidder must have successfully implemented at least two turn-key IT projects of worth Rs. 5 Crores each and above. The projects should be similar in nature including application development (involving SMS or USSD or IVRS or outbound calling or Contact Centre solution), supply, installation/ commissioning of solution and support services, for any State/ central Government/ Public sector companies or Banks or Financial Institutions or any Telecom Operators in the last five years from the date of submission of bid document.

Certificates from the client;

OR Work Order + Self Certificate of Completion mentioning amount received till date (Certified by the CA);

OR Work Order + Phase Completion Certificate from the client

5 Tax registration and clearance

The bidder should have a registered number of i. VAT/ CST where his business is located ii. Service Tax iii. Income Tax / Pan number. The bidder should have cleared his VAT/ CST dues up to 31.12.2016 to the Government.

Copies of relevant certificates of registration VAT/ CST clearance certificate from the Commercial Taxes Officer of the Circle concerned

6 Mandatory Undertaking

Bidder should: - a) not be insolvent, in receivership, bankrupt

or being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of the foregoing reasons;

b) not have, and their directors and officers not have, been convicted of any criminal offence related to their professional conduct

A Self Certified letter as per Annexure-21: Self-Declaration

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 16 of 192

S. No.

Basic Requirement

Specific Requirements Documents Required

or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

c) not have a conflict of interest in the procurement in question as specified in the bidding document.

d) comply with the code of integrity as specified in the bidding document.

8 Joint Venture/ Consortium

In the case of a Consortium: - a) all parties shall sign the bid and they shall

be jointly and severally liable; and b) One of the company/ firm shall be

nominated as ‘Lead Bidder’ who shall have the authority to conduct all business for and on behalf of any or all the parties of the Consortium during the bidding process. In the event, the bid is accepted, either they shall form a registered firm or otherwise all the parties to Consortium shall sign the Agreement

c) In such a case, for eligibility criteria mentioned in Sl. No. 2 and 4 capability of both the lead bidder and the consortium partner will be considered jointly. Additionally, for all rest of the eligibility criteria, both the lead bidder and the consortium partner should satisfy each criteria individually

2) In addition to the provisions regarding the qualifications of the bidders as set out in (1) above: -

a. The procuring entity shall disqualify a bidder as per the provisions under “Clause: Exclusion/

Disqualification of bids in Chapter-5: ITB”; and

b. The procuring entity may require a bidder, who was pre-qualified, to demonstrate its

qualifications again in accordance with the same criteria used to pre-qualify such bidder. The

procuring entity shall disqualify any bidder that fails to demonstrate its qualifications again,

if requested to do so. The procuring entity shall promptly notify each bidder requested to

demonstrate its qualifications again as to whether or not the bidder has done so to the

satisfaction of the procuring entity.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 17 of 192

4. SCOPE OF WORK, DELIVERABLES & TIMELINES

4.1. Details of work (SoW)

The primary scope of the work is to design, develop, implement and support a unified

communication gateway for Government of Rajasthan. The bidder shall be responsible to undertake

various Phase wise project related activities which are broadly mentioned in the following:

Design, Develop, Customization, Testing, Integration and deployment of Unified

Communication Gateway

Installation, commissioning of Contact Centre Solution and Integration with the Unified

Communication Gateway

System Integration and Commissioning (Go-Live)

Operations and Maintenance

4.1.1. Design, Develop, Customization, Testing, Integration and deployment of Unified

Communication Gateway:

The System Integrator needs to ensure the application development process as per the

standard life cycle of Software Development. The SI shall carry out the following activities

during application development and integration.

i. Brief Description of the Unified Communication Gateway:

The Unified Communication Gateway platform shall have following independent

components:

a) SMS Gateway (inbound and outbound)

b) Outbound Calling System

c) IVR System (inbound and outbound)

d) USSD System (push and pull)

e) Voice Biometrics

f) Voice Transcription

These components are expected to be functional at independent level but will provide their

API/Service interfaces to perform actions through them.

It has been envisaged that these components will be lying in a core component layer. Over

this layer, a wrapper layer will be provided with the software modules for each of the core

component. These modules will provide APIs/Services for various actions related to them.

These APIs/Services will also be hosted in the Raj Sewa Dwar (Enterprise Service Bus), which

is a centralized service platform to host and distribute the web services for different

applications.

An indicative architecture for the arrangement of these core components and their software

modules is as follows:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 18 of 192

Core Component Layer (H/w + S/w)

SMS Gateway (Pull and Push)

Citizen

Contact

Center

E-Mail Server TTS Engine

IVR Engine

USSD (Pull and Push)

Voice Biometric

Voice Transcription Engine

ASR Engine

Component Modules (S/w)

v

Raj Sewa Dwar (ESB)

(Web Services)

SMS Module IVR Module USSD Module

Voice Biometric Module

Voice Transcription Module

Outbound Calling Engine

Internet / RajNET /SecLANRAJSSO

Outbound Calling Module

Au

the

nti

ca

tio

n

Au

the

riza

tio

n

Application Modules

Unified Communication Gateway (e-

Sanchar 2.0) Web Portal

OBD

Campaign

Manager

Reality Check Campaign Manager (i-Facts)USSD System

CCC Call TranscriptionVoice Authentication System

Incoming IVR SMS Management System

e-Sanchar Web Service Host

E-Sanchar Web Services

The indicative functional requirement specifications (FRS) of each of the above components

are attached as Annexure-14.

ii. System Requirement Study:

The SI shall carry out a detailed systems study to refine the Functional Requirements

Specifications (FRS) provided as Annexure titled Indicative Functional Requirement

Specification to this RFP and formulate the System Requirements Specifications (SRS).

Under this category of the scope the SI will be responsible for the following:

a) Finalization of Functional Requirement Specification

b) Preparation of System requirement Specification (SRS) as per the latest IEEE

template

c) Preparation of other documents, project reports as required

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 19 of 192

d) During the system study the SI shall also propose the connectivity/ bandwidth

requirement along with the network deployment architecture for smooth

implementation of the unified communication gateway solution.

iii. Design, Development and customization of “Unified Communication Gateway”:

Selected Bidder shall be responsible for Design, Develop, Customization, Testing and

Deployment of Unified Communication Gateway solution

Detailed indicative functional requirements and functional design of the Unified

Communication Gateway solution is given in Annexure-titled Indicative Functional

Requirement Specification, of the RFP.

The bidder shall be responsible for studying the existing e-Sanchar and i-Facts

applications and understand the existing data of these applications so that similar

functionalities and reporting could be developed as a part of the new proposed solution.

The existing data needs to be migrated to the new solution to be developed under the

scope of this RFP. Both of these applications are web applications developed with

ASP.NET and MS SQL Server/ Oracle as backend database, deployed in RSDC and

can be studied by the bidder accordingly.

The stack for design/ develop, customization and deployment of Unified Communication

Gateway solution which are available with DoIT&C/ RISL at the RSDC are given below:

S. No. Item Description Products Available

1) Application Service IBM Websphere Application Server / Windows Server

2) Web Server IBM Websphere Application Server / Windows Server

3) Database Server Oracle Server / SQL Server/ PostgreSQL

These above mentioned components shall be provided by RISL/ RSDC/ DoIT&C and

bidder need not include the cost of these products in the financial bid. Bidder needs to

however provide quote for other components to be used in their application in the

financial bid.

Selected Bidder shall be responsible for the following:

Preparation of Software Design Document including Class Diagram, ER Diagram/

Database table structure, Traceability Matrix etc.

a) The bidder shall prepare & submit System Design Document (SDD) / Process

Design Report based on principles of enterprise and service oriented architecture to

provide for a secure and scalable solution. The design should be modular. SI shall

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 20 of 192

submit the SDD including

Solution Architecture

Application Architecture

Network Architecture

Security Architecture

Deployment Architecture

Database Design – tables, stored procedures, functions etc.

Brief Description of Modules/ Screen/ Functionality

b) An industry standard methodology should be adopted for Software Engineering,

covering the entire SDLC (Software Development Life Cycle).

c) The bidder shall be responsible for

i). The solution should have all the provisions and functionalities as per the

requirements of RISL. Indicative functionalities are mentioned in the Annexure

titled Indicative Functional Requirement Specifications.

ii). Development of necessary interfaces (web services and APIs) for integration

and providing necessary services to other databases/ applications

iii). To maintain information security during transaction the developed application

should support both HTTP and HTTPS (SSL certificate to be deployed by the

bidder on the Web/ Application Server for the entire project duration).

iv). The Solution must have integrated security/ monitoring feature of Digital Time

and User Stamping of each transaction pertaining to CDR

d) Audit trail should be maintained, all deleted & edited records should be traceable

and copy of all editions/ deletions should be available with MIS reporting of the

same. The audit trail should be preserve in securely and No user other than

authorise should be allowed to modify audit record.

e) The SI shall have to maintain a web based online call log register with all the

necessary details/ references and submit the report from same to the nodal officer

as and when required.

f) The SI would be required to provide version control and archiving facility for

database and solution platform as strict version control is necessary for legal

accountability, and disaster recovery. Versioning should also allow contributors to

know whether team is working with the latest version, and allow them to merge

changes made in separate versions when needed.

g) Deployment of Resources:

All necessary resources required for smooth implementation of this Unified

Communication Gateway shall be deployed onsite

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 21 of 192

iv. Software testing of the Unified gateway Solution

i. The cost of the testing (other than Third Party auditing) shall be borne by the bidder

ii. The selected bidder shall be responsible for the following:

Conducting testing of various components/ modules of the software

developed, as per the latest version of the IEEE 730 standards.

Designing the Testing strategy, Test Cases

Obtaining sign-off on testing approach and plan.

v. Deployment and Configuration of Unified Communication Gateway Solution

a) The bidder shall obtain Safe to Host Certificate (on his cost from the agencies

empanelled by cert.in, GoI or as suggested by RSDC)

b) The selected SI shall be provided with required infrastructure at Rajasthan State

Data Centre (RSDC) to host application. The list of Infrastructure hardware and

software to be provided by RSDC is attached as Annexure 1 of this RFP document.

c) Configuration with RSDC infrastructure: The selected bidder shall be responsible to

configure the Unified Communication Gateway solution with existing infrastructure

at RSDC and its DR site(s) like DNS Server, backup server, EMS server, application

load balancer and other infrastructure required for smooth implementation of the

project. SI shall comply with all the policies of RSDC. The bidder should note that

the solution should be deployed in HA mode for which necessary provisions should

be made in the proposed solution.

vi. Integration with External Agencies

a) Integration with existing Citizen Call Centre (CCC): RISL intends to evaluate the

options of integrating the Unified Communications Gateway against procuring an

enhanced Call Center Solution. For this

1. The SI shall conduct a detailed study of the products and functioning of the

existing CCC for understanding the integration requirements. The SI shall

develop necessary interfaces for enabling smooth integration of the unified

communication gateway with the CCC.

The details of existing solution of CCC are mentioned below:

ACD-IVRS Recording and CTI Integration Server – Wipro NetSor Unified

Series

CRM Solution- MS Dynamics CRM 2011

IVRS and Recording Solution- Aspect

Backup Store Manager – IBM Tivoli Store Manager

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 22 of 192

EMS Client Server – CA Wily- 9.2.6.0/ CA ITCM- r12.5.0.0

Broad level integration requirement: For incoming IVR, system should be able

to transfer the call to CCC IVR on selection of some option. A call id and phone

number shall also be passed as parameters. On completion of the call at CCC

IVR end, relevant call statistics and details will be returned by CCC IVR to

system's IVR that need to be stored in the application database accordingly.

Bidders may visit the premises of RISL to study and understand the existing

infrastructure at its own cost.

2. Commissioning and Setting up of Call Centre Solution: Based on the project

requirement, RISL at any stage of the project may formally intimate the selected

bidder for implementing an enhanced call centre solution which should be an

integral part of the proposed solution. The selected bidder should complete this

task within the stipulated timeline as mentioned in this RFP. For this, the bidder

is expected to include the above module in the proposed integrated solution.

The indicative FRS of the call centre components are mentioned in the Annexure

titled Indicative Functional requirement Specifications. The detailed scope for

commissioning and set up of Contact Centre Solution is mentioned in section

4.1.4 of this RFP

b) Integration with Single Sign On (SSO): the SI shall configure the deployed solution

in such a way that the authentication and authorization should happen through SSO.

The SI shall study the mechanism of the existing SSO implemented in Rajasthan

Government. Based on the study, the SI shall be responsible for suggesting the best

way of integration and also ensure smooth integration with SSO. Currently the

c) Development of necessary web services and APIs for facilitating integration with

other applications/ databases of Government of Rajasthan

d) SI shall also be responsible to develop a preliminary application for testing of

integration of the developed “Unified Communication Gateway” solution

vii. User Acceptance Testing

The SI shall be responsible for:

a) Preparation and submission of detailed FAT/ UAT plans/ schedules/

procedures/ formats.

b) Prepare various use cases and scenarios

c) Performing Hardware and Software Testing: Conducting testing of various

components/ modules of the software developed, as per the latest version of

the IEEE 730 standards. The bidder shall be required to share the testing

documents and standards with the designated S/w testing team, wherever

applicable/ required.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 23 of 192

d) Assist Purchaser in carrying out user acceptance of solution.

e) System Test Cases with Results

f) UAT Case and Results

g) Rectifying the Hardware and Software issues/ bugs reported during the testing

up to the satisfaction of RISL

h) Performance Testing:

Bidder shall do the performance/ Load testing of the application using the

HP Load runner tool available with DoIT&C/ RISL

Response time for any pages/ requests should not be greater than 10

seconds and hardware utilization for application/ web server and database

server should not be more than 60%. Minimum hardware which shall be

provided for the performance testing is given below

o Application/ Web Server- 16 Cores, 64 GB RAM

o Database Server- 16 Cores, 64 GB RAM

i) Final approval/user acceptance of the software and system shall be given by

RISL after successful implementation and testing. This is the responsibility of

the bidder to obtain the UAT approval from the RISL

4.1.2. Connectivity

RISL shall select a Telecom Service Provider for providing necessary connectivity and

services (Outbound dialling, USSD, SMS etc.). Cost towards providing the connectivity shall

be borne by RISL. Apart from this the SI shall be responsible for the following:

i. Coordinate and assist RISL for identifying a suitable Telecom Service Provider and

designing the Service Level Agreement (SLA) for connectivity/ bandwidth and other

relevant services to be signed between the RISL and the Service Provider

ii. Coordination with RISL and nominated officials from Telecom Service provider for

Installation, Configuration, Testing and Commissioning and up-keeping of required

connectivity.

4.1.3. System Integration and Commissioning (Go Live)

i. The SI shall integrate the hardware, connectivity, system software and developed

solution and commission the whole project. The purchaser shall conduct Final

Acceptance Testing on receipt of intimation of commission of the whole project from

the bidder. Only after the acceptance of FAT reports by RISL the entire project would

be deemed to have been commissioned. After the successful commissioning of the

project, the system would be declared as Go-Live and enter into O&M/ FMS phase

and the selected bidder would also be issued a commissioning certificate (as per the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 24 of 192

format mentioned in Annexure titled “Template for Commissioning Certificate”) by

RISL.

ii. SI should provide all related documents viz. user manual (Role wise) as mentioned

in this RFP document.

iii. Transferring the ownership of all software developed/ customized/ configured/

procured. All licenses & support related documents should be in the name of RISL.

iv. The SI shall be responsible to extend support to all the Departmental Users to ensure

successful roll-out of the unified communication gateway services throughout the

state.

v. Training and Capacity Building

a) Training of staff is essential for ensuring that the software developed is actually

put to use. Hence, the selected bidder shall also ensure a proper hands-on

training to the designated end-users of RISL on the “Unified Communication

Gateway” developed by it so as to make them well conversant with the

functionalities, features and processes built in the entire solution

b) Selected bidder shall provide onsite training to the users of RISL. Train the

Trainer model shall be followed for which the SI shall provide a minimum 40 hours

training ( 3-4 hours per day ) for the designated trainees to be nominated by RISL

c) Training infrastructure like training space, Internet connection, Desktop, projector

etc. shall be provided by the RISL.

d) Selected bidder shall submit details of each training session including Attendance

Record (in Hard Copy)

4.1.4. Commissioning and Set up of Contact Centre Solution (as a part of integrated

solution):

This activity should be executed by the selected bidder after receiving formal intimation from

RISL for executing this task. The scope of work under establishment and commissioning of

ICT Infrastructure at CCC shall include the following activities:

i. Installation of ICT Infrastructure:

The installation of IT infrastructure (hardware and related software) as per Bill of Material

given in Annexure 1. The functional requirements of these applications and non-

functional requirements are available in Annexure 14 of this RFP.

The servers and server side infrastructure of the above module will be co-located at

the State Data Centre and shall thus be able to leverage common facilities in RSDC

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 25 of 192

like Facility Management, Power backup etc. the list of hardware and software that

could be provided by the RSDC is mentioned at Annexure 1

The selected bidder shall supply and install all the necessary hardware/ software

infrastructure as mentioned in the BoM and deploy the same at RSDC. Appropriate

manpower should be made available by selected bidder for the configuration and

maintenance of the above module (CRM/IVRS/CTI/Recording Solution). Selected

bidder shall be responsible for the uptime between SDC and agent area, measured

against SLA. RSDC shall only provide FMS and O&M for the backup and recovery,

vendor management for the hardware maintenance, OS configuration, patch

management for the OS and database in consultation with Selected Bidder.

The Selected Bidder shall follow the standard DR policies of Rajasthan State Data

Centre. DR policies shall be shared with the selected bidder.

ii. Customization and integration of applications

As part of the establishment of the CCC module, the Selected Bidder shall customize

and integrate the CCC module as per the requirements of RISL. The solution should

have the following functionalities

o Interactive Voice Response System

o Automatic Call Distribution

o Customer Relationship Management Application

o Computer Telephony Integration

o Recording Solution

Suitable reporting software should be available, as part of the above mentioned

module, to generate standard report formats to measure/ verify various SLAs, for

monitoring the performance of agents, IVRS, ACD etc. Selected Bidder has to

provide a portal for sharing reports so that the designated officers of Purchaser are

able to generate reports at Purchaser’s end. The key characteristics of the reports

shall include:

The reports should be in flexible report formats, such as xls, txt or any other user-

friendly structure including graphics depending on the request of the Purchaser from

time to time

iii. Content and SOP preparation: The Selected Bidder will be required to prepare detailed

Standard Operating Procedures and content & scripts for at least 2 information and 2

services for UAT and testing purposes before go-live.

iv. Assistance in User Acceptance Testing of the complete solution and incorporation of

feedback/ resolution of bugs: The primary goal of Acceptance Testing and Certification

is to ensure that the Project (including all the project components as discussed in the

scope of work) meets requirements, standards, specifications and performance. As part

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 26 of 192

of the acceptance testing and certification, the Selected Bidder will be responsible for

executing the activities as mentioned in point no. vii of section 4.1.1:

v. Facilitate Security Audit of the system and incorporation of feedback/ bugs: Post

UAT and incorporation of its feedback, the Selected Bidder will have to get the entire

integrated solution for CCC security audit as per point “v” of section 4.1.1. and section

4.1.6.

vi. Integration with the components of Unified Communication Gateway: the above

module should function as an integral part of Unified Communication Gateway as

mentioned in the SoW

vii. Go-Live: Go-Live of Contact Centre Module refers to the commissioning of the Contact

Centre Module and shall be accomplished when all activities mentioned under section

4.1.4. are completed

Note: the Selected Bidder shall be intimated by the RISL regarding initiating the

process of Commissioning and Set up of CCC anytime within the project duration.

The selected bidder shall complete the entire task within the specified timeline.

4.1.5. Operation and Maintenance (O&M)

The SI shall be responsible for Operation and Maintenance activities for two years

(extendable up to another two years based on the satisfactory performance and price quoted

for the 3rd and 4th year of Operation and Maintenance) post successful go-live of the

application. The broad activities to be conducted by the SI during the Operation and

Maintenance Phase are mentioned below:

i. Helpdesk Support (Incident / Problem Management):

a) The SI would setup a Helpdesk with one executive on 10X6 basis at RISL. To setup

helpdesk RISL shall provide a dedicated telephone line and necessary sitting

arrangements.

b) Deployment of Manpower: The SI shall be responsible for deploying Technical

Support Team of 2 members from 8 a.m. to 9 p.m. for fault rectification, fine tuning,

configuration/ re-configuration of the hardware and software of the proposed

integrated solution.

c) Help desk should be able to perform

• Handle issues of the departmental officials and other users.

• The Helpdesk persons should be accessible to all the departmental users

on telephone/ e-mail/ chat.

• The SI shall have to maintain a web based online complaint registration and

resolution system and it should also maintain all call logged along with status

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 27 of 192

with all the necessary details/ references. The SI will also provide a login to

the RISL official for logging and viewing the status of all the complaints

logged till date. The format of the report would be mutually decided later at

appropriate time.

• Once the complaint is registered by any user into the online system, the

system will create a ticket for the problem reported. The problem / ticket

should be closed only by that user after the resolution of the problem. The

SI shall be responsible for resolution of the issue and upon resolving the

reported issue, the SI shall update the status online which should be

intimated to the end user through email/ SMS

• Allow creation of a ticket for any problem faced by user and same should be

closed by them after the resolution of the problem

• Helpdesk staff shall escalate the problem to the Project Manager and

maintain the log/ status of the complaint in the online call log register.

• Reply to the queries/ feedback/ suggestions/ complaints from all the

stakeholders.

• Help desk should also provide necessary handholding support through

online/telephone line.

ii. Deployment of Resources:

SI shall depute minimum of following (for Sl. No. 1 & 2) OEM certified resources/

OEM resources at the RISL from starting day of go-live, to trouble shoot, manage,

replace and repair the developed and deployed solution and also lodge complaints

of the local support team for resolving the problems as per SLA till end of contract

period.

S. No Designation Numbers

1. Sr. Software Engineers 2

2. Jr. Software Engineer 2

3. Helpdesk Executive 1

Additionally Selected Bidder shall also deploy requisite number of resources offshore

to meet the Service levels given in the RFP. The minimum required technical

qualifications and experience details for the onsite resources are provided in

Annexure titled “Minimum Qualification of the Resources” of this RFP

document.’

a) During and after the end of the project period, the SI shall refrain from canvassing

RISL/ GoR and any of its associates with any claim for employment of the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 28 of 192

Selected Bidder’s personnel deployed under the project.

b) As Hindi is Official Language of the Government of Rajasthan, the SI has to

appoint personnel having proficiency with Hindi language.

c) The staff provided by the SI will perform their duties in accordance with the

instructions given by the designated officers of RISL from time to time. RISL will

examine the qualification, experience etc. of the personnel provided before they

are put on positions. The SI has to take approval from RISL for the proposed staff

before their deployment. RISL has every right to reject the personnel, if the same

is not acceptable, before or after commencement of the awarded work/ project.

d) Once deployed, the resources shall not be replaced by the SI. However resource

replacement may be allowed subject to the approval of RISL under the following

circumstances:

• Medical Emergency

• Resignation of the resource

iii. Corrective Maintenance:

a) The SI shall be responsible for up keep and maintenance of the specific hardware

being provided by the SI as a part of the deployed solution

b) The SI shall be responsible for troubleshooting of hardware problem of all

supplied equipment and rectification of the same.

c) Documentation of problems, isolation, cause and rectification procedures for

building knowledge base for the known problems.

iv. Vendor Management Services

a) The SI shall coordinate with external vendors, for upkeep of equipment deployed

to meet the SLA and shall liaison with various vendors/OEMS for all items as

described in BoM Annexure -1 of this RFP

b) The SI should maintain database of the various vendors and service providers,

including vendors for hardware under warranty, service providers etc. with details

like contact person, telephone numbers, escalation matrix, response time and

resolution time commitments etc.

c) The SI should, if required escalate and log calls with vendors/ OEM and other

service providers and coordinate with them to get the problems resolved.

d) Coordination with the Telecom Service Provider for ensuring Operations and

Maintenance of networking hardware to ensure compliance to the SLAs as

offered by Service Provider.

e) Responsible for SLA Monitoring, Fault Reporting, and co-ordinate for

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 29 of 192

Troubleshooting with the Telecom Service provider to rectify network error (if

required).

v. Support Services for developed Solution

a) The SI shall be responsible for deploying sufficient manpower or the entire

Operation and Maintenance phase of 2 years from the date of commissioning of

the project} at the NOC of RSDC for application support/ maintenance purpose

in consultation with the Data Centre Operator (DCO).

b) Overall administration, operations, monitoring, maintenance of the deployed

solution and the Database to ensure the desired uptime.

c) To ensure periodic backup and recovery of Database and deployed solution as

per RSDR policy.

d) During O&M period RISL may request SI, to make necessary changes in the

layout, colour schema, MIS reports format, input forms layout. However, these

changes shall be suggested keeping in view that it should not transform in

database schema. The SI shall be responsible to make these changes at No

extra cost to purchaser.

e) Administration, support & maintenance throughout the project period. The SI shall

provide support on following activities

• Minor changes in developed application

• Bugs Fixing reported

f) Back office support required to update deployed solution, Maintain version control

and archives of source code and database

g) Download definitions/ patches/ updates/ upgrades/ service packs of the deployed

third party tools/middle ware Software, this includes infrastructure at RSDC and

other selected offices and to ensure the desired uptime.

h) The SI shall also be responsible for necessary enhancements in the overall

solution as per the requirement of RISL during the Operation and Maintenance

phase

i) The SI shall be responsible for providing Annual Technical Support for all the

deployed components as a part of the overall solution

vi. MIS Reports:

a) The SI shall have to submit certain key deliverables which are mentioned

hereunder. However, in addition to the reports/ deliverables as indicated below,

SI shall prepare and submit all other required information in the desirable format

as notified by the purchaser related to project.

b) The formats for all the reports shall be prepared by the SI and submitted to the

purchaser for approval. The reports submitted by the SI should strictly be in the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 30 of 192

approved format only which, if required, may be revised from time to time.

Sr. No.

Activity Indicative reports Frequency Time Frame

1. Software license management

Bidder has to ensure up to date licensing of all the software for the entire project period at its own cost and also maintain a MIS of the license details

NA Entire Project Period

2. Install, Move, Add, Change Report (IMAC)

Details of Hardware Equipment

Quarterly Within 1 Week of end of each Quarter

3. Vendor Management Report

Date wise details of calls logged with external vendor and their resolution time

Quarterly Within 1 Week of end of each Quarter

4. SLA Compliance Report

Consolidated Report on Calls Logged, Resolved and Escalated

Quarterly

(Hardcopy)

Within 1 Week of end of each Quarter

Log reports of help desk, Call resolved, unresolved and escalated issues

Monthly (Online / through email etc.)

Within 1 Week of end of each Month

5. Availability of Onsite Team

Attendance Report of Onsite team deployed at RISL duly approved by designated authority

Quarterly

(In Hardcopy)

Within 1 Week of end of each Quarter

vii. Warranty Support

The Selected Bidder shall be responsible for providing three years of onsite warranty

support and replacement of the hardware equipment (provided as a part of the overall

solution by the bidder) due to malfunctioning and ensure compliance of SLA as

mentioned in this RFP. Please refer clause no 29 of sec. 6 for details on warranty

viii. Coordination with Telecom Service Provider:

a) The SI shall be responsible for coordination and extending necessary support to

TSP for ensuring resolution of any reported issue.

ix. Commissioning and Integration of the Unified Communication Gateway (UCG)

at DR Site

a) Once the official DR site of RSDC is ready, RISL shall send an official intimation

to the SI for commissioning and integrating the UCG solution at the DR site.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 31 of 192

b) The SI shall commission and integrate the Unified Communication gateway at

the DR site within a span of 10 weeks from the time of official intimation by RISL

to the SI regarding the establishment of DR site.

c) The expected timeframe for the completion of commissioning UCG solution at

DR site shall be linked to the payment of the respective quarter in which the DR

site related work is expected to get completed.

d) In case there is any delay regarding commissioning and integration of UCG

solution at the DR site necessary deduction may be done according to the LD

clause of this RFP and the subsequent Quarterly payments from the expected

time of completion of DR site related activities may be stopped till the DR site is

successfully commissioned.

4.1.6. Third Party Audit (TPA)

i. A third party auditor may be appointed by RISL at its own cost. The TPA would be

selected separately by RISL

ii. The audit may cover one or more of the following aspects of the project: -

Functional requirement Review

Infrastructure Compliance Review

Penetration testing of the systems and networks (External and Internal)

Application Security Assessment

System Performance Testing/ Monitoring

Review and Assessment of Security Policies

Data Quality Review

iii. The SI shall be required to share the testing documents and standards with the

designated third party wherever applicable/ required.

iv. The purchaser may appoint the TPA for the entire project period including the

Operation and maintenance period. The TPA may conduct biannual or annual audits

as per the decision of RISL.

v. Based on the audit reports submitted by the TPA, the selected bidder shall make the

required changes to the deployed solution and incorporate the suggestions of the

auditor at no extra cost. The purchaser shall recover costs from the pending

payments or performance security on failure of the bidder to make the required

changes.

4.2. Project Duration:

i. The expected Contract/ Project Period is divided into two phases first is six (6)

months of Implementation Phase which shall commence from the date of award of

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 32 of 192

work order and thereafter two (2) years of Operation and Maintenance Phase after

successful Go-live and commissioning of the project.

ii. Based on the satisfactory performance of the SI, RISL may extend the Operation and

Maintenance period for another two years at a price quoted for 3rd and 4th year

Operation and Maintenance in the Financial bid.

iii. It is responsibility of SI to scale up the Support and Maintenance team as and when

required to confirm smooth project execution throughout the duration

4.3. Roles & Responsibilities of Stakeholders/ SI

4.3.1. Responsibilities of RISL:

a. Overall monitoring of the progress of the project

b. Conduct Project Implementation meeting

c. Coordination with all the stakeholder involved for successful implementation of the

project

d. Provide administrative support to the implementation agency

e. Review and approve project management plan and deliverables of the

implementation agency/ system integrator

f. Assist in getting statutory approval from the concerned authority

g. Review and monitoring of Change Management Initiatives

h. Facilitate for selection of the trainees

4.4. Project Deliverables, Milestones ,Time Schedule & Payment Schedule

Scope of Work Milestone Deliverable (Reports/ Documents &

Infra)

Time of

Completion

Payment

Schedule

Project Kick Off Project Plan (a) Detailed Project Plan with timelines (MPP/ .XLS or any other format chosen by the selected bidder

(b) Signed Service Level Agreement (SLA)

(c) Performance Security Deposit

T0 + 2 Weeks NA

Design, Develop,

Customization, Testing &

Integration of Unified

Communication Gateway

(except Citizen Contact

Center component)

Preform system requirement

study, prepare SRS/ FRS etc.

(section 4.1.1 of SoW)

(a) Approved Finalized Functional Requirement Specifications (FRS) and Connectivity (Bandwidth) Requirement report

(b) Approved Software Requirement Specifications (SRS)

T1=T0+22

weeks (Including

2 weeks for time

taken for UAT

acceptance)

50% of the

Summation of

the tendered

amount of the

actual

component

deployed as per

Sl. No. 1 to 27 of

the Price

Schedule (

Financial Bid)

Development and

Deployment of Unified

Communication Gateway

(section 4.1.1 of SoW)

(a) System Design Document (SDD) / Process Design Report

(b) Data migration from existing e-Sanchar and i-Facts applications to the new developed solution (if required)

(c) Beta Version Deployment report

(d) Testing Methodology including test cases and test plan and Test Results

Commissioning and Set up

of Citizen Contact Center

Solution

Go-Live of CCC component

(as per SoW in section 4.1.4)

(a) Solution Deployment, Integration with Communication Gateway and Customization Report

(b) UAT report

(c) G0-Live / Commissioning certificate

T2 = TCCC + 4

weeks (including

1 week for UAT)

80% of the

tendered amount

for the actual

deployed

components of

Contact Centre

solution (as per

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 34 of 192

Scope of Work Milestone Deliverable (Reports/ Documents &

Infra)

Time of

Completion

Payment

Schedule

Sl. No. 28 to sl.

No. 38 of the

financial bid).

Remaining 20 %

of the tendered

amount of the

actual deployed

components of

Contact Centre

Solution shall be

paid as equal

installments for

the remaining

quarters

Commissioning of Unified

Communication Gateway

Solution (Go-Live)

UAT and Go-Live

Hosting solution in

Production Server

Obtaining required

approvals and procedural

formalities for hosting

Providing Training to

nominated officials

(as per section 4.1.1. and

4.1.3. of the SoW)

(a) UAT Sign off of deployed solution

(b) Safe To Host Certificate

(c) Handing over of

i. Server and client edition perpetual licenses in the name of the purchaser for the various middleware/ and third party tools by the bidder to run the application.

(d) Installation & technical manuals

(e) User manual (Role wise) with visual help kits

(f) Submission of Commissioning Report

T1+2

Weeks

30% of the

Summation of

the tendered

amount of the

actual

component

deployed as per

Sl. No. 1 to 27 of

the Price

Schedule (

Financial Bid)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 35 of 192

Scope of Work Milestone Deliverable (Reports/ Documents &

Infra)

Time of

Completion

Payment

Schedule

(g) FAT (Final acceptance test ) and declaration of Go-Live

(h) Training Manual and completion of 40 hours of training along with attendance register hardcopy

Operation and Maintenance

for first year post

acceptance of the solution

FMS during O&M Successful

completion of O&M activities

and submission of associated

deliverables every quarter

during the O&M phase of the

project (as per section 4.1.5

of the SoW)

(a) Call resolution report as a part of Helpdesk support (resolution of incidents and problems reported) as per section 4.1.5. of the SoW

(b) MIS reports as per SOW (Section 4.1.5.) Operation & maintenance

Post Go Live

(frequency: Daily/

Monthly/

Quarterly) during

the first year of

O&M support

The following

amount shall be

summed and

paid in 4 equal

quarterly

payments

Remaining

10% of the

Summation of

the tendered

amount of the

actual

component

deployed as

per Sl. No. 1

to 27 of the

Price

Schedule (

Financial Bid)

Tendered

amount for the

first year of

O&M as per

Sl. No. 39 of

Support Services for

developed Unified

Communication Gateway

Solution

Perform activities related to

maintenance of deployed

solution as, defined in SoW

section (Section 4.1.5.)

(c) Successfully Completion activities related to maintenance of deployed solution, defined in SoW section (point v. of Section 4.1.5.)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 36 of 192

Scope of Work Milestone Deliverable (Reports/ Documents &

Infra)

Time of

Completion

Payment

Schedule

the financial

Bid

Operation and Maintenance

for second year post

acceptance of the solution

FMS during O&M Successful

completion of O&M activities

and submission of associated

deliverables every quarter

during the O&M phase of the

project (as per section 4.1.5

of the SoW)

(d) Call resolution report as a part of Helpdesk support (resolution of incidents and problems reported) as per section 4.1.5 of the SoW

(e) MIS reports as per SOW (Section 4.1.5.) Operation & maintenance

Post Go Live

(frequency: Daily/

Monthly/

Quarterly) during

the second year

of O&M support

The following

amount shall be

summed and

paid in 4 equal

quarterly

payments

Remaining

10% of the

Summation of

the tendered

amount of the

actual

component

deployed as

per Sl. No. 1

to 27 of the

Price

Schedule (

Financial Bid)

Tendered

amount for the

first year of

O&M as per

Sl. No. 40 of

the financial

Bid

Support Services for

developed Unified

Communication Gateway

Solution

Perform activities related to

maintenance of deployed

solution as, defined in SoW

section (Section 4.1.5.)

(f) Successfully Completion activities related to maintenance of deployed solution, defined in SoW section (point v. of Section 4.1.5.)

Note: It may be noted that the contract will be signed within 15 days of selection of the bidder.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 37 of 192

The entire implementation activities should be completed within 6 months of signing of contract. This will be followed by operations & maintenance

phase for 2 years post successful commissioning of the project.

(a) Any delay in the provision of connectivity to the SI by RISL shall not account for the delay on SI’s part. However the SI shall be responsible to

complete their independent milestones and deliverables as per the agreed timeline.

(b) The selected bidder has to design and implement a very detailed plan of implementation that seeks to execute several activities in parallel, adopts

critical path method and commits additional resources to activities falling behind schedule so as to keep up with the overall deadline of

implementation as mentioned above. The time specified for delivery and other activities as mentioned in the table above shall be deemed to be the

essence of the contract and the successful bidder shall arrange supplies and provide the required services within the specified period.

(c) T0 is the event marking RISL issuing the Work Order to the successful bidder (including the submission of the required PSD), who is also called the

System Integrator (SI).

(d) T1 is the event marked when RISL will provide User acceptance (UAT) once the report is submitted by the SI

(e) TCCC is the event marked when RISL intimates the SI to implement Call Centre Solution. The Selected Bidder shall be intimated by the RISL

regarding initiating the process of Commissioning and Set up of CCC anytime within the project duration. The selected bidder shall complete the

entire task within the specified timeline. The tendered amount for the components of the CCC shall be valid till the entire project duration as

mentioned in the RFP

(f) T2 is the even marked when RISL will provide the Go-Live certificate for Call Centre Solution

(g) TDR is the event marked when RISL intimates the SI for commissioning and integration of UCG at the DR Site.

(h) T3 is the event marked when RISL will provide the commissioning certificate for commissioning and integrating UCG at the DR Site

(i) Beta Version is the version of application deployed on staging environment at RSDC for UAT as per SRS

(j) The expected timeframe for the completion of commissioning UCG solution at DR site shall be linked to the payment of the respective quarter in

which the DR site related work is expected to get completed.

(k) In case there is any delay regarding commissioning and integration of UCG solution at the DR site necessary deduction may be done according to

the LD clause of this RFP and the subsequent Quarterly payments from the expected time of completion of DR site related activities may be stopped

till the DR site is successfully commissioned.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 38 of 192

(l) The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in writing, accompanied by invoices describing, as appropriate,

the goods delivered and related services performed, and by the required documents submitted pursuant to general conditions of the contract and

upon fulfilment of all the obligations stipulated in the Contract.

(m) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this Contract shall be Indian Rupees (INR) only.

(n) All remittance charges will be borne by the supplier/ selected bidder.

(o) In case of disputed items, the disputed amount shall be withheld and will be paid only after settlement of the dispute.

(p) Payment in case of those goods which need testing shall be made only when such tests have been carried out, test results received conforming to

the prescribed specification.

(q) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this bidding document, will be deducted from

the payments for the respective milestones.

(r) Taxes, as applicable, will be deducted/ paid as per the prevalent rules and regulations.

5. INSTRUCTION TO BIDDERS (ITB)

1) Sale of Bidding/ Tender Documents

a) The sale of bidding documents shall be commenced from the date of publication of Notice

Inviting Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The

complete bidding document shall also be placed on the State Public Procurement Portal and

e-Procurement portal. The prospective bidders shall be permitted to download the bidding

document from the websites and pay its price while submitting the Bid to the procuring entity.

b) The bidding documents shall be made available to any prospective bidder who pays the

price for it in cash or by bank demand draft, banker's cheque.

c) Bidding documents purchased by Principal of any concern may be used by its authorised

sole selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers

or vice versa.

2) Pre-bid Meeting/ Clarifications

a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect

of the bidding documents.

b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned

in the NIB and to clarify doubts of potential bidders in respect of the procurement and the

records of such conference shall be intimated to all bidders and where applicable, shall be

published on the respective websites.

c) The period within which the bidders may seek clarifications under (a) above and the period

within which the procuring entity shall respond to such requests for clarifications shall be as

under: -

a. Last date of submitting clarifications requests by the bidder: as per NIB

b. Response to clarifications by procuring entity: as per NIB

d) The minutes and response, if any, shall be provided promptly to all bidders to which the

procuring entity provided the bidding documents, so as to enable those bidders to take

minutes into account in preparing their bids, and shall be published on the respective

websites.

3) Changes in the Bidding Document

a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any

reason, whether on its own initiative or as a result of a request for clarification by a bidder,

modify the bidding documents by issuing an addendum in accordance with the provisions

below.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 40 of 192

b) In case, any modification is made to the bidding document or any clarification is issued which

materially affects the terms contained in the bidding document, the procuring entity shall

publish such modification or clarification in the same manner as the publication of the initial

bidding document.

c) In case, a clarification or modification is issued to the bidding document, the procuring entity

may, prior to the last date for submission of Bids, extend such time limit in order to allow the

bidders sufficient time to take into account the clarification or modification, as the case may

be, while submitting their Bids.

d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the

opportunity to modify or re-submit it, as the case may be, within the period of time originally

allotted or such extended time as may be allowed for submission of Bids, when changes are

made to the bidding document by the procuring entity:

Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered

for evaluation.

4) Period of Validity of Bids

a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/

bidding document. A Bid valid for a shorter period shall be rejected by the procuring entity

as non-responsive Bid.

b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional

circumstances, may request the bidders to extend the bid validity period for an additional

specified period of time. A bidder may refuse the request and such refusal shall be treated

as withdrawal of Bid and in such circumstances bid security shall not be forfeited.

c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get

extended the period of validity of bid securities submitted by them or submit new bid

securities to cover the extended period of validity of their bids. A bidder whose bid security

is not extended, or that has not submitted a new bid security, is considered to have refused

the request to extend the period of validity of its Bid.

5) Format and Signing of Bids

a) Bidders must submit their bids online at e-Procurement portal i.e.

http://eproc.rajasthan.gov.in.

b) All the documents uploaded should be digitally signed with the DSC of authorized signatory.

c) A Single stage Two part/ cover system shall be followed for the Bid: -

a. Technical Bid, including fee details, eligibility & technical documents

b. Financial Bid

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 41 of 192

d) The technical bid shall consist of the following documents: -

S. No.

Documents Type Document Format

Fee Details 1. Bidding document Fee (Tender Fee) Proof of submission (PDF) 2. RISL Processing Fee (e-Procurement) Instrument/ Proof of submission

(PDF) 3. Bid Security Instrument/ Proof of submission

(PDF)

Pre-Qualification and Technical Documents 4. Covering Letter of the Bid As per Annexure 18 5. Tender Form As per Annexure 19 6. Reference for Submission of various forms

and Documents As per Annexure 20

7. Bidder’s Authorization Certificate As per Annexure 3 8. Self-declaration As per Annexure 21 9. Certificate of Conformity/ No Deviation As per Annexure-4 (PDF) 10. Components Offered -BoM As per Annexure 10 11. Manufacturer’s Authorisation Form (MAF) As per Annexure-5 (Indicative

Format) (PDF) 12. Undertaking on Authenticity of Comp.

Equip. As per Annexure-6 (PDF)

13. FRS and Technical Compliance Sheet As per Annexure 14 14. Sizing and Deployment Details As per Annexure 17 15. Project reference as per the Technical

Evaluation Criteria As per Annexure 11

16. All documents as per the technical evaluation criteria

As per the format mentioned against the respective eligibility criteria clause (PDF)

17. Any other documents as per the requirement of RFP

b) Financial bid shall include the following documents: -

S. No.

Documents Type Document Format

1. Financial Bid – Cover Letter On bidder’s letter head duly signed by authorized signatory as per Annexure-7 (PDF)

2. Financial Bid - Format As per BoQ (.XLS) format available on e-Procurement portal

c) The bidder should ensure that all the required documents, as mentioned in this bidding

document, are submitted along with the Bid and in the prescribed format only. Non-

submission of the required documents or submission of the documents in a different format/

contents may lead to the rejections of the Bid submitted by the bidder.

6) Cost & Language of Bidding

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 42 of 192

a) The Bidder shall bear all costs associated with the preparation and submission of its Bid,

and the procuring entity shall not be responsible or liable for those costs, regardless of the

conduct or outcome of the bidding process.

b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the

Bidder and the procuring entity, shall be written only in English Language. Supporting

documents and printed literature that are part of the Bid may be in another language provided

they are accompanied by an accurate translation of the relevant passages in English/ Hindi

language, in which case, for purposes of interpretation of the Bid, such translation shall

govern.

7) Alternative/ Multiple Bids

Alternative/ Multiple Bids shall not be considered at all. Also, the bidder shall not quote for

multiple brands/ make/ models but only one in the technical Bid and should also mention the

details of the quoted make/ model in the “Annexure-10: Components Offered”.

8) Bid Security

Every bidder, if not exempted, participating in the procurement process will be required to furnish

the bid security as specified in the NIB.

a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State

Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and

Cooperative Societies which are owned or controlled or managed by the State Government

and Government Undertakings of the Central Government.

b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall

necessarily accompany the technical bid.

c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting

decision shall not be adjusted towards bid security for the fresh bids. The bid security

originally deposited may, however, be taken into consideration in case bids are re-invited.

d) The bid security may be given in the form of a banker’s cheque or demand draft or bank

guarantee, in specified format, of a scheduled bank. The bid security must remain valid thirty

days beyond the original or extended validity period of the bid.

e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form

and terms of the bid security, must be acceptable to the procuring entity.

f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the

acceptability of proposed issuer of a bid security or of a proposed confirmer, if required. The

procuring entity shall respond promptly to such a request.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 43 of 192

g) The bank guarantee presented as bid security shall be got confirmed from the concerned

issuing bank. However, the confirmation of the acceptability of a proposed issuer or of any

proposed confirmer does not preclude the procuring entity from rejecting the bid security on

the ground that the issuer or the confirmer, as the case may be, has become insolvent or

has otherwise ceased to be creditworthy.

h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of

successful bid and signing of Agreement and submitting performance security.

i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the

following cases, namely: -

a. when the bidder withdraws or modifies its bid after opening of bids;

b. when the bidder does not execute the agreement, if any, after placement of supply/ work

order within the specified period;

c. when the bidder fails to commence the supply of the goods or service or execute work

as per supply/ work order within the time specified;

d. when the bidder does not deposit the performance security within specified period after

the supply/ work order is placed; and

e. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified

in the bidding document.

j) Notice will be given to the bidder with reasonable time before bid security deposited is

forfeited.

k) No interest shall be payable on the bid security.

l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at

the amount of the Performance Security, or refunded if the successful bidder furnishes the

full amount of performance security.

m) The procuring entity shall promptly return the bid security after the earliest of the following

events, namely:-

a. the expiry of validity of bid security;

b. the execution of agreement for procurement and performance security is furnished by

the successful bidder;

c. the cancellation of the procurement process; or

d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding

documents stipulate that no such withdrawal is permitted.

9) Deadline for the submission of Bids

a) Bids shall be received online at e-Procurement portal and up to the time and date specified

in the NIB.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 44 of 192

b) Normally, the date of submission and opening of Bids would not be extended. In exceptional

circumstances or when the bidding document are required to be substantially modified as a

result of discussions in pre-bid meeting/ conference or otherwise and the time with the

prospective bidders for preparation of Bids appears insufficient, the date may be extended

by the procuring entity. In such case the publicity of extended time and date shall be given

in the manner, as was given at the time of issuing the original NIB and shall also be placed

on the State Public Procurement Portal, if applicable. It would be ensured that after issue of

corrigendum, reasonable time is available to the bidders for preparation and submission of

their Bids. The procuring entity shall also publish such modifications in the bidding document

in the same manner as the publication of initial bidding document. If, in the office of the Bids

receiving and opening authority, the last date of submission or opening of Bids is a non-

working day, the Bids shall be received or opened on the next working day.

10) Withdrawal, Substitution, and Modification of Bids

a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid

(technical and/ or financial cover) as per the instructions/ procedure mentioned at e-

Procurement website under the section "Bidder's Manual Kit".

b) Bids withdrawn shall not be opened and processes further.

11) Opening of Bids

a) The Bids shall be opened by the bid opening & evaluation committee on the date and time

mentioned in the NIB in the presence of the bidders or their authorised representatives who

choose to be present.

b) The committee may co-opt experienced persons in the committee to conduct the process of

Bid opening.

c) The committee shall prepare a list of the bidders or their representatives attending the

opening of Bids and obtain their signatures on the same. The list shall also contain the

representative’s name and telephone number and corresponding bidders’ names and

addresses. The authority letters, if any, brought by the representatives shall be attached to

the list. The list shall be signed by all the members of Bid opening committee with date and

time of opening of the Bids.

d) All the documents comprising of technical Bid/ cover shall be opened & downloaded from

the e-Procurement website (only for the bidders who have submitted the prescribed fee(s)

to RISL).

e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess

the prima-facie responsiveness and ensure that the: -

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 45 of 192

a. bid is accompanied by bidding document fee, bid security or bid securing declaration,

and processing fee (if applicable);

b. bid is valid for the period, specified in the bidding document;

c. bid is unconditional and the bidder has agreed to give the required performance security;

and

d. other conditions, as specified in the bidding document are fulfilled.

e. any other information which the committee may consider appropriate.

f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with

the proof of payment or instrument of the required price of bidding document, processing fee

and bid security.

g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and

time intimated to the bidders who qualify in the evaluation of technical Bids.

12) Selection Method:

Bidder would be selected on the basis of Least Cost Based Selection Method (LCBS) i.e. L1

method as specified in “Financial Evaluation Criteria” of clause titled “Evaluation &

Tabulation of Financial Bids”, wherein an eligible bidder with adequate technical competence

and the most competitive (lowest or L1) rates / quote would be selected for the implementation

of the project.

13) Clarification of Bids

a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid

evaluation committee may, at its discretion, ask any bidder for a clarification regarding its

Bid. The committee's request for clarification and the response of the bidder shall be through

the e-Procurement portal.

b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a

request by the committee shall not be considered.

c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except

to confirm the correction of arithmetic errors discovered by the committee in the evaluation

of the financial Bids.

d) No substantive change to qualification information or to a submission, including changes

aimed at making an unqualified bidder, qualified or an unresponsive submission, responsive

shall be sought, offered or permitted.

14) Evaluation & Tabulation of Technical Bids

a) Determination of Responsiveness

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 46 of 192

a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis

of bidding document and the provisions of pre-qualification/ eligibility criteria of the

bidding document.

b. A responsive Bid is one that meets the requirements of the bidding document without

any material deviation, reservation, or omission where: -

i. “deviation” is a departure from the requirements specified in the bidding document;

ii. “reservation” is the setting of limiting conditions or withholding from complete

acceptance of the requirements specified in the bidding document; and

iii. “Omission” is the failure to submit part or all of the information or documentation

required in the bidding document.

c. A material deviation, reservation, or omission is one that,

i. if accepted, shall:-

1. affect in any substantial way the scope, quality, or performance of the subject

matter of procurement specified in the bidding documents; or

2. limits in any substantial way, inconsistent with the bidding documents, the

procuring entity’s rights or the bidder’s obligations under the proposed contract;

or

ii. if rectified, shall unfairly affect the competitive position of other bidders presenting

responsive Bids.

d. The bid evaluation committee shall examine the technical aspects of the Bid in particular,

to confirm that all requirements of bidding document have been met without any material

deviation, reservation or omission.

e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements

set out in the bidding document, or it contains minor deviations that do not materially

alter or depart from the characteristics, terms, conditions and other requirements set out

in the bidding document, or if it contains errors or oversights that can be corrected without

touching on the substance of the Bid.

b) Non-material Non-conformities in Bids

a. The bid evaluation committee may waive any non-conformities in the Bid that do not

constitute a material deviation, reservation or omission, the Bid shall be deemed to be

substantially responsive.

b. The bid evaluation committee may request the bidder to submit the necessary

information or document like audited statement of accounts/ CA Certificate, Registration

Certificate, VAT/ CST clearance certificate, ISO/ CMMi Certificates, etc. within a

reasonable period of time. Failure of the bidder to comply with the request may result in

the rejection of its Bid.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 47 of 192

c. The bid evaluation committee may rectify non-material nonconformities or omissions on

the basis of the information or documentation received from the bidder under (b) above.

c) Technical Evaluation Criteria

a. Technical Evaluation Matrix:

S. No. Evaluation Criteria Point System Max Score

Supporting

1. Organization’s Average Turn Over (from IT/ ITeS) for the last three financial years (i.e. FY 2013-14, 2014-15 and 2015-16)

>= 200 Cr : 15 Marks

>= 150 Cr and <200 Cr. :

10 Marks

>= 100 Cr and <150 Cr: 5

Marks

15 CA Certificate

2. Prior Experience in IT/ ITeS

Organization’s experience in System Integration shall be evaluated as per the following:

>= 15 years: 15 Marks

>= 10 Years and < 15 Years

: 10 Marks

>=5 Years and < 10 Years :

5 Marks

15 Valid copy of Work Order. Experience shall be calculated from the date of issue of the Work Order

3. Implementation experience of Turn Key Projects

The Bidder's experience in implementing turn-key IT projects of value of Rs. 10 Cr and above. The projects should be similar in nature including application development (involving SMS or USSD or IVRS or voice transcription or outbound calling solution), supply, installation/ commissioning of solution, and support services for any State/ central Government/Public sector companies or Banks or Financial Institutions or any Telecom Operators in the last five years from the date of submission of bid document. Project Experience in terms of numbers of projects will be marked as per following:

3 or more Projects – 15 Marks

2 Projects – 12 Marks

1 Project - 10 Marks

(In case the project value is above Rs 5 Cr. and less than Rs.10 Cr, then 2 projects whose summation value is Rs. 10 Cr

20 Annexure-11 per project reference

And Work Order + Work Completion Certificates from the client;

OR Work Order + Self Certificate of Completion mentioning amount received till date (Certified by the CA);

OR Work Order + Phase Completion Certificate from the client

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 48 of 192

S. No. Evaluation Criteria Point System Max Score

Supporting

and above shall be considered as 1 project and the above mentioned marking criteria shall be applicable)

Please Note: if any of the

above stated project is of the

value of Rs 20 Crore and

above, an additional 5 marks

shall be awarded for the same

4. Project experience in successful implementation of Components of the unified gateway solution in any State/ UT/ central govt. of India during last 5 years

Bidder’s/ OEM’s Experience in successful implementation of the following solutions (similar to the requirements mentioned in this RFP) in India / abroad in last five years: o USSD Solution: 2 Marks o SMS/ solution: 2 Marks o IVRS solution: 3 Marks o Out Bound Calling

Solution: 2 Marks o Voice Biometric solution:

2 Marks o Voice Transcription

Solution: 2 Marks o Call Center Solution: 2

Marks

15 Annexure-11 per project reference

And Work Order + Work Completion Certificates from the client;

OR Work Order + Self Certificate of Completion mentioning amount received till date (Certified by the CA);

OR Work Order + Phase Completion Certificate from the client

5. Technical Proposal, Presentation and Solution Demonstration

Evaluation Parameters:

Detailed understanding of the scope of project: 10 Marks

Approach and Methodology:10 Marks

Live demonstration of

solutions sought : 15 Marks

35 The following topics must be clearly explained in the technical proposal of the bidders

Detailed understanding of the scope of project

Approach and Methodology

The detailed project plan along with the timelines

Training and Capacity Building approach

Project Organization

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 49 of 192

S. No. Evaluation Criteria Point System Max Score

Supporting

Details of proposed solution including Technology Stack (DB/ App. Server proposed for deployment)

Resource Deployment Plan during project implementation and Operations & Maintenance Phase

Total 100

a. For technical qualification a bidder has to secure min 70 marks as per the above

evaluation criteria

b. The eligible bidders whose bid is determined to be substantially responsive shall be

considered to be qualified in the technical evaluation, unless disqualified pursuant to

clause “Conflict of Interest” or “Disqualification”, and shall be informed, either in writing or

by uploading the details on the websites mentioned in the NIT, about the date, time and

place of opening of their financial bids.

c. The firms which could not qualify in technical evaluation will be informed about this fact.

Their financial bid will be returned unopened and EMD refunded after completion of the

bid process i.e. award of the contract to the best/ successful bidder.

d) Tabulation of Technical Bids

a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation

committee in the form of a comparative statement to evaluate the qualification of the

bidders against the criteria for qualification set out in the bidding document.

b. The members of bid evaluation committee shall give their recommendations below the

table as to which of the bidders have been found to be qualified in evaluation of Technical

Bids and sign it.

e) The number of firms qualified in technical evaluation, if less than three and it is considered

necessary by the procuring entity to continue with the procurement process, reasons shall

be recorded in writing and included in the record of the procurement proceedings.

f) The bidders who qualified in the technical evaluation shall be informed in writing about the

date, time and place of opening of their financial Bids.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 50 of 192

15) Evaluation & Tabulation of Financial Bids

Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the

procuring entity shall take following actions for evaluation of financial Bids:-

a) The financial Bids of the bidders who qualified in technical evaluation shall be opened online

at the notified time, date and place by the bid evaluation committee in the presence of the

bidders or their representatives who choose to be present;

b) the process of opening of the financial Bids shall be similar to that of technical Bids.

c) the names of the bidders, the rates given by them and conditions put, if any, shall be read

out and recorded;

d) conditional Bids are liable to be rejected;

e) In order to decide the L1 bidder, NPV (Net Present Value) of the payable amount shall be

taken into consideration as mentioned below:

Net Present Value of the bid shall be calculated as per following

Number of Periods (Quarters) within the first two years of Operation and Maintenance

is 8

Rate per quarter is 3% and rate per year is 12%

NPV = 0.8* C1+ NPV2 + NPV3 + NPV4 + NPV5

C1 = Sum of Items from Serial Number 1 to Serial Number 38 given in the financial bid

## (assuming that the commissioning of call centre component shall happen along

with other components of the Unified Gateway Solution)

Y = Cost of First Year of Operation and Maintenance (Serial Number 39)

Z = Cost of Second Year of Operation and Maintenance (Serial Number 40)

A = Cost of Third Year of Operation and Maintenance (Serial Number 41)

B = Cost of Fourth Year of Operation and Maintenance (Serial Number 42)

Note= NPV of part of C1 which is paid in initial six months is considered same at its

original value

NPV2 = {(0.1 *C1)/4 +( Y/4) } / (1.03)1 + {(0.1 *C1)/4 +( Y/4) } / (1.03)2 + {(0.1 *C1)/4 +(

Y/4) } / (1.03)3 + {(0.1 *C1)/4 +( Y/4) } / (1.03)4

NPV 3 = {(0.1 *C1)/4 +( Z/4) } / (1.03)5 + {(0.1 *C1)/4 +( Z/4) } / (1.03)6 + + {(0.1 *C1)/4

+( Z/4) } / (1.03)7 + {(0.1 *C1)/4 +( Z/4) } / (1.03)8

NPV4 = (A/4)/(1.03)9 + (A/4)/(1.03)10 + (A/4)/(1.03)11 + (A/4)/(1.03)12

NPV5 = (B/4)/(1.03)13 + (B/4)/(1.03)14 + (B/4)/(1.03)15 + (B/4)/(1.03)16

f) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per

law of the Central/ State Government/ Local Authorities, and the evaluation criteria specified

in the bidding documents shall only be applied;

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 51 of 192

g) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then

others in ascending order

h) the bid evaluation committee shall prepare a comparative statement in tabular form in

accordance with rules along with its report on evaluation of financial Bids and recommend

the lowest offer for acceptance to the procuring entity, if price is the only criterion, or most

advantageous Bid in other case;

i) The members of bids evaluation committee shall give their recommendations below the table

regarding lowest Bid or most advantageous Bid and sign it.

j) it shall be ensured that the offer recommended for sanction is justifiable looking to the

prevailing market rates of the goods, works or service required to be procured.

16) Correction of Arithmetic Errors in Financial Bids

The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids,

on the following basis, namely: -

a) if there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total price shall be

corrected, unless in the opinion of the bid evaluation committee there is an obvious

misplacement of the decimal point in the unit price, in which case the total price as quoted

shall govern and the unit price shall be corrected;

b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the

subtotals shall prevail and the total shall be corrected; and

c) if there is a discrepancy between words and figures, the amount in words shall prevail,

unless the amount expressed in words is related to an arithmetic error, in which case the

amount in figures shall prevail subject to clause (a) and (b) above.

17) Comparison of rates of firms outside and those in Rajasthan

While tabulating the financial Bids of those firms which are not entitled to price preference, the

element of Rajasthan Value Added Tax (RVAT) shall be excluded from the rates quoted by the

firms of Rajasthan and the element of Central Sales Tax (CST) shall be included in the rates of

firms from outside Rajasthan for financial bid evaluation purpose.

18) Price/ purchase preference in evaluation

a) Price and/ or purchase preference notified by the State Government (GoR) and as

mentioned in the bidding document shall be considered in the evaluation of Bids and award

of contract.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 52 of 192

b) Price preference to MSME - Also, the notification issued by Finance Department on

November 19, 2015 for giving preference to the local MSME shall be applicable to the bid

19) Negotiations

a) Except in case of procurement by method of single source procurement or procurement by

competitive negotiations, to the extent possible, no negotiations shall be conducted after the

pre-bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself.

b) Negotiations may, however, be undertaken only with the lowest or most advantageous

bidder when the rates are considered to be much higher than the prevailing market rates.

c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed

reasons and results of negotiations shall be recorded in the proceedings.

d) The lowest or most advantageous bidder shall be informed in writing either through

messenger or by registered letter and e-mail (if available). A minimum time of seven days

shall be given for calling negotiations. In case of urgency the bid evaluation committee, after

recording reasons, may reduce the time, provided the lowest or most advantageous bidder

has received the intimation and consented to regarding holding of negotiations.

e) Negotiations shall not make the original offer made by the bidder inoperative. The bid

evaluation committee shall have option to consider the original offer in case the bidder

decides to increase rates originally quoted or imposes any new terms or conditions.

f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder,

the bid evaluation committee may choose to make a written counter offer to the lowest or

most advantageous bidder and if this is not accepted by him, the committee may decide to

reject and re-invite Bids or to make the same counter-offer first to the second lowest or most

advantageous bidder, then to the third lowest or most advantageous bidder and so on in the

order of their initial standing and work/ supply order be awarded to the bidder who accepts

the counter-offer. This procedure would be used in exceptional cases only.

g) In case the rates even after the negotiations are considered very high, fresh Bids shall be

invited.

20) Exclusion of Bids/ Disqualification

a) A procuring entity shall exclude/ disqualify a Bid, if: -

a. the information submitted, concerning the qualifications of the bidder, was false or

constituted a misrepresentation; or

b. the information submitted, concerning the qualifications of the bidder, was materially

inaccurate or incomplete; and

c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the

bidding document;

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 53 of 192

d. the Bid materially departs from the requirements specified in the bidding document or it

contains false information;

e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed

to give, to any officer or employee of the procuring entity or other governmental authority

a gratification in any form, or any other thing of value, so as to unduly influence the

procurement process;

f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting

fair competition.

b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification

is discovered.

c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in

writing and shall be: -

a. communicated to the concerned bidder in writing;

b. published on the State Public Procurement Portal, if applicable.

21) Lack of competition

a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may

end-up with one responsive Bid only. In such situation, the bid evaluation committee would

check as to whether while floating the NIB all necessary requirements to encourage

competition like standard bid conditions, industry friendly specifications, wide publicity,

sufficient time for formulation of Bids, etc were fulfilled. If not, the NIB would be re-floated

after rectifying deficiencies. The bid process shall be considered valid even if there is one

responsive Bid, provided that: -

a. the Bid is technically qualified;

b. the price quoted by the bidder is assessed to be reasonable;

c. the Bid is unconditional and complete in all respects;

d. there are no obvious indicators of cartelization amongst bidders; and

e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the

bidding document

b) The bid evaluation committee shall prepare a justification note for approval by the next higher

authority of the procuring entity, with the concurrence of the accounts member.

c) In case of dissent by any member of bid evaluation committee, the next higher authority in

delegation of financial powers shall decide as to whether to sanction the single Bid or re-

invite Bids after recording reasons.

d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for

estimation of market depth, eligibility criteria and cost estimate.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 54 of 192

22) Acceptance of the successful Bid and award of contract

a) The procuring entity after considering the recommendations of the bid evaluation committee

and the conditions of Bid, if any, financial implications, trials, sample testing and test reports,

etc., shall accept or reject the successful Bid. If any member of the bid evaluation committee,

has disagreed or given its note of dissent, the matter shall be referred to the next higher

authority, as per delegation of financial powers, for decision.

b) Decision on Bids shall be taken within original validity period of Bids and time period allowed

to procuring entity for taking decision. If the decision is not taken within the original validity

period or time limit allowed for taking decision, the matter shall be referred to the next higher

authority in delegation of financial powers for decision.

c) Before award of the contract, the procuring entity shall ensure that the price of successful

Bid is reasonable and consistent with the required quality.

d) A Bid shall be treated as successful only after the competent authority has approved the

procurement in terms of that Bid.

e) The procuring entity shall award the contract to the bidder whose offer has been determined

to be the lowest or most advantageous in accordance with the evaluation criteria set out in

the bidding document and if the bidder has been determined to be qualified to perform the

contract satisfactorily on the basis of qualification criteria fixed for the bidders in the bidding

document for the subject matter of procurement.

f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the

successful bidder, in writing, that its Bid has been accepted.

g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent

to the concerned bidder by registered post or email and asked to execute an agreement in

the format given in the bidding documents on a non-judicial stamp of requisite value and

deposit the amount of performance security or a performance security declaration, if

applicable, within a period specified in the bidding documents or where the period is not

specified in the bidding documents then within fifteen days from the date on which the letter

of acceptance or letter of intent is dispatched to the bidder.

h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter

of Intent (LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as

the letter of acceptance or letter of intent is posted and/ or sent by email (if available) to the

address of the bidder given in the bidding document. Until a formal contract is executed, the

letter of acceptance or LOI shall constitute a binding contract.

i) The bid security of the bidders who’s Bids could not be accepted shall be refunded soon

after the contract with the successful bidder is signed and its performance security is

obtained.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 55 of 192

23) Information and publication of award

Information of award of contract shall be communicated to all participating bidders and published

on the respective website(s) as specified in NIB.

24) Procuring entity’s right to accept or reject any or all Bids

The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the

bidding process and reject all Bids at any time prior to award of contract, without thereby

incurring any liability to the bidders.

25) Right to vary quantity

a) If the procuring entity does not procure any subject matter of procurement or procures less

than the quantity specified in the

bidding documents due to change in circumstances, the bidder

shall not be entitled for any claim or compensation.

b) Repeat orders for extra items or additional quantities may be placed on the rates and

conditions given in the contract (if the original order was given after inviting open competitive

Bids). Delivery or completion period may also be proportionately increased. The limits of

repeat order shall be as under: -

1) 50% of the quantity of the individual items and 50% of the value of original contract in

case of works; and

2) 50% of the value of goods or services of the original contract.

26) Performance Security

a) Prior to execution of agreement, Performance security shall be solicited from all successful

bidders except the departments of the State Government and undertakings, corporations,

autonomous bodies, registered societies, co-operative societies which are owned or

controlled or managed by the State Government and undertakings of the Central

Government. However, a performance security declaration shall be taken from them. The

State Government may relax the provision of performance security in particular procurement

or any class of procurement.

b) The amount of performance security shall be 5%, of the amount of supply order in case of

procurement of goods and services. In case of Small Scale Industries (SSI) of Rajasthan, it

shall be 1% of the amount of quantity ordered for supply of goods and in case of sick

industries, other than SSI, whose cases are pending before the Board of Industrial and

Financial Reconstruction (BIFR), it shall be 2% of the amount of supply order.

c) Performance security shall be furnished in any one of the following forms: -

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 56 of 192

a. Bank Draft or Banker's Cheque of a scheduled bank;

b. National Savings Certificates and any other script/ instrument under National

Savings Schemes for promotion of small savings issued by a Post Office in

Rajasthan, if the same can be pledged under the relevant rules. They shall be

accepted at their surrender value at the time of bid and formally transferred in the

name of procuring entity with the approval of Head Post Master;

c. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank.

Other conditions regarding bank guarantee shall be same as mentioned in the

bidding document for bid security;

d. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring

entity on account of bidder and discharged by the bidder in advance. The procuring

entity shall ensure before accepting the FDR that the bidder furnishes an undertaking

from the bank to make payment/ premature payment of the FDR on demand to the

procuring entity without requirement of consent of the bidder concerned. In the event

of forfeiture of the performance security, the Fixed Deposit shall be forfeited along

with interest earned on such Fixed Deposit.

d) Performance security furnished in the form specified in clause [b.] to [e.] of (c) above shall

remain valid for a period of 60 days beyond the date of completion of all contractual

obligations of the bidder, including warranty obligations and maintenance and defect liability

period.

e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including

interest, if any, in the following cases:-

a. When any terms and condition of the contract is breached.

b. When the bidder fails to make complete supply as per RFP scope.

c. if the bidder breaches any provision of code of integrity, prescribed for bidders,

specified in the bidding document.

f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited.

g) No interest shall be payable on the PSD.

27) Execution of agreement

a) A procurement contract shall come into force from the date on which the agreement is

signed.

b) The successful bidder shall sign the procurement contract within 15 days from the date on

which the letter of acceptance or letter of intent is despatched to the successful bidder.

c) If the bidder, who’s Bid has been accepted, fails to sign a written procurement contract or

fails to furnish the required performance security within specified period, the procuring entity

shall take action against the successful bidder as per the provisions of the bidding document

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 57 of 192

and Act. The procuring entity may, in such case, cancel the procurement process or if it

deems fit, offer for acceptance the rates of lowest or most advantageous bidder to the next

lowest or most advantageous bidder, in accordance with the criteria and procedures set out

in the bidding document.

d) The bidder will be required to execute the agreement on a non-judicial stamp of specified

value at its cost and to be purchase from anywhere in Rajasthan only.

28) Confidentiality

a) Notwithstanding anything contained in this bidding document but subject to the provisions of

any other law for the time being in force providing for disclosure of information, a procuring

entity shall not disclose any information if such disclosure, in its opinion, is likely to: -

a. impede enforcement of any law;

b. affect the security or strategic interests of India;

c. affect the intellectual property rights or legitimate commercial interests of bidders;

d. affect the legitimate commercial interests of the procuring entity in situations that may

include when the procurement relates to a project in which the procuring entity is to make

a competitive bid, or the intellectual property rights of the procuring entity.

b) The procuring entity shall treat all communications with bidders related to the procurement

process in such manner as to avoid their disclosure to competing bidders or to any other

person not authorised to have access to such information.

c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling

the terms of the procurement contract, conditions aimed at protecting information, the

disclosure of which violates (a) above.

d) In addition to the restrictions specified above, the procuring entity, while procuring a subject

matter of such nature which requires the procuring entity to maintain confidentiality, may

impose condition for protecting confidentiality of such information.

29) Cancellation of procurement process

a) If any procurement process has been cancelled, it shall not be reopened but it shall not

prevent the procuring entity from initiating a new procurement process for the same subject

matter of procurement, if required.

b) A procuring entity may, for reasons to be recorded in writing, cancel the process of

procurement initiated by it -

a. at any time prior to the acceptance of the successful Bid; or

b. after the successful Bid is accepted in accordance with (d) and (e) below.

c) The procuring entity shall not open any bids or proposals after taking a decision to cancel

the procurement and shall return such unopened bids or proposals.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 58 of 192

d) The decision of the procuring entity to cancel the procurement and reasons for such decision

shall be immediately communicated to all bidders that participated in the procurement

process.

e) If the bidder who’s Bid has been accepted as successful fails to sign any written procurement

contract as required, or fails to provide any required security for the performance of the

contract, the procuring entity may cancel the procurement process.

f) If a bidder is convicted of any offence under the Act, the procuring entity may: -

a. cancel the relevant procurement process if the Bid of the convicted bidder has been

declared as successful but no procurement contract has been entered into;

b. rescind (cancel) the relevant contract or forfeit the payment of all or a part of the

contract value if the procurement contract has been entered into between the procuring

entity and the convicted bidder.

30) Code of Integrity for Bidders

a) No person participating in a procurement process shall act in contravention of the code of

integrity prescribed by the State Government.

b) The code of integrity include provisions for: -

a. Prohibiting

i. any offer, solicitation or acceptance of any bribe, reward or gift or any material

benefit, either directly or indirectly, in exchange for an unfair advantage in the

procurement process or to otherwise influence the procurement process;

ii. any omission, including a misrepresentation that misleads or attempts to mislead

so as to obtain a financial or other benefit or avoid an obligation;

iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency,

fairness and progress of the procurement process;

iv. improper use of information shared between the procuring entity and the bidders

with an intent to gain unfair advantage in the procurement process or for personal

gain;

v. any financial or business transactions between the bidder and any officer or

employee of the procuring entity;

vi. any coercion including impairing or harming or threatening to do the same, directly

or indirectly, to any party or to its property to influence the procurement process;

vii. any obstruction of any investigation or audit of a procurement process;

b. disclosure of conflict of interest;

c. disclosure by the bidder of any previous transgressions with any entity in India or any

other country during the last three years or of any debarment by any other procuring

entity.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 59 of 192

c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a

bidder or prospective bidder, as the case may be, the procuring entity may take appropriate

measures including: -

a. exclusion of the bidder from the procurement process;

b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;

c. forfeiture or encashment of any other security or bond relating to the procurement;

d. recovery of payments made by the procuring entity along with interest thereon at bank

rate;

e. cancellation of the relevant contract and recovery of compensation for loss incurred by

the procuring entity;

f. debarment of the bidder from participation in future procurements of the procuring entity

for a period not exceeding three years.

31) Interference with Procurement Process

A bidder, who: -

a) withdraws from the procurement process after opening of financial bids;

b) withdraws from the procurement process after being declared the successful bidder;

c) fails to enter into procurement contract after being declared the successful bidder;

d) fails to provide performance security or any other document or security required in terms

of the bidding documents after being declared the successful bidder, without valid

grounds,

shall, in addition to the recourse available in the bidding document or the contract,

be punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed

value of procurement, whichever is less.

32) Appeals

a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is

aggrieved that any decision, action or omission of the procuring entity is in

contravention to the provisions of the Act or the rules or guidelines issued thereunder, he

may file an appeal to such officer of the procuring entity, as may be designated by it for the

purpose, within a period of 10 days from the date of such decision or action, omission, as

the case may be, clearly giving the specific ground or grounds on which he feels aggrieved:

a. Provided that after the declaration of a bidder as successful in terms of “Award of

Contract”, the appeal may be filed only by a bidder who has participated in procurement

proceedings:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 60 of 192

b. Provided further that in case a procuring entity evaluates the technical Bid before the

opening of the financial Bid, an appeal related to the matter of financial Bid may be filed

only by a bidder whose technical Bid is found to be acceptable.

b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as

expeditiously as possible and shall endeavour to dispose it of within 30 days from the date

of filing of the appeal.

c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-

section within the period specified in (c) above, or if the bidder or prospective bidder or the

procuring entity is aggrieved by the order passed, the bidder or prospective bidder or the

procuring entity, as the case may be, may file a second appeal to an officer or authority

designated by the State Government in this behalf within 15 days from the expiry of the

period specified in (c) above or of the date of receipt of the order passed under (b) above,

as the case may be.

d) The officer or authority to which an appeal is filed under (c) above shall deal with the appeal

as expeditiously as possible and shall endeavour to dispose it of within 30 days from the

date of filing of the appeal:

e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be : First

Appellate Authority: Secretary, IT&C, GoR

Second Appellate Authority: Finance Department, GoR

f) Form of Appeal:

a. Every appeal under (a) and (c) above shall be as per Annexure-13 along with as

many copies as there are respondents in the appeal.

b. Every appeal shall be accompanied by an order appealed against, if any, affidavit

verifying the facts stated in the appeal and proof of payment of fee.

c. Every appeal may be presented to First Appellate Authority or Second Appellate

Authority, as the case may be, in person or through registered post or authorised

representative.

g) Fee for Appeal: Fee for filing appeal:

a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal

shall be rupees ten thousand, which shall be non-refundable.

b. The fee shall be paid in the form of bank demand draft or banker’s cheque of a

Scheduled Bank payable in the name of Appellate Authority concerned.

h) Procedure for disposal of appeal:

a. The First Appellate Authority or Second Appellate Authority, as the case may be,

upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and

documents, if any, to the respondents and fix date of hearing.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 61 of 192

b. On the date fixed for hearing, the First Appellate Authority or Second Appellate

Authority, as the case may be, shall,-

i. hear all the parties to appeal present before him; and

ii. peruse or inspect documents, relevant records or copies thereof relating to

the matter.

c. After hearing the parties, perusal or inspection of documents and relevant records or

copies thereof relating to the matter, the Appellate Authority concerned shall pass an

order in writing and provide the copy of order to the parties to appeal free of cost.

d. The order passed under (c) shall also be placed on the State Public Procurement

Portal.

i) No information which would impair the protection of essential security interests of India, or

impede the enforcement of law or fair competition, or prejudice the legitimate commercial

interests of the bidder or the procuring entity, shall be disclosed in a proceeding under an

appeal.

33) Stay of procurement proceedings

While hearing of an appeal, the officer or authority hearing the appeal may, on an application

made in this behalf and after affording a reasonable opportunity of hearing to the parties

concerned, stay the procurement proceedings pending disposal of the appeal, if he, or it, is

satisfied that failure to do so is likely to lead to miscarriage of justice.

34) Vexatious Appeals & Complaints

Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under the

“The Rajasthan Transparency Public Procurement Act 2012”, with the intention of delaying or

defeating any procurement or causing loss to any procuring entity or any other bidder, shall

be punished with fine which may extend to twenty lakh rupees or five per cent of the value of

procurement, whichever is less.

35) Offenses by Firms/ Companies

a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012” has

been committed by a company, every person who at the time the offence was committed

was in charge of and was responsible to the company for the conduct of the business of

the company, as well as the company, shall be deemed to be guilty of having committed

the offence and shall be liable to be proceeded against and punished accordingly:

Provided that nothing contained in this sub-section shall render any such person liable for

any punishment if he proves that the offence was committed without his knowledge or that

he had exercised all due diligence to prevent the commission of such offence.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 62 of 192

b) Notwithstanding anything contained in (a) above, where an offence under this Act has been

committed by a company and it is proved that the offence has been committed with the

consent or connivance of or is attributable to any neglect on the part of any director,

manager, secretary or other officer of the company, such director, manager, secretary or

other officer shall also be deemed to be guilty of having committed such offence and shall

be liable to be proceeded against and punished accordingly.

c) For the purpose of this section-

a. "company" means a body corporate and includes a limited liability partnership, firm,

registered society or co- operative society, trust or other association of individuals;

and

b. "director" in relation to a limited liability partnership or firm, means a partner in the

firm.

d) Abetment of certain offenses: Whoever abets an offence punishable under this Act,

whether or not that offence is committed in consequence of that abetment, shall be

punished with the punishment provided for the offence.

36) Debarment from Bidding

a) A bidder shall be debarred by the State Government if he has been convicted of an offence

a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or

b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law

for the time being in force, for causing any loss of life or property or causing a

threat to public health as part of execution of a public procurement contract.

b) A bidder debarred under (a) above shall not be eligible to participate in a procurement

process of any procuring entity for a period not exceeding three years commencing from

the date on which he was debarred.

c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in

terms of “Code of Integrity for bidders” above, it may debar the bidder for a period not

exceeding three years.

d) Where the entire bid security or the entire performance security or any substitute thereof,

as the case may be, of a bidder has been forfeited by a procuring entity in respect of any

procurement process or procurement contract, the bidder may be debarred from

participating in any procurement process undertaken by the procuring entity for a period

not exceeding three years.

e) The State Government or a procuring entity, as the case may be, shall not debar a bidder

under this section unless such bidder has been given a reasonable opportunity of being

heard.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 63 of 192

37) Monitoring of Contract

a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be

nominated by procuring entity to monitor the progress of the contract during its delivery

period.

b) During the delivery period the CMC shall keep a watch on the progress of the contract and

shall ensure that quantity of goods and service delivery is in proportion to the total delivery

period given, if it is a severable contract, in which the delivery of the goods and service is

to be obtained continuously or is batched. If the entire quantity of goods and service is to

be delivered in the form of completed work or entire contract like fabrication work, the

process of completion of work may be watched and inspections of the selected bidder’s

premises where the work is being completed may be inspected.

c) If delay in delivery of goods and service is observed a performance notice would be given

to the selected bidder to speed up the delivery.

d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor

in writing to the procuring entity and such change shall not relieve any former member of

the firm, etc., from any liability under the contract.

e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of

the contract unless he/ they agree to abide by all its terms, conditions and deposits with

the procuring entity through a written agreement to this effect. The bidder’s receipt for

acknowledgement or that of any partners subsequently accepted as above shall bind all of

them and will be sufficient discharge for any of the purpose of the contract.

f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof

to any other agency without the permission of procuring entity.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 64 of 192

6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT

Bidders should read these conditions carefully and comply strictly while sending their bids.

Definitions

For the purpose of clarity, the following words and expressions shall have the meanings hereby

assigned to them: -

a) “Contract” means the Agreement entered into between the Purchaser and the successful/

selected bidder, together with the Contract Documents referred to therein, including all

attachments, appendices, and all documents incorporated by reference therein.

b) “Contract Documents” means the documents listed in the Agreement, including any

amendments thereto.

c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the

Agreement, subject to such additions and adjustments thereto or deductions there from, as may

be made pursuant to the Contract.

d) “Day” means a calendar day.

e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the Purchaser

in accordance with the terms and conditions set forth in the Contract.

f) “Completion” means the fulfilment of the related services by the successful/ selected bidder in

accordance with the terms and conditions set forth in the Contract.

g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other

materials that the successful/ selected bidder is required to supply to the Purchaser under the

Contract.

h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the

bidding document.

i) “Related Services” means the services incidental to the supply of the goods, such as insurance,

installation, training and initial maintenance and other similar obligations of the successful/

selected bidder under the Contract.

j) “Subcontractor” means any natural person, private or government entity, or a combination of the

above, including its legal successors or permitted assigns, to whom any part of the Goods to be

supplied or execution of any part of the related services is subcontracted by the successful/

selected bidder.

k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a

combination of the above, whose Bid to perform the Contract has been accepted by the

Purchaser and is named as such in the Agreement, and includes the legal successors or

permitted assigns of the successful/ selected bidder.

l) “The Site,” where applicable, means the designated project place(s) named in the bidding

document.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 65 of 192

Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size,

make and drawings, etc., of the goods to be supplied and related services to be rendered. If the

bidder has any doubts as to the meaning of any portion of these conditions or of the specification,

drawing, etc., he shall, before submitting the Bid and signing the contract refer the same to the

procuring entity and get clarifications.

1) Contract Documents

Subject to the order of precedence set forth in the Agreement, all documents forming the

Contract (and all parts thereof) are intended to be correlative, complementary, and mutually

explanatory.

2) Interpretation

a) If the context so requires it, singular means plural and vice versa.

b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser

and the Supplier/ Selected bidder and supersedes all communications, negotiations and

agreements (whether written or oral) of parties with respect thereto made prior to the date of

Contract.

c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in

writing, is dated, expressly refers to the Contract, and is signed by a duly authorized

representative of each party thereto.

d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or

indulgence by either party in enforcing any of the terms and conditions of the Contract or the

granting of time by either party to the other shall prejudice, affect, or restrict the rights of that

party under the Contract, neither shall any waiver by either party of any breach of Contract

operate as waiver of any subsequent or continuing breach of Contract.

e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing,

dated, and signed by an authorized representative of the party granting such waiver, and

must specify the right and the extent to which it is being waived.

f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or

unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or

enforceability of any other provisions and conditions of the Contract.

3) Language

a) The Contract as well as all correspondence and documents relating to the Contract

exchanged by the successful/ selected bidder and the Purchaser, shall be written in English

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 66 of 192

language only. Supporting documents and printed literature that are part of the Contract may

be in another language provided they are accompanied by an accurate translation of the

relevant passages in the language specified in the special conditions of the contract, in which

case, for purposes of interpretation of the Contract, this translation shall govern.

b) The successful/ selected bidder shall bear all costs of translation to the governing language

and all risks of the accuracy of such translation.

4) Joint Venture, Consortium or Association

a) Unless otherwise specified in the special conditions of the contract, if the Supplier/ Bidder is

a joint venture, consortium, or association, all of the parties shall be jointly and severally

liable to the Purchaser for the fulfilment of the provisions of the contract and shall designate

one party to act as a leader with authority to bind the joint venture, consortium, or association.

b) The composition or the constitution of the joint venture, consortium, or association shall not

be altered without the prior consent of the purchaser.

c) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in

writing to the purchase officer and such change shall not relieve any former member of the

firm, etc., from any liability under the contract.

d) No new partner/ partners shall be accepted in the firm by the contractor in respect of the

contract unless he/they agree to abide by all its terms, conditions and deposits with the

purchase officer a written agreement to this effect. The contractor’s receipt for

acknowledgement or that of any partners subsequently accepted as above shall bind all of

them and will be sufficient discharge for any of the purpose of the contract.

e) <No new consortium agreement shall be allowed during the project period.

f) In Consortium, all the members shall be equally responsible to complete the project as per

their roles & responsibilities; however Lead partner shall give an undertaking for the

successful completion of the overall project. In case of any issues, Lead partner is the

responsible person for all the penalties.

g) The lead bidder is required to do majority (>50%) of the work. However, the lead bidder and

consortium partner is jointly and severely liable for the entire scope of work and risks involved

thereof.

h) The non-lead bidder (consortium partner) is liable for the scope of work for which they are

responsible along with the lead bidder.

i) Any change in the consortium at a later date will not be allowed without prior permission from

the tendering authority/ purchaser>.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 67 of 192

5) Eligible Goods and Related Services

a) For purposes of this Clause, the term “goods” includes commodities, raw material,

machinery, equipment, and industrial plants; and “related services” includes services such

as insurance, transportation, supply, installation, integration, testing, commissioning,

training, and initial maintenance.

b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM) should be

the ones which are produced in volume and are used by a large number of users in India/

abroad. All products quoted by the successful/ selected bidder must be associated with

specific make and model number, item code and names and with printed literature describing

configuration and functionality. Any deviation from the printed specifications should be

clearly mentioned in the offer document by the bidder/ supplier. Also, the bidder is to quote/

propose only one make/ model against the respective item.

c) The OEM/ Vendor/ bidder of the quoted product (hardware) must have its own registered

spares depot in India having adequate inventory of the equipment being quoted for providing

the necessary spares as per the requirements of the bidding document.

d) The OEM/ Vendor/ bidder of the quoted product should also have its presence through any

Distribution/ System Integration partner agreement.

e) Bidder must quote products in accordance with above clause “Eligible goods and related

services”.

6) Notices

a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the

address specified in the contract. The term “in writing” means communicated in written form

with proof of dispatch and receipt.

b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is

later.

7) Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan

State/ the Country (India), unless otherwise specified in the contract.

8) Scope of Supply

a) Subject to the provisions in the bidding document and contract, the goods and related

services to be supplied shall be as specified in the bidding document.

b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items

not specifically mentioned in the Contract but that can be reasonably inferred from the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 68 of 192

Contract as being required for attaining delivery and completion of the goods and related

services as if such items were expressly mentioned in the Contract.

c) The bidder shall not quote and supply and hardware/ software that is likely to be declared

as End of Sale in next 12 months and End of Service/ Support for a period of 3 Years from

the last date of bid submission. OEMs are required to mention this in the MAF for all the

quoted hardware/ software. If any of the hardware/ software is found to be declared as End

of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software with the

latest ones having equivalent or higher specifications without any financial obligation to the

purchaser.

9) Delivery & Installation

a) Subject to the conditions of the contract, the delivery of the goods and completion of the

related services shall be in accordance with the delivery and completion schedule specified

in the bidding document. The details of supply/ shipping and other documents to be furnished

by the successful/ selected bidder are specified in the bidding document and/ or contract.

b) The contract for the supply can be repudiated at any time by the purchase officer, if the

supplies are not made to his satisfaction after giving an opportunity to the bidder of being

heard and recording the reasons for repudiation.

c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the ordered

materials/ system as per specifications within the specified delivery/ completion period at

various departments and/ or their offices/ locations mentioned in the PO/ WO.

d) Shifting the place of Installation: The user will be free to shift the place of installation within

the same city /town/ district/ division. The successful/ selected bidder shall provide all

assistance, except transportation, in shifting of the equipment. However, if the city/town is

changed, additional charges of assistance in shifting and providing maintenance services for

remaining period would be decided mutually.

10) Supplier’s/ Selected Bidder’s Responsibilities

The Supplier/ Selected Bidder shall supply all the goods and related services included in the

scope of supply in accordance with the provisions of bidding document and/ or contract.

11) Purchaser’s Responsibilities

a) Whenever the supply of goods and related services requires that the Supplier/ Selected

Bidder obtain permits, approvals, and import and other licenses from local public authorities,

the Purchaser shall, if so required by the Supplier/ Selected Bidder, make its best effort to

assist the Supplier/ Selected Bidder in complying with such requirements in a timely and

expeditious manner.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 69 of 192

b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in

accordance with the general and special conditions of the contract.

12) Contract Price

a) The Contract Price shall be paid as specified in the contract subject to any additions and

adjustments thereto, or deductions there from, as may be made pursuant to the Contract.

b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related

Services performed under the Contract shall not vary from the prices quoted by the Supplier/

Selected Bidder in its bid, with the exception of any price adjustments authorized in the

special conditions of the contract.

13) Recoveries from Supplier/ Selected Bidder

a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made

ordinarily from bills.

b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged

or for rejected articles unless these are replaced satisfactorily. In case of failure to withhold

the amount, it shall be recovered from his dues and performance security deposit available

with RISL.

c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when

recovery is not possible, the Purchase Officer shall take recourse to law in force.

14) Taxes & Duties

a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid by RISL

as per prevailing rates.

b) For goods supplied from outside India, the successful/ selected bidder shall be entirely

responsible for all taxes, stamp duties, license fees, and other such levies imposed outside

the country.

c) For goods supplied from within India, the successful/ selected bidder shall be entirely

responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted

Goods to the Purchaser.

d) If any tax exemptions, reductions, allowances or privileges may be available to the

successful/ selected bidder in India, the Purchaser shall use its best efforts to enable the

successful/ selected bidder to benefit from any such tax savings to the maximum allowable

extent.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 70 of 192

15) Copyright/ Intellectual Property Rights (IPR)

The copyright/ IPR in all drawings, design documents, source code and other materials

containing data and information furnished to the Purchaser that has been developed/customized

by the Selected Bidder for the project herein shall remain vested in the Purchaser, or, if they are

furnished to the Purchaser directly or through the Supplier/ Selected Bidder by any third party,

including suppliers of materials, the copyright in such materials shall remain vested in such third

party."

16) Confidential Information

a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not,

without the written consent of the other party hereto, divulge to any third party any drawings,

documents, data, or other information furnished directly or indirectly by the other party hereto

in connection with the Contract, whether such information has been furnished prior to, during

or following completion or termination of the Contract.

b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such

documents, data, and other information it receives from the Purchaser to the extent required

for the Subcontractor to perform its work under the Contract, in which event the Supplier/

Selected Bidder shall obtain from such Subcontractor an undertaking of confidentiality

similar to that imposed on the Supplier/ Selected Bidder.

c) The Purchaser shall not use such documents, data, and other information received from the

Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the Supplier/

Selected Bidder shall not use such documents, data, and other information received from

the Purchaser for any purpose other than the design, procurement, or other work and

services required for the performance of the Contract.

d) The obligation of a party under sub-clauses above, however, shall not apply to information

that: -

i. the Purchaser or Supplier/ Selected Bidder need to share with RISL or other institutions

participating in the Contract;

ii. now or hereafter enters the public domain through no fault of that party;

iii. can be proven to have been possessed by that party at the time of disclosure and which

was not previously obtained, directly or indirectly, from the other party; or

iv. Otherwise lawfully becomes available to that party from a third party that has no

obligation of confidentiality.

e) The above provisions shall not in any way modify any undertaking of confidentiality given by

either of the parties hereto prior to the date of the Contract in respect of the supply or any

part thereof.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 71 of 192

f) The provisions of this clause shall survive completion or termination, for whatever reason, of

the Contract.

17) Sub-contracting

a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other

agency without the permission of Purchaser/ Tendering Authority.

b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts

awarded under the Contract, if not already specified in the Bid. Subcontracting shall in no

event relieve the Supplier/ Selected Bidder from any of its obligations, duties, responsibilities,

or liability under the Contract.

c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or

contract.

18) Specifications and Standards

a) All articles supplied shall strictly conform to the specifications, trademark laid down in the

bidding document and wherever articles have been required according to ISI/ ISO/ other

applicable specifications/ certifications/ standards, those articles should conform strictly to

those specifications/ certifications/ standards. The supply shall be of best quality and

description. The decision of the competent authority/ purchase committee whether the

articles supplied conforms to the specifications shall be final and binding on the supplier/

selected bidder.

b) Technical Specifications and Drawings

i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply

with the technical specifications and other provisions of the Contract.

ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design,

data, drawing, specification or other document, or any modification thereof provided or

designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the

Purchaser.

iii. The goods and related services supplied under this Contract shall conform to the

standards mentioned in bidding document and, when no applicable standard is

mentioned, the standard shall be equivalent or superior to the official standards whose

application is appropriate to the country of origin of the Goods.

c) Wherever references are made in the Contract to codes and standards in accordance with

which it shall be executed, the edition or the revised version of such codes and standards

shall be those specified in the bidding document. During Contract execution, any changes

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 72 of 192

in any such codes and standards shall be applied only after approval by the Purchaser and

shall be treated in accordance with the general conditions of the contract.

d) The supplier/ selected bidder must certify that all the goods are new, unused, and of the

agreed make and models, and that they incorporate all recent improvements in design and

materials, unless provided otherwise in the Contract.

e) The supplier/ selected bidder should further warrant that the Goods shall be free from defects

arising from any act or omission of the supplier/ selected bidder or arising from design,

materials, and workmanship, under normal use in the conditions prevailing in the place of

final destination.

19) Packing and Documents

a) The Supplier/ Selected Bidder shall provide such packing of the Goods as is required to

prevent their damage or deterioration during transit to their final destination, as indicated in

the Contract. During transit, the packing shall be sufficient to withstand, without limitation,

rough handling and exposure to extreme temperatures, salt and precipitation, and open

storage. Packing case size and weights shall take into consideration, where appropriate, the

remoteness of the final destination of the Goods and the absence of heavy handling facilities

at all points in transit.

b) The packing, marking, and documentation within and outside the packages shall comply

strictly with such special requirements as shall be expressly provided for in the Contract,

including additional requirements, if any, specified in the contract, and in any other

instructions ordered by the Purchaser.

20) Insurance

a) The Goods supplied under the Contract shall be fully insured against loss by theft,

destruction or damage incidental to manufacture or acquisition, transportation, storage, fire,

flood, under exposure to weather and delivery at the designated project locations, in

accordance with the applicable terms. The insurance charges will be borne by the supplier

and Purchaser will not be required to pay such charges if incurred.

b) The goods will be delivered at the FOR destination in perfect condition.

21) Transportation

a) The supplier/ selected bidder shall be responsible for transport by sea, rail and road or air

and delivery of the material in the good condition to the consignee at destination. In the event

of any loss, damage, breakage or leakage or any shortage the bidder shall be liable to make

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 73 of 192

good such loss and shortage found at the checking/ inspection of the material by the

consignee. No extra cost on such account shall be admissible.

b) All goods must be sent freight paid through Railways or goods transport. If goods are sent

freight to pay, the freight together with departmental charge @5% of the freight will be

recovered from the supplier’s/ selected bidder’s bill.

22) Inspection

a) The Purchase Officer or his duly authorized representative shall at all reasonable time have

access to the supplier’s/ selected bidder’s premises and shall have the power at all

reasonable time to inspect and examine the materials and workmanship of the goods/

equipment/ machineries during manufacturing process or afterwards as may be decided.

b) The supplier/ selected bidder shall furnish complete address of the premises of his factory,

office, go-down and workshop where inspection can be made together with name and

address of the person who is to be contacted for the purpose.

c) After successful inspection, it will be supplier’s/ selected bidder’s responsibility to dispatch

and install the equipment at respective locations without any financial liability to the

Purchaser. However, supplies when received at respective locations shall be subject to

inspection to ensure whether they conform to the specification.

23) Samples

a) When notified by the Purchaser to the supplier/ bidder/ selected bidder, Bids for articles/

goods marked in the BoM shall be accompanied by four sets of samples of the articles

quoted properly packed. Such samples if submitted personally will be received in the office.

A receipt will be given for each sample by the officer receiving the samples. Samples if sent

by train, etc., should be despatched freight paid and the R/R or G.R. should be sent under a

separate registered cover. Samples for catering/ food items should be given in a plastic box

or in polythene bags at the cost of the bidder.

b) Each sample shall be marked suitably either by written on the sample or on a slip of durable

paper securely fastened to the sample, the name of the bidder and serial number of the item,

of which it is a sample in the schedule.

c) Approved samples would be retained free of cost upto the period of six months after the

expiry of the contract. RISL shall not be responsible for any damage, wear and tear or loss

during testing, examination, etc., during the period these samples are retained.

The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of

stipulated period. RISL shall in no way make arrangements to return the samples. The

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 74 of 192

samples uncollected within 9 months after expiry of contract shall be forfeited by RISL and

no claim for their cost, etc., shall be entertained.

d) Samples not approved shall be collected by the unsuccessful bidder. RISL will not be

responsible for any damage, wear and tear, or loss during testing, examination, etc., during

the period these samples are retained. The uncollected samples shall be forfeited and no

claim for their cost, etc., shall be entertained.

e) Supplies when received may be subject to inspection to ensure whether they conform to the

specifications or with the approved samples. Where necessary or prescribed or practical,

tests shall be carried out in Government laboratories, reputed testing house like STQC

(ETDC) and the like and the supplies will be accepted only when the articles conform to the

standard of prescribed specifications as a result of such tests.

f) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser carry

out all such tests and/ or inspections of the Goods and Related Services as are specified in

the bidding document.

24) Drawl of Samples

In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of

supplier/ bidder/ selected bidder or his authorised representative and properly sealed in their

presence. Once such set shall be given to them, one or two will be sent to the laboratories and/

or testing house and the third or fourth will be retained in the office for reference and record.

25) Testing charges

Testing charges shall be borne by the Government. In case, test results showing that supplies

are not upto the prescribed standards or specifications, the testing charges shall be payable by

the selected bidder.

26) Rejection

a) Articles not approved during inspection or testing shall be rejected and will have to be

replaced by the selected bidder at his own cost within the time fixed by the Purchase Officer.

b) If, however, due to exigencies of RISL work, such replacement either in whole or in part, is

not considered feasible, the Purchase Officer after giving an opportunity to the selected

bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the

approved rates. The deduction so made shall be final.

c) The rejected articles shall be removed by the supplier/ bidder/ selected bidder within 15 days

of intimation of rejection, after which Purchase Officer shall not be responsible for any loss,

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 75 of 192

shortage or damage and shall have the right to dispose of such articles as he thinks fit, at

the selected bidder’s risk and on his account.

27) Extension in Delivery Period and Liquidated Damages (LD)

a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to

deliver any or all of the Goods or perform the Related Services within the period specified in

the Contract, the Purchaser may without prejudice to all its other remedies under the

Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the

percentage specified in (d) below for each week or part thereof of delay until actual delivery

or performance, up to a maximum deduction of the percentage specified in the bidding

document and/ or contract. Once the maximum is reached, the Purchaser may terminate the

Contract pursuant to clause “Termination”.

b) The time specified for delivery in the bidding document shall be deemed to be the essence

of the contract and the supplier/ selected bidder shall arrange goods supply and related

services within the specified period.

c) Delivery and installation/ completion period may be extended with or without liquidated

damages, if the delay in the supply of goods or service is on account of hindrances beyond

the control of the supplier/ selected bidder.

i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for

extending the delivery period of service, if he finds himself unable to complete the supply

of goods or service within the stipulated delivery period or is unable to maintain prorate

progress in the supply of goods or service delivery. This request shall be submitted as

soon as a hindrance in delivery of goods and service occurs or within 15 days from such

occurrence but before expiry of stipulated period of completion of delivery of goods and

service after which such request shall not be entertained.

ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of

goods and service and the period of delay occurred due to that and recommend the

competent authority on the period of extension which should be granted with or without

liquidated damages.

iii. Normally, extension in delivery period of goods and service in following circumstances

may be considered without liquidated damages:

a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if

the RISL was required to supply them to the supplier of goods or service provider as

per terms of the contract.

b. When delay has occurred in supply of materials etc. if these were required to be

supplied to the supplier or service provider by the RISL as per terms of the contract.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 76 of 192

iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment

to the contract with suitable denial clauses and with or without liquidated damages, as

the case may be, shall be issued. The amendment letter shall mention that no extra price

or additional cost for any reason, what so ever beyond the contracted cost shall be paid

for the delayed supply of goods and service.

v. It shall be at the discretion of the concerned authority to accept or not to accept the

supply of goods and/ or services rendered by the contractor after the expiry of the

stipulated delivery period, if no formal extension in delivery period has been applied and

granted. The competent authority shall have right to cancel the contract with respect to

undelivered goods and/ or service.

vi. If RISL is in need of the good and/ or service rendered after expiry of the stipulated

delivery period, it may accept the services and issue a letter of extension in delivery

period with usual liquidated damages and denial clauses to regularize the transaction.

d) In case of extension in the delivery and/ or installation/ completion/ commissioning period is

granted with full liquidated damages, the recovery shall be made on the basis of following

percentages of value of goods and/ or service which the supplier/ selected bidder has failed

to supply/ install/ complete : -

No. Condition LD %*

a. Delay up to one fourth period of the prescribed period of delivery,

successful installation and completion of work 2.5 %

b. Delay exceeding one fourth but not exceeding half of the prescribed period

of delivery, successful installation and completion of work 5.0 %

c. Delay exceeding half but not exceeding three fourth of the prescribed

period of delivery, successful installation and completion of work 7.5 %

d. Delay exceeding three fourth of the prescribed period of delivery,

successful installation and completion of work 10.0 %

i. Fraction of a day in reckoning period of delay in supplies, successful installation and

completion of work shall be eliminated, if it is less than half a day.

ii. The maximum amount of liquidated damages shall be 10% of the total value of the items

to be supplied in the particular phase.

iii. *The percentage refers to the payment due for the associated works/ goods/ service.

28) Authenticity of Equipment

a) The selected bidder shall certify (as per Annexure-6) that the supplied goods are brand new,

genuine/ authentic, not refurbished, conform to the description and quality as specified in

this bidding document and are free from defects in material, workmanship and service.

b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to

conform to the description and quality aforesaid or have determined (and the decision of the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 77 of 192

Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the

purchaser may have inspected and/ or approved the said goods, the purchaser will be

entitled to reject the said goods or such portion thereof as may be discovered not to conform

to the said description and quality, on such rejection the goods will be at the selected bidder’s

risk and all the provisions relating to rejection of goods etc., shall apply. The selected bidder

shall, if so called upon to do, replace the goods etc., or such portion thereof as is rejected

by Purchase Officer, otherwise the selected bidder shall pay such damage as may arise by

the reason of the breach of the condition herein contained. Nothing herein contained shall

prejudice any other right of the Purchase Officer in that behalf under this contract or

otherwise.

c) Goods accepted by the purchaser in terms of the contract shall in no way dilute purchaser’s

right to reject the same later, if found deficient in terms of the this clause of the contract.

29) Warranty

a) The bidder must supply all items with comprehensive on-site OEM warranty valid for the

period as mentioned in Annexure 1 after the goods, or any portion thereof as the case may

be, have been delivered to, installed and accepted at the final destination(s) indicated in the

bidding document. However, if delay of installation is more than a month’s time due to the

reasons ascribed to the bidder, the warranty shall start from the date of last successful

installation of the items covered under the PO.

b) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking from

all the respective OEMs mentioning the fact that the goods supplied are covered under

comprehensive warranty & support for the prescribed period.

c) The purchaser shall give a written notice to the selected bidder stating the nature of any

defect together with all available evidence thereof, promptly following the discovery thereof.

The purchaser shall afford all reasonable opportunity for the selected bidder to inspect such

defects. Upon receipt of such notice, the selected bidder shall expeditiously cause to repair

the defective goods or parts thereof or replace the defective goods or parts thereof with

brand new genuine/ authentic ones having similar or higher specifications from the

respective OEM, at no cost to the Purchaser. Any goods repaired or replaced by the selected

bidder shall be delivered at the respective location without any additional costs to the

purchaser.

d) If having been notified, the selected bidder fails to remedy the defect within the period

specified, the purchaser may proceed to take within a reasonable period such remedial

action as may be necessary, in addition to other recourses available in terms and conditions

of the contract and bidding document.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 78 of 192

e) During the warranty period, the bidder shall also be responsible to ensure adequate and

timely availability of spare parts needed for repairing the supplied goods.

f) The warranty on supplied software media, if any, should be at least 90 days.

30) Patent Indemnity

a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-clause

(b) below, indemnify and hold harmless the Purchaser and its employees and officers from

and against any and all suits, actions or administrative proceedings, claims, demands,

losses, damages, costs, and expenses of any nature, including attorney’s fees and

expenses, which the Purchaser may suffer as a result of any infringement or alleged

infringement of any patent, utility model, registered design, trademark, copyright, or other

intellectual property right registered or otherwise existing at the date of the Contract by

reason of: -

i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods in

the country where the Site is located; and

ii. the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for the

purpose indicated by or to be reasonably inferred from the Contract, neither any infringement

resulting from the use of the Goods or any part thereof, or any products produced thereby in

association or combination with any other equipment, plant, or materials not supplied by the

supplier/ selected bidder, pursuant to the Contract.

b) If any proceedings are brought or any claim is made against the Purchaser arising out of the

matters referred to above, the Purchaser shall promptly give the supplier/ selected bidder a

notice thereof, and the supplier/ selected bidder may at its own expense and in the

Purchaser’s name conduct such proceedings or claim and any negotiations for the

settlement of any such proceedings or claim.

c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after receipt

of such notice that it intends to conduct any such proceedings or claim, then the Purchaser

shall be free to conduct the same on its own behalf.

d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available

assistance to the supplier/ selected bidder in conducting such proceedings or claim, and

shall be reimbursed by the supplier/ selected bidder for all reasonable expenses incurred in

so doing.

e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its

employees, officers, and Subcontractors (if any) from and against any and all suits, actions

or administrative proceedings, claims, demands, losses, damages, costs, and expenses of

any nature, including attorney’s fees and expenses, which the supplier/ selected bidder may

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 79 of 192

suffer as a result of any infringement or alleged infringement of any patent, utility model,

registered design, trademark, copyright, or other intellectual property right registered or

otherwise existing at the date of the Contract arising out of or in connection with any design,

data, drawing, specification, or other documents or materials provided or designed by or on

behalf of the Purchaser.

31) Limitation of Liability

Except in cases of gross negligence or wilful misconduct: -

a) neither party shall be liable to the other party for any indirect or consequential loss or

damage, loss of use, loss of production, or loss of profits or interest costs, provided that this

exclusion shall not apply to any obligation of the supplier/ selected bidder to pay liquidated

damages to the Purchaser; and

b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the

Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract,

provided that this limitation shall not apply to the cost of repairing or replacing defective

equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser

with respect to patent infringement.

32) Force Majeure

a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination

for default if and to the extent that it’s delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force Majeure.

b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control

of the supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not

due to negligence or lack of care on the part of the supplier/ selected bidder. Such events

may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or

revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the

RISL in writing of such conditions and cause thereof within 15 days of occurrence of such

event. Unless otherwise directed by RISL, the supplier/ selected bidder shall continue to

perform its obligations under the contract as far as reasonably practical.

d) If the performance in whole or part or any obligation under the contract is prevented or

delayed by any reason of Force Majeure for a period exceeding 60 days, either party at its

option may terminate the contract without any financial repercussion on either side.

e) In case a Force Majeure situation occurs with the RISL, the RISL may take the case with the

supplier/ selected bidder on similar lines.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 80 of 192

33) Change Orders and Contract Amendments

a) The Purchaser may at any time order the supplier/ selected bidder through Notice in

accordance with clause “Notices” above, to make changes within the general scope of the

Contract in any one or more of the following: -

i. drawings, designs, or specifications, where Goods to be furnished under the Contract

are to be specifically manufactured for the Purchaser;

ii. the method of shipment or packing;

iii. the place of delivery; and

iv. the related services to be provided by the supplier/ selected bidder.

b) If any such change causes an increase or decrease in the cost of, or the time required for,

the supplier’s/ selected bidder’s performance of any provisions under the Contract, an

equitable adjustment shall be made in the Contract Price or in the Delivery and Completion

Schedule, or both, and the Contract shall accordingly should be amended. Any claims by

the supplier/ selected bidder for adjustment under this clause must be asserted within thirty

(30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s change

order.

c) Prices to be charged by the supplier/ selected bidder for any related services that might be

needed but which were not included in the Contract shall be agreed upon in advance by the

parties and shall not exceed the prevailing rates charged to other parties by the supplier/

selected bidder for similar services.

34) Termination

a) Termination for Default

i. The tender sanctioning authority of RISL may, without prejudice to any other remedy for

breach of contract, by a written notice of default of at least 30 days sent to the supplier/

selected bidder, terminate the contract in whole or in part: -

a. If the supplier/ selected bidder fails to deliver any or all quantities of the service within

the time period specified in the contract, or any extension thereof granted by RISL;

or

b. If the supplier/ selected bidder fails to perform any other obligation under the contract

within the specified period of delivery of service or any extension granted thereof; or

c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be

engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in

executing the contract.

d. If the supplier/ selected bidder commits breach of any condition of the contract.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 81 of 192

ii. If RISL terminates the contract in whole or in part, amount of PSD may be forfeited.

iii. Before cancelling a contract and taking further action, advice of senior most finance

person available in the office and of legal adviser or legal assistant posted in the office,

if there is one, may be obtained.

iv. As on effective date of termination, Tendering Authority shall pay:

a. The unpaid value of all the assets supplied by the Bidder and accepted by the

purchaser in accordance with the RFP specifications in order to take over the

possession of the assets / application.

b. All the services delivered by the Bidder and accepted by the purchaser, the

consideration payable shall be based on service rate as per agreement.

b) Termination for Insolvency

RISL may at any time terminate the Contract by giving a written notice of at least 30 days to

the supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or otherwise

insolvent. In such event, termination will be without compensation to the supplier/ selected

bidder, provided that such termination will not prejudice or affect any right of action or remedy

that has accrued or will accrue thereafter to RISL.

c) Termination for Convenience

i. RISL, by a written notice of at least 30 days sent to the supplier/ selected bidder, may

terminate the Contract, in whole or in part, at any time for its convenience. The Notice of

termination shall specify that termination is for the Purchaser’s convenience, the extent

to which performance of the supplier/ selected bidder under the Contract is terminated,

and the date upon which such termination becomes effective.

ii. Depending on merits of the case the supplier/ selected bidder may be appropriately

compensated on mutually agreed terms for the loss incurred by the contract if any due

to such termination.

iii. The Goods that are complete and ready for shipment within twenty-eight (28) days after

the supplier’s/ selected bidder’s receipt of the Notice of termination shall be accepted by

the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser

may elect:

a. To have any portion completed and delivered at the Contract terms and prices; and/or

b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount

for partially completed Goods and Related Services and for materials and parts

previously procured by the supplier/ selected bidder.

iv. As on effective date of termination, Tendering Authority shall pay:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 82 of 192

a. The unpaid value of all the assets supplied by the Bidder and accepted by the

purchaser in accordance with the RFP specifications in order to take over the

possession of the assets / application.

b. All the services delivered by the Bidder and accepted by the purchaser, the

consideration payable shall be based on service rate as per agreement.

35) Exit Management

a) Preamble

i. The word ‘parties’ include the procuring entity and the selected bidder.

ii. This Schedule sets out the provisions, which will apply on expiry or termination of the

Project Implementation and Operations and Management of SLA.

iii. In the case of termination of the Project Implementation and/ or Operation and

Management SLA due to illegality, the Parties shall agree at that time whether, and if

so during what period, the provisions of this Schedule shall apply.

iv. The Parties shall ensure that their respective associated entities carry out their

respective obligations set out in this Exit Management Schedule.

b) Transfer of Assets

i. The selected bidder may continue work on the assets for the duration of the exit

management period which may be a six months period from the date of expiry or

termination of the agreement, if required by RISL to do so. During this period, the

selected bidder will transfer all the assets in good working condition and as per the

specifications of the bidding document including the ones being upgraded to the

department/ designated agency. The security deposit/ performance security submitted

by selected bidder will only be returned after the successful transfer of the entire project

including its infrastructure.

ii. The selected bidder, if not already done, will transfer all the Software Licenses under

the name of the RISL as desired by the procuring entity during the exit management

period.

iii. RISL during the project implementation phase and the operation and management

phase shall be entitled to serve notice in writing to the selected bidder at any time

during the exit management period requiring the selected bidder to provide DoIT&C or

its nominated agencies with a complete and up-to-date list of the assets within 30 days

of such notice.

iv. Upon service of a notice, as mentioned above, the following provisions shall apply: -

a. In the event, if the assets which to be transferred to RISL mortgaged to any financial

institutions by the selected bidder, the selected bidder shall ensure that all such

liens and liabilities have been cleared beyond any doubt, prior to such transfer. All

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 83 of 192

documents regarding the discharge of such lien and liabilities shall be furnished to

RISL or its nominated agencies.

b. All title of the assets to be transferred to RISL or its nominated agencies pursuant

to clause(s) above shall be transferred on the last day of the exit management

period. All expenses occurred during transfer of assets shall be borne by the

selected bidder.

c. That on the expiry of this clause, the selected bidder and any individual assigned

for the performance of the services under this clause shall handover or cause to

be handed over all confidential information and all other related material in its

possession, including the entire established infrastructure supplied by selected

bidder to RISL.

d. That the products and technology delivered to RISL during the contract term or on

expiry of the contract duration should not be sold or re-used or copied or transferred

by selected bidder to other locations apart from the locations mentioned in the this

bidding document without prior written notice and approval of RISL. Supplied

hardware, software & documents etc., used by selected bidder for RISL shall be

the legal properties of RISL.

c) Cooperation and Provision of Information during the exit management period

i. The selected bidder will allow RISL or its nominated agencies access to the information

reasonably required to define the current mode of operation associated with the

provision of the services to enable RISL or its nominated agencies to assess the

existing services being delivered.

ii. The selected bidder shall provide access to copies of all information held or controlled

by them which they have prepared or maintained in accordance with the Project

Implementation, the Operation and Management SLA and SOWs relating to any

material aspect of the services provided by the selected bidder. RISL or its nominated

agencies shall be entitled to copy all such information comprising of details pertaining

to the services rendered and other performance data. The selected bidder shall permit

RISL or its nominated agencies and/ or any replacement operator to have reasonable

access to its employees and facilities as reasonably required by RISL or its nominated

agencies to understand the methods of delivery of the services employed by the

selected bidder and to assist appropriate knowledge transfer.

d) Confidential Information, Security and Data

The selected bidder will promptly on the commencement of the exit management period

supply to RISL or its nominated agencies the following:

i. Documentation relating to Intellectual Property Rights;

ii. Project related data and confidential information;

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 84 of 192

iii. All current and updated data as is reasonably required for purposes of RISL or its

nominated agencies transitioning the services to its replacement selected bidder in a

readily available format nominated by RISL or its nominated agencies; and

iv. All other information (including but not limited to documents, records and agreements)

relating to the services reasonably necessary to enable RISL or its nominated

agencies, or its replacement operator to carry out due diligence in order to transition

the provision of the services to RISL or its nominated agencies, or its replacement

operator (as the case may be).

v. Before the expiry of the exit management period, the selected bidder shall deliver to

RISL or its nominated agencies all new or up-dated materials from the categories set

out above and shall not retain any copies thereof, except that the selected bidder shall

be permitted to retain one copy of such materials for archival purposes only.

e) Transfer of certain agreements

i. On request by Procuring entity or its nominated agencies, the selected bidder shall

effect such assignments, transfers, innovations, licenses and sub-licenses as

Procuring entity or its nominated agencies may require in favour of procuring entity or

its nominated agencies, or its replacement operator in relation to any equipment lease,

maintenance or service provision agreement between selected bidder and third party

leasers, operators, or operator, and which are related to the services and reasonably

necessary for carrying out of the replacement services by RISL or its nominated

agencies, or its replacement operator.

ii. Right of Access to Premises: At any time during the exit management period and for

such period of time following termination or expiry of the SLA, where assets are located

at the selected bidder’s premises, the selected bidder will be obliged to give reasonable

rights of access to (or, in the case of assets located on a third party's premises, procure

reasonable rights of access to RISL or its nominated agencies, and/ or any

replacement operator in order to inventory the assets.

f) General Obligations of the selected bidder

i. The selected bidder shall provide all such information as may reasonably be necessary

to effect as seamless during handover as practicable in the circumstances to RISL or

its nominated agencies or its replacement operator and which the operator has in its

possession or control at any time during the exit management period.

ii. The selected bidder shall commit adequate resources to comply with its obligations

under this Exit Management Clause.

g) Exit Management Plan

i. The selected bidder shall provide RISL or its nominated agencies with a recommended

exit management plan ("Exit Management Plan") which shall deal with at least the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 85 of 192

following aspects of exit management in relation to the SLA as a whole and in relation

to the Project Implementation, the Operation and Management SLA and SOWs.

ii. A detailed program of the transfer process that could be used in conjunction with a

replacement operator including details of the means to be used to ensure continuing

provision of the services throughout the transfer process or until the cessation of the

services and of the management structure to be used during the transfer; and

iii. Plans for the communication with such of the selected bidder's, staff, suppliers,

customers and any related third party as are necessary to avoid any material

detrimental impact on RISL operations as a result of undertaking the transfer; and

iv. If applicable, proposed arrangements and Plans for provision of contingent support in

terms of business continuance and hand holding during the transition period, to RISL

or its nominated agencies, and Replacement Operator for a reasonable period, so that

the services provided continue and do not come to a halt.

v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract

to ensure that it is kept relevant and up to date.

vi. Each Exit Management Plan shall be presented by the selected bidder to and approved

by RISL or its nominated agencies.

vii. In the event of termination or expiry of SLA, Project Implementation, Operation and

Management SLA or SOWs each party shall comply with the Exit Management Plan.

viii. During the exit management period, the selected bidder shall use its best efforts to

deliver the services.

ix. Payments during the Exit Management period shall be made in accordance with the

Terms of Payment Clause.

x. It would be the responsibility of the selected bidder to support new operator during the

transition period.

36) Settlement of Disputes

a) General: If any dispute arises between the supplier/ selected bidder and RISL during the

execution of a contract that should be amicably settled by mutual discussions. However, if

the dispute is not settled by mutual discussions, a written representation will be obtained

from the supplier/ selected bidder on the points of dispute. The representation so received

shall be examined by the concerned Procurement Committee which sanctioned the tender.

The Procurement Committee may take legal advice of a counsel and then examine the

representation. The supplier/ selected bidder will also be given an opportunity of being heard.

The Committee will take a decision on the representation and convey it in writing to the

supplier/ selected bidder.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 86 of 192

b) Standing Committee for Settlement of Disputes: If a question, difference or objection arises

in connection with or out of the contract/ agreement or the meaning of operation of any part,

thereof or the rights, duties or liabilities of either party have not been settled by mutual

discussions or the decision of tender sanctioning Procurement Committee, it shall be

referred to the empowered standing committee for decision, if the amount of the claim is

more than Rs. 50,000/-. The empowered standing committee shall consist of following

members: - (RISL)

Chairman of BoD of RISL : Chairman

Secretary, DoIT&C or his nominee,

Not below the rank of Deputy Secretary : Member

Managing Director, RISL : Member

Director (Technical)/ Executive Director, RISL : Member

Director (Finance), RISL : Member

A Legal Expert to be nominated by the Chairman : Member

c) Procedure for reference to the Standing Committee: The supplier/ selected bidder shall

present his representation to the Managing Director, RISL along with a fee equal to two

percent of the amount of dispute, not exceeding Rupees One Lakh, within one month from

the date of communication of decision of the tender sanctioning Procurement Committee.

The officer-in-charge of the project who was responsible for taking delivery of the goods and/

or service from the supplier/ selected bidder shall prepare a reply of representation and shall

represent the RISL’s stand before the standing committee. From the side of the supplier/

selected bidder, the claim case may be presented by himself or through a lawyer. After

hearing both the parties, the standing committee shall announce its decision which shall be

final and binding both on the supplier/ selected bidder and RISL. The standing committee, if

it so decides, may refer the matter to the Board of Directors of RISL for further decision.

d) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties

regarding a contract shall be settled by a competent court having jurisdiction over the place,

where agreement has been executed and by no other court, after decision of the standing

committee for settlement of disputes.

e) The Arbitration and Conciliation Act 1996, the rules there under and any statutory

modification or re-enactment’s thereof, shall apply to the arbitration proceedings.

37) Risk and Title:

All title, risk and ownership of the assets is to be transferred to RISL or its nominated

agencies on the day of the successful delivery / installation/ commissioning, whichever is

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 87 of 192

earlier of the supplied items. All expenses occurred during transfer of titleship of assets shall

be borne by the selected bidder/authorized partner.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 88 of 192

7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT

1) Service Level Standards/ Requirements/ Agreement

Draft of the Indicative Service levels is given below. RISL may add more service levels / modify the

service levels as per actual requirements.

2.1. Definitions:

a) “Scheduled Maintenance Time” shall mean the time that the System is not in service due

to a scheduled activity as defined in this SLA. The scheduled maintenance time would not

be during 10X6 timeframe. Further, scheduled maintenance time is planned downtime with

the prior permission of the RISL.

b) “Scheduled operation time” means the scheduled operating hours of the System for the

month. All scheduled maintenance time on the system would be deducted from the total

operation time for the month to give the scheduled operation time

c) “System or solution downtime” means accumulated time during which the System is

totally inoperable within the Scheduled Operation Time but outside the scheduled

maintenance time and measured from the time the RISL and/or its employees log a call

with the SI team of the failure or the failure is known to the SI from the availability

measurement tools to the time when the System is returned to proper operation.

d) “Availability” means the time for which the services and facilities are available for

conducting operations on the RISL system including application and associated

infrastructure. Availability is defined as:

{(Scheduled Operation Time – System Downtime) / (Scheduled Operation Time)} *

100%

e) Bidder shall provide “Helpdesk Support” on 10X6 basis which shall include Fault

reporting, Trouble Ticketing and related enquiries during this contract.

f) “Incident” refers to any event / abnormalities in the functioning of the Data Centre Services

that may lead to disruption in normal operations of the Data Centre, System or Application

services.

2.2. Interpretations.

a) The working hours of RISL are 10:00AM to 08:00PM on all working days (Mon-Sat) excluding

Public Holidays or any other Holidays observed by the RISL. The SI however recognizes the

fact that the RISL offices will require to work beyond the working hours on need basis.

b) "Non-Working Hours" shall mean hours excluding “Business Hours”.

c) Service Window:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 89 of 192

1 Prime Working Hours

(PWH)

10:00AM to 08:00PM, 10 Hours (On all

working days)

2 Non-Prime Working Hours

(NPWH)

08:00PM to 10:00AM, 14 Hours (On all

days)

d) 10X6 shall mean hours between 10:00AM – 8.00 PM on all working days of the week.

e) The SLA parameters shall be monitored on a monthly basis as per the individual SLA

parameter requirements. However, if the performance of the system/services is degraded

significantly at any given point in time during the contract and if the immediate measures are

not implemented and issues are not rectified to the complete satisfaction of the RISL or an

agency designated by them, then the RISL will have the right to take appropriate disciplinary

actions including termination of the contract.

f) A Service Level violation will occur if the SI fails to meet Minimum Service Levels, as

measured on a quarterly basis, for a particular Service Level. Overall Availability and

Performance Measurements will be on a monthly basis for the purpose of Service Level

reporting. An “Availability and Performance Report” will be provided by the SI on monthly

basis in the RISL suggested format and a review shall be conducted based on this report. A

monthly Availability and Performance Report shall be provided to the RISL at the end of

every month containing the summary of all incidents reported and associated SI performance

measurement for that period. Where required, some of the Service Levels will be assessed

through audits or reports e.g. utilization reports, measurements reports, etc., as appropriate

to be provided by the SI on a monthly basis, in the formats as required by the RISL. The

tools to perform the audit will need to be provided by the SI. Audits will normally be done on

regular basis or as required by the RISL and will be performed by the RISL or the appointed

third party agencies.

g) The selected System Integrator (SI) must utilize the existing EMS tool of the State Data

Centre and develop additional scripts (if required) for capturing the required data for SLA

report generation in automated way. This tool should generate the SLA Monitoring report in

the end of every month which is to be shared with the RISL on a monthly basis. The tool

should also be capable of generating SLA reports for a quarter. The RISL will audit the tool

and the scripts on a regular basis.

h) The SLAs will prevail from the start of the Operations and Maintenance Phase. However,

SLAs will be subject to being redefined, to the extent necessitated by field level experience

and the developments of technology practices globally. The SLAs may be reviewed on an

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 90 of 192

annual/bi-annual / Quarterly/ Monthly basis as the RISL decides after taking the advice of

the SI and other agencies.

i) Dependencies: The dependencies on the performance of services beyond the control of

either party and where default is due to reasons beyond the control of the selected bidder or

due to reasons attributable to RISL or third parties, the selected bidder would not be

penalized. For example, if uptime of a particular equipment/ application is desired and this

is due to non-availability of power (which is out of scope of work of the selected bidder), then

the time period during which a service was unavailable due to non-availability of power would

be removed while calculating the uptime.

j) Monitoring & Evaluation: The selected bidder shall provide and make use of following

system for monitoring and evaluation

S. No SLA Monitoring System

1 Down time of IT & Non-IT Infrastructure deployed at all project locations (if any)

Through a web base/phone line Incident reporting log available at IT help desk

2 Down Time of Deployed solution

Through EMS application available at RSDC

3 Non-Availability of Manpower Attendance Register at each project location (RISL)

4 Delay in performing software support like upload content/ bugs fixing/ minor change request

Through a web base/phone line call log available at IT help desk

k) Review Committee and Review Mechanism: The designated review committee/

members, on a quarterly basis, shall review and discuss the services delivery and

performance standard compliance of the selected bidder. The review would include but not

be limited to: -

Service provided during the review period

Major incidents during the review period

Problems that remains outstanding

Review of Change requests/Variation and progress for enhancements

Future events or business developments that will affect the Service

Review any potential changes required to the SLA

Agree items for submission to the executive decision making

Review schedules for Services provided.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 91 of 192

l) The SI is expected to provide the following service levels. In case these service levels cannot

be achieved at service levels defined in the tables below, it shall result in a breach of contract

and invoke the penalty clause. Payments to the SI are linked to the compliance with the SLA

metrics laid down in the tables below. The penalties will be computed and calculated as per

the computation explained in this Annexure. During the contract period, it is envisaged that

there could be changes to the SLA, in terms of addition, alteration or deletion of certain

parameters, based on mutual consent of both the parties i.e. the RISL and SI.

m) Penalty for downtime : If the selected bidder fails to deliver the required services due to

reasons attributable to him like non-functioning of the hardware/ system, non-accessibility of

the delayed solution, non-availability of the technical personnel/ manpower, etc. the

cumulative penalty, as applicable, would be imposed as mentioned bellow while processing

the payment for respective milestone

n) Following tables outline the key service level requirements for the system, which needs be

ensured by the SI during the operations and maintenance period. These requirements shall

be strictly imposed and either the RISL or a third party audit/certification agency shall be

deployed for certifying the performance of the SI against the target performance metrics as

outlined in the tables below.

i). Penalty for Downtime of Implemented Solution.

During Prime Working Hour

The penalty defined in table below is applicable for deployed solution not functional/

accessible

Item Time to resolve

after lodging of

complaint

Penalty

Overall Non-Availability of the deployed solution in a Quarter (PWH to be

taken into account)

(A) 0 - 4 Hours No Penalty

(B) 4 - 8 Hours 0.25% of quarterly payable

amount during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway per

Prime Working Hour payable

quarterly

(C) 8 - 12 Hours 0.5% and additional 0.50% per

additional prime working hour

of quarterly payable amount

during Support and

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 92 of 192

Item Time to resolve

after lodging of

complaint

Penalty

Maintenance of Implemented

software solution/ Unified

Communication Gateway

(D) 12-48 Hours 5.0% and additional 0.80% per

additional prime working hour

of quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway

(E) Beyond 48 hours Beyond 48 prime working

hours a penalty of 15% of

quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway will

be imposed with additional

0.5% per PWH till the call is

resolved

Note: The penalty defined in this section shall be used only when the

website/ application/ services/ module/ component is not accessible/

functional/ active but the hardware provisioned by RSDC is functional .

During Non-Prime Working Hour

The penalty defined in table below is applicable for deployed solution not functional/

accessible

Item Time to resolve

after lodging of

complaint

Penalty

Overall Non-Availability of the deployed solution in a Quarter (NPWH to be

taken into account)

(A) 0 - 8 Hours No Penalty

(B) 8 - 16 Hours 0.25% of tendered quarterly

payable amount during

Support and Maintenance of

Implemented software

solution/ Unified

Communication Gateway per

Prime Working Hour payable

quarterly

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 93 of 192

Item Time to resolve

after lodging of

complaint

Penalty

(C) 16 - 24 Hours 0.5 % and additional 0.50%

per additional prime working

hour of quarterly payable

amount during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway

payable quarterly.

(D) 24-32 Hours 5.0% and additional 0.80% per

additional prime working hour

of quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway .

(E) 32-48 Hours 8.0% and additional 0.80% per

additional prime working hour

of quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway.

(F) Beyond 48 hours Beyond 48 non-prime working

hours a penalty of 10% of

quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway will

be imposed

Note: The penalty defined in this section shall be used only when the

solution is not accessible/ functional/ active but the hardware provisioned

by RSDC is functional.

ii). Penalty for Non-Availability of deployed Personnel/ Resources/ Manpower

Maximum of 18 leaves per year (4.5 per quarter on prorate basis) shall be allowed

for resource deployed onsite at RISL. Leaves not taken in a quarter shall be

accumulated and carried forward to the subsequent quarter and similarly balance

leaves not availed in a year shall be accumulated and carried forward to the

immediate next year

In case resource needs to take off/leave from the duty, he has to take due approval

from RISL authorities. In case total number of leaves exceed the maximum allowed

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 94 of 192

leaves in that quarter, payment shall not be made for the period of unavailability and

additional penalty shall be levied as per following:

Resource Type Penalty Per Day of Non-Availability (to be deducted from the total quarterly payable amount during the O&M Phase)

Sr Software Engineer / Jr. Software Engineer

Rs. 1500/- per day.

Helpdesk Executive (Helpdesk) Rs. 1000/- per day.

iii). Penalty for non-timely performing software support service like Update

patches (deployed solution)/ Incident reporting of Bugs fixing/ Minor Change

Requests (deployed solution)

Delay (in days) Penalty Per Day (to be deducted from the total quarterly payable amount during the O&M Phase)

Up to 1 Day No Penalty

2nd Day Rs. 200/- per day.

3rd Day Rs. 300/- per day.

4th Day Rs. 500/- per day.

5th Day or beyond Rs. 1,000/- per day.

Note: Non-timely Content Management/ Bugs fixing / Change Management for 5 or more days for consecutive 2 months may be treated as breach of contract.

o) The maximum total penalty in any quarter (excluding non-availability of deployed manpower/

resources/ personnel) shall not be more than 20% of the total amount due for the quarter

beyond which the tendering authority will be free to initiate action as per RFP terms and

condition for breach of SLA. The tendering authority may also forfeit the PSD and also debar

the SI from bidding (for all types and form of bids) for at least three years in RISL and DoIT&C

p) Penalty of 20% for consecutive two quarters may be treated as breach of contract and RISL

may take suitable actions accordingly.

2) Change Requests/ Management

a) An institutional mechanism will be set up for taking decisions regarding requests for changes.

The Purchase Committee will set up a Change Control Committee with members from the

procurement agency and the selected bidder. If it is unable to reach an agreement, the

decision of the Purchase Committee will be final.

b) RISL may at any time, by a written order given to the bidder , make changes within the

general scope of the Agreement in any one or more of the following: -

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 95 of 192

Designs, specifications, requirements which software or service to be provided under the

Agreement are to be specifically developed and rendered for RISL.

The method of deployment, shipping or packing.

Schedule for Installation Acceptance.

The place of delivery and/or the services to be provided by the bidder.

c) The change request/ management procedure will follow the following steps: -

Identification and documentation of the need for the change - The information related to

initiator, initiation date and details of change required and priority of the change will be

documented by RISL.

Analysis and evaluation of the Change Request - Impact of the change in terms of the

estimated effort, changed schedule, cost and the items impacted will be analysed and

documented by the bidder.

Approval or disapproval of the change request – RISL will approve or disapprove the

change requested including the additional payments for software development, quoted

man-month rate shall be used for cost estimation, efforts of all technical resources-

project manager, analyst, software developer, testing engineer, database architecture

etc shall be taken into account for total man-month estimation to carry out the s/w

development resulting from the change request. For all technical resources irrespective

of their experience and specialisation, the quoted man-month rate shall be used. Efforts

of support staff shall not be taken into consideration for this purpose.

Implementation of the change – The change will be implemented in accordance to the

agreed cost, effort, and schedule by the selected bidder.

Verification of the change - The change will be verified by RISL on implementation of the

change request.

d) All changes outside the scope of supplies agreed to herein which may have likely financial

implications in terms of the overall cost/ time of the project shall be undertaken by SI only

after securing the express consent of RISL. In the event that the consent of RISL is not

received then the change will not be carried out.

e) While approving any change request, if required, RISL may ask the bidder to deploy the

required resources on-site.

f) If any such change outside the scope of supplies agreed to herein causes an increase or

decrease in cost of, or the time required for, firm’s performance of any provisions under the

Agreement, equitable adjustments shall be made in the Agreement Price or Delivery

Schedule, or both, and the Agreement shall accordingly be amended. Any claims by firm for

adjustment under this must be asserted within 30 (thirty) days from the date of SI receiving

the RISL change order which shall not be unreasonably withheld or delayed.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 96 of 192

Please note: for change requests pertaining to the solution enhancement scope, the SI

needs to justify the change request and submit the effort estimation required for making

necessary changes in the deployed solution. Department shall verify the estimated effort

details submitted by the Selected Bidder and the final effort required for executing the

change request shall be mutually agreed between the Selected Bidder and the Purchaser .

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 97 of 192

ANNEXURE-1: BILL OF MATERIAL (BoM)

S. No.

Component Qty Specifications as per

Annexure

MAF Required

(Yes/ No)

1.

Complete License cost of Application Platform (if any)

As per the requirement for

successful implementation of the

solution

Annexure 14

Yes

2.

License cost for USSD Solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

3. Implementation of USSD Solution

1 Annexure 14 NA

4.

License cost for SMS Solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

5. Implementation of SMS solution

1 Annexure 14 NA

6.

License cost for IVRS Solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

7. Implementation of IVRS Solution

1 Annexure 14 NA

8.

Separate License Cost for ASR solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

9. License cost for Outbound Calling Solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

10. Implementation of Outbound Calling Solution

1 Annexure 14 NA

11.

Separate License Cost for TTS solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 98 of 192

S. No.

Component Qty Specifications as per

Annexure

MAF Required

(Yes/ No)

12. License cost for Voice Biometric Solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

13. Implementation of Voice Biometrics Solution

1 Annexure 14 NA

14. License cost for Voice Transcription Solution (if Applicable)

As per the requirement for

successful implementation of the

solution

Annexure 14 Yes

15. Implementation of Voice Transcription Solution

1 Annexure 14 NA

16. Additional Item 1 – (Bidder should mention the item description)

17. Additional Item 2 – (Bidder should mention the item description)

18. Additional Item 3 – (Bidder should mention the item description)

19. Additional Item 4 – (Bidder should mention the item description)

20. Additional Item 5 – (Bidder should mention the item description)

21. Additional Item 6 – (Bidder

should mention the item

description)

22. Additional Item 7 – (Bidder

should mention the item

description)

23. Additional Item 8 – (Bidder

should mention the item

description)

24. Additional Item 9 – (Bidder

should mention the item

description)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 99 of 192

S. No.

Component Qty Specifications as per

Annexure

MAF Required

(Yes/ No)

25. Additional Item 10 – (Bidder

should mention the item

description)

CCC Components: Hardware / Software

26. Citizen Interaction Management (including CTI, multichannel ACD, Recording etc.)

200 License Annexure 14

27. Contact Centre Component- Additional Item 1 – (Bidder should mention the item description)

28. Contact Centre Component- Additional Item 2 – (Bidder should mention the item description)

29. Contact Centre Component- Additional Item 3 – (Bidder should mention the item description)

30. Contact Centre Component- Additional Item 4 – (Bidder should mention the item description)

31. Contact Centre Component- Additional Item 5 – (Bidder should mention the item description)

32. Contact Centre Component-

Additional Item 6 – (Bidder

should mention the item

description)

33. Contact Centre Component-

Additional Item 7 – (Bidder

should mention the item

description)

34. Contact Centre Component-

Additional Item 8 – (Bidder

should mention the item

description)

35. Contact Centre Component-

Additional Item 9 – (Bidder

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 100 of 192

S. No.

Component Qty Specifications as per

Annexure

MAF Required

(Yes/ No)

should mention the item

description)

36. Contact Centre Component-

Additional Item 10 – (Bidder

should mention the item

description)

Please note:

1. The bidder should specify the quantity of the licenses for each items as per the

requirements mentioned in the FRS

2. Total 1800 communication ports shall be provisioned for both the outbound calling and

IVRS solutions. If any port bound TTS license is proposed by the bidder, the total count

of these licenses should be equal to the same count of communication ports as

mentioned above. Sharing of ports and licenses among the outbound calling and IVRS

solutions could be at any ratio.

3. For IVRS, if ASR implementation would require some additional third party licenses, it

should be mentioned separately in the BOM.

4. All types of licenses required (if any) should be specified separately with their quantity

and unit cost.

5. MAF needs to be provided in case any COTs product is quoted by the bidder

6. All the offered products/ items shall cover onsite warranty/ ATS/ patch updates for two

years post Go-Live of the project.

7. The quantities mentioned in the above table is indicative, the bidder should clearly

update the quantities in the above table for all the items as per the requirement for

successfully implementing their respective solutions as per RFP.

8. Currently, only abovementioned licenses will be proposed and based on requirements

during the O&M period, additional licenses will be procured.

9. The bidder should clearly mention any additional items (apart from the hardware and

software to be provisioned by RSDC as mentioned in the below table) required for

successful implementation of unified communication gateway solution as per RFP. The

bidder should clearly mention all the components offered against the BoM as per the

Annexure titled “Component Offered- BoM”

Details of the Hardware Items that could be provisioned through RSDC:

S. No. Components Qty. Remarks

Hardware available at RSDC

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 101 of 192

S. No. Components Qty. Remarks

1. Database Server (with latest version of Windows 8.0/ Redhat Linux 6.0 Server Edition)

1 Available on shared basis with windows server 2012/RHEL 7.x

2. Application Server (with latest version of Windows 8.0/ Redhat Linux 6.0 Server Edition)

1 Available with windows server 2012/RHEL 7.x

3. Web Server (with latest version of Windows 8.0/ Redhat Linux 6.0 Server Edition)

Available with windows server 2012/RHEL 7.x

4. SAN Storage (5TB) 1 Available

Software available at RSDC

1. Data Base Server - Enterprise Edition (Latest version of MS SQL/ Postgre SQL / Oracle)

1 Available on shared basis

2. Application Server ( IIS/ JBoss/ Apache Tomcat)

1 Available, however in case of Jboss, requisite license are required to be provided/procured by the SI.

3.

Web Server (support .NET/ J2EE Platforms)

1 Available with standard configuration. Application based specific configuration if any, is required to be implemented and maintained by SI.

Note:

1. The necessary infrastructure for the DR site will be deployed at The NDC, Shastri Park, New

Delhi or Jodhpur, Rajasthan or as decided by DoIT&C / RISL. This DR site will have a capacity

of 50% of the main site. All application related software licenses will be deployed at main site

and will be available to DR site in active/passive mode. Necessary hardware and software will

be provided by RSDC for DR site (same as listed in Annexure-1 of RFP document)

2. Common infrastructure (such as SAN storage, SAN switches, firewall, Intrusion Detection/

Prevention, service, directory service, management and data storage services) required for

hosting of application at RSDC may be provisioned by RISL on shared basis

3. Bidder has to quote all hardware and software items that are not available in the above

mentioned list but are required for the successful implementation of their proposed solution as

a part of their respective BoM

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 102 of 192

ANNEXURE-2: PRE-BID QUERIES FORMAT

Name of the Company/Firm:

Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/-

Name of Person(s) Representing the Company/ Firm:

Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.

Company/Firm Contacts:

Contact Person(s) Address for Correspondence

Email-ID(s) Tel. Nos. & Fax Nos.

Query / Clarification Sought:

S. No. RFP Page No.

RFP Rule No.

Rule Details Query/ Suggestion/ Clarification

Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF).

Queries not submitted in the prescribed format will not be considered/ responded at all by the

procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the

submission of the bidding/ tender document fee.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 103 of 192

ANNEXURE-3: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder}

To,

{Procuring entity},

______________________________,

______________________________,

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to

sign relevant documents on behalf of the company/ firm in dealing with NIB reference No.

______________________ dated _________. He/ She is also authorized to attend meetings &

submit technical & commercial information/ clarifications as may be required by you in the course

of processing the Bid. For the purpose of validation, his/ her verified signatures are as under.

Thanking you,

Name of the Bidder: - Verified Signature:

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

Please attach the board resolution / valid power of attorney in favour of person signing this

authorizing letter.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 104 of 192

ANNEXURE-4: CERTIFICATE OF CONFORMITY/ NO DEVIATION {to be filled by the bidder}

To,

{Procuring Entity},

______________________________,

CERTIFICATE

This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in the

Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity

with the minimum specifications of the bidding document and that there are no deviations of any

kind from the requirement specifications.

Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby

submit our token of unconditional acceptance to all the terms & conditions of the bidding document

without any deviations.

We also confirm that any prior or new agreement with any of the OEM(s) of the quoted products

against this RFP, shall be in compliance with the terms and conditions as mentioned in this RFP

I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the

end-to-end implementation and execution of the project, to meet the desired Standards set out in

the bidding Document.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 105 of 192

ANNEXURE-5: MANUFACTURER’S AUTHORIZATION FORM (MAF) {to be filled by the OEMs}

To,

{Procuring Entity},

______________________________,

Subject: Issue of the Manufacturer’s Authorisation Form (MAF)

Reference: NIB/ RFP Ref. No. _____________________ dated ________

Sir,

We {name and address of the OEM} who are established and reputed original equipment

manufacturers (OEMs) having factories at {addresses of manufacturing location} do hereby

authorize {M/s __________________________} who is our {Distributor/ Channel Partner/

Retailer/ Others <please specify>} to bid, negotiate and conclude the contract with you against

the aforementioned reference for the following Hardware/ Software manufactured by us: -

{OEM will mention the details of all the names of the proposed product(s)}

We undertake that we take ownership of our product and shall provide all the technical support

and required resources to the bidder to ensure timely delivery of the product along with all the

updates in the product during the entire contract period as per the RFP

Yours faithfully,

For and on behalf of M/s (Name of the manufacturer)

(Authorized Signatory)

Name, Designation & Contact No.:

Address: ___________________________________

Seal:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 106 of 192

ANNEXURE-6: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS

{to be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}

To,

{Procuring Entity},

______________________________,

Reference: NIB No. :___________________________________ Dated:__________

This has reference to the items being supplied/ quoted to you vide bid ref. no. ___________ dated

___________.

We hereby undertake that all the components/ parts/ assembly/ software used in the equipment

shall be genuine, original and new components /parts/ assembly/ software from respective OEMs

of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/

software are being used or shall be used. In respect of licensed operating system, we undertake

that the same shall be supplied along with the authorized license certificate with our name/logo.

Also, that it shall be sourced from the authorized source for use in India.

In case, we are found not complying with above at the time of delivery or during installation, for the

equipment already billed, we agree to take back the equipment already supplied at our cost and

return any amount paid to us by you in this regard and that you will have the right to forfeit our Bid

Security/ SD/ PSD for this bid or debar/ black list us or take suitable action against us.

Authorized Signatory

Name:

Designation:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 107 of 192

ANNEXURE-7: FINANCIAL BID COVER LETTER & FORMAT

COVER LETTER {to be submitted by the bidder on his Letter head}

To,

{Procuring Entity},

______________________________,

Reference: NIB No. :___________________________________ Dated:__________

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt

of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned

in the Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in

conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The quote/

price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive

of all type of govt. taxes/duties as mentioned in the financial bid (BoQ).

I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery

schedule specified in the schedule of Requirements.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid submission

and it shall remain binding upon us and may be accepted at any time before the expiry of that

period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance

thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information

contained in the bid is true and correct to the best of our knowledge and belief.

We understand that you are not bound to accept the lowest or any bid you may receive.

We agree to all the terms & conditions as mentioned in the bidding document and submit that we

have not submitted any deviations in this regard.

Date:

Authorized Signatory

Name:

Designation:

Financial Bid Format

{to be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}

A) TABLE "A": Price Schedule for Design, Development, Customization, Testing, Integration, Deployment, Maintenance and Support of

Unified Communication Gateway in Rajasthan

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

I II III IV V VI VII VIII IX= V+VI+VII+VIII

1. Cost of Application Platform including license cost (if any)

1 Nos 0.00 0.00 0.00 0.00 0.00

2. Software License cost for USSD Solution (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

3. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- USSD Component as per Sec. 4.1.1. and 4.1.3 of this RFP

1 Nos 0.00 0.00 0.00 0.00 0.00

4. Software License cost for SMS Solution (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

5. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- SMS Component

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 109 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

as per Sec. 4.1.1. and 4.1.3 of this RFP

6. Software License cost for IVRS Solution (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

7. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- IVRS Component as per Sec. 4.1.1. and 4.1.3 of this RFP

1 Nos 0.00 0.00 0.00 0.00 0.00

8. Software and License Cost for ASR (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

9. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- ASR Component as per Sec. 4.1.1. and 4.1.3 of this RFP

10. Software and License cost for Outbound Calling Solution (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 110 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

11. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- Outbound Calling Component as per Sec. 4.1.1. and 4.1.3 of this RFP

1 Nos 0.00 0.00 0.00 0.00 0.00

12. Software and License Cost for TTS (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

13. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- TTS Component as per Sec. 4.1.1. and 4.1.3 of this RFP

14. Software and License cost for Voice Biometric Component Solution (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

15. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- Voice Biometrics

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 111 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

Component as per Sec. 4.1.1. and 4.1.3 of this RFP

16. Software and License cost for Voice Transcription Solution (if Applicable)

1 Nos 0.00 0.00 0.00 0.00 0.00

17. Design, Develop, Customization, Testing, Integration and deployment of Unified Communication Gateway- Voice Transcription Component as per Sec. 4.1.1. and 4.1.3 of this RFP

1 Nos 0.00 0.00 0.00 0.00 0.00

18. Additional Item 1 as per BoM Offered by the bidder (Annexure 1)

1 Nos 0.00 0.00 0.00 0.00 0.00

19.

Additional Item 2 as per BoM Offered by the bidder (Annexure 1)

1 Nos 0.00 0.00 0.00 0.00 0.00

20.

Additional Item 3 as per BoM Offered by the bidder (Annexure 1)

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 112 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

21. Additional Item 4 as per BoM Offered by the bidder (Annexure 1)

1 Nos 0.00 0.00 0.00 0.00 0.00

22. Additional Item 5 as per BoM Offered by the bidder (Annexure 1)

1 Nos 0.00 0.00 0.00 0.00 0.00

23. Additional Item 6 – (Bidder

should mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

24. Additional Item 7 – (Bidder

should mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

25. Additional Item 8 – (Bidder

should mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

26. Additional Item 9 – (Bidder

should mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

27. Additional Item 10 –

(Bidder should mention the

item description)

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 113 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

28. Citizen Interaction Management (including CTI, multichannel ACD, Recording etc.)

200 Licenses

29. Contact Centre Component- Additional Item 1 – (Bidder should mention the item description)

1 Nos 0.00 0.00 0.00 0.00 0.00

30. Contact Centre Component- Additional Item 2 – (Bidder should mention the item description)

1 Nos 0.00 0.00 0.00 0.00 0.00

31. Contact Centre Component- Additional Item 3 – (Bidder should mention the item description)

1 Nos 0.00 0.00 0.00 0.00 0.00

32. Contact Centre Component- Additional Item 4 – (Bidder should mention the item description)

1 Nos 0.00 0.00 0.00 0.00 0.00

33. Contact Centre Component- Additional Item 5 – (Bidder should

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 114 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

mention the item description)

34. Contact Centre

Component- Additional

Item 6 – (Bidder should

mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

35. Contact Centre

Component- Additional

Item 7 – (Bidder should

mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

36. Contact Centre

Component- Additional

Item 8 – (Bidder should

mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

37. Contact Centre

Component- Additional

Item 9 – (Bidder should

1 Nos 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 115 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

mention the item

description)

38. Contact Centre

Component- Additional

Item 10 – (Bidder should

mention the item

description)

1 Nos 0.00 0.00 0.00 0.00 0.00

39. Operation Support and Maintenance along with ATS of the products and AMC for the specific hardware provisioned by the Bidder for 1st year as per sec 4.1.5 of the SoW

1 Year 0.00 0.00 0.00 0.00 0.00

40. Operation Support and Maintenance along with ATS of the products and AMC for the specific hardware provisioned by the Bidder for 2nd year as per sec 4.1.5 of the SoW

1 Year 0.00 0.00 0.00 0.00 0.00

41. Operation Support and Maintenance along with ATS of the products and

1 Year 0.00 0.00 0.00 0.00 0.00

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 116 of 192

Sl. No.

Item Description Quantity Units Rate (in INR) including all

Incidental Charges and all taxes but

excluding Service Tax, CST and VAT (as applicable) =

Unit Rate * Quantity as specified in

Service Tax in INR

VAT in INR CST in INR Total Amount (in INR.)

Including all taxes and incidental

charges (as applicable)

AMC for the specific hardware provisioned by the Bidder for 3rd year as per sec 4.1.5 of the SoW

42. Operation Support and Maintenance along with ATS of the products and AMC for the specific hardware provisioned by the Bidder for 4th year as per sec 4.1.5 of the SoW

1 Year 0.00 0.00 0.00 0.00 0.00

***Total "A" in Figures 0.00

***Total "A" in Words Rupees only

Please Note:

1. The item description and quantity of the additional items should be considered as per the Annexure titled “Bill of Material “and “Comp onent Offered - BoM” by

bidder. Bidders shall mention the total cost in column V of the above table for respective items mentioned in column II. The unit cost for each item shall be

derived by dividing the total cost of each item mentioned in the above table by the respective quantity offered for the said item as per Annexure titled “Bill of

Material” and “Component Offered- BoM” submitted by the bidder.

2. It is mandatory to quote for the Operation and Maintenance for 3 rd and 4th year. This quoted amount will be considered only for NPV calculation during the

financial evaluation of the bids. However payment for the Operation and Maintenance for the 3rd and 4th years will be done to SI (as per the tendered amount

for respective items in the above table) subject to the extension of the O&M phase by another 2 years by the RISL.

3. For Call Center Solution related components, payment shall be made on the basis of tendered amount for those particular components when there will be

actual deployment of these components based on the intimation of RISL

ANNEXURE-8: BANK GUARANTEE FORMAT {to be submitted by the bidder’s bank}

BANK GUARANTEE FORMAT – BID SECURITY

(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

Sir,

1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB

reference no. <please specify> M/s. …………………………….. (Name & full address of the firm)

(Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said

procurement/ bidding process as mentioned in the bidding document.

It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting

to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No.

_______________ dated _________ issued by RISL, First Floor, Yojana Bhawan, C-Block,

Tilak Marg, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “RISL”) by a Bank

Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at Jaipur

irrevocable and operative till the bid validity date (i.e. <please specify> days from the date of

submission of bid). It may be extended if required in concurrence with the bid validity.

And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs.

______________ (Rupees <in words>)> to the RISL as earnest money deposit.

2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted

under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if

not applicable) and branch Office at…………………... (Hereinafter referred to as the Guarantor)

do hereby undertake and agree to pay forthwith on demand in writing by the RISL of the said

guaranteed amount without any demur, reservation or recourse.

3. We, the aforesaid bank, further agree that the RISL shall be the sole judge of and as to whether

the Bidder has committed any breach or breaches of any of the terms costs, charges and

expenses caused to or suffered by or that may be caused to or suffered by the RISL on account

thereof to the extent of the Earnest Money required to be deposited by the Bidder in respect of

the said bidding document and the decision of the RISL that the Bidder has committed such

breach or breaches and as to the amount or amounts of loss, damage, costs, charges and

expenses caused to or suffered by or that may be caused to or suffered by the RISL shall be

final and binding on us.

4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force

and effect until it is released by the RISL and it is further declared that it shall not be necessary

for the RISL to proceed against the Bidder before proceeding against the Bank and the

Guarantee herein contained shall be invoked against the Bank, notwithstanding any security

which the RISL may have obtained or shall be obtained from the Bidder at any time when

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 118 of 192

proceedings are taken against the Bank for whatever amount that may be outstanding or

unrealized under the Guarantee.

5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,

registered post or other electronic media to our address, as aforesaid and if sent by post, it shall

be deemed to have been given to us after the expiry of 48 hours when the same has been

posted.

6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake

to extend the period of this guarantee on the request of our constituent under intimation to you.

7. The right of the RISL to recover the said amount of <Rs. ______________ (Rupees <in

words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have

been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are

pending before any court, authority, officer, tribunal, arbitrator(s) etc..

8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to

<Rs. ______________ (Rupees <in words>)> and our guarantee shall remain in force till bid

validity period i.e. <please specify> days from the last date of bid submission and unless a

demand or claim under the guarantee is made on us in writing within three months after the Bid

validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and

discharged from all liability thereunder.

9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we

hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any

suit or action or other proceedings arising out of this guarantee or the subject matter hereof

brought by you may not be enforced in or by such count.

10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the

Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are

the recipient of authority by express delegation of power/s and has/have full power/s to execute

this guarantee under the Power of Attorney issued by the bank in your favour.

Date ………………… (Signature) ……………………………………….

Place ………………… (Printed Name) ………………………………….

(Designation) ……………………………………

(Bank’s common seal) ………………………….

In presence of:

WTTNESS (with full name, designation, address & official seal, if any)

(1) ………………………………………

………………………………………

(2) ………………………………………

………………………………………

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 119 of 192

Bank Details

Name & address of Bank:

Name of contact person of Bank:

Contact telephone number:

GUIDELINES FOR SUBMISSION OF BANK GUARANTEE

The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be

considered valid: -

1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased

in the name of the bank.

2. Two persons should sign as witnesses mentioning their full name, designation, address and

office seal (if any).

3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution

in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be

witnessed by two persons mentioning their full name and address.

4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank

only.

5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the

same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the

purchase of such stamp paper shall be treated as non-valid.

6. The contents of Bank Guarantee shall be strictly as per format prescribed by RISL

7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.

8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of

Bank Officials signing the Bank Guarantee.

9. Bank should separately send through registered post/courier a certified copy of Bank

Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at

the following address:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 120 of 192

BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)

(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

1. In consideration of the RajCOMP Info Services Limited (hereinafter called "RISL") having agreed

to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand,

under the terms and conditions of an Agreement No..................................dated

.....................made between the RISL through …………………… and

.......................(Contractor) for the work .................(hereinafter called "the said Agreement") of

Security Deposit for the due fulfilment by the said Contractor (s) of the terms and conditions

contained in the said Agreement, on production of a Bank Guarantee for Rs...................(rupees

........................................only), we ...................(indicate the name of the Bank), (hereinafter

referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake to pay

to the RISL an amount not exceeding Rs...................(Rupees..................................only) on

demand.

2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................

(Rupees............................only), the amounts due and payable under this guarantee without any

demur or delay, merely on a demand from the RISL. Any such demand made on the bank by

the RISL shall be conclusive as regards the amount due and payable by the Bank under this

guarantee. The Bank Guarantee shall be completely at the disposal of the RISL and

We....................... (Indicate the name of Bank), bound ourselves with all directions given by RISL

regarding this Bank Guarantee. However, our liability under this guarantee shall be restricted to

an amount not exceeding Rs...................... (Rupees....................only).

3. We.......................(indicate the name of Bank), undertake to pay to the RISL any money so

demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or

proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our liability

under these presents being absolute, unequivocal and unconditional.

4. We.....................(indicate the name of Bank) further agree that the performance guarantee

herein contained shall remain in full force and effective up to <DATE> and that it shall continue

to be enforceable for above specified period till all the dues of RISL under or by virtue of the said

Agreement have been fully paid and its claims satisfied or discharged or till the RISL certifies

that the terms and conditions of the said Agreement have been fully and properly carried out by

the said Contractor(s) and accordingly discharges this guarantee.

5. We ...........................(indicate the name of Bank) further agree with the RISL that the RISL shall

have the fullest liberty without our consent and without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said Agreement or to extend time of

performance by the said Contractor(s) from time to time or to postpone for any time or from time

to time any of the powers exercisable by the RISL against the said Contractor(s) and to forbear

or enforce any of the terms and conditions relating to the said Agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to the said

Contractor(s) or for any forbearance, act or omission on the part of the RISL or any indulgence

by the RISL to the said Contractor(s) or by any such matter or thing whatsoever which would but

for this provision, have effect of so relieving us.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 121 of 192

6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not

be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this

guarantee except with the previous consent of the RISL in writing.

8. This performance Guarantee shall remain valid and in full effect, until it is decided to be

discharged by the RISL. Notwithstanding anything mentioned above, our liability against this

guarantee is restricted to Rs........................... (Rupees..............................only).

9. It shall not be necessary for the RISL to proceed against the contractor before proceeding

against the Bank and the guarantee herein contained shall be enforceable against the Bank

notwithstanding any security which the RISL may have obtained or obtain from the contractor.

10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We

undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last

day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall

expire on the close of the next working day.

11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the

memorandum and articles of Association/constitution of our bank and the undersigned is/are the

recipient of authority by express delegation of power(s) and has/have full power(s) to execute

this guarantee for the power of attorney issued by the bank.

Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)

Signature

(Name & Designation)

Bank's Seal

The above performance Guarantee is accepted by the RISL

For and on behalf of the RISL

Signature

(Name & Designation)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 122 of 192

ANNEXURE-9: DRAFT AGREEMENT FORMAT {to be mutually signed by selected bidder and

procuring entity}

This Contract is made and entered into on this ______day of ________, 2013 by and between

RajCOMP Info Services Limited (RISL), having its head office at First Floor, Yojana Bhawan, Tilak

Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ RISL) which

term or expression, unless excluded by or repugnant to the subject or context, shall include his

successors in office and assignees on ONE PART

And

M/s__________________, a company registered under the Indian Companies Act, 1956 with its

registered office at _____________________ (herein after referred as the “Successful Bidder/

Supplier”) which term or expression, unless excluded by or repugnant to the subject or context,

shall include his successors in office and assignees on the OTHER PART.

Whereas,

Purchaser is desirous of appointing an agency for <project title> as per the Scope of Work and

Terms and Conditions as set forth in the RFP document dated _________ of <NIB No

_________________>.

And whereas

M/s______________ represents that it has the necessary experience for carrying out the overall

work as referred to herein and has submitted a bid and subsequent clarifications for providing the

required services against said NIB and RFP document issued in this regard, in accordance with the

terms and conditions set forth herein and any other reasonable requirements of the Purchaser from

time to time.

And whereas

Purchaser has accepted the bid of supplier and has placed the Work Order vide Letter No.

__________________ dated _______, on which supplier has given their acceptance vide their

Letter No._____________ dated ____________.

And whereas

The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in

the form of __________________ ref no. _________________ dated ______________ of

____________ Bank and valid up to _____________ as security deposit for the due performance

of the contract.

Now it is hereby agreed to by and between both the parties as under: -

1. The NIB Ref. No. ____________________________ dated ___________ and RFP document

dated _________ issued by RISL along with its enclosures/ annexures, wherever applicable,

are deemed to be taken as part of this contract and are binding on both the parties executing

this contract.

2. In consideration of the payment to be made by RISL to supplier at the rates set forth in the work

order no. ____________________ dated _________ will duly supply the said articles set forth

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 123 of 192

in “Annexure-I: Bill of Material” thereof and provide related services in the manner set forth in

the RFP, along with its enclosures/ annexures and Technical Bid along with subsequent

clarifications submitted by supplier.

3. The RISL do hereby agree that if supplier shall duly supply the said articles and provide related

services in the manner aforesaid observe and keep the said terms and conditions of the RFP

and Contract, the RISL will pay or cause to be paid to supplier, at the time and the manner set

forth in the said conditions of the RFP, the amount payable for each and every project milestone

& deliverable. The mode of Payment will be as specified in the RFP document.

4. The timelines for the prescribed Scope of Work, requirement of services and deployment of

technical resources shall be effected from the date of work order i.e. ____________ and

completed by supplier within the period as specified in the RFP document.

5. In case of extension in the delivery and/ or installation period/ completion period with liquidated

damages, the recovery shall be made on the basis of following percentages of value of stores/

works which supplier has failed to supply/ install/ complete: -

a) Delay up to one fourth period of the prescribed delivery period, successful

installation & completion of work 2.5%

b) Delay exceeding one fourth but not exceeding half of the prescribed delivery

period, successful installation & completion of work. 5.0%

c) Delay exceeding half but not exceeding three fourth of the prescribed

delivery period, successful installation & completion of work. 7.5%

d) Delay exceeding three fourth of the prescribed delivery period, successful

installation & completion of work. 10.0%

Note:

i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be

eliminated if it is less than half a day.

ii. The maximum amount of agreed liquidated damages shall be 10% of total value of the

items to be supplied in the particular phase

iii. If supplier requires an extension of time in completion of contractual supply on account of

occurrence of any hindrances, he shall apply in writing to the authority which had placed

the work order, for the same immediately on occurrence of the hindrance but not after the

stipulated date of completion of supply.

iv. Delivery period may be extended with or without liquidated damages if the delay in the

supply of goods in on account of hindrances beyond the control of supplier.

6. Service Level Standards/ Requirements/ Agreement

Draft of the Indicative Service levels is given below. RISL may add more service levels / modify

the service levels as per actual requirements.

i. Definitions:

a) “Scheduled Maintenance Time” shall mean the time that the System is not in service

due to a scheduled activity as defined in this SLA. The scheduled maintenance time would

not be during 10X6 timeframe. Further, scheduled maintenance time is planned downtime

with the prior permission of the RISL.

b) “Scheduled operation time” means the scheduled operating hours of the System for

the month. All scheduled maintenance time on the system would be deducted from the

total operation time for the month to give the scheduled operation time

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 124 of 192

c) “System or solution downtime” means accumulated time during which the System is

totally inoperable within the Scheduled Operation Time but outside the scheduled

maintenance time and measured from the time the RISL and/or its employees log a call

with the SI team of the failure or the failure is known to the SI from the availability

measurement tools to the time when the System is returned to proper operation.

d) “Availability” means the time for which the services and facilities are available for

conducting operations on the RISL system including application and associated

infrastructure. Availability is defined as:

{(Scheduled Operation Time – System Downtime) / (Scheduled Operation Time)} *

100%

e) Bidder shall provide “Helpdesk Support” on 10X6 basis which shall include Fault

reporting, Trouble Ticketing and related enquiries during this contract.

f) “Incident” refers to any event / abnormalities in the functioning of the Data Centre

Services that may lead to disruption in normal operations of the Data Centre, System or

Application services.

ii. Interpretations.

a) The working hours of RISL are 10:00AM to 08:00PM on all working days (Mon-Sat) excluding

Public Holidays or any other Holidays observed by the RISL. The SI however recognizes the

fact that the RISL offices will require to work beyond the working hours on need basis.

b) "Non-Working Hours" shall mean hours excluding “Business Hours”.

c) Service Window:

1 Prime Working Hours

(PWH)

10:00AM to 08:00PM, 10 Hours (On all

working days)

2 Non-Prime Working Hours

(NPWH)

08:00PM to 10:00AM, 14 Hours (On all

days)

d) 10X6 shall mean hours between 10:00AM – 8.00 PM on all working days of the week.

e) The SLA parameters shall be monitored on a monthly basis as per the individual SLA

parameter requirements. However, if the performance of the system/services is degraded

significantly at any given point in time during the contract and if the immediate measures are

not implemented and issues are not rectified to the complete satisfaction of the RISL or an

agency designated by them, then the RISL will have the right to take appropriate disciplinary

actions including termination of the contract.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 125 of 192

f) A Service Level violation will occur if the SI fails to meet Minimum Service Levels, as

measured on a quarterly basis, for a particular Service Level. Overall Availability and

Performance Measurements will be on a monthly basis for the purpose of Service Level

reporting. An “Availability and Performance Report” will be provided by the SI on monthly

basis in the RISL suggested format and a review shall be conducted based on this report. A

monthly Availability and Performance Report shall be provided to the RISL at the end of

every month containing the summary of all incidents reported and associated SI performance

measurement for that period. Where required, some of the Service Levels will be assessed

through audits or reports e.g. utilization reports, measurements reports, etc., as appropriate

to be provided by the SI on a monthly basis, in the formats as required by the RISL. The

tools to perform the audit will need to be provided by the SI. Audits will normally be done on

regular basis or as required by the RISL and will be performed by the RISL or the appointed

third party agencies.

g) The selected System Integrator (SI) must utilize the existing EMS tool of the State Data

Centre and develop additional scripts (if required) for capturing the required data for SLA

report generation in automated way. This tool should generate the SLA Monitoring report in

the end of every month which is to be shared with the RISL on a monthly basis. The tool

should also be capable of generating SLA reports for a quarter. The RISL will audit the tool

and the scripts on a regular basis.

h) The SLAs will prevail from the start of the Operations and Maintenance Phase. However,

SLAs will be subject to being redefined, to the extent necessitated by field level experience

and the developments of technology practices globally. The SLAs may be reviewed on an

annual/bi-annual / Quarterly/ Monthly basis as the RISL decides after taking the advice of

the SI and other agencies.

i) Dependencies: The dependencies on the performance of services beyond the control of

either party and where default is due to reasons beyond the control of the selected bidder or

due to reasons attributable to RISL or third parties, the selected bidder would not be

penalized. For example, if uptime of a particular equipment/ application is desired and this

is due to non-availability of power (which is out of scope of work of the selected bidder), then

the time period during which a service was unavailable due to non-availability of power would

be removed while calculating the uptime.

j) Monitoring & Evaluation: The selected bidder shall provide and make use of following

system for monitoring and evaluation

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 126 of 192

S. No SLA Monitoring System

1 Down time of IT & Non-IT Infrastructure deployed at all project locations (if any)

Through a web base/phone line Incident reporting log available at IT help desk

2 Down Time of Deployed solution

Through EMS application available at RSDC and implemented by the SI

3 Non-Availability of Manpower Attendance Register at each project location (RISL)

4 Delay in performing software support like upload content/ bugs fixing/ minor change request

Through a web base/phone line call log available at IT help desk

k) Review Committee and Review Mechanism: The designated review committee/

members, on a quarterly basis, shall review and discuss the services delivery and

performance standard compliance of the selected bidder. The review would include but not

be limited to: -

Service provided during the review period

Major incidents during the review period

Problems that remains outstanding

Review of Change requests/Variation and progress for enhancements

Future events or business developments that will affect the Service

Review any potential changes required to the SLA

Agree items for submission to the executive decision making

Review schedules for Services provided.

l) The SI is expected to provide the following service levels. In case these service levels cannot

be achieved at service levels defined in the tables below, it shall result in a breach of contract

and invoke the penalty clause. Payments to the SI are linked to the compliance with the SLA

metrics laid down in the tables below. The penalties will be computed and calculated as per

the computation explained in this Annexure. During the contract period, it is envisaged that

there could be changes to the SLA, in terms of addition, alteration or deletion of certain

parameters, based on mutual consent of both the parties i.e. the RISL and SI.

m) Penalty for downtime : If the selected bidder fails to deliver the required services due to

reasons attributable to him like non-functioning of the hardware/ system, non-accessibility of

the delayed solution, non-availability of the technical personnel/ manpower, etc. the

cumulative penalty, as applicable, would be imposed as mentioned bellow while processing

the payment for respective milestone

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 127 of 192

n) Following tables outline the key service level requirements for the system, which needs be

ensured by the SI during the operations and maintenance period. These requirements shall

be strictly imposed and either the RISL or a third party audit/certification agency shall be

deployed for certifying the performance of the SI against the target performance metrics as

outlined in the tables below.

i). Penalty for Downtime of Implemented Solution.

During Prime Working Hour

The penalty defined in table below is applicable for deployed solution not functional/

accessible

Item Time to resolve

after lodging of

complaint

Penalty

Overall Non-Availability of the deployed solution in a Quarter (PWH to be

taken into account)

(A) 0 - 4 Hours No Penalty

(B) 4 - 8 Hours 0.25% of quarterly payable

amount during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway per

Prime Working Hour payable

quarterly

(C) 8 - 12 Hours 0.5% and additional 0.50% per

additional prime working hour

of quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway

(D) 12-48 Hours 5.0% and additional 0.80% per

additional prime working hour

of quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway

(E) Beyond 48 hours Beyond 48 prime working

hours a penalty of 15% of

quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway will

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 128 of 192

Item Time to resolve

after lodging of

complaint

Penalty

be imposed with additional

0.5% per PWH till the call is

resolved

Note: The penalty defined in this section shall be used only when the

website/ application/ services/ module/ component is not accessible/

functional/ active but the hardware provisioned by RSDC is functional .

During Non-Prime Working Hour

The penalty defined in table below is applicable for deployed solution not functional/

accessible

Item Time to resolve

after lodging of

complaint

Penalty

Overall Non-Availability of the deployed solution in a Quarter (NPWH to be

taken into account)

(A) 0 - 8 Hours No Penalty

(B) 8 - 16 Hours 0.25% of tendered quarterly

payable amount during

Support and Maintenance of

Implemented software

solution/ Unified

Communication Gateway per

Prime Working Hour payable

quarterly

(C) 16 - 24 Hours 0.5 % and additional 0.50%

per additional prime working

hour of quarterly payable

amount during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway

payable quarterly.

(D) 24-32 Hours 5.0% and additional 0.80% per

additional prime working hour

of quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway .

(E) 32-48 Hours 8.0% and additional 0.80% per

additional prime working hour

of quarterly payable amount

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 129 of 192

Item Time to resolve

after lodging of

complaint

Penalty

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway.

(F) Beyond 48 hours Beyond 48 non-prime working

hours a penalty of 10% of

quarterly payable amount

during Support and

Maintenance of Implemented

software solution/ Unified

Communication Gateway will

be imposed

Note: The penalty defined in this section shall be used only when the

solution is not accessible/ functional/ active but the hardware provisioned

by RSDC is functional.

ii). Penalty for Non-Availability of deployed Personnel/ Resources/ Manpower

Maximum of 18 leaves per year (4.5 per quarter on prorate basis) shall be allowed

for resource deployed onsite at RISL. Leaves not taken in a quarter shall be

accumulated and carried forward to the subsequent quarter and similarly balance

leaves not availed in a year shall be accumulated and carried forward to the

immediate next year

In case resource needs to take off/leave from the duty, he has to take due approval

from RISL authorities. In case total number of leaves exceed the maximum allowed

leaves in that quarter, payment shall not be made for the period of unavailability and

additional penalty shall be levied as per following:

Resource Type Penalty Per Day of Non-Availability (to be deducted from the total quarterly payable amount during the O&M Phase)

Sr. Software Engineer/ Jr. Software Engineer

Rs. 1500/- per day.

Helpdesk Executive (Helpdesk) Rs. 1000/- per day.

iii). Penalty for non-timely performing software support service like Update

patches (deployed solution)/ Incident reporting of Bugs fixing/ Minor Change

Requests (deployed solution)

Delay (in days) Penalty Per Day (to be deducted from the total quarterly payable amount during the O&M Phase)

Up to 1 Day No Penalty

2nd Day Rs. 200/- per day.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 130 of 192

3rd Day Rs. 300/- per day.

4th Day Rs. 500/- per day.

5th Day or beyond Rs. 1,000/- per day.

Note: Non-timely Content Management/ Bugs fixing / Change Management for 5 or more days for consecutive 2 months may be treated as breach of contract.

o) The maximum total penalty in any quarter (excluding non-availability of deployed manpower/

resources/ personnel) shall not be more than 20% of the total amount due for the quarter

beyond which the tendering authority will be free to initiate action as per RFP terms and

condition for breach of SLA. The tendering authority may also forfeit the PSD and also debar

the SI from bidding (for all types and form of bids) for at least three years in RISL and DoIT&C

p) Penalty of 20% for consecutive two quarters may be treated as breach of contract and RISL

may take suitable actions accordingly.

7. All disputes arising out of this agreement and all questions relating to the interpretation of this

agreement shall be decided as per the procedure mentioned in the RFP document.

In witness whereof the parties have caused this contract to be executed by their Authorized

Signatories on this _____day of _______________, 2013.

Signed By: Signed By:

( )

Designation:,

Company:

(Akhil Arora)

Managing Director, RISL

In the presence of:

In the presence of:

( )

Designation:

Company:

( )

Designation:

Department of IT&C, Govt. of Rajasthan

( )

Designation:

Company:

( )

Designation:

Department of IT&C, Govt. of Rajasthan

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 131 of 192

ANNEXURE-10: COMPONENTS OFFERED – BOM

Please fill the following BOM for all the offered components.

S. No. Product Details

(make and model)

Quantity OEM Details

(Name, Address, E-Mail, Mobile Nos.)

Hardware Components

1.

2.

3.

4

5

Software Components

1.

2.

3.

4.

Please Note:

1. Please mention clearly about the additional component offered against the specified BoM by

specifying “additional item 1- product details” for respective items/ products

2. Please attach detailed specifications (preferably OEM Product Datasheet) and provide

reference number in this column. (Deviations, if any, should be appropriately mentioned &

highlighted in the compliance/ deviation column of the respective table as provided above in

the Annexure titled “Indicative Functional Requirement Specifications”

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 132 of 192

Please specify your choice of system software from the list of system software available at

the RSDC

S. No.

Component System Software available at Rajasthan State Data Centre (RSDC)

Please specify your choice of system software (any one from the available system software at RSDC)

1. Database Server MS SQL

Or

Postgre SQL

Or

Oracle

2. Application/ Web Server IIS

Or

Jboss

Or

Apache Tomcat

3. Hosting Environment .NET

Or

J2EE

Note: The above software to be provided by RSDC will be of 64 bit and required numbers of licenses will be

provided by RSDC

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 133 of 192

ANNEXURE-11: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR TECHNICAL EVALUATION

Project Name: Value of Contract/Work Order (In INR):

Country:

Location within country:

Project Duration:

Name of Customer: Total No. of staff-months of the assignment:

Contact person with address, phone, fax

and e-mail:

Approx. value of the services provided by your

company under the contract (in INR):

Start date (month/year):

Completion date (month/year):

Name of associated Bidders, if any:

Narrative description of Project:

List of Services provided by your firm/company

Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for each project

reference

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 134 of 192

ANNEXURE-12: FORMAT FOR CONSORTIUM AGREEMENT

(On non-judicial stamp paper of appropriate value to be purchased in the name of executants companies or as required by the jurisdiction in which executed) This Consortium Agreement executed on this ................ day of........................... Two Thousand ………………. By: M/s. ......................................................... a Company incorporated under the laws of........................………………………........ and having its registered office at ............................... (hereinafter called the “Lead Member/First Member” which expression shall include its successors); and M/s. …......................................................... a Company incorporated under the laws of .......................................………………………..... and having its registered office at .............................. (hereinafter called the “Second Member” which expression shall include its successors) The Lead Member/First Member and the Second Member shall collectively hereinafter be called as the “Consortium Members” for the purpose of submitting a proposal (hereinafter called as “Bid”) for the work of …………………(Name of work)………………………for …………… (Name of project) of M/s…………………………….. to Government of Rajasthan (GoR)/ RajCOMP Info Services Limited (herein after called the `Owner’ or ‘RISL’), RISL being a Company incorporated under the Companies Act, 1956 having its registered office at Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur, India (hereinafter called the “Owner/GoR/ RISL”) in response to GoR/ RISL Request for Proposal Document (hereinafter called as ”RFP” Document) Dated………….. for the purposes of submitting the bid no. ………….. ………………………….. and entering into a contract in case of award for the work of …………………(Name of work)………………………for …………… (Name of project) of GoR/ RISL. WHEREAS, the Owner invited bids vide its RFP document no. …………………… for the work of ……………………………………………………. AND WHEREAS as per document, Consortium bids will also be considered by the Owner provided they meet the specific requirements in that regard. AND WHEREAS the PQ bid is being submitted to the Owner vide proposal dated ………… based on the Consortium Agreement being these presents and the PQ bid with its PQ bid forms and submission documents, in accordance with the requirement of PQ document conditions and requirements have been signed by all the partners and submitted to the Owner. AND WHEREAS Clause ________ of RFP document stipulates that a Consortium of maximum two companies, meeting the requirements stipulated in the RFP document may submit a Proposal signed by Lead Member of the Consortium Members so as to legally bind all the Members of the Consortium who will be jointly and severally liable for the performance and all obligations thereunder to GoR/RISL and duly signed Consortium Agreement shall be attached to the Proposal. NOW THEREFORE, in consideration of the mutual covenants of the members of the Consortium,

the sufficiency whereof is hereby acknowledged and other good valuable consideration, we agree

as follows:

1. We the members in the Consortium hereby confirm that the name and style of the Consortium shall be…………….. Consortium.

2. M/s. ...................................... shall act as Lead Member for self, and for and on behalf of M/s …………………….. (Second Member) and further declare and confirm that we shall jointly and severally be bound unto the Owner for the successful performance of the obligations under the Request for Proposal (RFP) and resulting Contact Agreement(s) submitted / executed by the Lead Member in the event of the selection of Consortium. Further, the Lead Partner is

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 135 of 192

authorized to incur liabilities and receive instructions for and on behalf of any or all partners of the CONSORTIUM.

3. That M/s_____________ which is the Lead Member of the Consortium shall invest and continue to invest ….% (at least 51% to be invested by Lead Bidder) interest in the Consortium for the Lock in Period as specified in the RFP document.

4. That M/s ____________, (Second Member) shall invest and continue to invest ….% interest of the Consortium for the Lock in Period as specified in the RFP document.

5. The composition or the constitution of the consortium shall not be altered without the prior consent of GoR/RISL.

6. The roles and responsibilities of the lead bidder and the second member of the consortium for execution of various components/activities as defined in the RFP document shall be as under :

S.No. Project Component/Activity

Roles & Responsibility of Lead Bidder

Roles & Responsibility of Second Member of

Consortium

1

2

3

4

7. It is expressly agreed by the members that all members of the consortium shall be held equally responsible for the obligations under the RFP Document, Contract and this Agreement, irrespective of the specific roles/responsibilities undertaken by them.

8. For the purpose of this Agreement, the RFP Document and the Contract, the Lead Partner shall be the single point of contact for the GoR/ RISL, shall have the overall responsibility of the management of the Project and shall have single point responsibility for ensuring that all members of the consortium are complying with the terms and conditions set out in the Contract and the RFP Document.

9. All instructions/communications from PMC to the Lead Partner shall be deemed to have been duly provided to all the members of the consortium.

10. If GoR/ RISL suffers any loss or damage on account of any breach in the stipulation of the Agreements to be entered into by the Consortium Members, upon its selection pursuant to RFP (the "Agreements") or any shortfall in the performance of the Transaction or in meeting the performances guaranteed as per the RFP and the Agreements, the Consortium Members hereby jointly and severally undertake to promptly make good such loss or damages caused to GoR/ RISL on its demand without any demur or contest. The Owner shall have the right to proceed against anyone of the partners and it shall neither be necessary nor obligatory on the part of the Owner to proceed against the Lead Partner before proceeding against or dealing with the other Member.

11. The financial liability of the Consortium Members to the GoR/ RISL, with respect to any of the claims arising out of the performance or non-performance of obligations under the RFP and the resulting Agreement(s) shall not be limited so as to restrict or limit the liabilities of any of the Members and the Members shall be jointly and severally liable to GoR/RISL.

12. It is expressly agreed by the Members that all the due payments shall be made by the Owner to Lead Bidder only.

13. This Consortium agreement shall be construed and interpreted in accordance with the laws of India and the Courts of Jaipur (Rajasthan) shall have the exclusive jurisdiction in all matters arising there under.

14. It is also hereby agreed that Lead Member shall, on behalf of the Consortium shall submit the Bid and performance Security as specified by owner in the RFP document.

15. It is further agreed that this Consortium Agreement shall be irrevocable and shall continue to be enforceable till the same is discharged by GoR/RISL.

16. This Agreement shall come into force as of the date of signing and shall continue in full force and effect until the complete discharge of all obligations, concerning the carrying out of the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 136 of 192

Project, which have been taken on by the Parties under the Contract, RFP Document and under this Agreement.

17. Any other terms and conditions not in contradiction to the RFP and above mentioned terms and conditions.

IN WITNESS WHEREOF, the Members to the Consortium agreement have through their authorised representatives executed these presents and affixed common seal of their companies, on the day, month and year first mentioned above.

Common Seal of ................ has been affixed

in my/our Lead Member presence pursuant to

Board of Director’s resolution dated

..............................

1) Witness

2) Witness

For and on behalf of M/s……………..

(Lead Bidder)

(Signature of authorized representative)

Name :

Designation:

Common Seal of ................ has been affixed

in my/our Lead Member presence pursuant to

Board of Director’s resolution dated

..............................

1) Witness

2) Witness

For and on behalf of M/s……………..

(Second member)

(Signature of authorized representative)

Name :

Designation:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 137 of 192

ANNEXURE-13: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012

Appeal No ………of ……………

Before the ………………………… (First/ Second Appellate Authority)

1. Particulars of appellant:

a. Name of the appellant: <please specify>

b. Official address, if any: <please specify>

c. Residential address: <please specify>

2. Name and address of the respondent(s):

a. <please specify>

b. <please specify>

c. <please specify>

3. Number and date of the order appealed against and name and designation of the officer/

authority who passed the order (enclose copy), or a statement of a decision, action or omission

of the procuring entity in contravention to the provisions of the Act by which the appellant is

aggrieved: <please specify>

4. If the Appellant proposes to be represented by a representative, the name and postal address

of the representative: <please specify>

5. Number of affidavits and documents enclosed with the appeal: <please specify>

6. Grounds of appeal (supported by an affidavit): <please specify>

7. Prayer: <please specify>

Place …………………………………….

Date ……………………………………

Appellant's Signature

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 138 of 192

ANNEXURE 14: INDICATIVE FUNCTIONAL REQUIREMENT SPECIFICATIONS:

The functional requirement specifications stated below are the minimum features that the solution

suggested for Unified Communication Gateway (e-Sanchar 2.0) should have. This indicative

functional requirement has been provided here to be used by the SI. The System Integrator/

Implementation Agency (SI/IA) shall develop the System Requirement Specifications (SRS)

documents where all the processes, procedures and existing templates should be studied in detail

by the SI/IA. SI/IA should independently design the solutions as may be required to support the

business operations. The SI/IA shall be required to coordinate with RISL for the detailed system

study and interact with the different users of the RISL for preparation of SRS and related design

documents.

The Unified Communication Gateway platform shall have following independent components:

1. SMS Gateway (with both pull and push)

2. Outbound Calling (text to voice, recorded etc.)

3. IVR System

4. USSD System (with both pull and push)

5. Voice Biometrics

6. Voice Transcription

These components are expected to be functional at independent level but will provide their

API/Service interfaces to perform actions through them.

It has been envisaged that these components will be lying in a core component layer. Over this layer,

a wrapper layer will be provided with the software modules for each of the core component. These

modules will provide APIs/Services for various actions related to them.

These APIs/Services will also be hosted in the Raj Sewa Dwar (Enterprise Service Bus), which is a

centralized service platform to host and distribute the web services for different applications.

An indicative architecture for the arrangement of these core components and their software modules

is as follows:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 139 of 192

Core Component Layer (H/w + S/w)

SMS Gateway (Pull and Push)

Citizen

Contact

Center

E-Mail Server TTS Engine

IVR Engine

USSD (Pull and Push)

Voice Biometric

Voice Transcription Engine

ASR Engine

Component Modules (S/w)

v

Raj Sewa Dwar (ESB)

(Web Services)

SMS Module IVR Module USSD Module

Voice Biometric Module

Voice Transcription Module

Outbound Calling Engine

Internet / RajNET /SecLANRAJSSO

Outbound Calling Module

Au

the

nti

ca

tio

n

Au

the

riza

tio

n

Application Modules

Unified Communication Gateway (e-

Sanchar 2.0) Web Portal

OBD

Campaign

Manager

Reality Check Campaign Manager (i-Facts)USSD System

CCC Call TranscriptionVoice Authentication System

Incoming IVR SMS Management System

e-Sanchar Web Service Host

E-Sanchar Web Services

Bidder shall be responsible for the following:

1. Development / implementation and configuration of the components listed in Core Component

layer coloured as Green. The components coloured as Red are existing functional components

available for required integration.

2. Design, develop, test and maintain the software components listed in Component Modules

layer. These components shall expose a number if APIs for their functions. Internally, these

APIs shall call the core component’s APIs for necessary action accordingly.

3. Design, develop, test and maintain the web services of the modules placed at Component

Modules layer and to host them at the E-Sanchar Service Container layer. At this layer, an

additional SSO based authentication and authorization module shall be developed and

implemented to authenticate and authorize the incoming service requests.

4. RAJSSO is the single sign on technology for Govt. of Rajasthan. It is a custom developed

application on the top of LDAP to provide the authentication and authorization mechanism of

all applications of GoR. All successful login requests are redirected to SSO homepage which

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 140 of 192

contains the shortcuts of all the application which are integrated with SSO. By selecting any of

these, user redirects to the concerned application with the authentication ticket of SSO. Any

required integration shall be done with the services/APIs exposed by SSO application, not the

underlying LDAP.

5. To get the web service hosted also on Raj Sewa Dwar (ESB). RISL is managing the ESB

platform. All the web services related to the application shall be hosted on ESB. The bidder

has to provide the necessary information and support to the ESB team while hosting the

services and post hosting management of services

6. Design, develop, test and maintain the various application modules listed in application module

layer.

7. Design, develop, test and maintain the Unified Communication Gateway web portal on the top

of the application module layer.

Note- Bidder needs to indicate the response from the OEM/Bidder against each requirement as a part of functional and technical compliance

1. Functional Requirements Compliance Sheet for Core Components

a. SMS System (Send/Receive)

S. No. Requirement Indicate Compliance (Yes/No)

1. System should allow to send a SMS to any mobile number in India according to the functionality provided by the underlying communication channel

2. System should allow to receive a SMS from any mobile number in India according to the functionality provided by the underlying communication channel

3. System should be able to send at-least 2 crore SMSs per day (24 hrs). This would be capped by the capacity of underlying communication channel

4. System should be able to receive at-least 10 lac SMSs per day (24 hrs). This would be capped by the capacity of underlying communication channel

5. System should allow to send/receive SMS with Unicode characters

6. System should be able to send SMSs in both Hindi and English and in a mix of both

7. System should be able to support content scanning of the SMSs being sent/received.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 141 of 192

S. No. Requirement Indicate Compliance (Yes/No)

8. System should allow to configure one or more short codes/ long codes for receiving the SMSs

9. System should allow to configure a sender id for all messages or different sender ids for different departments/ services etc.

10. System should allow to use a sender id other than the configured sender ids

11. System should allow Message Concatenation by sending SMS fragments contiguously for up to 1000 characters

12. System should support sending Flash SMS in single or bulk

13. System should support sending WAP Push SMS in single or bulk

14. System should be able to integrate with any backend SMSC

15. SMS system should also work on SIGTRAN if provisioned by the backend SMSC

16. System should be able to provide the logging of SMSs sent in database

17. System should be able to provide logging of SMSs received along with details in Database

18. System should be able to trigger an event on receiving of an incoming SMSs with a predefined short code or long code

19. System should be able to provide necessary API for sending single SMS

20. System should be able to provide necessary API for sending bulk SMS

21. System should be able to provide Necessary API for sending single flash SMS

22. System should be able to provide necessary API for sending bulk flash SMS

23. System should be able to provide necessary API for sending single WAP Push SMS

24. System should be able to provide necessary API for sending bulk WAP Push SMS

25. System should be able to provide necessary event trigger for incoming SMS

26. System should be able to provide necessary API to manage various configuration settings if any

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 142 of 192

b. Unstructured Supplementary Service Data (USSD) System (Pull/Push)

S. No. Requirement Indicate Compliance (Yes/No)

1. System should allow to send an USSD push to any mobile number in India according to the functionality provided by the underlying communication channel

2. System should allow to receive an USSD pull request from any mobile number in India according to the functionality provided by the underlying communication channel

3. System should be able to send at-least 2 crore USSD push notifications per day (24 hrs). This would be capped by the capacity of the underlying communication channel

4. System should allow 1000 concurrent USSD sessions. This would be capped by the capacity of the underlying communication channel

5. System should allow to trigger an event on receiving of an USSD pull request

6. System should allow to send data against an incoming USSD pull request

7. System should allow to send and receive data in Unicode format

8. System should work independently from the backend TSP

9. System should provide a drag-drop featured web based designer interface for creating/updating a USSD pull menu.

10. System should provide a functionality to convert an existing hierarchical XML structure to corresponding USSD menu

11. System should allow to create and manage a USSD based information menu which can be accessed by a short code and can receive input or provide information for various services accordingly

12. System should allow to use existing authentication and authorization mechanisms for the access of secure menu item /information over USSD.

13. System should support standard connectivity protocols: SIGTRAN or USSD over SMPP or any other custom operator specific protocol over TCP, UDP or HTTP

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 143 of 192

S. No. Requirement Indicate Compliance (Yes/No)

14. System should support text, 8-bit binary content and 16-bit Unicode content as well using Data-coding. Also, all GSM Characters should be supported.

15. System should support 128-bit and 256-bit encryption for storing and transmitting payload of secure transactions. At the time of service creation, Administrator should be allowed to select Secure Service in properties and HTTPS for these services.

16. System should support SMPP / HTTP protocol for integration with SMSC and HTTP / VXML integration with IVR to provide USSD Call-back kind of services.

17. System should provide logging of USSD push notifications sent into the database

18. System should provide the logging of USSD pull requests received into the database

19. System should provide the logging of USSD sessions and their activities into database

20. System should provide the logging of USSD sessions and related transactions into the database

21. System should be able to provide Necessary API for sending USSD push notifications

22. System should be able to provide Necessary API for sending USSD push notifications in bulk

23. System should be able to provide Necessary Event/API for notifying the incoming pull request

24. System should be able to provide Necessary API for sending data against an incoming pull request

25. System should be able to provide Necessary API to manage various configuration settings if any

26. System should also work on SIGTRAN if provisioned by the backend TSP

27. System should support Mobile Initiated USSD session

28. System should Support Network Initiated USSD Session

29. System should serve static menus that enables the USSD Gateway to present a menu or pre-defined length and content

30. System should serve dynamic menus that can enable the USSD Gateway to present a menu derived dynamically from an external source

31. System should support USSD short cut or accelerator menus such as *123*3*2*1#

32. System should support automatic pagination if required

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 144 of 192

S. No. Requirement Indicate Compliance (Yes/No)

33. System should support subscriber activated pause of USSD sessions

34. System should support resume of expired sessions

35. System should be able to support content scanning for the incoming/outgoing data though USSD

36. System should allow to send USSD push messages in Hindi or English or a mix of both languages

c. Interactive Voice Response (IVR) System

S. No. Requirement Indicate Compliance (Yes/No)

1. System should provide an IVR functionality to interact with landline phone or mobile phone or IP Hard Phone users

2. System should allow to use the underlying telecommunication channel to make outbound call to an user and plays the IVR on connect and capture the input from the user

3. System should allow to execute a hierarchical questionnaire with questions and their options over the IVR and collect and record the responses from users

4. System should allow to use pre-recorded voice files for the questions and their options

5. System should allow to use some Text To Speech (TTS) technology to convert the text of the questions and their options to voice on the call

6. The Text To Speech technology to be used should support both English and Unicode Hindi and a mix of both

7. System should allow to use the mix of text and pre-recorded voice files for the questions and their answers

8. System should support following formats of voice files to play on IVR: MP3, WAV

9. System should allow to capture the user’s input through the DTMF

10. System should allow to capture the user’s input using some Automatic Speech Recognition (ASR) technology

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 145 of 192

S. No. Requirement Indicate Compliance (Yes/No)

11. The ASR technology should allow to specify a set of possible keywords for a given option/answer that could be spoken while answering

12. System should allow to capture the user’s input using a mix of DTMF and ASR based upon selection or success of the previous method

13. System should allow to save the user’s inputs against a given questionnaire into the database

14. System should allow to execute an IVR campaign with an hierarchical questionnaire and set of users and recording of user’s inputs

15. System should allow to design and develop an IVRS based information cum command system presented on an incoming call. The inputs from users will be recorded by system and necessary action (next menu, recording of request, information delivery using voice or other medium) will be taken accordingly. Integrations with outer application for information/command would be required accordingly.

16. The IVRS based information cum command system should allow to accept a voice command and take appropriate action in backend based upon the predefined matching cases for a given menu item. This action might be a database update or a database fetch and deliver the response to the caller accordingly.

17. System should have the provision of Voicemail feature for incoming IVR system. After selection of the option for talk to call centre agent, if no agent is available in a given time frame, system should ask the caller to leave a message on voice call. These voice mails shall be accessible to call centre so that the agents can call the caller back.

18. System should allow to specify the valid time ranges in a day for making outbound IVR calls

19. System should allow to specify certain date(s)/day(s) of week as no-call day(s)

20. The system should be capable of making simultaneous IVR calls up to 1800. This should be extendable according to the availability of the underlying communication channels

21. System should allow to reserve a certain number of communication channels for incoming IVR system. This number should be allowed to be increased/decreased on requirement basis

22. In ASR mode, it should support 200 simultaneous calls. This should be extendable according to the availability of the underlying ASR channels

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 146 of 192

S. No. Requirement Indicate Compliance (Yes/No)

23. System should support communication protocols: SS7/ISDN PRI/ SIP Trunks, if provide by the underlying connectivity provider

24. System should be able to provide Necessary API to make an IVR call based upon a predefined hierarchical structured questionnaire

25. System should be able to provide Necessary API to convert a similar hierarchical structured questionnaire in XML format into the IVR menu.

26. System should be able to provide Necessary API to fetch the input recorded for a given campaign

27. System should be able to provide Necessary API/event to be used on the event of the selection of an IVR menu

28. System should support Filtering and anti-spam function

29. The designer studio should contain features to convert audio files such as MP3 or WAV to the correct IVR & IVVR format.

30. System should be capable to specify a number of incoming IVR menus for different services/departments accordingly

31. System should be capable to transfer calls between other internal/external IVRs

32. IVR should be capable for sending caller details while transferring call to agent/other IVR

33. System should allow to send acknowledgement message after completion of the incoming IVR call

34. System should support to play date/time values, numerical values, and textual messages accordingly

35. The IVR call flow designer should allow to specify the other/outside IVRs as a components of the call flow

36. Questionnaires for IVR based surveys would contain questions and their options organized in some hierarchical manner. At application level, this might be in XML or some other similar format. The IVR system may not be able to understand this XML structure. So, the API for the conversion of the user specific questionnaire structure to IVR specific structure would be required

37. Inputs received through IVR from citizens against an IVR based survey questionnaire will be stored in the database. These surveys would be organized under various campaigns. So, the required API would return the survey’s results stored for a given campaign

38. One or more IVR menus could be created for getting information/sending service requests. These menus would need to call services of other applications to provide the

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 147 of 192

S. No. Requirement Indicate Compliance (Yes/No)

requested information or to register the requested service requests. So, it is required that these menus should be able to raise some event on selection so that other application service may be called.

39. IVR should support redundancy across WAN or LAN, for 100 % of IVR ports of its major components so that loss of any single node will not cause downtime”. The switch over from primary IVR to secondary IVR should happen without any manual intervention.

40. Proposed IVR should support Queuing, Play Announcements and Prompts directly on the voice gateway

41. System should support the interrupting the prompt once user inputs through DTMF or voice (in case of ASR)

42. The IVR platform should use open-standards VoiceXML

43. The IVR should support centralized as well as distributed gateways

44. System should be able to make 1000 concurrent outbound IVR calls. This would be capped by the number of ASR channels in ASR mode(if selected) and the number of outgoing channels allocated to IVR

45. System should be able to handle 1000 concurrent incoming IVR calls. This would be capped by the number of communication channels allocated to IVR

d. Outbound Calling System

S. No. Requirement Indicate Compliance (Yes/No)

1. System should allow to make Progressive and Predictive outbound calls to landline phone or mobile phone or IP Hard Phone users and play a voice message on connect. Vendor should provide details about its Predictive algorithms and provide simulation environment to showcase predictive gains for any given campaign.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 148 of 192

S. No. Requirement Indicate Compliance (Yes/No)

2. System should allow to play a pre-recorded voice file over the phone call

3. System should allow to use a TTS technology to convert a Unicode text in Hindi or English or mix of both to the corresponding voice to play over the call

4. System should allow to play a mix of text and pre-recorded voice files in any combination over the phone call.

5. System should allow to use a predefined template and a set of parameters (text or voice) to generate the appropriate voice message at runtime to play over the phone call.

6. System should allow to maintain a queue of outbound calls and to process them based upon various parameters like age, priority

7. System should allow to specify the valid time ranges for making calls.

8. System should be able to make simultaneous outbound calls up to 1800 at a given time. This should be extendable according to the availability of the underlying communication channels

9. System should be able to provide Necessary API for submitting an outbound call with text message in calling queue

10. System should be able to provide Necessary API for submitting an outbound call with recorded message in calling queue

11. System should be able to provide Necessary API for submitting an outbound call using a predefined template (id of the template and list of parameters. Parameters may contain text or voice file names or both) in calling queue

12. System should be able to provide Necessary API for fetching status of an outbound call (call status, call time, duration) using a key

13. System should be able to provide Necessary API to manage various configuration settings if any

14. System should be able to support content scanning

15. System should provide to define a dialling strategy like channel allocation, calling priority, retry management using standard configuration settings at system and individual campaign level

16. System should support dialling from records stored in multiple databases

17. No call should be dropped or immaturely terminated by system failure. Network congestion and user rejection is

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 149 of 192

S. No. Requirement Indicate Compliance (Yes/No)

not included in this. Every failed call should have a reason for failure recorded in the system.

e. Text to Speech (TTS) System

S. No. Requirement Indicate Compliance (Yes/ No)

1. System should be able to allow a clear and flawless conversion of a given text into voice

2. System should be able to convert a text in English or Unicode Hindi into the corresponding voice

3. System should be able to convert a mix of English and Hindi into the corresponding voice

4. System should be able to specify special character/character sequences/phrase to insert a natural pause while converting voice

5. System should be able to produce a human like voice from the given text

6. System should be able to pronounce the numerical values in both digit by digit or in the quantitative value.

7. System should be able to provide a set of both male and female voices

8. System should be able to provide a way to specify the use of male or female voices into the message itself or supporting metadata

9. System should have functionality to play date/time values, numerical values, and textual messages.

10. System should have the capability of self-learning of the pronunciation of new words and update its dictionary accordingly.

11. System should allow to register the custom pronunciations of one or more words if not being pronounced properly.

f. Automatic Speech Recognition (ASR) System

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 150 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

1. System should be able to recognize a word/phrase spoken over the phone call and to match it with a given set of phrases in text

2. System should be able to recognise all the words or phrases spoken in languages: English and Hindi

3. System should be able to recognise the different accents of voice from different areas of Rajasthan state

4. If proposed solution is having port bound licenses, then it should support of using at least 200 simultaneous ports. This should be extendable according to the availability of the underlying ASR licenses

5. System should be able to capture the date and time spoken by the citizen in any format

6. System should have the capability of self-learning of the understanding of new words and update its dictionary accordingly.

7. System should allow to register custom pronunciations of one or more words if not being identified by the system.

g. Voice Biometrics System

S. No. Requirement Indicate Compliance (Yes/ No)

1. System should be able to provide a voice based authentication mechanism

2. System should be able to provide a way to maintain a voice credentials/voice print repository for unlimited number of user accounts

At initial level, up to 10000 voice biometric transactions per day should be allowed by system. Total number of registration should be unlimited. System should allow to support more transactions

3. System should be able to register a voice credentials/voice print against an user account

4. System should be able to modify/delete an existing credentials/voice print registered against a user account

5. System should be able to provide a way to match a provided voice data with the stored voice credentials/voice prints into the repository

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 151 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

6. System should be able to provide output of the match of provided voice data with the stored voice credentials/voice prints in form of a percentage match

7. System should be able to register the voice credentials/voice print in any language

8. System should be able to support the unlimited number voice prints. The number of stored voice password is not be restricted in any manner.

9. System should be able to provide the Logging of voice credential transactions in the database including the registration / un-registration / modification / authentication etc.

10. System should be able to provide a basic management interface with configuration settings, use of all APIs listed and general MIS reports

11. System should be able to support minimum 1000 concurrent authentication sessions at a time

12. System should be able to provide necessary API to register a new voice credentials (user id, pass phrase and other relevant details)

13. System should be able to provide necessary API to deactivate/delete an existing voice credentials

14. System should be able to provide necessary API to update an existing voice credentials

15. System should be able to provide necessary API to fetch all registered voice credentials

16. System should be able to provide necessary API to fetch a registered voice credentials by an id

17. System should be able to provide necessary API to authenticate an user against the provided pass phrase data

18. System should be able to provide necessary API to integrate with other applications

19. System should be able to provide necessary API to manage various configuration settings if any

20. System should provide necessary APIs to integrate with TTS/ASR functionalities

21. System should be able to perform liveliness detection in case of recording playback detection

22. System should support Text Dependent and Text Independent technology for creating voiceprints

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 152 of 192

h. Voice Transcription System

S. No. Requirement Indicate Compliance (Yes/ No)

1. System should be able to generate a text data corresponding to a recorded voice data provided

2. System should be able to support most of the audio file format for transcription (such as MP3, WAV and VOX formats)

3. System should be able to support the conversion of voice data into text data as per the language spoken. English to English and Hindi to Hindi and it should be configurable as per the requirements

4. System should be able generate the output file of transcription process in Unicode format

5. System should be able to configure the path and naming pattern of input and output files

6. System should be able to allow the logging of transcription activities in database

7. At initial level, system should have the capacity of transcription of the voice data of 1800 hours per month. This capacity should be extendable according to the requirement.

8. System should be able to provide necessary API to transcript a voice file into text (with the path of input and output file names)

9. System should be able to provide necessary API to manage various configuration settings if any

i. Other general Requirements

S. No. Requirement Indicate Compliance (Yes/ No)

1. System should be able to generate alerts if the success percent is less than or equal to 10 % for all given modules

2. System should be scalable to meet department's future capacity requirements without impacting performance and reporting. System should be scalable up to 100% of the proposed capacity.

3. Application Platform Partitioning should be on basis of capacity, features to be activated, User creation (one

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 153 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

department should not see configuration, CDRs, reports and recordings of another department)

4. System should provide open web APIs for underlying functionalities that should be able to called through http/https URLs for integration with third party systems

5. No outgoing/incoming call should be dropped or immaturely terminated by system failure. Network congestion and user rejection is not included in this. Every failed call should have a reason for failure recorded in the system.

6. The overall all solution should be implemented in High Availability mode

7. System should provide the virtual/physical partitioning of resources like communication channels, ASR ports, TTS ports, Transcription ports, Voice Biometric ports, Database files etc. for various groups of users/departments using some configurable settings

8. System should be able to generate Root Cause Analysis (RCA) report for Severe issues

9. All MIS reports in the system/portal should have the functionality to print or export the data in formats: MS Excel, PDF

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 154 of 192

2. Functional Requirements Compliance Sheet for Application Modules:

a. Voice Authentication System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System should provide a web based interface to manage the voice print/credentials registration

3. System should provide a list of all registered voice prints/credentials with necessary details

4. System should provide the filter mechanism to filter out the list of registered voice prints/credentials

5. System should provide the search mechanism to search the list of registered voice prints/credentials

6. System should provide a way to register new voice prints/credentials

7. System should provide a way to associate the new voice prints/credentials with the existing Single Sign On (SSO) user identity

8. System should provide a way to deactivate an existing voice print/credentials

9. System should provide a way to update an existing voice print/credentials

10. System should provide a way to test a given voice print/credentials

11. System should provide a web based integrable component/widget/web part for voice based authentication that could be integrated with other web based applications to provide the voice based authentication feature to host web applications

12. System should be able to provide a way to set the configuration settings for the maximum allowed voice print authentication/registration sessions within a day

13. System should be able to provide a way to set the configuration settings for the alert level counter for allowed voice print authentication/registration sessions within a day

14. System should be able to track every new voice print registration/authentication within a day and maintain the counter

15. System should be able to maintain an audit trail/log for every transaction/error occurred in the system

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 155 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

16. System should be able to raise an alert through email/SMS when the new voice print registration/authentication counter reaches the alert level counter

17. System should allow to authenticate caller during conversation with call centre agent

18. System should provide following MIS reports for voice prints/credentials:

i. Category wise (Citizen/Department/Designation) ii. Usage of voice prints/credentials within a given

date/time range iii. Success rate of authentication sessions within a

given date/time range iv. Voice prints/credentials having most success rate

within a given date/time range v. Voice prints/credentials having least success rate

within a given date/time range vi. Number of new voice/print credentials registered

within a given date/time range vii. Number of new voice/print credentials deactivate

within a given date/time range viii. Number of new voice/print credentials updated

within a given date/time range ix. Graphical report for the usage of voice

print/credentials sessions within a given date/time range

x. Voice prints/credentials having high usage within a given date/time range

xi. Voice prints/credentials having no usage within a given date/time range

xii. Audit trail/log report for given date/time ranges and log type

b. Call Transcription System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System should allow to transcript the recorded voice files into text files

3. System should allow to create/manage a number of transcription schedules that can run in parallel to each other

4. Transcription schedules could be recurring/non-recurring in nature

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 156 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

5. Each transcription schedule should have user defined properties for the source file location/folder, transcription file location/folder and processed file location/folder

6. Transcription schedule should have the property for the definition of a regular expression based pattern filter to select only specific files for transcription from the source location

7. Transcription schedule should have the properties for the size and creation date/time based filter to select only specific files for transcription from the source location

8. Non-recurring transcription schedules should have the properties for the date/time ranges for their execution time frame

9. Recurring transcription schedules should have the properties for the recurring parameters like recurring patterns (hourly/daily/weekly/monthly)

10. System should provide an interface to view the transcription results filtered through various parameters like record date/time, transcription date/time etc.

11. System should maintain an audit trail/log of all the transactions/error occurred in the system

12. System should provide following MIS reports for voice transcription system:

i. Number of transcriptions within the given date/time range

ii. Number of transcriptions for given schedule within the given date/time range

iii. Graphical report for the rate of transcription day/hour wise for a given date/time range

c. USSD Pull System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System should provide a list of all USSD menus available

3. System should provide a way to create a new USSD menu

4. System should provide a way to update/modify an existing USSD menu

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 157 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

5. System should provide a way to deactivate an existing active USSD menu

6. System should provide a way to activate an existing deactivated USSD menu

7. System should provide a drag drop based web interface to design the USSD menu in a hierarchical manner. This designer should provide the necessary tools to design and configure the nodes of the menu.

8. System should allow to categorize the USSD menus under certain predefined categories

9. System should provide the interface to manage(Add/Update/Deactivate) various USSD menu categories

10. System should provide the interface to deploy the USSD menu to the USSD server

11. System should allow to provide a testing mechanism to test a USSD menu

12. System should provide a way to maintain an audit trail/log for all the changes made

13. System should provide a way to view the transactions recorded against a USSD menu

14. System should provide a way to print the transactions recorded against a USSD menu

15. System should provide a way to export the transactions recorded against a USSD menu in formats: MS Excel, MS Word, PDF.

16. System should provide facility to apply auto or manual pagination for USSD menus

17. System should provide following MIS Reports:

i. List of USSD requests received for all/selected menus for a given date range

d. USSD Push Message System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 158 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

2. This system will allow to send an USSD push message to a mobile number

3. System should provide an interface to departmental users to view the list of USSD push message campaigns and their details for their department only

4. System should provide an interface to departmental administrators to create/manage USSD push message campaigns

5. System should allow to upload a data file containing contact numbers and/or message for a campaign in formats: .xls, .xlsx, .csv, .txt etc.

6. System should allow to specify a common/variable/parameterized message for all the contacts of a USSD push message campaign

7. System should allow to test a USSD push message campaign message with some test mobile numbers

8. System should allow to schedule a USSD push message campaign for a given date/time

9. System should allow to stop/pause/cancel/resume a running USSD push message campaign

10. System should allow to submit additional contacts to an existing running/completed USSD push message campaign

11. System should allow to restart a completed USSD push message campaign for all/failed contacts

12. System should allow to create a recurring USSD push message campaign that automatically executes according to a recurring pattern set

13. System should allow the super administrators to set a monthly/daily quota of USSD push messages for various departments/services accordingly

14. System should provide MIS reports for following:

i. List of USSD push campaigns for all/selected departments for given date range

ii. List of USSD push messages for all/selected departments for given date range

iii. Success statistics for the push campaigns for all/selected departments for given date range

iv. Success statistics for push messages for all/selected departments for given date range

v. Statistics of the message quota utilization of all/selected departments for given date range

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 159 of 192

e. Outbound Dialling Campaign Manager (e-Sanchar)

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System should allow a department user to view the progress of the campaigns related to his department only

3. System should allow the department administrator to create/manage the campaigns related to his department

4. System should allow the super administrator to view/create/manage campaigns of any department

5. System should allow to create a campaign using a data files of various formats including .csv, .xls, .xlsx, .txt etc.

6. System should allow to specify the campaign message different for all numbers or parameterized using data file parameters. Campaign message could be in Hindi or English or a mix of both

7. System should allow to specify the campaign message in form of a recorded voice file of formats: .mp3 and .wav

8. System should allow to specify the campaign message as a mix of text and recorded voice files

9. System should allow to assign the number of communication channels for a campaign

10. System should allow to specify/update the number of attempts to be taken for failed calls for a given campaigns

11. System should allow to specify/update the duration of a campaign

12 System should allow to stop/pause/resume a running/paused/stopped campaign

13. System should allow to maintain/update a list of possible invalid numbers so that campaign calling records can be filtered out before making the calls

14. System should allow to resubmit some/all failed calls for a given campaign

15. System should provide a monitoring interface to monitor followings: vi. Running campaigns vii. Campaign wise channel utilization viii. Campaign wise call rate ix. Campaign wise call success rate x. Campaign wise average call duration xi. Department wise channel utilization

16. System should allow to change/update different attributes of a campaign

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 160 of 192

17. System should allow to test a campaign with test numbers

18. System should provide a demo interface to test a voice call message

19. System should provide a rich MIS including following reports: i. List of campaigns within a given date range for selected/all

department(s) ii. Detailed call report for a given date range for selected/all

department(s) iii. List of campaigns with a given date range for selected/all

department(s) and for selected/all services

f. Reality Check Campaign Manager (i-Facts)

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. This system should allow to create and maintain various reality check survey campaigns for various departments and their services/schemes/projects

3. System should allow the departmental users to view the progress of the campaigns for their departments

4. System should allow the department administrators to create/view/manage the campaigns for their departments

5. System should provide a drag drop based web interface to design the workflow of the campaign.

6. System should allow to include the standard components like email, SMS, IVR, USSD, manual calling to build the campaign work flow

7. System should allow to specify various rules for the transition of the workflow execution among various components defined

8. System should allow to update the workflow of an existing campaign

9. The workflow interface should allow to specify/update the standard properties of the various components of the workflow

10. System should allow to design/edit a hierarchical questionnaire consisting questions and their possible options in an inter-related manner including a welcome message and a thanks message. Language of the questions/options/messages will be Hindi/English of a mix of both

11. System should provide a XML kind view of the new/existing hierarchical questionnaire design and allow to add/change this XML to create/update the structure as well

12. System should allow to specify the records of the citizens to be called for survey campaign from following sources

i. Data file of various formats including .csv, .xls, .xlsx, .txt etc.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 161 of 192

ii. From one or more existing surveys campaigns iii. From the stored citizen contact repository iv. Form external applications like Bhamashah, ePDS etc.

13. System should allow to specify/update the scheduled timings/ maximum attempts for a survey campaign

14. System should provide the control for pause/stop/cancel/resume of a survey campaign to appropriate users

15. System should provide the scheduling or chaining of multiple campaigns for a group of contacts

16. System should provide a monitoring interface to monitor followings: i. Running campaigns ii. Campaign wise channel utilization iii. Campaign wise call rate iv. Campaign wise call success rate v. Campaign wise response statistics vi. Department wise channel utilization

17. System should allow to create/manage a citizen contact repository with all possible demographic details

18. System should provide MIS reports inclusion following: i. List of campaigns within a given date range for

selected/all department(s) ii. Response statistics for a given campaign iii. Geographical area wise response statistics iv. Graphical reports for response statistics

g. Incoming IVR Management System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. This system will allow to design and manage one or more IVR menu trees

3. System should allow view the list of available IVR menus to the admin user

4. System should allow to update an existing IVR menu

5. System should provide a drag drop based web designer interface to design the IVR menus

6. System should allow to include standard blocks for intimation like USSD push, SMS, other/outer IVR menu in between the general call flows and configure these blocks with required properties. The concerned block should be executed accordingly while execution of IVR menu

7. System should provide a XML kind view of the new/existing IVR menu design and allow to add/change this XML to create/update the menu structure as well

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 162 of 192

8. System should allow to specify the backend action for a given menu item of an IVR menu. Backend actions could include followings: i. Fetch data from a DB or web service based upon the

data provided by citizen and delivers it back to him via IVR

ii. Fetch data from a DB or web service based upon the data provided by citizen and delivers it back to him via other medium like SMS

iii. Make a DB transaction based upon the data provided by citizen

9. System should provide the functionality to deploy an IVR menu to the IVR server

10. System should run in a HA mode with 50% capacity of HA site in Active-Passive mode

11. System should provide a menu for talking with a human agent. On selection of this menu, calls would be transferred to the existing Citizen Contact Centre agent (CCC). A call id and phone number shall also be passed as parameters also. On completion of the call at CCC IVR end, relevant call statistics and details will be returned by CCC IVR to system's IVR that need to be stored in the application database accordingly

12. System should play a configured (text/voice file) wait/busy/abandoned/drop voice mail messages accordingly

13. System should allow to change the campaign configurations settings and dialling records in running stage without stopping the campaign

14. In case if no agent available to take call transferred from IVR, after waiting for a predefined time, the system should prompt the citizen to leave a voice mail message to the agent.

15. System should provide an interface to the call centre agent to track the stored voice mail messages and call the citizen back and update the voice mail status and details accordingly.

16. System should provide following MIS reports: i. No. of incoming calls for a single/all IVR menu in a

given date range ii. No of selection attempts for one or more menu items

for a single/all IVR menu in a given date range iii. Details of actions taken on the menu selection for one

or more menu items for a single/all IVR menu in a given date range

iv. List of calls transferred to CCC in a given date range with the call time

v. List of voice calls registered in a given date range with the call time

vi. List of voice calls processed in a given date range with the call time

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 163 of 192

h. SMS Management System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System should allow a department user to view the list of SMS campaigns for his departments

3. System should allow a department administrator to view/create/manage the SMS campaigns for his departments

4. System should allow the Super Admin user to view/create/manage the SMS campaigns for all departments

5. System should allow the Super Admin user to manage the settings for the SMS campaigns for all departments including the monthly SMS quota, daily SMS quota etc.

6. System should provide an interface to upload the records of contact numbers and/or messages in form of a data file (.xls, .xlsx, .csv, .txt) while creating a campaign

7. System should allow to specify a common/variable/parameterized message for the campaigns. The message could be in Hindi or English and in a mix of both

8. System should provide a way to create an iterative campaign that can run on the scheduled time intervals defined

9. System should allow to append additional record to an running/paused/completed campaign

10. System should allow to remove existing records from an existing running/paused campaign

11. System should allow to stop/Cancel/pause/resume/restart an existing campaign

12. System should allow to resubmit the failed messages for a single/multiple campaign(s)

13. System should allow to schedule a camping to execute on specific date/time

14. System should allow to test a campaign with some test numbers

15. System should provide a demo screen where SMS functionality can be tested

16. System should provide a dashboard with various statistics related to SMS service utilization by different applications/departments

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 164 of 192

17. System should provide a way to maintain a list of invalid numbers so that records can be filtered out before sending the messages

18. System should provide a way to maintain a list of objectionable words/keywords to filter out the messages before sending

19. System should provide MIS reports for following i. List of campaigns for all/selected department(s) for a

given date range ii. List of SMS send for all/selected department(s) for a

given date range iii. SMS quota utilization statistics for all/selected

department(s) for given date range iv. SMS success statistics for all/selected department(s)

for given date range v. Statistics for the objectionable messages restricted for

all/selected department(s) for given date range

i. Missed Call Management System

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. One or more numbers shall be used as missed call sink for citizens. The missed calls received on this module will indicate a request to call from a citizen

3. System will record all missed calls on the configured numbers along with contact number and call date/time

4. System will display the list of all the missed calls recorded according to the selected status and applied date/time ranges

5. System should put every missed call record will be in the status: “Pending”

6. System should display these “Pending” missed call records to appropriate users

7. The caller user shall call the citizen back and take necessary action against the citizen request and record the conversation in system and close the call

8. System should allow to suspend/close the calls not connected with appropriate comments

9. System should allow to re-invoked the suspended call if required

10. System should provide following MIS reports :

i. List of missed calls received within a given date/time range

ii. List of missed calls closed with action within a given date/time range

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 165 of 192

iii. List of missed calls closed without action within a given date/time range

iv. List of missed calls pending from given number of days within a given date/time range

j. Master/Configuration Management

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System shall be accessible by the user of the specific roles

User Management

3. System should provide a list of all users of the system

4. System should provide a way to create a new user in the system based upon the SSO id

5. System should provide a way to deactivate/delete an existing user

6. System should provide a way to set additional properties for an user other than the SSO details

7. System should provide a way to map a new/existing user with one or more role(s) and/or permissions

Role Management

8. System should provide a list of all the roles defined in the system

9. System should provide a way to create a new role in the system

10. System should provide a way to edit/deactivate an existing role in the system

11. System should provide a way to view the list of users mapped with a particular role

12. System should provide a way to map an existing user with a selected role

13. System should provide a way to unmap a mapped user from a role

14. System should provide a way to view the list of permissions assigned to a role

15. System should provide a way to assign/remove permissions to/from a role

Permission Management

16. System should provide a list of all permissions

17. System should provide a way to add a new permission

18. System should provide a way to deactivate/delete an existing permission

19. System should provide a way to map a permission to a role or a user

20. System should provide a way to view the mapped role and users mapped with a permission

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 166 of 192

21. System should provide a way to unmap a role/user from a given permission

User/Role Module Access

22. System should provide a way to manage the access of various underlying components to the existing users

Master Data Management

23. System should integrate with the existing Master Data Services to fetch/sync locally the required master data for the application

24. System should provide the necessary interfaces for the master data view and sync

25. System should provide the necessary interfaces for the management of the master data not available under the Master Data Service

Service Credentials Management

26. System should provide a way to the register the credentials for the incoming requests for various web service modules

27. System should provide a way to the register the credentials for the incoming requests for various web service modules

Application Configuration Module

28. System should allow to manage various configuration setting related to different application modules

29. For SMS module, it should provide the way to configure the maximum message quota for different departments for a given time span like day, month, year

30. For USSD push message module, it should provide the way to configure the maximum message quota for different departments for a given time span like day, month, year

31. For Voice Biometric System, it should provide the way to configure the maximum transaction quota for different departments for a given time span like day, month, year

32. System should allow the configuration settings for virtual/physical partitioning of resources like communication channels, ASR ports, TTS ports, Transcription ports, Voice Biometric ports, Database files etc. for various groups of users/departments

k. Offline Test/Demo Module

S. No. Requirement Indicate Compliance (Yes/ No)

1. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

2. System should provide the testing/demo environment / interfaces of various modules / functionalities included in the entire system

3. System should provide an interface for testing/demo of the Text to Speech functionality (TTS) that accept a Unicode text and converts and deliver the corresponding voice

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 167 of 192

4. System should provide an interface for testing/demo of the Automated Speech Recognition (ASR) functionality that accept a voice and match it with a given text

5. System should provide an interface for testing/demo of the Voice Biometric system that accept a pass phrase and match it with stored pass phrases and displays the results

6. System should provide an interface for testing/demo of the Voice Transcription functionality that accept a voice file and convert it to text file and display

7. System should provide an interface for testing/demo of the USSD system that accept the Unicode text and send it as USSD push to one or more given numbers

8. System should provide an interface for testing/demo of the SMS system that accept the Unicode text and send it as SMS message to one or more given numbers

9. System should provide an interface for testing/demo of the automated outbound voice calling system that accept the Unicode text and send it as outbound voice call to one or more given numbers

10. System should provide an interface to generate the recorded message from a speech or Unicode text and allow to download the generated file in wav or mp3 formats

l. System Monitoring Module

S. No. Requirement Indicate Compliance (Yes/ No)

11. This system should be a web based integrated module of the Unified Communication Gateway (e-Sanchar 2.0) web portal

12. System shall be accessible by the user of the specific roles

13. System should provide a dashboard to display the performance/availability statistics for various core functionalities in both graphical and quantitative manner

14. System should display a widget/section for the availability, up/down status of the communication channels

15. System should display a widget/section for the availability, up/down status of the incoming/outgoing IVR system

16. System should display a widget/section for the availability, up/down status of the incoming/outgoing USSD system

17. System should display a widget/section for the availability, up/down status of the Voice Transcription system

18. System should display a widget/section for the availability, up/down status of the Voice Biometric system

19. System should provide a widget/section to view the various application/event/error logs created

20. System should provide the MIS reports for the availability status for various modules within a given date/time range

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 168 of 192

m. Application Web Services

S. No. Requirement Indicate Compliance (Yes/ No)

1. System should provide a number of web service APIs for different application modules to get integrated in other applications

2. All web services will be hosted in Raj Sewa Dwar which is a IBM Enterprise Service Bus to host and distribute the web services

3. All web services shall be deployed in formats like conventions SOAP based, Restful and WCF TCP based or equivalent

4. All service requests shall be validated against the service credentials registered for the department and/or application and the IP addresses whitelisted

5. All web service requests shall be logged into the system along with the requester department/application details and the credentials and IP address of the requester machine

6. All unauthenticated request attempts shall also to be logged into system with the credentials used and IP addresses

Outbound Dialling System Service

7. Method to submit a single outbound call request

8. Method to submit a bulk outbound call request

9. Method to fetch the delivery status of a single/bulk outbound call request

SMS System Service

10. Method to send a single SMS request

11. Method to send a bulk SMS request

12. Method to send a Flash SMS request

13. Method to send a bulk Flash SMS request

14. Method to fetch the delivery status of a single/bulk SMS request

USSD System Service

15. Method for sending a single USSD push message

16. Method for sending bulk USSD push messages

17. Method to fetch the delivery status of a single/bulk USSD push request

Voice Biometric System Service

18. Method for sending a voice biometric authentication request

n. Unified Communication Gateway (e-Sanchar 2.0) web portal

S. No. Requirement Indicate Compliance (Yes/ No)

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 169 of 192

1. It will be a HTML5/CSS/jQuery based web application with a responsive design layout

2. It should be developed with standard web development technologies like ASP.NET, Java etc.

3. It should be a n-tier/layer application in architecture design

4. All the above mentioned application modules shall be the part of this web portal and be accessible through appropriate links/menus based upon the role/permissions of the logged in users

5. System should have a centralized print/export mechanism for all the reports available in the system

6. System should have a centralized auditing/logging mechanism to record audit logs/application logs for all transactions of underlying modules

7. The web portal should be equally accessible to all popular web browsers including Mozilla Firefox, Safari, Google Chrome, Internet Explorer (9 and onwards)

3. Functional Requirements Compliance Sheet for Sample Applications

a. USSD Pull Menu

The menu will have following menu items:

i. Rajasthan Sampark

ii. E-Mitra

iii. Bhamashah

iv. e-PDS

v. Call Me Request

b. IVR Information Menu

c. IVR Command Menu

d. Voice Transcription Schedule for Citizen Contact Centre

e. Voice Biometric Enablement for e-Mitra kiosks of Jaipur city

f. Liveliness detection of social pensioners of Jaipur city

Please Note: the above mentioned requirement is indicative and the detailed

scope of sample application shall be shared with the selected bidder

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 170 of 192

4. Functional Requirements for CCC:

A list of Functional Requirements and deliverables envisaged by Purchaser is given below

and the bidder must send the compliance to these requirements. These requirements shall

be seen in respect of the Project Profile (Section 2.0) and Scope of Work (Section 4.0). It is

envisaged that COTS software will purchased by the SI and customized as per the

requirements of the RISL.

a) Compliance to Gartner’s Magic Quadrant as on May 2016

S. No. Requirement Indicate Compliance (Yes/ No)

1. The OEM of the quoted Contact Center Solution should be either a Leader or a Challenger as per Gartner’s Magic Quadrant for Contact Center Infrastructure, Worldwide as on May 2016

b) CRM/ Customer Interaction Management Module

S. No. Requirement Indicate Compliance (Yes/ No)

2. It should be integrated with IVR, ACD, other existing applications like Rajasthan Sampark (as and when required), portal (provided by Selected Bidder to be accessed by department users), email server, SMS server to provide 360 degree view of caller.

3. It should be Rules-based – allowing the application to be modified to meet the changing needs.

4. It should be secured with single sign-on facility. The application should be configured to allow agents to login into all applications automatically without re-entering username/password into these applications.

5. It should provide a 360 Degree view of caller information to make CCC user more informative about caller /caller including call routing, service request status and caller contact information.

6. It should allow agent to capture the basic information for informational services including but not limited to:-

a) Name b) Sex c) Phone/mobile number d) Address e) Reason for contact f) Query details g) Date h) Department Name

Assigned to

7. It should be integrated with CCC database which will store the caller's information.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 171 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

8. CRM should support the content management containing scripts and FAQ's for informational services. It should also provide a search facility to the agent to search query in the maintained FAQ's.

9. CRM should provide access to update the FAQ's periodically.

10. It should support to record all new queries asked by callers.

11. Customer Relationship Management must generate a Unique Service request Number that shall be provided to the caller. This Unique Service request should be so designed to ensure its uniqueness across the complete solution.

12. When a new query record is created, an e-mail/sms can be automatically sent to the caller confirming that a new case record has been created with a unique service request number, name of the caller and query name with query status.

13. CRM should support SMS/email facility on the change in the status (open, pending, closed etc.) of the query of the caller. A SMS should be send to the caller with the service request no, name of the caller, query name with query status.

14. The Agent must have facility to mark calls as call back on a certain date & time etc. with his specific remarks in detail in CRM. System should inform the agent (who is free for follow-up) for call back on reminder date and time.

15. It should allow the system to provide the status of the query to the caller through voice and/or SMS (in response to customer’s SMS)

16. When new case (queries) records are created, they can be automatically assigned to the appropriate person using predefined assignment rules. When cases (queries) are assigned to someone, this person can be automatically notified of the case via e-mail.

17. CRM should support workflow engine which will help in implementation of case management activities. Based on workflow, case records can be automatically assigned to a work queue (using predefined assignment rules)

18. CRM should automatically notify via email about the escalated case to all of the people who comes under escalation rules.

19. CRM should support the escalation rules applies for non-closure

of query

within a certain period of time

20. It should support case escalation rules can be defined that will

control the automatic escalation of a case when specified

conditions are met

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 172 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

21. It should support a configurable case "status" data field which is

used to track the status of each case (e.g., new, escalated, on-

hold, closed, etc.)

22. CRM should support a case record which is created or updated,

a history record (of the change) is automatically created and

associated with the case

23. It should allow agent to close the call by changing the status of

service request to "Closed". System should automatically send

an email/SMS to caller and email to the concerned department

about the closure of the query.

24. When Agent makes the call to inform caller about the query, all

the caller details will be available on his screen like Caller name,

service request no, status, query, date & time of query etc. in

CRM.

25. It should allow search feature to search the query by its service

request number, name of caller, mobile/phone number.

26. CRM should support mass email/SMS facility that can be used

to send out responses to many people encountering the same

problem.

27. It should support for "call back" option in the event of long call

waiting.

28. It should define automatic routing and escalation (routing to a

supervisor) of a work item as a result of a trigger activating.

29. It should have ability for screen customization to reflect agent

preferences or specific service requirements. Agents should be

able to select the categories they want on their personal

screen(s) – such as task and service information – as well as

filters to be used – such as “show all service requests”, "overdue

service request" “just open service requests,” and “just service

requests submitted in the last 7 days.”

30. It should support the document management which will send the

documentation to the caller in the form of existing Government

documents, email, custom letters etc.

31. CRM should support all the templates email, SMS, government

forms that are maintained in the document management system.

32. It should support Alert mechanism. Whether the alerts are

posted through an e-mail or SMS system, shown as a pop-up

window or created and routed as a special work item.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 173 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

33. It should support the audit trail of the alerts that are triggered

along the process.

34. It should support integration of line of business applications with

CRM application

35. It should provide comprehensive tracking of caller interaction

and agent’s activities.

36. The application must be configured to support more than one

active session for a call centre user so as to support more than

one concurrent caller at a given time during escalation.

37. It should support the workforce management. It should be able

to forecast the volumes of staff requirements by using such

service standards as the grade of service, average waiting times

and the average time needed to handle each customer contact,

including wrap activities.

38. System should have an authentication mechanism before

grievance status details are shared with the caller.

39. Unique user id and password should be provided to the

designated officers of Purchaser.

40. Content management should be integrated with CRM and

maintain call centre procedures.

41. CRM system should support auxiliary codes to enable call centre

agents to indicate their current mode of operation (i.e.

Available/Unavailable/Wrapping Up/At Lunch, etc…) and the

same must be reflected in the reporting tool.

42. All logged tickets/ calls should follow the escalation mechanism

defined in the standard operating procedure

43. System databases will be used to manage caller account and

other information, which will be used to collect, track, and report

caller service requests and service delivery.

44. System should have the provision to generate various reports for

voice recording, quality monitoring, multiple campaigns and lead

management option

45. System should have the provision to manage agents on different

campaigns and reallocate them as per the requirement of the

campaign

46. System should have the provision for scheduling call back for

any specific call as per the requirement

47. System should be able to generate real time and historical call

progress analysis report

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 174 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

48. System should have the provision for setting filters for each

campaign

49. System should have the provision for editing the filters on real

time basis without affecting the ongoing campaign

50. System should support speech analysis

51. System should be able to send email/ SMS/ USSD session

52. System should have the provision for configurable voice

recording and screen recording as per the requirement

53. System should have quality management module for agents

c) Computer Telephony Integration and Automatic Call Distributor

Computer Telephony Integration

S. No. Requirement Indicate Compliance (Yes/ No)

1. It should be able to link ACD, IVR, call recording etc. to

information held on a CRM database about the inbound caller.

2. It should be able to support the following information messages

and options that are relayed to voice callers while they are

waiting in queues or put on hold by the contact centre agent,

including but not limited to:

a) Marketing messages(Later Stages of CCC

implementation)

b) Music

c) Specific message after configurable time (i.e. Voice Mail)

3. It should transfer relevant information about the individual caller

and the IVR dialog from the IVR to the agent desktop using

a screen pop based on CLI(Caller Line Identification)/ANI

(Automatic Number Integration)/DNIS (Dialled Number

identification sequence) when caller got connected.

4. It should be suitably integrated with CRM and other

communication media (phone/email/SMS) to send/receive data

which needs to be populated on agent screen and must also

update the IVRS usage details into the CRM as the caller

traverses through the IVRS and reaches the agent.

5. CTI should perform following functions including but not limited

to:-

a) It indicates that the call has entered the setup phase.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 175 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

b) Call is considered as delivered when the call starts

ringing

c) Call establishes when call is answered.

d) Call is cleared when the voice connection is terminated.

e) Call is completely ended when the logical call

appearance (including call data) is complete.

f) Under call transactions, call can be moved from the

active to held state or the call is removed from hold.

g) Call can be transferred to another agent or other call

centre

Automatic Call Distributer

S. No. Requirement Indicate Compliance (Yes/ No)

1. ACD should provide the capability of combining data with IVRS

menu system that can be intelligently route calls requesting

further assistance.

2. It should be able to put caller on hold if no agent is available and

keeping caller informed about the status of the call. Also support

relying messages (as defined by the Purchaser) during the hold

period.

3. It should be designed such that it can handle high volumes of

calls efficiently.

4. It should follow call routing to the agents with following features.

It should follow at least one of the feature mentioned below:

a) With 'Least Recent' - the extension that received a call the

longest time ago will be on the top of the list

b) With 'Fewest Calls' - the extension that received the least

number of calls will be on the top of the List

c) Random Selection-Routing to the agents with first agent

picks the call, it will be closed for the other agents.

5. It should allow call centre agents to be members of multiple ACD

groups. Each agent should have unique identification.

6. It should be able to transfer call to another agent with call data

attached.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 176 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

7. It should support routing for emails received on the Contact

Centre email account

8. It should allow call centre agent to transfer the call to other call

centre.

9. During later stages of CCC implementation, it should provide

skill based routing of the calls to the agents based on the skills.

10. During later stages of CCC implementation, system should allow

agents to log in to multiple skills with different levels of priorities

for the Skills.

d) Interactive Voice response System

S. No. Requirement Indicate Compliance (Yes/ No)

1. ACD should provide the capability of combining data with IVRS

menu system that can be intelligently route calls requesting

further assistance.

2. It should be able to put caller on hold if no agent is available and

keeping caller informed about the status of the call. Also support

relying messages (as defined by the Purchaser) during the hold

period.

3. It should be designed such that it can handle high volumes of

calls efficiently.

4. It should follow call routing to the agents with following features.

It should follow at least one of the feature mentioned below:

d) With 'Least Recent' - the extension that received a call the

longest time ago will be on the top of the list

e) With 'Fewest Calls' - the extension that received the least

number of calls will be on the top of the List

f) Random Selection-Routing to the agents with first agent

picks the call, it will be closed for the other agents.

5. It should allow call centre agents to be members of multiple ACD

groups. Each agent should have unique identification.

6. It should be able to transfer call to another agent with call data

attached.

7. It should support routing for emails received on the Contact

Centre email account

8. It should allow call centre agent to transfer the call to other call

centre.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 177 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

9. During later stages of CCC implementation, it should provide

skill based routing of the calls to the agents based on the skills.

10. During later stages of CCC implementation, system should allow

agents to log in to multiple skills with different levels of priorities

for the Skills.

11. It should support audio-text for playback of music, regulations,

procedures, social messages (to be decided by Purchaser

during Implementation phase of the project) as per the IVR Call

Flow & Call Tree.

12. The caller can be given the option to wait in the queue or request

a callback

13. It should include Automatic Speech Recognition (ASR) facility

and should be able to recognize both Indian English and Hindi

Languages

14. It should also include Text to Speech (TTS) facility and should

include audio generation for both Indian English and Hindi

Languages.

15. IVRS, ASR and TTS should support at least MRCP protocol

version 1.0 (based on RTSP/ SIP)

16. All the IVRS ports should be speech recognition enabled from

day one.

17. After pilot phase, it should have ability to add multiple marketing

messages on the IVR system

18. After pilot phase, it should allow users to schedule different

marketing messages in specific dates and for a specific period.

19. There shall be a provision of scalability of IVRS so that over a

period of

time it will take care of maximum functionalities of the Call Centre

(feasible

Through IVRS) under this Project. Features of scalability will be

finalized during

Implementation Phase of the Project.

20. There should be adequate number of IVR ports to ensure that all

calls meant for CCC are able to reach there.

21. The delivery of Informational and Transactional services through

IVRS mode shall be provisioned during the later stages of the

CCC implementation, if the back-end IT infrastructure at the

State level can support.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 178 of 192

e) Recording Solutions

S. No. Requirement Indicate Compliance (Yes/ No)

1. The system should record voice conversation between call

centre agent and caller at the time of documenting request,

department official and call centre agent at the time of resolving

query and map it to unique Service Request Number. The Call

Centre should have facility to record, replay and monitor all calls

for a period of 180 days. This should capture at least the

following information:

a. Date

b. Time

c. Call Duration

d. Agent ID

e. Caller Number

f. Service Request Number

g. Number Dialled for Outbound Calls

h. Inbound/Outbound Identifier - System Generated

2. The agent ID and call record should be linked to the recorded

query. The recorded query can be viewed by agent but cannot

be modified.

3. The system should also record the outbound communication of

call centre agent and the caller at the time of providing answer

to unresolved query.

4. It should provide search facility with following information:-

a. Date

b. Time

c. Call Duration

d. Agent ID

e. Caller Number

f. Service Request Number

g. Numbers Dialled for Outbound Calls

5. Basic information about every caller should be recorded and

stored in a database by the agent. This database shall be

updated every time a new caller calls up.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 179 of 192

f) Management Information Systems

S. No. Requirement Indicate Compliance (Yes/ No)

1. MIS should generate reports based on:-

Type of queries/grievances

Department wise

District wise/Block wise

Repeat Request/Complaints

2. It should generate different types of reports on Number of

calls:-

Total Number of Calls- Inbound and Outbound

Number of Calls Diverted to Call Centre Agents from IVR

Number of calls dropped on the IVR stage

Number of calls transferred to other Call centre

3. It should generate Queue analysis reports. The below

mentioned queue analysis list is including but not limited to:-

Number of Waiting Calls

Average Call Time

Average Waiting Time

Abandoned Calls

4. It should generate Agent reports (Summary for All the Agents,

and Detailed by each agent):

Login & Logout Time

Average Speed of Answer Time

Average Talk Time

Average Handling Time

Average Hold Time

Average Wrap up time

Number of Dropped Calls before Pickup

Number of Dropped Calls after Pickup

Idle Time

Time Agent is Ready

Outbound Calls - Destination Numbers & Duration

Number of Emails Received

Number of Call Backs

No answer

5. It should also be capable of generating customized reports/ MIS

including graphical reports as per Purchaser’s requirement;

Reports should also be available in web-enabled format &

should be configurable to be mailed to a defined mailing list.

6. It should provide flexible report formats, in xls, txt or any other

user-friendly structure including graphics from time to time.

7. Standard reports(like IVRS,ACD etc.) should be generated on

hourly, daily, weekly, monthly, quarterly, half yearly and yearly.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 180 of 192

S. No. Requirement Indicate Compliance (Yes/ No)

8. It should be integrated with portal (provided by CCO) which

provides access to designated officers of purchaser for report

generation.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 181 of 192

ANNEXURE 15: MINIMUM QUALIFICATION OF THE RESOURCES:

S. No. Designation Minimum Qualification

1. Sr. Software Engineer B.E/ B.Tech/ MCA/ M.Sc (CS/ IT)/ MCA/

M.Tech

Fluency in English/ Hindi

5+ years of post-qualification and relevant work

experience as Software Developer

2. Software Engineer B.E/ B.Tech/ MCA/ M.Sc (CS/ IT)/ MCA/

M.Tech

Fluency in English/ Hindi

3+ years of post-qualification and relevant work

experience as Software Developer

3. Helpdesk Executive Graduate with knowledge of Computers (MS

Excel, MS Word)

Conversant with English / Hindi language

Please Note: the bidder should deploy resources as per the above mentioned minimum qualification

criteria

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 182 of 192

ANNEXURE 16: TEMPLATE FOR COMMISSIONING CERTIFICATE

Commissioning Certificate

This is to certify that M/s………………………….. has successfully completed the following scopes

of the project

1) Design, Develop, Customization, Testing, Integration and deployment of Unified

Communication Gateway

2) System Integration and Commissioning (Go-Live)

All the corresponding activities related to the above scopes have been satisfactorily completed as

per the requirement mentioned in the RFP. We hereby certify that the “Unified Communication

Gateway” project for RISL have been successfully commissioned

Signature of Authorized Signatory

Certifying Agency

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 183 of 192

ANNEXURE-17: SIZING & DEPLOYMENT DETAILS

Bidder needs to provide hardware requirement available at the RSDC for Smooth implementation

and functioning of proposed “Unified Communication Gateway” Solution as per the following table:

S. No. Item Description Quantity Indicative Specifications (Number of Cores and RAM)/ Name of the Product

1. Application/ Web

Server (Hardware)

2. Database Server

(Hardware)

3. Any Other basic

common hardware on

shared basis (if

required please add

row)

Deployment Details and Diagram for Implementation of Unified Communication Gateway

(To be provided)

Please Note: RISL will only provide the basic infrastructure as mentioned in Annexure 1, any

additional hardware/ software as required for successful implementation of the proposed solution

of respective bidders should be quoted as a part of the financial bid and these additional hardware/

software will not be provided by RISL. To get further clarity, the bidders may visit RSDC with prior

permission from RISL.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 184 of 192

ANNEXURE 18: COVERING LETTER OF THE BID

(To be submitted on the Company Letter head of the Tenderer, sealed and signed)

To,

Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan, Tilak Marg,

C-Scheme, Jaipur (Rajasthan)

[Reference No. ]

Dear Sir,

Ref: Request for Proposal (RFP) Notification dated............... No..........

1. I/We, the undersigned bidder, Having read & examined in detail, the Bid Document, the receipt

of which is hereby duly acknowledged, I/ we, the undersigned, offer to work as mentioned in the

Scope of the work, Functional requirements, Service Level Standards & in conformity with the

said bidding document for the same.

2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any

deviations. Hence, we are hereby submitting our Bid and offer to provide services to Purchaser

for carrying out the project in accordance with your RFP.

4. Until a formal contract is prepared and executed, this bid, together with your written acceptance

thereof and your notification of award shall constitute a binding Contract between us.

5. I/We agree to abide by this RFP for a period of days as specified in the NIT from the closing

date fixed for submission of bid as stipulated in the RFP document.

6. I/We understand that the Purchaser is not bound to accept any bid received in response to this

RFP.

7. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required

by Purchaser, appointed auditing agencies (if any), state government officials and Other

Stakeholders of the project for performing their duties with respect to this project. We understand

that our non-cooperation for the same shall be grounds for termination of service.

Signature…………………

In the capacity of………………………

Duly authorised to sign Proposal for And on behalf of………………………..

Seal of the Organization: -

Date………………….. Place………………….

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 185 of 192

ANNEXURE 19: TENDER FORM

[Reference No. ]

Addressed to:

Name of the Tendering Authority

Managing Director, RajCOMP Info Services Limited (RISL),

Address

First Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan)

Telephone

0141-2229394, 5103902

Tele Fax

0141-2228701

Email

[email protected] (clearly mention the NIT no. in the subject of the mail)

Firm Details

Name of Firm

Name of Contact Person with Designation

Registered Office Address

Address of the Firm

Year of Establishment

Type of Firm Put Tick( ) mark

Public Limited

Private Limited

Partnership

Proprietary

Telephone Number(s)

Email Address/ Web Site Email: Web-Site:

Fax No.

Mobile Number

Certification/Accreditation/Affiliation, if Any

The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been deposited

vide receipt no. _______ dated ___________.

The requisite RISL processing fee amounting to Rs. ________/- (Rupees <in words>) has been

deposited vide receipt no. _______ dated ___________.

The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited vide

Banker’s Cheque/ DD No. ___________ dated ___________.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 186 of 192

We agree to abide by all the terms and conditions mentioned in this form issued by the

Empanelment Authority and also the further conditions of the said notice given in the attached

sheets (all the pages of which have been signed by us in token of acceptance of the terms

mentioned therein along with stamp of the firm).

Date:

Contact Person: ________________________

Name & Seal of the firm: ________________________

Authorized Signatory: ___________________________

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 187 of 192

ANNEXURE 20: Reference for Submission of various Forms

Bidder needs fill in below form mentioning the page number of the respective documents

submitted during bid submission.

1. General Documents as per the requirement of the RFP

S. No.

RFP Requirements Documents to be submitted:

General Guidelines Page no.

1. Tender Fee Rs. 5000/- (Rupees Five Thousands only) in Cash/ Demand Draft in favour of “Secretary & Commissioner, DoIT&C” payable at “Jaipur” Documents to be submitted: (Scanned copy of fee receipt/ DD)

Scanned copy of fee receipt/ DD

NA

2. RISL Processing Fee Rs. 1000/- (Rupees One Thousand only) in Demand Draft in favour of “Managing Director, RISL” payable at “Jaipur”. Documents to be submitted: (Scanned copy of fee receipt/ DD)

Scanned copy of fee receipt/ DD

NA

3. Bid Security (EMD): Rs. 52,00,000.00/- ) in Demand Draft or BG in favour of “Managing Director, RISL” payable at “Jaipur”.

Scanned copy of fee receipt/ DD/BG

The BG should be valid as mentioned in the NIB

4. Cover Letter of the Bid

Annexure 18 The document should be signed by the authorised signatory and be affixed with the seal of the firm.

5. Tender Form

Annexure 19 The document should be signed by the authorised signatory and be affixed with the seal of the firm.

6. Proof of Legal Entity as per the Pre-Qualification criteria

Certificate of Incorporation / Valid Registration Certificate/ Consortium Agreement

Please mention the documents submitted as per the requirement of the RFP

7. Financial Turnover as per the Pre-Qualification criteria

CA Certificate Please submit a CA certificate mentioning the audited turnover of the company from IT/ ITeS

8. Financial Net Worth CA certificate with CA’s Registration Number

The CA certificate should clearly mention the net worth of the bidder

9. Technical Capability as per the Pre-Qualification criteria

Project reference as per Annexure 11 and other documents as mentioned in the PQ criteria

Mention the name of the projects and documents submitted for respective projects cited against this criteria

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 188 of 192

S. No.

RFP Requirements Documents to be submitted:

General Guidelines Page no.

10. Tax Registration and Clearance Copies of Relevant certificates of registration a) VAT / CST b) Service Tax c) Income Tax/

Pan Number d) VAT/ CST

clearance certificate

For consortium, valid documents for both the consortium partners need to be submitted

11. Self-Declaration Annexure 21 The document should be signed by the authorised signatory and be affixed with the seal of the firm.

12. Bidder’s Authorization Certificate Documents to be submitted: (Annexure 3)

Annexure 3 The document should be signed by the authorized signatory and the authorizing personnel and be affixed with the seal of the firm.

13. Power of Attorney Board Resolution

Power of Attorney and Board Resolution

The POA should be signed by the authorized signatory and the authorizing personnel and be affixed with the seal of the firm.

14. Certificate of Conformity/ No Deviation

Annexure 4 The document should be signed by the authorised signatory and be affixed with the seal of the firm.

15. Manufacturer’s Authorization Form (MAF)

Annexure 5 The language of the MAF should conform exactly as stated in Annexure 5. The document should be signed by the authorised signatory and be affixed with the seal of the firm and the OEM.

16. Undertaking on Authenticity of Comp. Equip.

(Annexure 6) The document should be submitted on Rs. 100 Non Judicial Stamp Paper

17. Components Offered -BoM Annexure 10 The document should be signed by the authorised signatory and be affixed with the seal of the firm. The make and model number of all components offered must be mentioned. This document should be in line with the Annexure 1.

18. Consortium Agreement Annexure 12 NA

19. FRS and Technical Compliance Sheet

Annexure 14 The document should be signed by the authorised signatory and be affixed with the seal of the firm. The bidder must be in compliance with all the clauses and sub clauses mentioned in the FRS. Bids with submitted with conditional compliance may be rejected on grounds of non-conformance with the RFP.

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 189 of 192

S. No.

RFP Requirements Documents to be submitted:

General Guidelines Page no.

20. Sizing and Deployment Details Annexure 18 Bidder should fill the sizing for only the infrastructure that would be provided by RISL. Rest specific infrastructure should be a part of the quoted BoM The document should be signed by the authorised signatory and be affixed with the seal of the firm.

21. Bill Of Material

Annexure 1 The document should be signed by the authorised signatory and be affixed with the seal of the firm. All the additional item quoted in the financial bid should clearly mentioned in the Annexure 1 in the same chronology as quoted in the financial bid.

2. Documents provided as a part of Technical Evaluation Matrix

S. No.

Evaluation Criteria

Point System Supporting Reference Page No.

1. Organization’s Average Annual Turn Over (from IT/ ITeS) for the last three financial years (i.e. FY 2013-14, 2014-15 and 2015-16)

>= 200 Cr : 15 Marks

>= 150 Cr and <200

Cr. : 10 Marks

>= 100 Cr and <150

Cr: 5 Marks

CA Certificate Please provide a valid CA certificate

2. Prior Experience in IT/ ITeS

Organization’s experience in System Integration shall be evaluated as per the following:

>= 15 years: 15 Marks

>= 10 Years and < 15

Years : 10 Marks

>=5 Years and < 10

Years : 5 Marks

Valid copy of Work Order. Experience shall be calculated from the date of issue of the Work Order

3. Implementation experience of Turn Key Projects

The Bidder's/ OEM’s experience in implementing turn-key IT projects of value of Rs. 10 Cr and above. The projects should be similar in nature including application development (involving SMS or USSD or IVRS or voice transcription or outbound calling solution), supply, installation/

Annexure-11 per project reference

And Work Order + Work Completion Certificates from the client;

OR Work Order + Self Certificate of Completion mentioning amount

Mention the name of the projects and documents submitted for respective projects

Mention the page number on which respective documents have been submitted

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 190 of 192

commissioning of solution, and support services for any State/ central Government/Public sector companies or Banks or Financial Institutions or any Telecom Operators in the last five years from the date of submission of bid document. Project Experience in terms of numbers of projects will be marked as per following:

3 or more Projects – 15 Marks

2 Projects – 12 Marks

1 Project - 10 Marks

Please Note: if any of

the above stated project

is of the value of Rs 20

Crore and above and

involves implementation

of at least any of the two

components of SMS /

USSD / IVRS / outbound

calling solution/ Voice

Transcription, an

additional 5 marks shall

be awarded for the same

received till date (Certified by the CA);

OR Work Order + Phase Completion Certificate from the client

4. Project experience in successful implementation of Components of the components of unified gateway solution in any State/ UT/ central govt. of India during last 5 years

Bidder’s/ OEM’s Experience in successful implementation of the following solutions (similar to the requirements mentioned in this RFP) in India / abroad in last five years: o USSD Solution: 2

Marks o SMS/ solution: 2

Marks o IVRS solution: 3

Marks o Out Bound

Calling Solution: 2 Marks

o Voice Biometric solution: 2 Marks

o Voice Transcription Solution: 2 Marks

Annexure-11 per project reference

And Work Order + Work Completion Certificates from the client;

OR Work Order + Self Certificate of Completion mentioning amount received till date (Certified by the CA);

OR Work Order + Phase Completion Certificate from the client

Mention the name of the projects and documents submitted for respective projects

Mention the page number on which respective documents have been submitted

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 191 of 192

o Call Center Solution: 2 Marks

ANNEXURE 21: SELF-DECLARATION

To,

{Procuring entity},

______________________________,

In response to the NIB Ref. No. _____________________________ dated ___________ for

{Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of

____________________________________, I/ We hereby declare that presently our Company/

firm _________________, at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources and

competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State

Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not declared ineligible for corrupt & fraudulent

practices either indefinitely or for a particular period of time by any State/ Central

government/ PSU/ UT.

d) does not have any previous transgressions with any entity in India or any other country

during the last three years

e) does not have any debarment by any other procuring entity

f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs

administered by a court or a judicial officer, not have its business activities suspended and

is not the subject of legal proceedings for any of the foregoing reasons;

g) does not have, and our directors and officers not have been convicted of any criminal

offence related to their professional conduct or the making of false statements or

misrepresentations as to their qualifications to enter into a procurement contract within a

period of three years preceding the commencement of the procurement process, or not

have been otherwise disqualified pursuant to debarment proceedings;

h) does not have a conflict of interest as mentioned in the bidding document which materially

affects the fair competition.

i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may be

taken as per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our

security may be forfeited in full and our bid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: -

Authorised Signatory: -

Seal of the Organization: -

Date:

Place:

RFP for Implementation of Unified Communication Gateway (e-Sanchar 2.0)

Page 192 of 192