request for proposal (rfp) for · proposal is received after due date and time at the designated...

78
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF SYSTEM INTEGRATOR FOR EASTABLISHMENT OF INTEGRATED IT AND SOLUTION FOR DIRECTORATE OF ICDSGovt. of Bihar Directorate of Integrated Child Development Services (Dept. of Social Welfare)

Upload: others

Post on 26-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR PROPOSAL (RFP)

FOR

SELECTION OF

“SYSTEM INTEGRATOR FOR

EASTABLISHMENT OF INTEGRATED IT AND

SOLUTION FOR DIRECTORATE OF ICDS”

Govt. of Bihar

Directorate of Integrated Child Development Services

(Dept. of Social Welfare)

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 2 of 78

Contents

1. DISCLAIMER ................................................................................................................... 3

2. IMPORTANT INFORMATION ...................................................................................... 5

3. LIST OF ABBREVIATION .............................................................................................. 6

4. NOTICE INVITING TENDER ........................................................................................ 8

5. DEFINITIONS ................................................................................................................... 9

6. INSTRUCTIONS ............................................................................................................. 12

7. OVERVIEW OF ICDS BIHAR ...................................................................................... 20

8. SCOPE OF WORK .......................................................................................................... 24

9. VARIOUS MODULES / SERVICES REQUIREMENT .............................................. 42

10. IMPLEMENTATION SCHEDULE .............................................................................. 44

11. SOFTWARE DEPLOYMENT LOCATIONS .............................................................. 47

12. ROLES AND RESPOSIBILITIES ................................................................................. 48

13. GUIDELINES FOR SUBMISSION OF PROPOSAL .................................................. 49

14. GENERAL CONDITIONS ............................................................................................. 52

15. PRE – QUALIFICATION CRITERIA .......................................................................... 54

16. BID OPENING AND EVALUATION PROCESS ........................................................ 56

17. EVALUATION OF PRE –QUALIFICATION BIDS ................................................... 57

18. EVALUATION OF TECHNICAL PROPOSALS ....................................................................... 58

19. APPLICABILITY OF MSA............................................................................................ 61

20. FORMAT FOR FINANCIAL BID ................................................................................. 63

21. DETAIL FINANCIAL ASSTMENT AS PER SCOPE OF WORK ............................ 65

22. BIDDER PROFILE ............................................................................................................... 69

23. TECHNICAL PROPOSAL COVERING LETTER .................................................................... 71

24. SOFTWARE SERVICES PROJECT EXPERIENCE ................................................................. 73

25. ISO 9001 ,27001, CMMI-3 OR ABOVE ASSESSMENT DETAILS ....................................... 74

26. TEAM PROFILES ................................................................................................................ 75

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 3 of 78

1. DISCLAIMER

i. This RFP is not an agreement and is neither an offer nor invitation by the Purchaser to the

prospective bidders or any other person. The purpose of this RFP is to provide interested

parties with information that may be useful to them in the formulation of their Proposals

pursuant to this RFP. This RFP includes statements, which reflect various assumptions and

assessments arrived at by the Purchaser in relation to the Project. Such assumptions,

assessments and statements do not purport to contain all the information that each bidder

may require. This RFP may not be appropriate for all persons, and it is not possible for the

Purchaser, its employees or advisers to consider the objectives, technical expertise and

particular needs of each party who reads or uses this RFP. The assumptions, assessments,

statements and information contained in this RFP, may not be complete, accurate, adequate

or correct. Each bidder should, therefore, conduct its own investigations and analysis and

should check the accuracy, adequacy, correctness, reliability and completeness of the

assumptions, assessments and information contained in this RFP and obtain independent

advice from appropriate sources.

ii. The information contained in this Request for Proposal document (RFP) or subsequently

provided to bidders, whether verbally or in documentary or any other form by or on behalf

of the Purchaser or any of their employees or advisers, is provided to bidders on the terms

and conditions set out in this RFP and such other terms and conditions subject to which

such information is provided.

iii. Information provided in this RFP to the bidders is on a wide range of matters, some of

which depends upon interpretation of law. The information given is not an exhaustive

account of statutory requirements and should not be regarded as a complete or authoritative

statement of law. The Purchaser accepts no responsibility for the accuracy or otherwise for

any interpretation or opinion on the law expressed herein.

iv. The Purchaser also accepts no liability of any nature whether resulting from negligence or

otherwise however caused arising from reliance of any bidder upon the statements

contained in this RFP. The Authority may in its absolute discretion, but without being under

any obligation to do so, update, amend or supplement the information, assessment or

assumption contained in this RFP.

v. The Purchaser, its employees and advisers make no representation or warranty and shall

have no liability to any person including any bidder under any law, statute, rules or

regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,

damages, cost or expense which may arise from or be incurred or suffered on account of

anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,

reliability or completeness of the RFP and any assessment, assumption, statement or

information contained therein or deemed to form part of this RFP or arising in any way in

this selection process.

vi. The issue of this RFP does not imply that the Purchaser is bound to select a bidder or to

appoint the selected bidder, as the case may be, for the Project and the Purchaser reserves

the right to reject all or any of the Proposals without assigning any reasons whatsoever.

vii. The bidder shall bear all its costs associated with or relating to the preparation and

submission of its Proposal including but not limited to preparation, copying, postage,

delivery fees, expenses associated with any demonstrations or presentations which may be

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 4 of 78

required by the Purchaser or any other costs incurred in connection with or relating to its

Proposal. All such costs and expenses will remain with the bidder and the Purchaser shall

not be liable in any manner whatsoever for the same or for any other costs or other expenses

incurred by an bidder in preparation of submission of the Proposal, regardless of the

conduct or outcome of the Selection Process.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 5 of 78

2. IMPORTANT INFORMATION

Important Information about the RFP

Non Refundable Tender Cost Rs10,000/-(Rupee Ten Thousand only) through demand draft

drawn in favour of “Director, Integrated Child Development

Services”, payable at Patna.

EMD

Rs. 3,00,000/(Rupee Three Lakh only) in the form of Demand

Draft /Bank Guarantee in favour of “Director, Integrated Child

Development Services”, payable at Patna

Last Date of Submission of

written queries on Bid document

for pre bid conference

Any clarification and queries relating to tender document. Bidders

have to submit their written clarifications & queries on or before

02:00 PM on 16/06/2020

Pre bid Meeting

At 02:00 PM on 16/06/2020

Venue: Office of the Director, Integrated Child Development

Services, 2nd

Floor, Indira Bhawan, R. C. Singh Path, Patna-1.

Last date for submission of Bids 04:00 PM on 27/06/2020

Opening of Technical Bids At 11:00 AM on 29/06/2020

Opening of Financial Bids At 03:00 PM on 29/06/2020

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 6 of 78

3. LIST OF ABBREVIATION

MIS Management Information System

CFC Citizen Facilitation Center

CTI Computer Telephonic Integration

DC Data Center

DR Disaster Recovery Site

EMS Enterprise Management Software

EO Executive Officer

EQMS Electronic Queue Management System

FIFO First In First Out

G2B Government To Business services

G2C Government To Citizen services

G2G Government To Government services

GBPS Gigabits per second

GIS Geographical Information System

GOI Government of India

H/W Hardware

HOD Head Of Department

ICT Information and Communication Technology

IEEE Institute of Electrical and Electronics Engineers

IMAP Internet Message Access Protocol

ISO International Organization for Standards

ITIL Information Technology Infrastructure Library

ITSM Information Technology Services Management

IVRS Interactive Voice Response System

Kbps Kilobits per second

LAN Local Area Network

LDAP Lightweight Directory Access Protocol

Mbps Megabits per second

MIS Management Information System

MLLN Managed Leased Line Network

MPLS Multiprotocol Label Switching

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 7 of 78

N/W Network

NIS Network Information Service

NMS Network Monitoring System

NOC No Objection Certificate

O & M Operations & Maintenance

PDA Personal Digital Assistance

POP Post Office Protocol

PPP Public Private Partnership

BSWAN Bihar State Wide Area Network

RFP Request for Proposal

RTI Right To Information

S/W Software

SDC State Data Center Bihar

SLA Service Level Agreement

SMS Short Messaging Services

SMTP Simple Mail Transfer Protocol

TCP /IP Transmission Control Protocol/ Internet Protocol

UID Unique Identification

ICDS Integrated Child Development Services

VPN Virtual Private Network

WAN Wide Area Network

XML Extensible Markup Language

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 8 of 78

4. NOTICE INVITING TENDER

Govt. Of Bihar

Directorate of Integrated Child Development Services

(Dept. of Social Welfare)

2nd

Floor, Indira Bhawan, RC Singh Path, Patna 800001

Ph No. 0612-2539707, Website: www.icdsbih.gov.in or www.icdsbihgov.in, Email: [email protected]

Tender Notice

Sealed Tenders are invited under two bid systems from reputed organizations/companies by this

Directorate for establishment of integrated IT application and solutions for Directorate of ICDS on

a turnkey basis.

Quotation forms including terms and conditions, specifications etc can be obtained from the office

of Director, ICDS Patna on all working days (Monday to Friday) between 11:00 AM to 04:00 PM

by payment of a demand draft of Rs 10,000/- drawn in favour of Director, Integrated Child

Development Services and payable at Patna. It may also be downloaded from the website

www.icdsbih.gov.in In case of a downloaded form, D.D of Rs 10,000/- drawn in favour of

Director, Integrated Child Development Services to be attached with the general bid otherwise it

may be out rightly rejected.

The last date for submission of the completed bid will be on or before 04:00 PM on 27/06/2020. A

pre bid meeting is proposed to be held on 16/06/2020 at 02:00 PM. The bids will be opened on

29/06/2020 at 11:00 AM in presence of the bidders or their authorized representatives.

The undersigned reserves the right to cancel one or all the bid/s without assigning any reasons.

Director

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 9 of 78

5. DEFINITIONS

i. "Bidder” means any firm offering the solution(s), service(s) and for materials required in

the RFP. The word Bidder when used in the pre award period shall be synonymous with

Bidder or operator or service provider, and when used after award of the Contract shall

mean the successful Bidder or operator or service provider.

ii. "Agreement" means this Master Service Agreement together with the Service Level

Agreement and the contents and specifications set out in of the RFP; which constitute an

integral and inseparable part of the Agreement.

iii. "Applicable Laws" includes all applicable statutes, enactments, acts of legislature or

parliament, laws, ordinances, rules, by-laws, regulations, notifications, guidelines, policies,

directions, directives and orders of any Governmental authority, tribunal, board, court or

other quasi-judicial authority;

iv. "Bespoke Software" means the software designed, developed, tested and deployed by the

Implementing Agency for the specific and exclusive purposes of rendering the Services to

the Stakeholders of the Project and includes the source code along with associated

documentation, which is the work product of the development efforts involved in the

Project and the improvements and enhancements effected during the term of the Project,

but does not include third party software products (except for the customization

components on such products), proprietary software components and tools deployed by the

Implementing Agency, and which, i.e., the bespoke software, shall be solely owned by the

Directorate.

v. "Confidential Information" means all information including Project Data (whether in

written, oral, electronic or other format) which relates to the technical, financial and

business affairs, customers, suppliers, products, developments, operations, processes, data,

trade secrets, design rights, know-how and personnel of each Party and its affiliates which

is disclosed to or otherwise learned by the other Party (whether a Party to this MSA or to

the SLA) in the course of or in connection with this MSA (including without limitation

such information received during negotiations, location visits and meetings in connection

with this MSA or to the SLA);

vi. "Control" means possession, directly or indirectly, of the power to direct or cause the

direction of the management or policies of any entity, whether through the ownership of

voting securities, by contract or otherwise;

vii. "Data Centre" or "DC" means the primary centre where data, software, computer

systems and associated components, such as telecommunication and storage systems,

redundant or backup power supplies, redundant data communications, environment

controls and security devices are housed and operated from;

viii. "Effective Date" means the date on which the MSA is signed by both the Parties;

ix. "Implementing Agency Proprietary Information" shall mean Proprietary Information

of the Implementing Agency and shall include all modifications, enhancements and other

derivative works of such Implementing Agency;

x. "Implementation Sites" or "Project Locations" shall mean any or all the locations

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 10 of 78

(including DC), where MIS Project is to be implemented by Implementing Agency

pursuant to the Agreement;

xi. "Intellectual Property Rights" means and includes all rights in the Application Software,

its improvements, upgrades, enhancements, modified versions that may be made from time

to time, database generated, compilations made, source code and object code of the

software, the said rights including designs, copyrights, trademarks, patents, trade secrets,

moral and other rights therein;

xii. "Listed Assets" means entire hardware and software, network or any other information

technology infrastructure components which are to be provided by the IA for and on behalf

of Director, in the name of the Director.

xiii. "Material Adverse Effect" means material adverse effect on (a) the ability of the IA to

perform/discharge any of its duties/obligations under and in accordance with the provisions

of this MSA and/or SLA; and/or (b) the legal validity, binding nature or enforceability of

this MSA and/or the SLA.

xiv. "Operations and Maintenance" or "O&M" means the services to be rendered, as per

the SLA, during the period commencing from the "Go-Live date" till the expiry or

termination of the Master Service Agreement;

xv. "Operations and Maintenance Phase" means the phase in which O&M is to be carried

out by the IA.

xvi. "PBG" or "Performance Guarantee" or "Performance Bank Guarantee" shall mean

an unconditional and irrevocable Bank guarantee provided by a Nationalized Bank to

Director on behalf of the Implementing Agency amounting to 5% of the Project Value

calculated on annual basis. The Performance Guarantee shall be valid for three years from

the date of work order/Agreement, unless extended pursuant to the Agreement;

xvii. "PMU" means Project Monitoring Unit that would work as the extended arm of ICDS

to implement the project. It would be primarily responsible for supporting Government in

supervising, monitoring and evaluating the "Project Assets" or "Assets" shall mean to

include (i) Listed Assets and (ii) entire hardware and software, network or any other

information technology infrastructure components used for the MIS Project and other

facilities leased / owned by the Implementing Agency to be used for the delivery of the

Services pursuant to the Agreement.

xviii. "Project Data" means all proprietary or other data of the Project generated out of the

Project operations and transactions, documents and related information including but not

restricted to user data which the Implementing Agency obtains, possesses or processes in

the context of providing the Services to the users pursuant to this MSA and the SLA;

xix. "Project manager, means an officer of the Government of Bihar, who is to be responsible

for discharging all the responsibilities under the computerization of MIS Project.

xx. "Project Implementation" means the implementation of MIS Project as per the testing

standards and acceptance criteria prescribed in the Agreement;

xxi. "Project Implementation Phase" means the period between the Effective Date and the

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 11 of 78

Go-Live date;

xxii. "Proprietary Information" means processes, methodologies and technical and business

information, including drawings, designs, formulae, flow charts, data and computer

programs already owned by party recreates or granted by third parties to a Party hereto

prior to its being made available under this MSA, or the SLA;

xxiii. "RFP" or "Request for Proposal" means the documents containing the Technical,

Functional, Operational, Commercial and Legal specifications terms and conditions for the

implementation of the Project and includes the clarifications, explanations and

amendments issued by Project Director from time to time.

xxiv. "Service Level" means the level of service and other performance criteria which will

apply to the Services ; "Service Level Agreement" or "SLA" means the Agreement on

service levels between Implementing Agency and Project Director, in terms of the Service

Level requirements as per the model set out in MSA;

xxv. "Services" means the services to be rendered during the Project Implementation Phase and

the Operation and Management Phase including but not limited to the services to be

delivered to the Stakeholders, seeking information with respect to ICDS sale and

distribution, procured, installed, managed and operated by the Implementing Agency

including the tools of information and communications technology;

xxvi. "Stakeholders" means the Key Important stakeholders and other stakeholders, as defined

in the RFP and the citizens of India;

xxvii. "Third Party Systems" means systems (or any part thereof) in which the Intellectual

Property Rights are owned by a third party and to which Implementing Agency has been

granted a license to use and which are used in the provision of Services;

xxviii. “MIS Solution" means integrated solution for supply of Core IT infrastructure, Security

Software’s, IT Professionals and Web Portal System Application System hosted at State

Data Centre Bihar aiming to act as a single point of reference for users and citizens to

retrieve information from the central database based on user roles and permissions.

xxix. "Project" means project involving design, development, implementation, and

maintenance across all the locations as per terms and conditions laid down in the RFP in

conformance to SLA.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 12 of 78

6. INSTRUCTIONS

There are two parts of tender document papers namely: -

General Bid cum Technical Bid

Financial Bid

1. The tender should be submitted by Post/hand only. No other form of tender submission will

be valid for evaluation. The bidders can submit the EMD in form of DD or Bank Guarantee

along with general bid of tender.

2. The Technical Bids of all the Bidders will be opened. The Financial Bids of only the Bidders

short listed from the Technical bids will be opened.

3. Tenders should be fully in accordance with the requirements of the Terms and Conditions as

specified in this RFP.

4. Appropriate forms furnished with this specification shall be used in filling quotation.

Incomplete, illegible form will be rejected.

5. All offers should be made in English. Conditional offers and offers qualified by such vague

and indefinite expression such as "Subject to immediate acceptance", "Subject to prior sale"

etc. will not be considered.

6. The Price and conditions of the offer should be valid for at least a period of 180 days from the

date of tender opening. Quotations/ Bids with validity of less than 180 days may be rejected.

7. Modification of specifications and extension of closing date of tender, if required, will be

made by an Addendum. Copies of Addenda will be sent to those who have purchased the

tender document. This shall be signed and shall form a part of the tender in full and /or part

thereof.

8. Bidders shall carefully examine the tender documents and the technical specification and fully

inform themselves as to all the conditions and matters, which may in any way, affect the work

or the cost thereof. The terms of payments, delivery and acceptance applicable in this case and

indicated in the Terms and Conditions of this RFP.

9. In comparing tenders and in making awards, Directorate may consider such factors as

compliance with the specifications, relative quantity of supply, ability to provide repairs and

maintenance service, the time of delivery and such other conditions as it may consider

relevant.

10. Request from the bidder in respect of additions, alterations, modifications, corrections etc. of

both terms and conditions or rates after opening of the tender will not be considered.

11. The bidder shall make its own arrangements, for supply, installation and commissioning of

materials at destination.

12. While tenders are under consideration, bidders and their representatives or other interested

parties, are advised to refrain from contacting by any means Purchaser's personnel or

representatives, on matters relating to the tenders under consideration. The purchaser if

necessary will obtain clarification on tenders by requesting such information from any or all

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 13 of 78

the bidders either in writing or through personal contact as may be necessary. Any attempt by

any bidder to bring pressure of any kind, may disqualify the bidder for the present tender and

the bidder may be liable to be debarred from bidding for Directorate/Bihar tenders in future

for a period of three years.

1. Late Bids

Any bid received by the bidder after the time and date for receipt of bids prescribed in the

RFP document will be rejected and returned unopened to the Bidder.

2. Bid Forms

(a) Wherever a specific form is prescribed in the Bid document, the Bidder shall use the

form to provide relevant information. If the form does not provide space for any

required information, space at the end of the form or additional sheets shall be used to

convey the said information.

(b) For all other cases, the Bidder shall design a form to hold the required information.

(c) Bihar shall not be bound by any printed conditions or provisions in the Bidder ’s Bid

Forms

3. Amendment of Bid Documents

The amendments in any of the terms and conditions including technical specifications of

this RFP document will be notified to all prospective bidders through publish in the given

website or via email.

4. Pre bid Conference (PBC)

(a) Directorate shall hold a pre bid conference (PBC) after the sale of the RFP document

as per schedule mentioned in this RFP. In this PBC, Directorate would address the

clarifications sought by the bidders with regard to the RFP document and the project.

The bidders would be required to submit their queries to the Director ICDS in writing

to be received at least 2 days prior to the PBC. Queries not submitted within this

deadline will not be taken up at the PBC.

(b) Tenderer reserves the right not to respond to any/all queries raised or clarifications

sought if, in their opinion and at their sole discretion, they consider that it would be

inappropriate to do so or do not find any merit in it.

5. Response to Bidder‟s Enquiries

All enquiries from the bidders relating to this RFP must be submitted in writing exclusively

to the contact person two days prior to the date specified for pre-bid meeting in the RFP

Data Sheet. Any query received after the due date shall not be entertained. The queries

should necessarily be submitted in the following format:

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 14 of 78

BIDDER‟S REQUEST FOR CLARIFICATION

Name of

Organization

submitting request

Name & position of person

submitting request

Complete address of the

organization including phone, fax

and email points of contact

Tel:

e-Mail:

FAX:

Sr. Bidding Document Reference(s)

(section number/ page)

Content of RFP

requiring

clarification

Points of clarification

1.

2.

All enquiries should be sent either through email or Fax or hand. Purchaser shall not be

responsible for ensuring that bidders’ enquiries have been received by them. Purchaser shall

provide a complete, accurate, and timely response to all questions to all the bidders.

However, Purchaser makes no representation or warranty as to the completeness or

accuracy of any response, nor does Purchaser undertake to answer all the queries that have

been posed by the bidders. All responses given by Purchaser will be distributed to all the

bidders through publication at web site.

6. Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its

Proposal, including the cost of presentation for the purposes of clarification of the bid, if so

desired by the Government of Bihar. The Government of Bihar will in no case be

responsible or liable for those costs, regardless of the conduct or outcome of the bid process.

7. Cost of Bid Document

The cost of Bid document is Rs.10,000/- Rupees Ten Thousand only, (Non refundable) the

document will be available on website http://icdsbih.gov.in. The Fee of downloaded RFP

document has to be submitted as a Demand Draft in favor of Director Integrated Child

Development Services payable at Patna. Bidders who have deposited the fee of bid

document will only be eligible to attend the pre bid conference.

8. Earnest Money/Security Deposit:

(a) The General Bid should also contain relevant supporting documents and Earnest

Money Deposit (EMD) as per details given below, by Demand Draft /Irrevocable

ICDS Guarantee (valid for six month) of any nationalized bank drawn in favor of

Director Integrated Child Development Services payable at Patna EMD for the entire

project Rs 3,00,000/-(Rupees Three Lakh only). The Earnest Money Deposit of the

unsuccessful bidders will be refunded without any interest after issuance of LOI on

successful bidder.

(b) In the case of bidders whose bids are accepted for undertaking the work assigned for

this tender, the successful bidder will submit a Performance Security deposit, which

will be equal to 10% (Ten percent) of the project Value on Annual Basis renew every

Year before expiry of Existing BG under this tender that the bidder has quoted in his

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 15 of 78

Financial Bid. The same would have to be in form of irrevocable valid ICDS

Guarantee and have to be submitted within 15 days from the issuance of the LOI.

(c) The successful bidder will also submit an acceptance of the LOI within three days

from the awarding of the Contract.

(d) Earnest Money Deposit of the successful bidder will be refunded on receipt of

Performance Security Deposit from the bidder.

9. Local Conditions

(a) Each Bidder is expected to fully get acquainted with the local conditions and factors,

which would have any effect on the performance of the contract and /or the cost.

(b) The Bidder is expected to know all conditions and factors, which may have any effect

on the execution of the contract after issue of Letter of Award as described in the

bidding documents. The bidder shall not entertain any request for clarification from

the Bidder regarding such local conditions.

(c) It is the Bidder’s responsibility that such factors have properly been investigated and

considered while submitting the bid proposals and no claim whatsoever including

those for financial adjustment to the contract awarded under the bidding documents

will be entertained by the bidder. Neither any change in the time schedule of the

contract nor any financial adjustments arising thereof shall be permitted by the bidder

on account of failure of the Bidder to know the local laws / conditions.

(d) The Bidder is expected to visit and examine the locations and obtain all information

that may be necessary for preparing the bid at their own interest and cost.

10. Purchaser‟s Right to Terminate RFP Process

(a) The Purchaser reserves the right to accept or reject any proposal, and to annul the

RFP process and reject all proposals at any time prior to award of contract, without

incurring any liability to the affected bidder or bidders or any obligation to inform the

affected bidder or bidders of the grounds for Purchaser’s action. The Purchaser

makes no commitment, expressed or implied that this process will result in a business

transaction with anyone.

(b) This RFP does not constitute an offer by the Purchaser. The bidder's participation in

this process may result in Purchaser selecting the bidder to engage in further

discussions and negotiations toward execution of a contract. The commencement of

such negotiations does not, however, signify a commitment by the Purchaser to

execute a contract or to continue negotiations. The Purchaser may terminate

negotiations at any time without assigning any reason.

(c) Failure to execute the Agreement with the selected bidder within the defined period

may result in award of the same work to another agency at the risk and cost of the

Bidder.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 16 of 78

11. Contacting the Tenderer

(a) Any effort by Bidder influencing the Tenderer’s bid evaluation, bid comparison or

contract award decisions may result in the rejection of the bid.

(b) Bidder shall not approach ICDS officers after office hours and/ or outside ICDS

office premises, from the time of the bid opening till the time the Contract is

awarded.

12. Bid validity

The bids shall remain valid for a period of 180 days from the last date of submission of

tender.

13. Period of Project

This IT integration cum call centre Project shall come into effect on the Effective date and

shall continue for a period of three years from the “Final Execution” date of the MIS portal

and unless terminated earlier. Further extensions on annual basis will be done based on the

performance of the agency and need of the project. The request and the response thereto

shall be made in writing for extension term. The Performance Guarantee provided shall also

be suitably extended. In case of extensions done, the approved project cost will be suitably

revised as follows:

1. The depreciation for all costs related to hardware will be calculated as per the Income

Tax Act, 1961.

2. The revision of software and Human Resource costs will be done at an annual rate of

10%.

3. The Licence will be valid for three years and provided by service provider. Further for

continue the services (Licence) addition charges will be applicable to the department.

14. Supplementary Information / Corrigendum / Amendment to the RFP

(a) If Purchaser deems it appropriate to revise any part of this RFP or to issue additional

data to clarify an interpretation of the provisions of this RFP, it may issue

supplements/corrigendum to this RFP. Such supplemental information will be made

available on website www.icdsbih.gov.in or www.icdsbihgov.in any such supplement

shall be deemed to be incorporated by this reference into this RFP.

(b) At any time prior to the deadline (or as extended by the Purchaser) for submission of

bids, Purchaser, for any reason, whether at its own initiative or in response to

clarifications requested by prospective bidder may modify the RFP document by

issuing amendment(s). All bidders will be notified of such amendment(s) by

publishing on the websites, and these will be binding on all the bidders.

(c) In order to allow bidders a reasonable time to take the amendment(s) into account in

preparing their bids, Purchaser, at its discretion, may extend the deadline for the

submission of bids.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 17 of 78

15. Arbitration

Integrated Child Development Services and the selected bidder shall make every effort to

resolve amicably by direct informal negotiation any disagreement or dispute arising

between them under or in connection with the Contract. If, after ninety (90) days from the

commencement of such informal negotiations, State and the selected Bidder have been

unable to amicably resolve dispute, either party may require that the dispute be referred for

resolution to the formal mechanisms, which may include, but are not restricted to,

conciliation mediated by a third party acceptable to both, or in accordance with the

Arbitration and Conciliation Act, 1996. All Arbitration proceedings shall be held at Patna,

Bihar State, and the language of the arbitration proceedings and that of all documents and

communications between the parties shall be in English.

16. Disqualification

The proposal is liable to be disqualified in the following cases or in case bidder fails to meet

the bidding requirements as indicated in this RFP:

i. Proposal not submitted in accordance with the procedure and formats prescribed in

this document or treated as non-conforming proposal

ii. During validity of the proposal, or its extended period, if any, the bidder increases his

quoted prices

iii. The bidder qualifies the proposal with his own conditions

iv. Proposal is received in incomplete form

v. Proposal is received after due date and time at the designated venue

vi. Proposal is not accompanied by all the requisite documents

vii. If bidder provides quotation only for a part of the project

viii. Information submitted in technical proposal is found to be misrepresented, incorrect

or false, accidentally, unwittingly or otherwise, at any time during the processing of

the contract (no matter at what stage) or during the tenure of the contract including

the extension period, if any

ix. Commercial proposal is enclosed with the same envelope as technical proposal

x. Bidder tries to influence the proposal evaluation process by unlawful/ corrupt/

fraudulent means at any point of time during the bid process

xi. In case any one bidder submits multiple proposals or if common interests are found in

two or more bidders, the bidders are likely to be disqualified, unless additional

proposals/bidders are withdrawn upon notice immediately

xii. Bidder fails to deposit the Performance Bank Guarantee (PBG) or fails to enter into a

contract within stipulated date of notice of award of contract or within such extended

period, as may be specified in the RFP.

xiii. while evaluating the proposals, if it comes to Purchase Committee’s knowledge

expressly or implied, that some bidders may have colluded in any manner whatsoever

or otherwise joined to form an alliance resulting in delaying the processing of

proposal then the bidders so involved are liable to be disqualified for this contract as

well as for a further period, as decided by the Purchaser, from participation in any of

the tenders floated by the Purchaser.

17. Conflict of Interest

SI shall furnish an affirmative statement as to the absence of, actual or potential conflict of

interest on the part of the SI or any prospective subcontractor due to prior, current, or

proposed contracts, engagements, or affiliations with the Purchaser. Additionally, such

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 18 of 78

disclosure shall address any and all potential elements (time frame for service delivery,

resource, financial or other) that would adversely impact the ability of the SI to complete

the requirements as given in the RFP. Please use form given in Annexure for making

declaration to this effect.

18. Commercial Proposal

i) The Bidder is expected to price all the items and services proposed in the Technical

Proposal. Purchaser may seek clarifications from the Bidder on the Technical

Proposal. Any of the clarifications by the Bidder on the technical proposal should not

have any commercial implications. The Commercial Proposal submitted by the

Bidder should be inclusive of all the items in the technical proposal and should

incorporate all the clarifications provided by the Bidder on the technical proposal

during the evaluation of the technical offer.

ii) Unless expressly indicated in this RFP, bidder shall not include any technical

information regarding the services in the commercial proposal. Additional

information directly relevant to the scope of services provided in RFP may be

submitted to accompany the proposal. However, this information will not be

considered for evaluation purposes.

iii) The Commercial Proposal must be detailed and must cover each year of the contract

term. The bidder must provide the Commercial Proposal in hardcopy only.

19. Correction of Error

i) Bidders are advised to exercise adequate care in quoting the prices. No excuse for

corrections in the quoted figures will be entertained after the commercial proposals

are received by Purchaser. All corrections, if any, should be initialled by the person

signing the proposal form before submission, failing which the figures for such items

may not be considered.

ii) Proposals will be checked by the Purchaser for any arithmetic errors during the

evaluation of the Financial Proposal.

20. Prices and Price Information

i) The Bidder shall quote a price for all the components, the services of the solution to

meet the requirements as listed in this RFP. All the prices will be in Indian Rupees.

ii) No adjustment of the price quoted in the Commercial Proposal shall be made on

account of any variations in costs of labour and materials, currency exchange

fluctuations with international currency or any other cost component affecting the

total cost in fulfilling the obligations under the contract.

iii) The price quoted in the Commercial Proposal shall be the only payment, payable by

the Purchaser to the successful Bidder for completion of the contractual obligations

by the successful Bidder under the Contract, subject to the terms of payment

specified as in the proposed commercial bid or the one agreed between the Purchaser

and the Bidder after negotiations.

iv) The price would be inclusive of all taxes, duties, charges and levies as applicable.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 19 of 78

v) The prices, once offered, must remain fixed, and must not be subject to escalation for

any reason whatsoever within the period of the validity of the proposal and the

contract. A proposal submitted with an adjustable price quotation or conditional

proposal may be rejected as non-responsive.

vi) Bidder should provide all prices, quantities as per the prescribed format given in

Format for Bid Response – Commercial Bid. Bidder should not leave any field blank.

In case the field is not applicable, Bidder must indicate “0” (zero) in all such fields.

vii) It is mandatory to provide the break-up of all components in the format specified for

detailed Bill of Material. The commercial bid should include the unit price and

proposed number of units for each component provided in the Bill of Material in the

commercial bid. In case of a discrepancy between the Bill of Material and the

commercial bid, the technical Bill of Material remains valid. In no circumstances

shall the commercial bid be allowed to be changed / modified.

viii) It is mandatory to provide break-up of all taxes, duties and levies wherever applicable

and/or payable.

ix) The bid amount shall be inclusive of packing, forwarding, transportation, insurance

till Go Live, delivery charges and any other charges as applicable.

21. Language of Proposal

The proposal and all correspondence and documents shall be in English. All proposals and

accompanying documents received within the stipulated time will become the property of

the Purchaser and will not be returned. The hardcopy version will be considered as the

official proposal.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 20 of 78

7. OVERVIEW OF ICDS BIHAR

7.1 ORGANIZATIONAL STRUCTURE OF ICDS:

Following is the representation of the organizational structure of ICDS, Bihar.

7.2 PROJECT OVERVIEW

For proper monitoring of the programs and in order to ensure that the data collected at the

AWC level is compiled and analyzed with speed and accuracy, it is proposed to use

computerized data processing and produce reports that will present picture at the grass root

level, that is at the AWC level as well as giving an aggregate, consolidated output which

allows 2 way communication of information flow.

7.3 INTRODUCTION

The Directorate of Integrated Child Development Services is primarily concerned with the

implementation of schemes related to children in the age group of 0-6 years, adolescent girls

as well as pregnant and lactating women. In addition to these initiatives, the Directorate is

concerned with the relevant policies, legislations, budget, training requirements, monitoring,

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 21 of 78

evaluation and supervision of programs concerning early childhood care and nutrition

programs.

While the prime responsibility of the Directorate is the implementation of the flagship

program for Integrated Child Development Services Scheme, it is also responsible for

implementation of the Scheme for Adolescent Girls (SAG), PMMVY, Poshan Abhiyan,

NES, etc.

The Directorate of Integrated Child Development Services (ICDS) is headed by a Director,

who is supported by a multi-tier staff structure comprising Joint Directors, Deputy Directors

and Assistant Directors at the State level. At the District level, the District Program Officer

executes the programs in coordination with the Child Development Project Officers

(CDPOs) in charge of the ICDS projects at the block level. At the village level, there are the

anganwadi workers, closely guided by Lady Supervisors who monitor clusters of

Anganwadi Centers and report to the CDPOs.

7.3.1 Objectives / Area of interests of the ICDS Scheme –

i. To improve the nutritional and health status of children in the age group 0-6 years;

ii. To lay the foundations for proper psychological, physical and social development of

the child;

iii. To reduce the incidence of mortality, morbidity malnutrition and school drop-out;

iv. To achieve effective co-ordination of policy and implementation among the various

departments to promote child development; and

v. To enhance the capability of the mother to look after the normal health and nutrition

needs through nutrition and health education.

Following six services are offered through a network of functional 114718 Anganwadi

Centers spread over in 544 Projects within 38 districts of the state.

i. Supplementary Nutrition.

ii. Pre-school education.

iii. Immunization.

iv. Health check-up.

v. Referral services.

vi. Health and Nutrition education.

7.3.2 Universalization of ICDS-

Under universalization 1,14,718 additional/ mini Anganwadi Centers have been sanctioned

and they are in the process of implementation. Uncovered hamlets are being surveyed.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 22 of 78

7.4 SERVICE DELIVERY STRUCTURE

7.5 INTEGRATED CHILD DEVELOPMENT SERVICES

Integrated Child Development Services (ICDS) was launched in 33 Blocks on October 2,

1975, in response to the challenge of meeting the holistic needs of the child. Today, ICDS is

one of the world's largest and most unique outreach Programs for children. It is widely

acknowledged that the young child is most vulnerable to malnutrition, morbidity, resultant

disability and mortality. The early years are the most crucial period in life, as it is the time

when the foundations for cognitive, social, emotional, language, physical/motor

development and life-long learning are laid.

It is in this context? Recognizing that early childhood development constitutes the

foundation of human development? that the ICDS Programs were designed to promote all-

round development of children under six years, through the strengthened capacity of care-

givers and communities and improved access to basic services at the community level.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 23 of 78

Implementation Status

The Program is implemented at 1,14,718 anganwadi centers (AWCs) through 544 Child

Development Projects across the state.

Benefits and Eligibility

The Program aims to benefit children below six years, pregnant and lactating women in the

reproductive age group (15-45 years). The package of services delivered by the scheme

includes:

Supplementary Nutrition

Immunization

Health check-up services

Referral services

Pre-school non-formal education

Nutrition and health education.

Supplementary nutrition is provided to the children below 6 years and pregnant and

lactating women to bridge the caloric gap between the national recommended nutritional

guidelines and actual intake by the women and children of disadvantaged communities.

Immunisation of pregnant women and children is done to reduce the maternal and neonatal

mortality. The children are immunised against six childhood diseases namely poliomyelitis,

diphtheria, pertussis, tetanus, tuberculosis and measles.

Health Check-ups include health care of children less than six years, antenatal care of

expectant mothers and postnatal care of nursing mothers. The various health services

provided for children by anganwadi workers and Primary Health Centre staff includes

regular health check-ups, recording of weight, immunization, management of malnutrition,

treatment of diarrhea, de-worming and distribution of simple medicines etc.

Referral Services are provided during health check-ups and growth monitoring, sick or

malnourished children, in need of prompt medical attention, are referred to the Primary

Health Centre or its sub-centre.

Pre-School and Non formal education for three-to six years old children in the anganwadi is

directed towards providing and ensuring a natural, joyful and stimulating environment, with

emphasis on necessary inputs for optimal growth and development.

Nutrition, Health and Education involves use of Behavior Change Communication strategy

to build capacity of women especially in the age group of 15-45 years – so that they can

look after their own health, nutrition and development needs as well as that of their children

and families.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 24 of 78

8. SCOPE OF WORK

Customization, modification, upgradation and maintenance of existing ICDS Enterprise

System portal at Integrated Child Development Services covering its Head Office and all

district office. The service provider has to understand the existing system of digitized data

related to these above schemes and also customize and maintain the relevant software for

monitoring of these schemes. Project Management Manpower and software requirements

have to be taken care of by the service provider. Solution based on Open source will not

be accepted. Application developed in Asp.net, C# and MS SQL server database.

8.1 ICDS Portal

The current website needs to be upgraded to a more elaborate web portal which would

facilitate the two way communication between citizens and the administration. It is

necessary to build a detailed user-friendly website. Work can be done on the existing

website as most of the features have already been incorporated in the website hosted at

http://www.icdsbih.gov.in. The current website though interactive still lacks a lot of

features which need to be incorporated for it to be a smooth delivery gateway for the

services. To cater to a large audience it is essential to have a multilingual website

specifically covering English and Hindi .The application software that is envisaged to be

developed for faster, transparent and efficient delivery of services is to be integrated with

the website, which would act as the front end for availing / requesting any service /

information from ICDS.

The project aims to design and develop portals for ICDS. Generic portal shall have general

information about the corporation & its allied wings and it shall also fetch data (tender/news

etc.) From the CMS and show it under appropriate sections. Portal shall be bilingual –

English & Hindi. It shall be developed in web 2.0 architecture and conform to W3C

standards and standards published by DoT, GOI.

The scope of work for the selected agency shall be, but not limited to, as below -

Preparing an outline structure/site map of the portal.

Design and development of integrated portal.

Content Management System for the portal.

Post implementation maintenance of portal for project duration.

The portal should provide full text search facility within the portal and global search.

Database creation and facility for updating the portal including any software component

required for the purpose.

Provide training for portal operation to users

Integration of portal with other Govt. websites

Ensuring search engine optimization of portal

The State ICDS Portal would be the front end for all the services delivery in ICDS

computerization. All stakeholders would typically come to portal to find information / avail

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 25 of 78

any service through CSC / Internet/mobile etc. Portal would be in local language, Hindi as

well as in English, and have easy to use navigation, search and browse features. Portal

would be connected to the State gateway and BSWAN (in future) / Internet and would be

accessible to and to various service delivery channels like CSCs /internet for public access.

The State ICDS Portal is a conceptual design of service delivery channel at the state level.

The Portal would be developed as an e-Governance plan.

The objective behind the Portal is to provide a single window access to the information and

services being provided by the ICDS and all its related issues for the citizens and

stakeholders. An attempt has been made through this Portal to provide comprehensive,

accurate, and reliable and one stop source of information about ICDS and its various facets.

Links to other websites and sources of information too will be provided. The content in this

Portal will be a collaborative effort of various Indian Government Ministries and State

Government Departments, at the Central/ State/ District level. The scheme orientation that

has traditionally been the mechanism for addressing the needs of the beneficiaries has been

changed in light of achieving the overall objectives of the project by providing a service

orientation to them. This essentially means that the government under the ICDS would

provide services in addition to the existing schemes and programs of the central and state

governments, which would be integrated in nature. This also implies that in the proposed

scenario no matter if the services originate from the central or the state government, they

would be provided through a single delivery interface to the all stakeholders.

The key recommendations for the services, in the proposed project provide the accessibility

to the following information and sub services to the Stakeholders:

About Bihar - History of ICDS

Providing latest News

Providing Information on Important ICDS Links on Bihar

Providing Information on Important ICDS Links of India and World

Providing Information on Institutes

Providing Information on Employment

Providing Information on Tenders

Providing Information on all orders

Providing Information on Notices

Providing Information on Transfer orders

Providing Information on Budget

Providing Information on Loan section

Providing Information on Downloadable Forms

Providing Information on Blog

Providing Information on FAQ

Providing Information on Search

Providing Information on Sitemap

Providing Information on RTI

Providing Information on Offices and Officers

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 26 of 78

Archives

Email Login

Section wise detailed view of each section on the home page of the State ICDS Portal is as

illustrated in this Section. The various sections are:

History

About us

E-Procurement

All orders

Notices

Transfer orders

Budget

Link with associated

Directorate details

ICDS Enterprise application

Offices and Officers Corners

DMS

Update Static Information for ICDS Schemes

Update Dynamic Information for ICDS Schemes

Mail/SMS sent to student to update information (Dynamic Information)

Related Website

Good Practices

Downloadable Forms

Blog

FAQ

Search

Sitemap

RTI

Contact Us

8.2 Application Software

Integrated Child Development Services covering its Head Office and 38 District Offices is

also part of the Directorate. All these wings provide following schemes for beneficiaries

from underprivileged section of the society.

Online MIS Modules:

1. Dashboard

2. Master

2.1 Entry Form

AWC Master (Sanctioned 114718 AWC)

District Master (38 District )

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 27 of 78

Project Master (544 Projects)

DPO Master (District Project Officer)

CDPO Master (Centre District Project Officer)

Financial Year Master

Panchayat Master

LS Master

Sector Master

2.2 Reports Form

District Reports

Project Reports

AWC Reports

CDPO Reports

LS Reports

Sector Reports

Note: From the Master Section We Collect the Master Data for the Whole Application.

3. Monthly Progress Reports of AWC „s

3.1 Entry Form

MPR – GOI MPR Data

AWC Infrastructure

Total Beneficial Project Wise

Sevika Details

Sahayika Details

3.2 Reports Form MPR Report of Individual AWC

Consolidated Report for Project / Consolidated Report for District/

Consolidated Report for State

MPR Entry Uploading Status Report

AWC Wise MPR Uploading Percentage Report (District Wise and Project

Wise)

AWC Wise MPR Uploading Percentage Report Based On Sanction AWC

(District Wise and Project Wise)

Total No. Of AWC Report

Total No. Of District Wise AWC Report

Total No. Of District Wise AWC New Report

Total No. Of AWC Report Percent Wise (District Wise and Project

Wise) AWC Infrastructure Reports

Total Beneficial Project Wise Reports

Sevika Details

Sahayika Details

Note: The Monthly Progress Report of AWC is the Complete Details about AWC’s, which

is Directly Send by the Centre Level to the Head Quarter. The MPR Generate On the

Monthly Basis After the 25th Of the Month For Last Month.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 28 of 78

4. Social Audit

4.1 Entry From

Social Audit

4.2 Reports

Social Audit AWC Reports

Social Audit Online Status

Social Audit District Wise Reports

Social Audit Project Wise Reports

Social Audit State Wise Reports

Note: Social Audit is the Complete Details about the Feedback of the ICDS AWC

Centers. In Social Audit there are four types of auditors. General People, State Officer,

District Officer, Project Officer. This Report is Generate on the Audit Day Directly from the

Centre Levels.

5. Budget & Poshahar

5.1 Entry/Report Form

Demand of Establishment Fund

Surrender report Demand of MIS Availability status of permanent advance SNP fund Expenditure report of Allotted fund Demand for SNP voucher adjustment Demand of fund for Poshak scheme Cashbook status as on last date of every month Different type of reports as required by ICDS, Directorate.

Note: Budget is the Complete Details of that Fund which is provided by the ICDS Head

Quarter to the DPO and CDPO Levels. From the Budget we can know the exact Status of

the Funds.

6. Inspection

6.1 Entry/Reports Form

DPO AWC Inspection

CDPO AWC Inspection

DPO CDPO Inspection

DPO LS Inspection

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 29 of 78

6.2 Reports Form

Inspection Form Uploading Status Report

Inspection Form Entry Uploading Status Report

Note: The Inspection is the Complete Details about Awc’s, which is get by the time to time

Awc’s Inspection by the ICDS Officers.

7. Training

Entry/ Report Form

Status of selection and training of AWW & AWH Note: From the Training we know the Exact Status of the Selected, Trained or on training

AWW and AWH.

8. AWC

8.1 Entry/Reports Form

Status of selection and vacancy of AWW & AWH Sevika / Sahayika LIC Details

9. Court Case

9.1 Entry / Report Form

Court Case

10. User Manager Panel

Create User

View User

Create Roles

Change Password

User Role Tagging

District User Tagging

11. Poshan Abhiyan

11.1 Entry/ Report Form

Annprashan Entry & Report of DPO/CDPSs.

12. SNP DBT

12.1 Entry / Report Form

Bank A/c details of Anganwadi Vikas Samiti.

CDPO Demand for individual AWC

DPO Demand Approval

SNP Advice No. Wise Report

Account Approval Status at PFMS

Payment Status By Bank

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 30 of 78

13. Complaints

13.1 Entry / Report Form

CPGRAM Complain Compliance status of CPGRAM Complaints Referral Grievance Compliance Etc.

14. Infrastructure

14.1 Entry / Report Form

INFRASTRUCTURE FACILITIES AWC

Types of Anganwadi centre buildings Differents types of Report as required

Building Under Construction Under Different Scheme

15. Vidhan Sabha

15.1 Entry/ Report Form

Matters related to ICDS in Legislative Assembly and Council etc.

16. Employee

16.1 Entry/ Report Form

Post retirement benefits related to regional establishment etc.

8.3 E Dak Application

Using E-Dak ICDS can get the letter received today, this week, last week, this month and

last month wise. Also provide filter facilities like from date to date, letter no., subject, send

by, section, file no. Types of letter, addressee group and addressee

This application provides facility to upload the scanned Letters, Office Orders,

Amendments, and other resources of information issued from various sections of the

directorate and dispatch to concerned personnel. The content of these letters are fully owned

by ICDS Directorate, Bihar and they may be contacted for any further information or

suggestion.

E-Dak application digitally delivers the letters to intended recipients instantly and saves

a lot of time.

This application offers a module namely eSpace which shows the detail number of

letters are coming through E-Dak application from different issue sections.

It depicts a single window view of all letters with different filter criteria.

E-Dak (mails/Letter) / File Movement details.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 31 of 78

Central Diary Management Module.

Circulars Management.

Movement of inward / outward of all Files / Dak (mails/Letter).

Internal and External Diary Management Module.

Keyword Search.

Generation of various reports.

8.3.1 Modules and Functionality

1. Master

a) Source:

Admin can add new source with required details and also can view and

search added source.

b) Scheme:

Admin can add new scheme with required details and also can view and

search added scheme.

2. Assign Group

a) Assign Group :

Admin can add and view signal or multiple groups here.

3. Despatch

a) Receive Letters :

User can generate new Letter Number by entering receive date, office name

and other required details. User can also view newly generated Letter before

despatch.

b) Assign Addressee :

Here individual letter can assign to required group. Also had option to view

assigned addressee with letter receive date and letter no.

c) Attach PDF :

Here user can attach scanned Letter PDF against individual letter no one by

one along with Enclosure. Also user has option to view or change PDF

before despatch.

d) Despatch Letter :

This section provides option to Despatch or resend Despatch Letter.

e) Print Address :

Here user can print address and can download letter PDF and print.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 32 of 78

f) Reserve Letter :

User can reverse letter no as per Directorate need for future uploading of

Issued Letter. User can also get list of reserve letters by passing date range or

Letter No.

g) Generate FAX:

User can generate FAX date wise.

4. Register

a) Issue Register :

User can get the list of issues register also can search issue register duration

wise and letter no.

b) Peon Register:

User can get peon register with from date to date.

c) Common Register:

User can get common register by passing from date to date and despatch

mode.

5. Report

a) Day Wise Despatch:

Here user can get the list of day wise despatch report and also show list

under the selected year and month.

b) Month & year Wise:

Here user can get the list of month and year wise report and user can also

show report under the selected year.

c) File Wise:

Here user can get the list of day wise despatch report and also show list

under the selected year and month.

d) Delay Report:

Here user can get the list of delay report.

e) Despatch Analysis:

Here user can get the list of despatch analysis report.

6. Search

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 33 of 78

a) Letter Search:

Here user can get the list of letter also can search letter no and download

letter PDF.

b) Addressee Wise:

Here user can get the list of addressee wise letter also can show letter under

the selected group or selected addressee, Also provide facilities for download

letter PDF and enclosure.

c) View Addressee List:

Here user can get addresses list also can check user.

8.4 Bio-metric Attendance System for directorate

It is envisaged to implement Biometric Attendance system for monitoring the attendance of

employees of ICDS. It is aimed to create transparency and accountability so as to make the

functioning more efficient and effective.

8.4.1 Enrolment Module – This shall allow enrolment of employees of ICDS. The

enrolment module will capture fingerprints of the employees. The master data for all

the employees will be created at individual ICDS level and the correctness of the data

entered will be verified by the vendor.

8.4.2 Transaction Module – This module shall allow the users to mark their attendance at

individual locations using fingerprint scanner and should track all entry & exit. First

in time and Last out-time will be used to calculate the no. of hours.

8.4.3 Data Storage & Transfer Module – The attendance marked every day will be

stored in the system. This module shall enable the storage & transfer of data as

desired. Any updation (addition/deletion/modification) should be immediately

reflected at all levels. The responsibility of data transfer and connectivity will be of

the bidder.

8.4.4 Reporting/MIS Module – This module shall enable generation of various reports as

required by department at various levels. It should be able to generate standard as

well as ad-hoc reports.

8.4.5 Fingerprint Management Module – This will involve the following:

Fingerprint Capturing

Hot listing of fingerprints

Fingerprints will be stored both in raw and template format and updation of

records will be done on as and when required basis

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 34 of 78

8.4.6 Integration with Central Application: Email alerts/SMS should be sent to

Supervisor and the employee for regularization of attendance either as leave or on-

duty. Leave and holidays will be required to be captured by the system.

8.4.7 The vendor would be responsible for training of the technical coordinators and staff

for training on Bio-metric Attendance System.

8.5 Grievance Management System

This is the software application of grievance management for the ICDS Directorate, Bihar.

It provides facility to enter details of all those grievance related to ICDS and received from

various sources, Send reminder to concerned officer for their compliance also maintain the

compliance details of each grievance separately.

Main Features

System should have provision enter details of those entire grievance related to ICDS

and received from various sources.

Send reminder to concerned officer for their compliance through e-mail/SMS.

Maintain the compliance details of each grievance separately.

Print and export to report

8.6 Leave Management Module (Capture data of Employee‟s Leave details under

directorate.)

This is a software tool for apply leave, approve or reject leave from establishment and

Director Desk, and reporting data related to leave on monthly and yearly basis. Learning to

use this Software is easy.

8.6.1 Sign Up for New User -

Any unregistered employee can register himself/herself with click on Sign Up. Once

employee gets registered he/she have to get approval from authorized user.

Modules: There should be basically 4 modules including Dashboard of Leave

Management System which are as follows:-

a. Dashboard

b. Master

c. Manage Leave Request

d. Report

8.6.2 User Type:

There are 4 types of login which are as follows:-

a. Super User

b. Establishment

c. Director

d. Employee

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 35 of 78

8.6.3 Super User:

All the rights including leave request, establishment approval, director's approval,

access reports, cancel leave request, cancel approved leave, master module setup,

user maintenance etc.

a. Establishment: has the rights including access reports, cancel leave request,

approve leave request, master module setup etc.

b. Director: has the rights including access reports, cancel leave request either

requested by employee or approved by establishment, approve leave request,

master module setup etc.

c. Employee: has the rights including request for leave, access their current and

previous leave status reports, register himself/herself [Sign Up] etc.

d. Employee can request for leave.

e. Approve/reject leave from Establishment / Director.

f. Cancel approved leave request from Establishment / Director Login.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 36 of 78

8.7 Activity By The ICDS Data Centre

8.7.1 Calling and making reports (taking and giving information) to Project Level, District

Level officer, AWTC & Others.

8.7.2 Sending, Receiving and Printing mails to Project Level, District Level officer,

Department & Others etc.

8.7.3 SMS to Project Level, State Level officer, AWTC, ISSNIP (DC & DPA)

8.7.4 Received Complain through Telephone & Forward to the Department.

8.7.5 Sending, Receiving and Printing Fax (Local and STD).

8.7.6 Handling Network and Computers of ICDS Data Centre.

8.7.7 Performing the departmental correspondence work like departmental letters (Hindi

and English), word processing in ms-excel and ms-word etc.

8.7.8 SPA will provide the required report/information time to time to the department as

whenever required.

8.7.9 Attending internal meetings and training related programs.

8.7.10 Communication with the officers and providing updates as required.

8.7.11 Printing all the reports.

8.7.12 Compiling and printing meeting reports.

8.7.13 ICDS web site will update the information as per requirement like (Tenders,

Gallery, and Notifications, etc.).

8.8 Additional Task/modules assigned to ICDS Data Centre

8.8.1 Desktop Dashboard: - To show weekly summary report of the entire District. This

should majorly contain:-

i. Economic Empowerment Status: - Status of Awc’s, Projects and Districts etc.

ii. Social Empowerment Status: - Current figures related to AWW, AWH, and LS

etc.

iii. Details should show all details of case status and related statistics.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 37 of 78

iv. Cultural empowerment: - Figures of all; activities carried out under this head.

v. DFID projects: - All current details of projects being implemented.

vi. Other projects funded by GOI and other agencies.

8.8.2 Login ID and password is to be provided to all DPO, CDPO and officials

supervising project in ICDS.

i. Separate user name and password is to be provided to all the above.

ii. The DPO are to be provided assess password for district under this supervision

only. They will not be able to access or modify data of other districts. This will

help in data integrity and data security.

iii. The system application will not allow previous data modifications without the

administrators’ permissions.

8.8.3 CFMS Support

i. Data Correction supports.

ii. Support will be given as required related with software like data entry and

modification.

iii. CFMS Reference Generation.

iv. Excel download.

v. Excel upload & assign to Checker.

vi. Entry and upload Allotment, DPO, CDPO Calling.

vii. CFMS Allotment Entry & other Assigned Department work etc.

For closing the grievance, the concerned officer will login to the system and will update the

status. in addition to above, the Bidder would be required to consult ICDS at every

stage of the development of the application and take into considerations the unique

process, structure and organizational design of ICDS system as well as other constraint

which have a bearing on the design, development and successful implementation of the MIS

of ICDS .

8.9 Handover at the end of maintenance period:

Latest source code, manuals, guidelines shall be handed over to the State at the end of

maintenance period. This will include softcopy of following set of documents:

8.9.1 Application Installation and configuration

8.9.2 A functional website would be designed and developed as a public interface for

ICDS within the overall specifications as laid down by the Mission. The website

would be a static website; however content would be updated by the Project

Management Consultant for the duration of the contract period within an agreed

SLA period of 7 days of registering a change request Technical support from ICDS

MIS personnel may be required if the changes are frequent.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 38 of 78

A. Role based Access Management System - Proposed User management module

shall have following categories of Users:

i. Super User- ICDS HO

ii. Master Admin- 1 each with ICDS HO

iii. Regular / Anonymous Users- Citizens filling applications

Available information and user options will vary on all pages throughout the

site depending on page requirements and privileges assigned to the users.

B. Admin Section – This section should be privilege restricted and should have the

facility to:

i. Create, modify delete Users and Groups

ii. Assign and remove privileges to individual and groups

iii. Administer restricted sections / modules / web pages

iv. Selected pages may be password protected by a user login. The login accounts

should be manually controlled to provide necessary access to a particular page

or secured area of the website, based on following two factors:

v. Type of User / Group

vi. Privilege assigned to User / Group

8.10 Helpdesk for Employees

Helpdesk and call management services that will automate processes to consolidate, log,

track, manage and escalate incidents and problems. The Service will act as a single point of

contact Help Desk tool for all users\employees of who will record an incident. It will help to

accelerate detection and problem resolution, maintain accurate configuration details, and

minimize the risk caused by any change. The centralized helpdesk would also facilitate

resolution of day to day technical issues faced by the technical coordinators at the remote

level through call ticket management system. Following activities shall be carried out at the

help desk:

i. Log user calls related to application and IT infrastructure in the Data Centre and

assignment of a call ID number.

ii. Assign severity level to each call.

iii. Track each call to resolution.

iv. Escalate the calls, to the appropriate levels, if necessary as per escalation matrix,

which can be defined at the time of award of contract.

v. Escalate the call related to usage of application software to respective application

owners.

vi. Provide feedback to callers.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 39 of 78

vii. Analyze the call statistics.

viii. Creation of knowledge base on frequently asked questions to aid users.

8.11 Training Services

i. 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 on the solution implemented so as to make them well

conversant with the functionalities, features and processes built in the solution.

ii. Training could have multiple sessions as per the need and requirement of the

project/application. Hence, selected bidder shall conduct Training Needs Analysis of

all the concerned staff and draw up a systematic training plan. There should be

sufficient number of trainers in every training session for conducting the training

program.

iii. Training methodology will be an interactive workshop. The success of the training

will be determined by the ability of the participants to clearly understand how to use

the system with minimal help.

iv. The content of the training plan and schedule shall be mutually decided by the ICDS

and the selected bidder later at an appropriate time period.

v. The space for training will be provided by the requisite training infrastructure like

computers, projector with screen shall be provided the Service Provider.

vi. The selected bidder shall provide training material (role base); the language of

training material shall be in Hindi and English.

vii. The bidder shall ensure that all the training documentation in Hardcopy and

Softcopy is in place (user training, operation procedures, visual help-kit etc.).

8.12 SMS & Mailing Solution:

Mailing & Messaging Infrastructure would provide workflow functionality and email

services to ICDS Officer and Employees. The Mail Server would provide a highly scalable,

reliable, and available platform for delivering secure communication services. This server

will also act as Instant Messaging Server, Data Migration & Data entry.

i. The selected Agency expected to carry out independent exercise for assessment of

data source, data format, and data fields and no of records before migration at the

time of SRS.

ii. Bidder should develop a migration strategy for migration of digitized data available

with the ICDS.

iii. Verification of the migrated data will be done by the competent staff of the SI.

iv. More importance will be provided to tool based migration of the data to ensure less

errors.

8.13 E - attendance Mobile Application for CDPOs and DPOs

i. Report to work from anywhere: CDPOs and DPOs may report to work from

anywhere either from office or field visit.

ii. Real-time synchronization of attendance status.

iii. Attendance Mobile transparently synchronizes the attendance data with the server on

a real-time basis. If the user has connectivity issues or is offline, the information is

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 40 of 78

saved locally and then gets transparently synchronized with the E - attendance

Mobile server as soon the user gets online.

iv. Download Detailed Reports:

v. The web dashboard gives a detailed report of the users’ attendance records. The

reporting heads can view and download the attendance data of individual users for a

select date range.

8.14 Handholding Support

Software Development Agency would be required to provide Handholding support to the

once the SDA has commissioned ICDS Software solution in the project offices. As part of

handholding support the Software Development Agency will ensure that the staffs in that

office are able to use ICDS Software on their own by the end of the handholding period.

Handholding support would be required only after the successful commissioning of

Application and the necessary infrastructure and completion of capacity building and

change management initiatives in respective offices. The deployed qualified trained person

should support the office during the office hours on all weekdays and may remain off from

duty on Sundays. However, if situation demands the trained person shall remain present late

during the day or on the holidays (including Sundays).

As part of handholding the SDA will be required to provide training to the concerned staff

members of the ICDS and other concerned officers regarding implemented ICDS Software

solution on continuous basis for a period of one year and help them to resolve their issues

with the new system on a day to day basis to meet the Service Levels mentioned for

Handholding supporting in the annexure to this RFP document. The training should be

focused on providing knowledge transfer to the staff members of the offices so as to

increase their awareness and acceptability of the application and the new computerized

system as a whole. The scope in terms of providing training shall include the following:

The SDA will be required to provide training to the staff members of the ICDS and

other concerned officers (as required by conducting workshops) on the software

applications to be developed as a part of this project. The training should cover both the

general aspects of the computer educations as well as about the application software.

The SDA will bear the cost of providing the training; supply of course material, any

consumables, and IT infrastructure required for training etc. while will provide the

training premises furniture and Computers with bandwidth.

Continuity of operations.

As and when newer versions of system or application software are introduced within the

currency of handholding support, SDA will provide required training documentation

along with each release of patch / upgrade and will provide training to the concerned

officers.

In case of new additions to the staff members in the offices, the SDA will be required to

provide the aforementioned training to them as well, during the currency of handholding

support.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 41 of 78

8.15 Project Management Support

Considering the low IT capabilities at ICDS, Bidder is required to deploy experienced and

trained manpower for smooth functioning of the project. Suitable manpower need to be

deployed at centralized infrastructure and Back-office infrastructure, during the project

period to meet the project objectives and outcomes. SDA would also be responsible to

provide services of Database Administrator during contract period.

Qualifications for manpower: The Bidder would need to ensure that adequate &

sufficiently trained resources are deployed to manage the Centralised Infrastructure

components to meet the SLA and functional requirements of the project. The minimum

qualifications and skills requirements are given in the table below:

S. No. Position Minimum Qualifications

1 Project Manager

Education: Full Time MCA/ B.Tech/ B.E. from a reputed

institute.

Total Experience: At least 6 years in IT domain.

Should have more than 4 years of experience of handling

such large projects as a project manager.

Languages known (Read, Write and Speak): Hindi, English

Excellent writing, communication, time management and

multi-tasking skills.

2 Database

Administrator

Education: Full time MCA/ M. Tech/ B. Tech/ B.E.

Total Experience: Certified DBA with at least 5 years in

IT domain Should have experience of more than 3

years as a Database Administrator in large projects of

similar nature with experience in database activities like

instance tuning, schema management, space

management, backup and recovery, disaster recovery, data

replication, database refresh etc.

3 Support Executives

at Head Office and

District Officer

Diploma/ Graduate in Computer applications with 2-3

years’ experience in MIS with good communication skills

in English and Hindi and with extensive experience on

computer. Good typing speed.

4 Handholding and

Software

Maintenance

Qualification: B. E. / B Tech. (Computer Science/IT) /

MCA / MS (IT) from recognized institute.

Experience: Minimum 3 years of experience in software

Maintenance and Handholding Support.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 42 of 78

9. VARIOUS MODULES / SERVICES REQUIREMENT

The following Section depicts the various modules/services requirement for the Software

Solution project:-

10.1 Gateway Service: This will include Web Gateway, XML gateway, SMTP gateway

and SMS gateway. The role of the Gateway would be to provide a focal point for

processing outgoing and incoming requests for web application services to and from

external entities. For outgoing requests, the gateway would be responsible for

receiving requests from the application, forwarding them to third parties systems and

receiving and disposing of the response. For incoming requests, the gateway would be

responsible for receiving requests from external systems, invoking the necessary

Adaptors to perform the business logic, and finally for composing a response and

sending it back to the requesting system.

10.2 DNS Services: This service is required to Support integration with other network

services like DHCP, directory etc. support DNS zone storage in Directory, support

conditional DNS forwarders e.g. forwarding based on a DNS Domain name in the

query, allow clients to dynamically update resource records secure and non-secure,

Support incremental zone transfer between servers, provide security features like

access control list, support new resource record (RR) types like service location (SRV)

etc. and to support Round robin on all resource record (RR) types.

10.3 DHCP Services: DHCP would be assisting the System administrators for dynamic IP

allocation to devices/ users. Furthermore, the key users, who would be connecting

using remote access, would be requiring a valid IP address after successful

authentication.

10.4 Workflow: Mailing & Messaging Infrastructure would provide workflow

functionality and email services to Government Employees.

10.5 MIS Reporting: The following types of reports, but not limited to, are required to be

generated from this sub module. The report should be generated in standard formats

like pdf., xls., doc, etc.

10.6 Fixed Format Reports: Application should provide robust reporting capabilities.

Application should publish reports using tools such as Microsoft Word or Adobe

Acrobat and the publishing engine can generate output in multiple formats including

PDF, HTML, and Excel etc. The output can also be delivered through email or can be

printed or faxed.

10.7 Ad-hoc Reports: Application should provide business users with ad hoc query &

analysis capability. Application should create new analyses from scratch or modify

existing analyses in dashboard pages. Business users do not need to understand

physical data storage to combine data from multiple enterprise information sources

intuitively, quickly, & easily. Tools and utilities should be provided to facilitate design

layout using MS Excel, Adobe Acrobat etc.

10.8 Mailing & Messaging Services: This would be used for sending the alerts as mail

message to the registered users of the Portal and will be used for messaging and

calendaring services. The Mail Server should provide a highly available, scalable and

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 43 of 78

reliable platform for delivering secure communication services. This server will also

act as Messaging Server.

9.1.1 It should provide with extensive security features ensuring the privacy of users

and the integrity of communication through user authentication, session

encryption, and content filtering to help prevent spam and viruses, and

mechanisms to monitor and enable regulatory compliance. It should support

standard SMTP, IMAP and POP3 services. The Messaging system should

provide a secure messaging and collaboration – email solution with standard

features like calendaring, contacts and tasks, Archiving, Directory and LDAP

address book, web based access to emails and support for data storage. Other

features to be supported include – per-user filtering policies, user management,

mailing list manager and synchronization with MS Outlook / Lotus

Notes/equivalent.

9.2.1 Mailbox Management Services should provide the facility to manage the mail

store on the SAN. The actual mailboxes would reside on the SAN. Any

downtime of this server would affect all the users, and the communication

would come to a stall.

10.9 Anti-Virus and Anti-Spam Services: Anti-Virus and Anti-Spam would be

provisioned to keep the other servers and application secure from the attack of virus,

Trojans and spam.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 44 of 78

10. IMPLEMENTATION SCHEDULE

S. No Milestone Completion

Time

1 Requirement Study, Business Process re-engineering for best fit

solution and preparation of SRS for up-gradation and maintenance

T+ 2 weeks

2 Design of Web Based Integrated portal application T+ 4 weeks

3 Development of Web Based Integrated application T+ 8 weeks

4 Set up Installation & commissioning of ICDS Data Center T+ 1 weeks

5 User Acceptance T+ 9 weeks

6 Go live T+ 10 weeks

7 Training of the staff on application T+ 12 weeks

8 Deployment of Project Management Team T+ 1 weeks

9 Deployment of Support Team and Supervisor T+ 1 weeks

Note: - T means date of Issue of Signing of contract.

10.1 Applicability of MSA

Apart from the provisions as set out in this schedule, the terms and conditions stated in the

MSA shall apply mutatis mutandis to this SLA. In the event of a conflict in interpretation of

any Article in the MSA and the SLA, the provisions of the MSA shall prevail. The Table

below summarizes the Indicative Performance Indicators for the services to be offered by

the Service Provider. The detailed description of the performance indicators, SLA Terms

and their definitions are discussed in the following sections.

S. No. Indicative SLA Parameter SLA Target

1 Online Software Availability 98%

2 Availability of Project Management Team with Retention capacity

to be optimized

98%

3 Availability of Data Centre (Except notified and Approved

downtime i.e. Maintenance of DC).

98%

4 Availability of Help Desk during Prime Business Hours. 98%

Note:

In case any failure identified is not attributable to IA the penalty shall not be imposed

as enforced by the SLA. Decision of committee comprising of ICDS and IA shall final

and bindings to all stakeholders.

a. Application Availability Standard: Client Application Available 99% of the time for

the entire calendar month.

Penalty: Failure to meet above availability requirement will result in a penalty

payment of 5% total charges of the Monthly Payments to be paid in that concerned

Location /category. Failure to meet above availability requirement for a second

consecutive month will result in a penalty payment of 7.5% of the Monthly Payments

to be paid in that concerned Location /category. Failure to meet the above availability

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 45 of 78

requirement for “n” consecutive month will result in maximum penalty of 10% from

monthly payment.

b. Project Manpower and Helpdesk availability Standard: Manpower at HQ and

Data center must be available for the entire calendar month. Attendances of the

manpower should be submitted to ICDS for SLA calculation. Project manager may be

given advantage for this on consent of ICDS.

Penalty: Failure to meet above availability requirement will result in a penalty

payment of 5% total charges of the Monthly Payments to be paid in that concerned

Location /category. Failure to meet above availability requirement for a second

consecutive month will result in a penalty payment of 7.5% of the Monthly Payments

to be paid in that concerned Location /category. Failure to meet the above availability

requirement for “n” consecutive month will result in maximum penalty of 10% from

monthly payment.

10.2 Project Management Support

Considering the low IT capabilities at ICDS, Bidder is required to deploy experienced and

trained manpower for smooth functioning of the project. Suitable manpower need to be

deployed at centralized infrastructure and Back-office infrastructure, during the project

period to meet the project objectives and outcomes. SDA would also be responsible to

provide services of Database Administrator during contract period.

The minimum qualifications and skills requirements are given in the table below:

S. No. Position Qty Duration

1 Project Manager

Education: Full Time MCA/ B. Tech/ B.E. from a reputed

institute

Total Experience: At least 6 years in IT domain

Should have more than 4 years of experience of handling

such large projects as a project manager

Languages known (Read, Write and Speak): Hindi, English

Excellent writing, communication, time management and

multi-tasking skills

01 3 Years

2 Database Administrator

Education: Full time MCA/ M. Tech/ B. Tech/ B.E

Total Experience: Certified DBA with at least 5 years in IT

domain Should have experience of more than 3 years as

a Database Administrator in large projects of similar

nature with experience in database activities like instance

tuning, schema management, space management, backup

and recovery, disaster recovery, data replication, database

refresh etc.

01 3 Years

3 Support Executive For HO

15 3 Years

4 Support Supervisor

01 3 Years

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 46 of 78

5 Software Maintenance personal 03 3 Years

10.3 System Software Requirements

S. No. Required Software Qty Licenses

1 Enterprise Database Server Software SDA

2 Application Server Software SDA

3 Mail & Massaging Software SDA

4 SMS Gateway with 1 Lakhs SMS /Year SDA

5 Linux / Windows enterprises Server 64 bit SDA

6 Backup Management Software SDA

7 Antivirus for all server with 3 year support SDA

10.4 Training of staffs

S. No. Type of Training No. of

Resources

Duration

1. Trainings on the Application modules to IT Asst. 544+38 3 Days

2. Basic Computer Training for ICDS Staff 100 3 Days

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 47 of 78

11. SOFTWARE DEPLOYMENT LOCATIONS

S. No. Integrated Child Development Services Office Details

1 ARARIA All Project

2 ARWAL All Project

3 AURANGABAD All Project

4 BANKA All Project

5 BEGUSARAI All Project

6 BHAGALPUR All Project

7 BHOJPUR All Project

8 BUXAR All Project

9 DARBHANGA All Project

10 EAST CAHAMPARAN All Project

11 GAYA All Project

12 GOPALGANJ All Project

13 JEHANABAD All Project

14 JAMUI All Project

15 KAIMUR All Project

16 KATIHAR All Project

17 KHAGARIA All Project

18 KISHANGANJ All Project

19 LAKHISARAI All Project

20 MADHEPURA All Project

21 MADHUBANI All Project

22 MUNGER All Project

23 MUZAFFARPUR All Project

24 NALANDA All Project

25 NAWADA All Project

26 PATNA All Project

27 PURNIA All Project

28 ROHTAS All Project

29 SAHARASA All Project

30 SAMASTIPUR All Project

31 SARAN All Project

32 SHEKHPURA All Project

33 SEOHAR All Project

34 SITAMARHI All Project

35 SIWAN All Project

36 SUPAUL All Project

37 VAISHALI All Project

38 WEST CHAMPARAN All Project

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 48 of 78

12. ROLES AND RESPOSIBILITIES

Responsibly of Work ICDS Service

Provider

Space Allocation , Electric Power/solar / Gen set at Offices and HQ Y

Internet Connectivity at Head Office Minimum 8 MBPS + 4 MBPS

BACK 1:1

Y

Internet Connectivity to Districts and Project offices 2 MBPS BACK 1:1 Y

Backup and Recovery of Database Y

Installation of Necessary application Software at ICDS Data Center Y

Deployment of Manpower at ICDS Data Center Y

Data Migration Related Work Y

Maintenance of Application Software, 3 years from date of Go-Live Y

Monitoring of work flow Y Y

Reporting on completion Y Y

Exit Management Y Y

Sign off Certificate on completion of Contract and successful Exit

Management

Y Y

Data Availability from in format for migration if required Y

Data entry of Master data Y

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 49 of 78

13. GUIDELINES FOR SUBMISSION OF PROPOSAL

13.1 Guideline For Technical Proposal

1. A printed covering letter, on the bidding organization's letterhead with all

required information and authorized representative's initials shall be submitted

along with the proposal. Do not, otherwise, edit the content of the proposal cover

letter.

2. The technical proposal should contain a detailed description of how the bidder

will provide the required services outlined in this RFP. It should articulate in

detail, as to how the bidder's Technical Solution meets the requirements

specified in the RFP. The technical proposal must not contain any pricing

information. In submitting additional information, please mark it as

supplemental to the required response.

3. Proposals must be direct, concise, and complete. All information not directly

relevant to this RFP should be omitted. ICDS will evaluate bidder's proposal

based upon its clarity and the directness of its response to the requirements of the

project as outlined in this RFP.

13.2 The bidder must address the following in their project implementation

strategy:

1. A detailed Project schedule and milestone chart.

2. Approach and Methodology of design, development and management of the

Application software. The plan should adhere to the software development life

cycle (SDLC).

3. Project Management tools proposed to be used for project.

4. Bidder's plan to address the key challenges of the project.

13.3 The technical proposal should address the following at the minimum:

1. The proposal should have information specific to Project.

2. Describe how the functional requirements will be translated into technical

implementations, that is, it should map with the Functional Requirements

Specifications.

3. Comply with the State Portal Framework and the metadata publishing services.

4. Architectural details for integration with the NIC Pensioners Software legacy

and future solutions.

5. Provide an infrastructure growth plan, including mechanisms for coping with a

mismatch of traffic demand and network capacity, both at the time of launch and

thereafter.

13.4 Project Management Plan including

1. Team composition and Tasks assigned to be submitted in the format as enclosed

in Form

2. Implementation Methodology and Plan to include

a. Key implementation objectives, key deliverables and an implementation

schedule for the same.

b. Rollout Plan at the specified locations including PERT chart of activities

proposed.

c. Indication of Time Frame

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 50 of 78

d. Acceptance Testing Plan

e. Data Back-Up plan.

f. Escalation Process during implementation

g. Quality and Security Assurance Plan

h. Training Plan

i. Hand holding, Operation and Maintenance Plan

13.5 Post Implementation Plan

1. Manpower Deployment to support for data entry and maintenance of Software.

2. Method of calculating uptime of IT infrastructure and reporting format

3. Method of estimating man power efforts to develop, design and implementation

and for data entry operators to be posted at various s.

4. Exit Plan

5. Escalation Mechanism on the bidder side

13.6 Guidelines for Financial Proposal

1. Unless expressly indicated, bidder shall not include any technical information

regarding the services in the financial proposal.

2. Prices shall be quoted entirely in Indian Rupees.

3. No adjustment of the contract price shall be made on account of any variations in

costs of labour and materials or any other cost component affecting the total cost

in fulfilling the obligations under the contract. The contract price shall be the

only payment payable to the selected bidder for completion of the contractual

obligations by the bidder under the Contract, subject to the terms of payment

specified in the contract. The price quoted would be inclusive of all taxes, duties,

and charges and levies as applicable. Service tax as and when applicable shall be

quoted separately.

4. The bidder should explicitly mention the details of the renewal of licenses and

extended warranty cost of the third party software and hardware being used in

the Project Solution.

5. The prices, once offered, must remain fixed and must not be subject to escalation

for any reason whatsoever within the period of project. A proposal submitted

with an adjustable price quotation or conditional proposal may be rejected as

non-responsive.

6. Discount - The bidders are advised not to indicate any separate discount.

Discount, if any, should be merged with the quoted prices. Discount of any type,

indicated separately, will not be taken into account for evaluation purpose.

7. Correction of errors:

a. Bidders are advised to exercise adequate care in quoting the prices. No

excuse for corrections in the quoted will be entertained after the quotations

are opened. All corrections, if any, should be initialled by the person signing

the proposal before submission, failing which the figures for such items may

not be considered.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 51 of 78

13.7 Arithmetic errors in the financial proposal will be rectified on the following

basis:

1. 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 will be

considered for future calculations.

2. In case of discrepancy between the amounts mentioned in figures and in words,

the amount in words shall govern.

3. The amount stated in the proposal form, adjusted in accordance with the above

procedure, shall be considered as binding, unless it causes the overall proposal

price to rise, in which case the proposal price shall govern.

4. If the bidder does not accept the correction of errors, its bid will be rejected and

its EMD may be forfeited.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 52 of 78

14. GENERAL CONDITIONS

14.1 Limitation of Liability-

Notwithstanding anything to the contrary elsewhere contained in this or any other contract

between the parties, neither party shall, in any event, be liable for (1) any indirect, special,

punitive, exemplary, speculative or consequential damages, including, but not limited to,

any loss of use, loss of data, business interruption, and loss of income or profits, irrespective

of whether it had an advance notice of the possibility of any such damages; or (2) damages

relating to any claim that arose more than one year before institution of adversarial

proceedings thereon. Subject to the above and notwithstanding anything to the contrary

elsewhere contained herein, the maximum liability of bidder shall be, regardless of the form

of claim, the consideration actually received by bidder for the statement of work under

which the claim arises

14.2 Confidentiality-

Bidder is allowed to used give the reference of this contract in other bid for meeting

eligibility criteria, but Confidentiality will survive till one year from the date of

expiration/termination of contract

14.3 Site Preparation-

Bidder will not be responsible for delays in case there is a delay in site readiness as per the

roadmap and will be compensated in case of delay is beyond reasonable period. ICDS shall

provide site readiness roadmap at the time of signing the contract. ICDS shall provide site

readiness roadmap at the time of signing the contract.

14.4 Approval / Clearances-

Bidder will support in getting clearance with all the authorities but the prime responsibilities

lies with ICDS.

14.5 Savings Clause-

Bidder’s failure to perform its contractual responsibilities, to perform the services, or to

meet agreed service levels shall be excused if and to the extent Bidders non-performance is

caused by omission to act, delay, wrongful action, failure to provide inputs, or failure to

perform its obligations under this Agreement.

14.6 Deemed Acceptance-

Any Deliverable(s) / Work Product(s) provided to the shall be deemed to have been

accepted if the customer puts such Deliverable(s) / Work Product(s) to use in its business or

does not communicate its disapproval of such Deliverable(s) / Work Product(s) together

with reasons for such disapproval within 10 days from the date of receipt of such

Deliverable(s) / Work Product(s).

14.7 Change Order Clause-

Either party may request a change order (“Change Order”) in the event of actual or

anticipated change(s) to the agreed scope, Services, Deliverables, schedule, or any other

aspect of the Statement of Bidder. Bidder will prepare a Change Order reflecting the

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 53 of 78

proposed changes, including the impact on the Deliverables, schedule, and fee. In the

absence of a signed Change Order, bidder shall not be bound to perform any additional

services.

14.8 Taxes and Duties-

The rates quoted shall be in Indian Rupees and shall be inclusive of all taxes, duties and

levies as applicable up to the completion of job. Any increase in the taxes will be borne by

ICDS and any decrease would be passed on to ICDS by the bidder.

14.9 Payment Terms

S. No Services Payment Terms

1 Mobilization Advance* 10% of Project value against equal value of Bank

Guarantee

2 Hardware Maintenance and

Software Licence

(21.1.1)

Mobilization Advance*+ 70% Against Submission of Software Licenses

Document

20% Against Installation

3 Application Development

Cost

(21.1.2)

Mobilization Advance*+ 40% Against Submission of SRS Document

50% Against UAT/Go live

4 Data Migration/System

Integration Cost (One

Time)

(21.1.3)

Mobilization Advance*+ 90% Against Data Migration/System Integration of

Application

5 Application hosting at ICDS

Data Centre Setup Cost

(21.1.4)

Mobilization Advance*+ 90% Against Installation of Application

6 Training Services

(21.1.5) Mobilization Advance*+ 90% on successful training.

7 Post-Implementation Phase

/ Operate and Maintain

Phase

(21.1.6)

The selected service provider shall be paid on

Monthly basis at the end of each Month based on

the Monthly invoices raised by the Service

Provider, at the rates specified in the Contract.

8 Project Management

Support at Head office

(21.1.7)

The selected service provider shall be paid on

Monthly basis at the end of each Month based on

the Monthly invoices raised by the Service

Provider, at the rates specified in the Contract.

*Mobilization advance will be adjusted in CAPEX cost on pro-data basis.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 54 of 78

15. PRE – QUALIFICATION CRITERIA

A. The invitation for bids is open to all entities registered in India under Indian

companies act who fulfill prequalification criteria. For each category of pre

qualification criteria, the documentary evidence is to be produced with

prequalification / technical bids. If the documentary proof is not enclosed for any or

all criteria the submission of Tender is liable for rejection. The bidder or Bidder

shall meet the all following criteria for eligibility:

1. The Bidder should be an established IT services company, and should have

been in operation for a period of at least 5 years as on 31st March 2020, as

evidenced by the Certificate of Commencement of Business issued by the

Registrar of Companies/Bihar Act.

2. The Bidder should be registered with GST, Income Tax (PAN/TAN)

authorities with valid Certification.

3. The Bidder should be registered with ESI and EPF authorities with valid

Certification.

4. The bidder must have CMMI-3 Certification organizations

5. The Bidder should have a positive net worth of last three years.

6. The Bidder should be a profitable vendor for the last three years as on 31st

March 2019 and must have average annual turnover of not less than Rs. 10

Crores in the last three financial years (as on 31-03-2019) from Software and

Services, Application Customization, Integration with legacy systems,

Deployment and Maintenance, as evidenced by the audited accounts of the

company.

7. The Bidder should be a profit making company as on March 31, 2019 (earned

net profit in each of the last three financial years), as evidenced by the audited

accounts of the company.

8. The Bidder should have experience of implementation of at least one ICT/e-

Governance projects for Government/PSU/Govt. Undertaking with a project

value each of Rs. 4.00 Cr or above as evidenced by the work order/Agreement

certificate issued by a competent authority of the concerned government

organization(s).

9. The Bidder must have prior experience of implementing at least two

government Software Development Services Projects for Central/ State/PSUs

anywhere in India in the last 3 years. Each project must be worth at least Rs.

50 Lakhs ( Software Development Including Software Maintenance excluding

Manpower and Hardware) Bidder must provide as a supporting documentary

proof in form of work order confirming year and area of activity for the

project.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 55 of 78

10. The Bidder should have experience of implementation of at least 4 Live

Mobile Application Project in Mobile Apps projects for Government/PSU

(Mobile Apps (Android/IOS) development, Integration, Post Implementation

Support etc for mobile apps.) with the project value of Rs. 25 Lakhs or above

as evidenced by the work order/Agreement certificate issued by a competent

authority of the concerned government organization(s).

11. The bidder must have prior Experience to handle minimum 100 Manpower in

multi-location Indian Government/PSUs/State Govt. setup and Project duration

must be at-least three years and Project value not less than 2 Cr.

12. The Bidder must have an office in Patna, Bihar or should furnish an

undertaking that the same would be established within one month of signing

the contract.

13. Bidder must not have been blacklisted/banned/declared ineligible by any entity

of any State Government or Govt. of India or any Local Self Government body

or public undertaking in India for participation in future bids for unsatisfactory

past performance, corrupt, fraudulent or any other unethical business practices

or for any other reason.

14. Joint Venture and consortium not allowed.

15. The bidder shall not Sub-Contract any Scope of work specifically mentioned in

RFP. The bidder shall be purely and wholly held responsible to perform. The

bidder shall be fully responsible for all acts of commission and omission.

A Pre-Qualification Proposal needs to be submitted to conclusively demonstrate that

the Bidder completely meets all the eligibility criteria mentioned above.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 56 of 78

16. BID OPENING AND EVALUATION PROCESS

A. Purchaser reserves the rights at all times to postpone or cancel a scheduled bid

opening.

B. The bids will be opened in two parts, one for pre-qualification & Technical

and one for Commercial bid of those bidders whose technical bid qualifies, in

the presence of bidders representatives who choose to attend the bid opening

sessions on the specified date, time and address.

C. The bidder’s representatives who are present shall sign a register evidencing their

attendance. In the event of the specified date of bid opening being declared a

holiday, the Bids shall be opened at the same time and location on the next working

day. However if there is no representative of the bidder, Purchaser shall go ahead

and open the bids.

D. During bid opening preliminary scrutiny of the bid documents will be made

to determine whether they are complete, whether required bid security has been

furnished, whether the documents have been properly signed, and whether the bids

are generally in order. Bids not conforming to such preliminary requirements will be

prima facie rejected.

16.1 Overall Evaluation Process

A. A Three Stage evaluation procedure will be adopted for evaluation of proposals,

with the technical evaluation being completed before the commercial proposals are

opened and compared.

B. Purchaser will review the technical bids of the short-listed bidders to determine

whether the technical bids are substantially responsive. Bids that are not

substantially responsive are liable to be disqualified. Purchaser may seek inputs

from their professional, external experts in the technical and commercial

evaluation process.

C. Purchaser shall assign technical score to the bidders based on the technical

evaluation criteria. The bidders with a technical score above the threshold as

specified in the technical evaluation criteria shall technically qualify for the

commercial evaluation stage.

D. The commercial bids for the technically qualified bidders will then be opened and

reviewed to determine whether the commercial bids are substantially responsive.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 57 of 78

17. EVALUATION OF PRE –QUALIFICATION BIDS

A. For the evaluation of Pre - qualification Bid the documentation furnished by the

Bidder will be examined to check if all the eligibility requirements stated in Pre -

qualification Section d furnished in accordance with the RFP. The Purchaser may

ask the Bidder for additional information whenever the Supplier feels that such

information would be required. This may also include reference checks to verify

credentials submitted by the Bidder.

B. Proposals not meeting the pre-qualification criteria will not be processed further

beyond this stage.

17.1 Evaluation of Technical Proposals

The evaluation of the Technical bids will be carried out in the following manner:

1. The bidders' technical solution proposed in the bid document is evaluated

as per the requirements specified in the RFP and adopting the evaluation

criteria spelt out in this RFP. The Bidders are required to submit all required

documentation in support of the evaluation criteria specified (e.g. detailed

project citations and completion certificates, client contact information for

verification, profiles of project resources and all others) as required for technical

evaluation.

2. The committee may seek clarifications from the bidders. The primary function

of clarifications in the evaluation process is to clarify ambiguities and

uncertainties arising out of the evaluation of the bid documents.

17.2 Technical evaluation methodology

1. Each Technical Bid will be assigned a technical score out of a maximum of 100

points.

2. Only the bidders, who score a total Technical score of 70 (Seventy) or more, will

qualify for the evaluation of their commercial bids.

3. The commercial bids of bidders who do not qualify technically shall be returned

unopened to the bidder’s representatives after the completion of the evaluation

process.

4. The technical scores of the bidders will be announced prior to the opening of the

financial bids.

5. The technically shortlisted bidders will be informed of the date and venue of the

opening of the commercial bids through an oral/ written (e mail) communication.

17.3 Evaluation of Technical Bids

1. The evaluation of the Technical bids will be carried out as follows for that

Bidder s who meets the Pre-Qualification requirements.

Consequent upon the evaluation, each Technical bid will be assigned a Technical Score (T)

out of a maximum of 100 points. Bidders who scores 70% or more will qualify for the

evaluation of their commercial bid.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 58 of 78

18. EVALUATION OF TECHNICAL PROPOSALS

Following outlines the portable water supply and sanitation facilities and services

parameters based on which evaluation of technical proposals of the bidders shall be carried

out by Purchaser:

S. No Particulars Max.

Score

1 Turnkey Project Experience: The Bidder Should have experience of

implementation of turnkey IT projects (Involving Datacenter /Server

Hardware Installation, Software Development & Maintenance etc.) for

Government/PSU. Max 3 Project Considered.

1 Project Value => of Rs. 2.00 Cr = 2 Marks

1 Project Value => of Rs. 5.00 Cr = 5 Marks

10

2 Experience in Application Development: The Bidder should have

experience of ICT/e-Governance projects for Government/PSU (Involving

Application Software Development Customization, implementation,

Software Maintenance etc.) in the last 3 years. Max 3 Project Considered.

1 Project Value => of Rs. 50 Lakh = 1 Marks

1 Project Value => of Rs. 100 Lakh = 2 Marks

1 Project Value => of Rs. 250 Lakh = 5 Marks

10

3 Experience of MIS Project: The Bidder Should have experience of

Software Web based MIS project implementation in Government/PSU. Max

3 Project Considered

1 Project Value 0.25 Cr = 1 Marks

1 Project Value 0.50 Cr = 2 Marks

1 Project Value 1.00 Cr = 5 Marks

1 Project Value 2.00 Cr = 10 Marks

1 Project Value 3.00 Cr = 15 Marks

15

4 Experience in Mobile Application Integration : The Bidder should have

experience of implementation of Live Mobile Application Project in M-

Governance for Government/PSU (Mobile Apps (Android/IOS)

development / Customization, implementation, Integration, Post

Implementation Support etc.) in the last 5 years. Max 2 Project Considered

1 Project Value => of Rs. 25 lakh = 2 Marks

1 Project Value => of Rs. 50 lakh = 4 Marks

1 Project Value => of Rs. 100 lakh = 8 Marks

1 Project Value => of Rs. 200 lakh = 10 Marks

10

5 Quality Certification:

ISO 9001+ ISO 27001= 05

CMMi-3/ CMMi-5 = 10

10

6 Demographic Experience: The Bidder Should have experience of Success

implementation of IT projects for Bihar Government/PSU (involving

software development & Manpower Support etc.).

Max 2 Project Considered

Project value >= 2Cr = 2 Marks

Project value >=5Cr = 5 Marks

10

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 59 of 78

7 Project Management Experience

Experience of undertaking large Program Management projects in

Technical Consultancy/IT Integration and Software Development

Consultancy Project in last 3 years. Project Duration not less than 2 Years.

Project Value >=1 Cr = 5 Marks

Project Value >=2 Cr = 10 Marks

Project Value >=3 Cr = 15 Marks

15

8 Turnover :

Average annual turnover of Rs. 10 Crores from Software and Services,

Application Customization, Integration with legacy systems, Deployment

and Maintenance in last three financial years ending at 31/03/2020

Up to Rs. 5 Crores: 5 Marks

Rs. 6 to Rs. 10 Crores: 7 Marks

More than Rs. 10 Crores: 10 Marks

10

9

Proposed Project

Sr. No. Details Marks

1 Technical Solution 2

2 Approach and Methodology 3

3 Project Implementation 2

4 Integration Plan 1.5

5 Work Plan 1.5

10

Total 100

Only the bidders, who score a total Technical score of 70 (Seventy) or more, will

qualify for the evaluation of their commercial bids.

18.1 Evaluation of Technical Proposals

a. The evaluation of the Technical bids will be carried out as follows for that Bidder s

who meets the Pre-Qualification requirements.

b. Consequent upon the evaluation, each Technical bid will be assigned a Technical Score

(T) out of a maximum of 100 points. Bidders who scores 70% or more will qualify for

the evaluation of their commercial bid.

18.2 Evaluation of Commercial Bid

a. The Commercial Bids of only the technically qualified bidders will be opened for

evaluation. The bidder with lowest Total Commercial Quote (L1) will be awarded 100%

score.

b. Commercial Scores for other bidders will be evaluated using the following Formula:

c. Commercial Score (C) = (Total Commercial Quote of L1/ Total Commercial

Quote of the Bidder ) X 100

18.3 Determination of the Best value Bid

In determination of the best value bid, the following weightage shall be given for the

technical and commercial scores of the bidders in a Quality and Cost Based Selection

methodology (QCBS):

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 60 of 78

Technical Score: 70%

Commercial Score: 30%

For every Bidder the Final Total Score (F) will be calculated using the formula

F = 0.7 X T + 0.3 X C

The bidder with the best value of F shall be selected as the successful bidder.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 61 of 78

19. APPLICABILITY OF MSA

Apart from the provisions as set out in this schedule, the terms and conditions stated in the

MSA shall apply mutatis mutandis to this SLA. In the event of a conflict in interpretation of

any Article in the MSA and the SLA, the provisions of the MSA shall prevail. The Table

below summarizes the Indicative Performance Indicators for the services to be offered by

the Service Provider. The detailed description of the performance indicators, SLA Terms

and their definitions are discussed in the following sections.

S. No. Indicative SLA Parameter SLA Target

1 Availability of business operation i.e. Working of Application

Software, PCs & Accessories, Networking equipment’s and

Manpower during Working Hours

98%

2 Availability in PCs & Accessories, Networking equipment’s

during Working Hours

98%

3 Online /Offline Software Availability 98%

4 Availability of Data Entry Operator Personals Retention

capacity to be optimized

98%

5 Availability of Data Centre and Server setup (Except notified

and Approved downtime ie Maintenance of DC).

98%

6 Availability of Help Desk during Prime Business Hours. 98%

Note:

In case any failure identified is not attributable to IA the penalty shall not be imposed as

enforced by the SLA. Decision of committee comprising of ICDS and IA shall final and

bindings to all stakeholders.

Client Application Availability Standard: Client Application Available 99% of the

time for the entire calendar month.

Penalty: Failure to meet above availability requirement will result in a penalty payment of

5% total charges of the Monthly Payments to be paid in that concerned Location /category.

Failure to meet above availability requirement for a second consecutive month will result in

a penalty payment of 7.5% of the Monthly Payments to be paid in that concerned Location

/category. Failure to meet the above availability requirement for “n” consecutive month will

result in maximum penalty of 10% from monthly payment.

Hardware Availability Standard: All Hardware of Data centre must be available

without error 99% of the time for the entire calendar month.

Penalty: Failure to meet above availability requirement will result in a penalty payment of

5% total charges of the Monthly Payments to be paid in that concerned Location /category.

Failure to meet above availability requirement for a second consecutive month will result in

a penalty payment of 7.5% of the Monthly Payments to be paid in that concerned Location

/category. Failure to meet the above availability requirement for “n” consecutive month will

result in maximum penalty of 10% from monthly payment.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 62 of 78

Manpower Availability Standard: manpower of Data center must be available for

the entire calendar month. Attendances of the manpower should be submitted to

ICDS for SLA calculation. Project Head and Project manager may be given

advantage for this on consent of ICDS.

Penalty: Failure to meet above availability requirement will result in a penalty payment of

5% total charges of the Monthly Payments to be paid in that concerned Location /category.

Failure to meet above availability requirement for a second consecutive month will result in

a penalty payment of 7.5% of the Monthly Payments to be paid in that concerned Location

/category. Failure to meet the above availability requirement for “n” consecutive month will

result in maximum penalty of 10% from monthly payment.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 63 of 78

20. FORMAT FOR FINANCIAL BID

RFP Reference No. and Date:

Bidders Name and Address:

Person to be contacted:

Name:

Designation:

Phone/Mobile No:

E-mail:

Telephone No(s):

Fax No.:

SUBJECT: “PROPOSAL FOR DEVELOPMENT, IMPLEMENTATION & MAINTENANCE OF ICDS

PORTAL AND E-MIS SOLUTION FOR ICDS GOB”

Sir,

We, the undersigned Bidders, having read and examined in detail the Specifications and all the

bidding documents in respect of Services for the above mentioned subject do hereby propose to

provide Services as specified in the Bidding documents for which the cost will be as under:

1. PRICE AND VALIDITY – Cost of all works / services mentioned in “Scope of Work”

including the maintenance of the software for 3 years after GO LIVE –Rs.

____________________ (as per Section 21 of Detail Commercial Bid).

All the prices mentioned in our proposal are in accordance with the terms as specified in

bidding documents. All the prices and other terms and conditions of this proposal are valid

for a period of 180 calendar days from the date of opening of the Bids.

We are an Indian firm and do hereby confirm that our Bid prices include all taxes, duties and

levies.

We hereby declare that all taxes which are liveable under law prevailing at that time will be

paid by us.

Note: The bidders should quote the price in words also. In case of any discrepancy between

the prices quoted in words and figures, the price quoted in words shall prevail and will be

considered for comparison of bids.

This should be kept in envelope number 2 marked as “FINANCIAL BID”, which will be

opened only after the Technical Bid is found suitable.

2. EMD

We have enclosed a Demand draft (DD no. -----------------, Bank ----------------, Dated----------

----------) in favour of ICDS, Patna, payable at Patna at for the sum of Rs. _________/- (Rs.

_____________________ only). This EMD is liable to be forfeited in accordance with the

provisions of Bid documents. We declare that all the Services/Works shall be performed

strictly in accordance with the Scope of Work.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 64 of 78

3. Bid Pricing

We further declare that the prices stated in our proposal are in accordance with your

Instructions to Bidders as stated in bidding document.

4. Bid Price

We declare that our bid prices are for the entire scope of the work as specified in the technical

specification and bid documents. These prices are indicated in attached with our proposal as

part of the Financial Bid. We hereby declare that our proposal is made in good faith, without

collusion or fraud and the information contained in the proposal is true and correct to the best

of our knowledge and belief.

Thanking you,

Yours faithfully,

(Signature)

Printed Name and Designation

Seal:

Date:

Place:

Business Address:

Enclosed: Commercial Sheet

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 65 of 78

21. DETAILS OF FINANCIAL ASSTMENT AS PER SCOPE OF WORK

21.1 A.Capex Cost (One Time)

A. Hardware

S.

No. Description of Items as per Technical Specification

Total Cost

(One Time)

1

Maintenance of exiting Data Centre

Server- 4 (Dell, Power Edge R730)

UTM- 1, (Gaj Shield- GS 40dc)

Switch – 1 (Cisco, SG300-28)

Rack 42 U with 8 port KVM, Keyboard , Power supply 12 port ,

15”monitor

B. System & Application Software Licenses

S.

No. Description of Items as per Technical Specification

Total Cost

(One Time)

1

Application Software Licenses for exiting Data Centre

Windows Server 64 bit with External Connector with 5 CAL Each -

4 Qty,

Enterprise Database Server Software latest-4 Qty, Antivirus for

Server with 3 Year Support -4 Qty,

Mail Server- 1 (750 Users),

SMS Subscription Gateway with 1 Lakhs SMS /Year 3

Total Cost

Tax

Total Amount

21.2 Application Development Cost (One Time)

S. No. Name of the Module Rates Total Cost

1 Design, Development, Upgradation and Maintenance of MIS

& ICDS Portal etc.

Total Cost

Tax

Total Amount

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 66 of 78

21.3 Data Migration/System Intigration Cost (One Time)

S. No. Phase Scope Rates Total Cost

1 Data Migration/

Integration Related

Work

Data Migration from MIS System

2 Data migration/ Integration from

other department in .xml or .xls

format

3 Data

Migration/Integration

related Web Portal

Data migration from Old web

portal

4

Application

Integration Related

Work

Integration with Web Portal

5 Integration with Call Center

Application & Solutions

6 Hosting Charges Hosting of Application at ICDS

Total Cost

Tax

Total Amount

21.4 Application hosting at State Data Centre Cost (optional)

S. No. Services Provided During Post

Implementation Phase Duration

Unit Cost Taxes Total

1 Deployment of

requisite

infrastructure at

State Data centre

Installation &

testing charges

One

Time

2 Others (Insert each

item in a separate

row as required)

One

Time

Total Cost

Tax

Total Amount

21.5 Training Services: (One Time)

S. No. Type of Training No. of

Resources Duration Unit Cost Taxes Total

1.

Trainings on the

Application modules to

IT Asst of

544+38 3 Days

2.

Basic Computer

Training for ICDS

Staff

100 3 Days

Total Cost

Tax

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 67 of 78

Total Amount

(*) Figures may vary as per actual resource

CAPEX COST TOTAL:

B.Opex Cost (As per Scope of Work)

Post-Implementation Phase / Operate and Maintain Phase

S.

No

Services Provided During Post

Implementation Phase

Month

Cost Annual Rate

Total Cost for3

Years

1

Operations and Maintenance Services

of application software for the 3 Years

after “Go-Live”

2 Maintenance of the system software

ATS for 3 Years

3 Maintenance of the IT Infrastructure at

Head Office for 3 Years

Total Cost

Tax

Total Amount

21.6 Project Management Support at Head office

S.

No.

Description of Product Qty Rate

/Mont

h

Total

Cost

/Month

Rate

/Annum

Rates /

3 Years

1 Project Manager 1

2 Database Administrator

(Certified professional)

1

3 Communication Expense for Head

office

8

4 Printing Cost + FAX Cost 10000

page /Month per month for head

office

1

5 Support Executive for Datacenter

Data Management 15

6 Application Support Personal MCA

with 3 Year Experience 03

7 Project Management Cost Includes

Training of Manpower, Meeting ,

Travel Exp & Data Management

1

8 Network Management services for

data centre management with

Certified CCNA/MCP Professional

with 5 year experience

1

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 68 of 78

9 Supervisor for data management 1

Total Cost

TAX

Total Amount

Total Cost in words (CAPEX + OPEX)

Total Cost in Number (CAPEX + OPEX)

Thanking you,

Yours faithfully,

(Signature)

Printed Name and Designation

Seal

Date

Place

Business Address:

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 69 of 78

22. BIDDER PROFILE

22.1 General Profile

Sr. No. Details Description

1 Name of the Company

2 Registered Office address

Telephone Number

Fax Number

e-mail

3 Correspondence/ contact address

4 Details of Contact person

Telephone Number

Fax Number

e-mail

5 Is the firm registered with Commercial Taxes

Department? In Bihar If yes, submit valid sales tax registration

certificate.

6 Is the firm registered for GST

If yes, Submit valid registration certificate.

8 How many years has your organization been in business under

your present name? What were your fields when you established

your organization?

When did you add new fields (if any)?

9 What type best describes your firm?

(Documentary proof to be submitted)

· Manufacturer

· System Integrator

· Consultant

· Service Provider (pl. specify details)

· Total solution provider (Design, Supply, Integration, O&M)

· IT Company

10 Number of Offices / Project Locations

11 Do you have a local representation /office in Bihar? If so, please

give the address and the details of staff, infrastructure etc in the

office and no. of years of operation of the local office

12 List the major clients with whom your organization has been/ is

currently associated.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 70 of 78

22.2 Turnover Documents

Audited annual financial results certified by the Charted Accountant, balance sheet and

profit & loss statement of the bidder for the last three financial years. The bidder should

have average turnover of at least 10 Crore for last three financial years.

Financial Year Turnover Net worth Profit / loss

2016-17

2017-18

2018-19

Average

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 71 of 78

23. TECHNICAL PROPOSAL COVERING LETTER

[On the Letter head of the Bidder]

Date:

To

………………………………

Directorate of Integrated Child Development Services

(Dept. of Social Welfare)

Govt. Of Bihar

Ref: Selection of system integrator for establishment of integrated IT application and

solutions for Directorate of ICDS.

Dear Sir / Madam,

We, the undersigned, offer to provide the services for [Insert title of assignment] in accordance

with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting

our Proposal for the same.

We are submitting our Proposal in our own individual capacity without entering into any

association / as a Joint Venture. We hereby declare that all the information and statements made

in this Proposal are true and accept that any misinterpretation contained in it may lead to our

disqualification.

Our Proposal is binding upon us and subject to the modifications resulting from project specific

contract and contract negotiations.

We understand that you may cancel the Selection Process at any time and that you are neither

bound to accept any Proposal you receive nor to select the Agency, without incurring any liability

to the bidders. We acknowledge the right of ICDS to reject our application without assigning any

reason or otherwise and hereby waive our right to challenge the same on any account whatsoever.

We shall make available to ICDS any additional information it may find necessary or require to

supplement or authenticate the Proposal.

We certify that in the last Three years, we have neither failed to perform on any contract, as

evidenced by imposition of a penalty or a judicial pronouncement or arbitration award, nor been

expelled from any project or contract nor have had any contract terminated for breach on our part.

We declare that:

a. We have examined and have no reservations to the RFP Documents, including any

Addendum issued by ICDS;

b. We have not directly or indirectly or through an executive engaged or indulged in any

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 72 of 78

corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive

practice in respect of any tender or request for proposal issued by or any agreement entered

into with SDA or any other public sector enterprise or any government, Central or State.

c. We hereby certify that we have taken steps to ensure that no person acting for us or on our

behalf will engage in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice.

d. We declare that We/any member of the company, are/is not a Member of a/any other

company applying for Selection.

e. We certify that in regard to matters other than security and integrity of the country, we have

not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory

authority which would cast a doubt on our ability to undertake the services for the Project or

which relates to a grave offence that outrages the moral sense of the community.

f. We further certify that in regard to matters relating to security and integrity of the country,

we have not been charge-sheeted by any agency of the Government or convicted by a Court

of Law for any offence committed by us or by any of our member.

g. We further certify that no investigation by a regulatory authority is pending against us or

against our CEO or any of our Directors/ Managers/ employees.

h. We hereby irrevocably waives any right which we may have at any stage at law or

howsoever otherwise arising to challenge or question any decision taken by ICDS and / or

the Government of Bihar in connection with the Selection of Agency or in connection with

the Selection Process itself in respect of the above mentioned Project.

i. We agree and understand that the proposal is subject to the provisions of the RFP document.

In no case, I/We shall have any claim or right of whatsoever nature if the Assignment is not

awarded to me/us or our proposal is not opened.

j. We agree to keep this offer valid for 180 days from the Proposal Due Date specified in RFP.

k. A Power of attorney in favour of the authorized signatory to sign and submit this Proposal.

l. In the event of my/our being selected, I/We agree to enter into an Agreement for the project

awarded to us by the ICDS.

m. We agree and undertake to abide by all the terms and conditions of the RFP Document. In

witness thereof, I/we submit this Proposal under and in accordance with the terms of the

RFP Document.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Company:

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 73 of 78

24. SOFTWARE SERVICES PROJECT EXPERIENCE

Relevant Software Services Experience

General Information

Name of the project

Client for which the project was executed

Name and contact details of the client

Project Details

Description of the project

Scope of services

Service levels being offered/ Quality of service (QOS)

Technologies used

Outcomes of the project

Details of Training Provided

Other Details

Total cost of the project (in crores)

Total cost of the services provided by the bidder

Duration of the project

(no. of months, start date, completion date, current status)

Other Relevant Information

Project Capability Demonstration

Complete details of the scope of the project shall be provided to indicate the relevance to the

pre-qualification criterion (which are part of minimum qualification criteria)

Mandatory Supporting Documents:

a. Letter from the client to indicate the successful completion of the projects

b. Copy of Work Order/Agreement

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 74 of 78

25. ISO 9001 ,27001, CMMI-3 OR ABOVE ASSESSMENT DETAILS

Date of Assessment

Validity of the Assessment

Name of the Assessing company and their

contact coordinates

Units / Locations Assessed

Mandatory Supporting Documents

Proof of Certification

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 75 of 78

26. TEAM PROFILES

Format for the Profiles

Name of the person

Current Designation / Job Title

Current job responsibilities

Proposed Role in the Project

Proposed Responsibilities in the Project

Academic Qualifications:

Degree

Academic institution graduated from

Year of graduation

Specialization (if any)

Key achievements and other relevant information (if any)

Professional Certifications (if any)

Total number of years of experience

Number of years with the current company

Summary of the Professional / Domain Experience

Number of complete life cycle implementations carried out

Names of customers

Past assignment details (For each assignment provide details regarding

name of organizations worked for, designation, responsibilities, tenure)

Prior Professional Experience covering:

Organizations worked for in the past

o Organization name

o Duration and dates of entry and exit

o Designation

o Location(s)

o Key responsibilities

Prior project experience

o Project name

o Client

o Key project features in brief

o Location of the project

o Designation

o Role

o Responsibilities and activities

o Duration of the project

Please provide only relevant projects.

Proficient in languages (Against each language listed indicate if

read/write/Both)

Each profile must be accompanied by the following undertaking from the staff member:

(Alternatively, a separate undertaking with the same format as below with all the names of

the proposed profiles should be provided)

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 76 of 78

Certification

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes my qualifications, my experience, and me. I understand that any willful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Signature:

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of Non – Disclosure Agreement (NDA)

[Company Letterhead]

This AGREEMENT (hereinafter called the “Agreement”) is made on the [day] day of the

month of [month], [year], between, ICDS, Govt. of Bihar _________, on the one hand,

(hereinafter called the “Purchaser”) and, on the other hand, [Name of the bidder]

(hereinafter called the “Bidder”) having its registered office at [Address]

WHEREAS

The “Purchaser” has issued a public notice inviting various organizations to propose for

hiring services of an organization for provision of services under the ICDS Project in Bihar

Project (hereinafter called the “Project”) of the Purchaser;

The Bidder, having represented to the “Purchaser” that it is interested to bid for the

proposed Project,

The Purchaser and the Bidder agree as follows:

1. In connection with the “Project”, the Purchaser agrees to provide to the Bidder a

Detailed Document on the Project vide the Request for Proposal contained in three

volumes. The Request for Proposal contains details and information of the Purchaser

operations that are considered confidential.

2. The Bidder to whom this Information (Request for Proposal) is disclosed shall:

a. Hold such Information in confidence with the same degree of care with which

the Bidder protects its own confidential and proprietary information;

b. Restrict disclosure of the Information solely to its employees, agents and

contractors with a need to know such Information and advise those persons of

their obligations hereunder with respect to such Information;

c. Use the Information only as needed for the purpose of bidding for the Project;

d. Except for the purpose of bidding for the Project, not copy or otherwise

duplicate such Information or knowingly allow anyone else to copy or otherwise

duplicate such Information; and

3. The Bidder shall have no obligation to preserve the confidential or proprietary nature

of any Information which:

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 77 of 78

e. Was previously known to the Bidder free of any obligation to keep it

confidential at the time of its disclosure as evidenced by the Bidder’s written

records prepared prior to such disclosure; or

f. Is or becomes publicly known through no wrongful act of the Bidder; or

g. Is independently developed by an employee, agent or contractor of the Bidder

not associated with the Project and who did not have any direct or indirect access

to the Information.

4. The Agreement shall apply to all Information relating to the Project disclosed by the

Purchaser to the Bidder under this Agreement.

5. The Purchaser will have the right to obtain an immediate injunction enjoining any

breach of this Agreement, as well as the right to pursue any and all other rights and

remedies available at law or in equity for such a breach.

6. Nothing contained in this Agreement shall be construed as granting or conferring

rights of license or otherwise, to the bidder, in any of the Information.

Notwithstanding the disclosure of any Information by the Purchaser to the Bidder, the

Purchaser shall retain title and all intellectual property and proprietary rights in the

Information. No license under any trademark, patent or copyright, or application for

same that are now or thereafter may be obtained by such party is either granted or

implied by the conveying of Information. The Bidder shall not alter or obliterate any

trademark, trademark notice, copyright notice, confidentiality notice or any notice of

any other proprietary right of the Purchaser on any copy of the Information, and shall

reproduce any such mark or notice on all copies of such Information.

7. This Agreement shall be effective from the date the last signature is affixed to this

Agreement and shall continue in perpetuity.

8. Upon written demand of the Purchaser, the Bidder shall (i) cease using the

Information, (ii) return the Information and all copies, notes or extracts thereof to the

Purchaser forthwith after receipt of notice, and (iii) upon request of the Purchaser,

certify in writing that the Bidder has complied with the obligations set forth in this

paragraph.

9. This Agreement constitutes the entire agreement between the parties relating to the

matters discussed herein and supersedes any and all prior oral discussions and/or

written correspondence or agreements between the parties. This Agreement may be

amended or modified only with the mutual written consent of the parties. Neither this

Agreement nor any right granted hereunder shall be assignable or otherwise

transferable.

10. CONFIDENTIAL INFORMATION IS PROVIDED “AS IS” WITH ALL FAULTS.

IN NO EVENT SHALL THE PURCHASER BE LIABLE FOR THE ACCURACY

OR COMPLETENESS OF THE CONFIDENTIAL INFORMATION.

RFP for Establishment of Integrated IT Application and Solutions for Directorate of ICDS

Page 78 of 78

11. This Agreement shall benefit and be binding upon the Purchaser and the Bidder and

their respective subsidiaries, affiliate, successors and assigns.

12. This Agreement shall be governed by and construed in accordance with the Indian

laws.

For and on behalf of the Bidder

____(Signature)_____

(Name of the Authorized Signatory)

Date

Address

Location:

Seal / Stamp of Company