society for promotion of it & e-governance (siteg...
TRANSCRIPT
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1
Request For Proposal (RFP)
For
Selection of Software Development Agency for
Pilot Implementation of Sugam Plus in Kangra District of Himachal Pradesh
RFP NO. DIT-F(2)1/2008
Society for Promotion of IT & e-Governance
(SITEG)
Department of Information Technology
Government of Himachal Pradesh
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2
Table of Contents
SECTION
TOPIC
PAGE NO.
1
INTRODUCTION
6
1.1 About This Request For Proposal (RFP) 6
1.2 Project Profile 6
2
PROJECT SCOPE AND OBJECTIVES
7
2.1 Scope 7
2.2 Suggested List of Deliverables 11
2.3 Requirements to be met by the System 12
2.4 Functional Performance Requirements of the System 12
2.5 Functions to be Performed by Sugam Plus 13
2.6 Sugam Plus Service Delivery System 14
2.7 Sugam Plus Business Process Flow 15
2.8 Services Offered – First & Second Phase 19
2.9 Sugam Plus Location Setup 22
2.10 Perspectives of the Solutions 23
2.11 Benefits Envisioned from the Proposed Solutions 23
3
INSTRUCTION TO BIDDERS
25
3.1 RFP Notice 25
3.2 Critical Information 25
3.3 Other Important Information related to Bid 27
3.4 Indicative Project Plan 27
3.5 Introduction of Issuer 29
3.6 Purpose 29
3.7 Cost of RFP 30
3.8 Transfer of RFP 30
3.9 Completeness of Response 30
3.10 Proposal Preparation Costs 30
3.11 Signing of Communication to Nodal Agency 31
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3
3.12 Pre-Bid Meeting 31
3.13 Bid Queries and Nodal Agency‟s Response 31
3.14 Amendment of RFP Document 32
3.15 Supplemental Information to the RFP 32
3.16 Nodal Agency Right to Modify Submission Deadline 33
3.17 Nodal Agency Right to Terminate the Process 33
3.18 Earnest Money Deposit (EMD) 33
3.19 Submission of Bids 35
3.20 Authentication of Bids 37
3.21 Validation of Interlineations of Bid 37
3.22 Cost of Bidding 37
3.23 Site Visit 37
3.24 Language of Bids 37
3.25 Bid Submission Format 38
3.26 Documents Comprising the Bid 38
3.27 Negotiations, Contract Finalization and Award 39
3.28 Award Criteria 40
3.29 Right of Nodal Agency to Accept/ Reject Any or All
Proposals
40
3.30 Guidelines for Technical Proposal 40
3.31 Guidelines for Financial Proposal 43
3.32 Evaluation Process 43
3.33 Qualification Criteria 45
3.34 Notification of Award 49
3.35 Signing of Contract 50
3.36 Performance Bank Guarantee (PBG) 51
3.37 Warranty and Maintenance 52
3.38 SDA‟s warranty To The Nodal Agency 52
3.39 Team Deployment 53
3.40 Government Orders 53
3.41 Failure To Agree with Terms and Conditions of the RFP/
Contract
54
3.42 Financial Proposal 54
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4
4
TERMS AND CONDITIONS
54
4.1 Statutory Requirements 54
4.2 Arbitration (As per State Government Rules) 55
4.3 Right of Monitoring, Inspection and Periodic Audit 55
4.4 Information Security 56
4.5 Risk Management 57
4.6 Terms and Extension of the Contract 57
4.7 Suspension of Work 57
4.8 Publicity 58
4.9 Default By Implementing Agency 58
4.10 Consequences in Event of Default 59
4.11 Terminate the Contract 60
4.12 Termination 60
4.13 Sub Contracting 61
4.14 Overall Terms and Conditions for the Implementation of
the Project
62
4.15 Service Level Agreement (SLA) 63
4.16 Roles and Responsibilities – Stake Holders 63
5
ANNEXURE
65
1. Eligibility Bid Format 64
2. Format for Pre-bid Queries 66
3. Server Configuration 67
6
FORMS
68
1. Covering Letter with proposal response to RFP
notice
68
2. Details of the Responding Firm 71
3. Team Composition and Task Assignment 73
4. Curriculum Vitae (CV) for the Proposed
Professional Staff Template
74
5. Format for Performance bank Guarantee (PBG) 77
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5
6. Technical Proposal Submission Form 78
7. Financial Proposal Submission Form 79
8. Expenditure Costs 80
9. Past Experience Details of the Firm 81
10. Checklist of the Documents (To be Submitted with
the Proposal)
82
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6
1. I NT RODUCTI ON
1.1 ABOUT THIS REQUEST FOR PROPOSAL (RFP)
Department of Information Technology is releasing this RFP to appoint a Software Development
Agency(SDA) for -
ANALYSIS, DESIGN, DEVELOPMENT, TESTING, DEPLOYMENT AND MAINTENANCE OF
APPLICATION FOR SUGAM PLUS in Kangra District of Himachal Pradesh
1.2 PROJECT PROFILE
The Software Development Agency (SDA) shall study the requirements of the project and
existing systems. The SDA shall design, develop, test and manage the Sugam Plus software
and customize it as per the requirement of District Administration,Kangra Himachal
Pradesh.District Administrationwill provide all the related Space, Hardware and Network set-up
for all the Sugam Plus Centers identified by the State Government across Kangra district. The
software will be tested for services mentioned, once stabilized, the software may be used for
more services.
Sugam Plus is a single roof, computer based, front-end interface for providing G2C
(Government-to-Citizen), Business-to-Citizen (B2C) and Citizen-to-Citizen (C2C) services. It is a
replicate of Jan Seva Kendra PPP model an e-governess initiative implemented in Gujrat to
improve service delivery at the front-end (for citizens) and to increase the efficiency,
transparency and accountability at the back-end (for the administration).
In order to improve the efficiency and transparency in day to day functioning of the
government and to bring up the district administration services to the citizens in a more efficient
manner, the government of Himachal Pradesh is taking a major step by planning to replicate
Jan Seva Kendra PPP Model under the name of Sugam Plus, where all the citizen centric
services will be made available under one roof in anintegrated manner. The existing Sugam
centers in the state will be upgraded by using the technology of Jan Seva Kendra and more
services will be added to the Sugam portfolio. This new initiative will be called as Sugam Plus in
Himachal Pradesh. These centers will be setup in Sub-Divisional/Tehsil level apart from DC
office.The sites for theSugam Plus centers have already been identified by the State
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7
Government and have been mentioned under section 2.9.Sugam Plus centers will be more
service specific and users friendly where the staff will be ready to help and guide the citizens to
avail number of services at one common place.
2. P ROJECT SCOPE AND OBJECTI VES
2.1 SCOPE
Sugam Plus will go hi-tech in providing the services to the citizens. The desired software should
develop an efficient tracking system to monitor the table to table movement of the application
through barcode scanner along with smart trackers. The system should have a computer
assisted application scrutiny to track the current status of the application. The software should
be equipped with the technologies such as SMS and emails that allow the applicant to know his/
her current updated status of his application.
Online Monitoring of the application is one of the prime functionalities that is required in
desired format by the proposed system. Each division within the department will be having a
monitoring PC which will display the daily status of applications filed by citizens. Various types
of reports should begenerated by the system to show the performance of Sugam Plus centers.
These include but not limited to, reports on Pending cases by type of issues, department,
Lapses and delays – number of days. These reports will be sent on daily basis to the senior
officers through SMS/ email in order to track the status of the applications. SMS alerts and
emails will be sent to the staff/ concerned officials as a reminder of pending cases.
Concerned Officials will have direct access to view the status and count of pending
applications within their department or at their own office. They can export, print these reports
and can even view the applications that are overdue and act on those accordingly.
Unauthorized access to the proposed software should be prohibited and only the Sugam
Plus staff working in all the eight specified locations should have an access the software which
will be running on the HIMSWAN. The model focuses on access to key services for citizens
through the e-governance infrastructure. Once the basic Sugam Plus model has been initiated
and implemented, it can be further enhanced to accommodate B2C services also, such as Rail
Tickets, Air Tickets, besides this payment of Utility Bills like BSNL Bills, Water Bills and
Electricity Bills can also be added.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 8
Software Development Process,Scope and Deliverables.
S. No
Scope of Work Area
Description of Scope of Work/ Deliverables for
the Activity
1 General 1. Design, Develop and implementation of web
based Sugam Plus software.
2. Deliver, install, configure and provide
necessary support for software on servers
and/or desktops
3. Providing the necessary training to staff for
operations.
4. Provide, Install, maintenance and support for
the server.
5. Customized MIS as per the Sugam Plus
requirements.
2 Requirement Gathering
& Analysis
The SDAMUST clearly understand Sugam Plus requirements and propose solution to meet the specific tracking software requirements.
The SDAMUST study the needs of Sugam Plus & visit the respective locations where Sugam Plus centers are to be set up and gather the detailed requirement, understand the setup and perform the gap analysis
3 Solution Design &
Solution Architecture
The selected SDA shall prepare System Design
Document. The SDA shall perform the following
tasks:
1. Design of Document management System
2. Design of Application Architecture
3. Suggest Business Process Re-engineering if
required.
4. Migration of current applications and
databases from existing systems to data
center and systems
5. Design of Deployment Architecture
6. Design of Security Policy.
7. The SDA will also be responsible for creating unique identifications/codes that will be required in the application system in consultation with departments.
8. Security Audit done from the CERT-In empanelled agencies initially as well as if there is any change in the application in future.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 9
Deliverables:
1. Software Design Document.
2. Other relevant Documents
4 Solution Development Development of thesolution based on the
specifications finalized through the System
Requirement Specifications and Solution design.
Deliverables: Solution Software including Source
Code, Operational/ Technical manual, library files,
setup programs etc.
5 Supply and Installation
of Hardware
Only Server(s) with sufficient storage, Operating
System, Database, Licensesto be supplied by the
SDA whose specifications are given in Annexure 3.
6 Transaction Volume to
assess Server
specification
12,000 to 13,000applications per month.
7 Solution Implementation Following activities (but not limited to) to be
performed by SDA:
1. Deployment of Applications.
2. Implementation of Document Management
System.
3. Support in Installations of required Servers
and Software at specified locations; etc as
per the requirements.
4. Support in creation of logical and physical
Security Plans for software, Database.
5. Generate reports.
Deliverables:
1. All the relevant documents related to
Implementation.
(Acceptance report/ Signoff will be given by the
District Administration after consulting with the
concerned departments)
8 Operational Support and The SDA shall provide comprehensive operational
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 0
Maintenance (O and
M)
support and onsite maintenance services for a
period of 36 months from the „Go-Live‟ date for
overall system stabilization and support, solution
maintenance, database administration and end-
user problem resolution (including support for
Servers).
TheDistrict Administration and concerned
departments will have the option to ask the SDA to
provide such operational support andonsite
maintenance services for a further period of up to
24 months, for which, the work contract will be
issued on the annual basis. The operational
support shall ensure that the solution is functioning
as intended and attending to all the problems
associated in operationof the deployed system.
9 Comprehensive Training
and Change
Management
The SDAhas to train the designated technical and
end-user staff / vendors to enable them to
effectively operate the system and shall undertake
Change Management interventions as necessary
to achieve project objectives.
The SDA shall also be responsible for re-
trainingthe operators whenever changes are made
in the solution.
Deliverables:
1. Training for officers/employeesof the
concerned departments in batch sizes not
exceeding 30 for the deployed system
2. Issue supporting documentation such as
User Manual, Installation Manual, Training
Manual (material).
3. Sign-off fromDistrict Administration and
concerned Departments on Training
Note: SDA has to provide the training to the
departmental officials and operators at all the
specified Eight locations
10 Solution
Documentation
Preparation of documents including Technical and
User Manuals, Operational Manual, Training
Manual (material), Maintenance Manuals, etc. SDA
shall obtain the sign-off from District Administration
and concerned Departmentfor all the documents
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 1
submitted for the solution.
Deliverables:
1. Technical, Operational and User Manuals
for operation of the deployed solution.
2. All policy documents (e.g. Security policy
etc.)
3. Source Code and solution design
documents.
2.2 SUGGESTED LIST OF DELIVERABLES
The suggested list of deliverables (but not limited to) from the successful SDA include –
System Requirement Specification (SRS) document containing detailed
requirement capture and Software Design Document(SDD).
Suggest BPR to be done to make system more effective.
Interface Specifications, application security requirements.
Complete Source Code with Documentation.
Application to monitor the SLAs to be supplied by the Implementing
Agency.
Training Manuals and literature.
Manuals- User manuals covering key areas like Systems Administration,
Installation, Maintenance and User level Operational issues
Periodic Status and Review Reports
Support services during Operations and Support stage
Change Management methodology to be adopted
Exit Management Policy to be developed by SDA and approved by DIT
H.P
Server with necessary Operating System, Database and Licenses will be
supplied by the Software Development Agency(SDA)
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 2
2.3 REQUIREMENTS TO BE MET BY THE SYSTEM
The generalized requirements for the new systems to be implemented, but not limited to, can be
summarized as follows:
The application system should primarily work in centralized architecture. The data
should be replicated and made available through the central server.
The SDA must provide requisite storage to store data during the entire Project Period
The system should allow interactive modes depending on the type of modules. The
application design and construction should take into account the network
infrastructure availability, as per the proposed solution by the SDA.
Development and Integration of portal & new system integration with existing and
upcoming applications running in various corporations.
During the design of database for new system, SDA has to take care of existing
databases of existing applications and the same have to be migrated / incorporated
in the new one.
Ensuring quality in all the activities carried out during the development/
customization, documentation, testing, implementation, maintenance etc. of the
system. The SDA would also be required to provide District Administration with
approach for quality related activities. The SDA MUST provide the quality records
related to deliverables of the project e.g. review reports, periodic status etc.
2.4 FUNCTIONAL PERFORMANCE REQUIREMENTS OF THE SYSTEM
The system MUST be able to meet satisfactory performance standards. The minimum numbers
of users envisaged for system are 100.
Performances of the application system will be one of the important factors in the success of
the project. District Administration expects that SDAs MUST provide details as to how it plans to
deal with the performance issues that usually occur with the centralized system. The SDAMUST
propose at the minimum:
Response time of the „to be‟ developed/customized application duly approved by DIT
H.P
Tools and techniques to meet the response time etc.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 3
The application should have proper data archiving facility depending on the requirements of
system.
2.5 FUNCTIONS TO BE PERFORMED BY SUGAM PLUS
The Sugam Pluswill offer a host of services ranging from e-Government services to Education
and Health services, etc. Some of the common functions to be performed by Sugam Plus are:
Sugam Plus will be providing citizen-centric services in efficient, quick and transparent
way. Citizens will have an easy access to Government Services (both Information &
Transactional) under one roof.
Sugam Plus will avoid cumbersome follow-up visits of citizens to the concerned
departments.Usage ofSMS query and SMS intimation to know the status of the paper
work and to send an automatic alert to the applicant (through SMS or some other fast
mode) regarding the completion of his work is also proposed. It will help in increasing
efficiency and better work environment in government departments as there will be less
public interference.
Sugam Plus aims at delivering quick, transparent and reliable services within a specified
time limit. In order to achieve it, the Sugam Plus will make use of the smart electronic
tracker. The smart tracker is an electronic device with a barcode scanner that keeps
track of the identity of the officer/table with whom the file is pending, inward time,
outward time, file number etc. Smart trackers should be installed at the back-end to
monitor the physical movement of applications from table to table within a department.
Creation of grievance redressal mechanism is another function which will be performed
by Sugam Plus, whereby customer feedback will also be obtained (through feedback
forms or discussions) on a regular basis and reviewed at weekly meetings. These
meetings will be held by senior officials who will review the feedback from the citizens
and try to implement changes/ enhancements so as to provide more quality services in
future.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 4
Online evaluation and Monitoring is also one of the prime functions that will be
performed by Sugam Plus. Each division within the department will be having a
monitoring PC which will display the daily status of applications filed by citizens. Various
types of reports will be generated by the system to show the performance of Sugam
Plus. These include reports on Pending cases by type of issues, department, Lapses
and delays – number of days. Daily reports will be sent by SMS to senior officers to track
the status of the applications. An SMS alert will be sent to the staff/ concerned officials
as a reminder of pending cases.
Monitoring of paper work by the officers using their own computer is another functionality
which will be provided by the Sugam Plus, where Officers will have direct access to the
database of the Sugam Plus and can review the status and count of pending
applications within their department or at their own office. They can export and print
these reports. They can view the applications that are overdue and act on those
accordingly.
2.6 SUGAM PLUS SERVICE DELIVERY SYSTEM
The proposed system of service delivery through Sugam Plus in Kangra district of
Himachal Pradesh will facilitate the services of district administration towards e-
governance. Citizens will need to visit the SugamPlus located in DC office, Sub-Division/
Tehsil level as a single place to complete all the Government services applications.
Sugam Plus will also serve as a place for the government to receive inputs from citizens
in the form of feedbacks, suggestions, complaints and opinion pools or information
leads. Complete traceability will be offered to track the work under process as well as
the work completed in past. An analysis of ideal and actual processing time of civic work
will be generated and made available to the administration on request. All the work will
be received and delivered from the civic centre only.
Government of Himachal Pradesh intends to change the perception of the common man
through Sugam Plus regarding the working process in government offices. By adopting
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 5
this methodology, there will be a significant time saving of the public for availing different
services offered by different departments. For example the processing time for several
issues will be reduced from several days to less than a day. There will be a notable
change in the attitude of the government employees due to the transparent systems
including the tracking of work in process.
Complete accountability will be maintained as papers will be delivered to the people
within the stipulated time period on the acknowledgement slips.
The efficiency of the administration will be increased due to significant savings in time by
the government officers as they do not have to meet people directly and they will receive
the applications in complete manner. Besides, common man is not hassled by
personally contacting concerned officers.
Use of the technology like Barcode for traceability, SMS for alerts, and Web cameras for
instant photos and MIS software for continuous monitoring will ensure quick and
transparent services to every citizen.
Chances of corruption will be minimized as there will be a single system computer based
front-end interface for the citizens.
Incomplete application will not be accepted and time limits will be observed in a highly
transparent manner.
2.7 SUGAM PLUS BUSINESS PROCESS FLOW
Front end of Sugam Plus involves setting up the information kiosks at the counter to provide the
updated information to public on type of services that are provided at Sugam Plus and the
process for obtaining forms, submission of forms, time limits, working hours of Sugam Plus,
etc.Issue of forms covered under the charter would be standardized and user friendly. It will
include detailed and clear instructions about filling up form and enclosures to be attached. This
is how the process follows:
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 6
Form Issue:Barcode stickers will be applied to all the forms. This is done either at the time
of issuing the form or just before submission of the form. There is no need to log the name
of the applicant at the time of issue of the form or barcode. This helps avoid queues and
makes the process more convenient to the applicants. Registered citizens can obtain
partly-filled forms by giving their fingerprint or registered government photo ID. Most of the
basic fields are automatically filled up in the application form.
Submission of Forms:Applicant visits the counter, where an operator scans the barcode
and a computer system allots a token at one of the counters, on basis of type of form
issue. Token system also ensures minimum wait time for the applicant. Typically, the wait
time is between 0 and 15 minutes. The computerized token system also helps ensure
optimal use of resources at the Kendra. Citizens can then wait till their token number is
called at the assigned counter. A separate counter is available for senior citizens and
handicapped persons where all the work is completed at the same counter on priority
basis.
Acceptance of Form:Applicants visit the designated counter when the token number shows
up on display. The operator at the counter checks the enclosures with computer
assistance and tick marks its receipt on the computer screen. The operator performs
qualitative check to ensure that the form is complete and ticks that on the PC. The
operator takes the photograph of the applicant using web-cam if required. In case all the
required enclosures are checked, the software issues a bar-coded acknowledgement slip
in two copies. One copy is given to the applicant and the second copy is attached to the
application. The applicant copy shows up Sugam Plus‟s help line number, latest delivery
date and time. In case of affidavit, franking is also done at the same counter. At the same
counter, the applicant can specify if he or she needs any certified copies, laminated
certificates and/or home delivery of papers.
Forwarding of Forms: The back office operator at Sugam Plusscans the barcode on the
application. The system shows up the concerned office and this way the received papers
are sorted out. A list is generated by the concerned branch.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 7
Follow-ups: Every department should have an access to the information on pending
cases online or through SMS query or requested printouts. Reminders and alerts are sent
to the office by the system to ensure timely completion of cases. The district collector,
concerned SDM‟s of the area where Sugam Plus centers are setup should be able to view
and monitor the pending cases and status of the applications using his own computer.
Applicant can also get the status of the application i.e. by sending SMS query, email, by
telephone or by visiting any of the Sugam Plus centers or online portal.
Completion of Cases and Delivery: The system should automatically send the SMS, email
when the case is scanned for completion. At the time of delivery, the bar-coded
acknowledgement is received and the papers are given to the applicant. If the applicant
has shown the preferences at the time of submission, certified photocopies are also kept
ready for delivery and if the applicant has opted for home delivery, the papers are
dispatched to the Applicant‟s residence by courier.
Reports and monitoring: Various types of reports are generated and are available on the
system to show the performance of the system. Typical time of processing, Lapse and
delays, Issue-wise/ department-wise volume, payment collection, pending cases etc can
be generated and viewed.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 8
Below given figure shows the business flow of Sugam Plus:
(1) Forms are available at the counter of Sugam Plus Center (2) Contain Instructions on enclosures to be attached, time limit for the processing of the application, officer responsible for processing Form Issue
(1) Forms are simple and self explanatory (2) Helpdesk is available. Person at reception can review the form and answer queries from citizens
Form fill-up
(1) Computerized token system for ‘first come first serve’ (2) Separate counters for senior citizens and physically challenged (3) Only completed forms are accepted (4) Barcode is applied to application and bar coded acknowledgement slip is given to citizen
Form Submission
(1) Sugamplus staff scans the bar code on the form to identify the type of issue and relevant department. (2) Forms are directly forwarded by the sugamplus staff to the concerned department for processing. Citizens do not have to approach different officers for approvals
(1) Officers receive complete application and eliminates need for follow up visits by citizens (2) Status of the application is monitored by senior officers, every department can access the status of pending case (3) SMS reminders are send to concerned officers
(1) System automatically sends SMS to applicant when the case is scanned for completion
Forwarding of form
Review of form
Completion of case
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 1 9
2.8 SERVICES OFFERED – FIRST AND SECOND PHASE
Below table mentions the services that Sugam Plus will be initially providing to the citizens of
Kangra for the first phase:
#
SERVICES – FIRST PHASE
1
Different Types of Certificates to be issued from already running e-praman
Caste
Unemployment
SC/ST
Income
Bonafide
Character
Dogra Class
Minority
Indigent Needy
2. Application for Fresh Arms License
3. Application for Renewal of Arms License
4. Application for Senior Citizen Identity Card
5. Application for Disability Identity Card
6. Application for Stamp Vendor License
7. Application for Renewal of Stamp Vendor License
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 0
8. Application for Sound Permission (Marriage/Jagrata)
9. Copying Branch (Both General and Revenue Record Room)
10. Application for Lease of Land
11. Application for Affidavit Attestation
12. Application for purchase of Land under section 118
13. Attestation of various types of certificates by District Magistrate
14. Provision of Franking Machine for Pasting of Court Fee
.
Once the application is stabilized the State Government may consider providing the
Department-Wise services of various Government Departments in the second phase. Table
below displays the Department-Wise services offered for the second phase.
#
DEPARTMENT
SERVICES – SECOND PHASE
1
RURAL DEVELOPMENT
DEPARTMENT
Application of NREGA
I-card for NREGA
Scheme Status
2
HP STATEELECTRICITYBOARD
Power Availability Certificate
Application for new connection
3
FOOD &
CIVILSUPPLIESDEPARTMENT
Issuance of Ration Card
Complaints
4
DEPARTMENTOF LABOR AND
Registration/renewal including shops
and commercial establishments
Trade Union Registration
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 1
EMPLOYMENT DEPARTMENT Motor Transport Worker registration
Registration/renewal of employment
5
ELECTION DEPARTMENT
Application of voter registration
Issuance of voter card
Search Facility
6
FOREST
DEPARTMENT
Application of Timber disposal
License/permission for saw machine
7
EXCISE &
TAXATION
DEPARTMENT
Tax declaration forms &receipts
Sales tax returns & Assessment
8
INDUSTRIES
DEPARTMENT
Registration for industries
Registration of Mining Lease
Registration of Plot/Allotment of Land
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 2
2.9 SUGAM PLUS LOCATION SETUP
Following sites have been identified for the setup of Sugam Plus centers for the pilot
implementation of the same. However in order to have a better control and focus over the pilot
replication Government of Himachal Pradesh intends to setup Sugam Plus centers at sub-
Divisional/ Tehsil Level.
Total numbers of Sugam Plus Centers to be setup in Kangra District is 8.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 3
2.10 PERSPECTIVES OF THE SOLUTIONS
DIT is looking for an Implementation Vendor who would provide a solution, which addresses the
following perspectives:
End-user services and Performance levels:
Meaningful, user friendly and easy operational services to end user, reliability and highly
acceptable response time. Complete tracking of the customer application and timely
updates of the application status to the customer and department user through SMS and
emails.
Capacity Building:
Enhance the skills of Sugam Plus employees and departmental employees for
successful implementation of project.
Capacity and System Software upgrades:
The capacity of the system to handle large volume of transactions and system software
evaluation in the future. The system MUST be expandable and upgradeable to support
the evolving operational needs in terms of processing load, data volume, upcoming
technology, network expansion etc.
The application system needs to be developed as per Functional Requirements. It is envisaged
to keep the system flexible and scalable enough to cater to the changes in objectives,
procedures and processes that may occur due to any updates or addition of any new service/s
to the existing SUGAM PLUSservices.
Also the solution must be able to automate and integrate work flow with document management
system and support in efficient monitoring and control.
2.11 BENEFITS ENVISIONED FROM THE PROPOSED SOLUTION
DIThas envisioned that the successful implementation of the system will provide the following benefits:
Overall Benefits
Provide Single Window services to citizens in a time bound manner.
Increase the efficiency and productivity of Sugam Plus staff.
Provides better monitoring, tracking and timely updates of the application through
electronic messages.
Provide citizen centric services using latest technology.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 4
Provide timely & reliable management information to departmental and Sugam Plus
users for effective decision making
Performance Monitoring
Online evaluation and Monitoring is also one of the prime functions that will be
performed by Sugam Plus software. Each division within the department will be having a
monitoring PC which will display the daily status of applications filed by citizens. Various
types of reports will be generated by the system to show the performance of Sugam Plus.
These include reports on Pending cases by type of issues, department, Lapses and delays
– number of days. Daily reports will be sent by SMS and emails to senior officers to track the
status of the applications. SMS alert and emails will be sent to the staff/ concerned officials
from the software as a reminder of pending cases.
Increased Productivity
Automation of routine tasks will lead to increase in productivity of personnel; hence the
personnel would be able to handle larger volume of work.
Reduced Documentation
The data-sharing feature in the proposed solution will enable a significant reduction in
manual documentation and time involved in evaluation and reporting processes.
Enhanced Transparency
Total computerization will result in better transparency for the department, as majority of the
tasks will be computerized hence retrieval and verification of the data will be faster.
Better Efficiency
Sugam Plus will avoid cumbersome follow-up visits of citizens to the concerned
departments. Usage of SMS query and SMS intimation to know the status of the paper work
and to send an automatic alert to the applicant regarding the completion of his work will help
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 5
in increasing efficiency and better work environment in government departments as there
will be less public interference.
3. I NSTRUCT ION T O BIDDE RS
3.1 RFP NOTICE
1. This RFP Document is being issued by DIT for the selection of Implementing Agency for
ANALYSIS, DESIGN, DEVELOPMENT, TESTING, DEPLOYMENT AND
MAINTENANCE OF APPLICATION FOR PILOT IMPLEMENTTION OF SUGAM PLUSin
Kangra District of Himachal Pradesh. The EMD of Rs.1lakhsubmitted in response to DIT
notification will be forfeited by DIT in the event of failure to submit proposals as per this
RFP notice.
2. Bidders are advised to study this RFP document carefully before submitting their
proposals in response to the RFP Notice. Submission of a proposal in responseto this
notice shall be deemed to have been done after careful study and examination of this
document with full Understanding of its terms, conditions and implications.
3. This RFP document is not transferable.
4. Bidders are requested to attend a pre-proposal conference on Date as per details
provided below.
3.2 CRITICAL INFORMATION
S. No. Information Details
1. RFP reference No. and Date DIT-F(2)1/2008 dated 01-08-2011
2. Last date for submission of writtenqueries
for clarifications*
10-08-2011
3. Place, Time and Date for Pre-
bidConference
Place- Conference Hall,Department of
InformationTechnology, Shimla.Date- 16-
08-2011
4. Release of response to
clarifications on
Date- 20-08-2011
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 6
http://himachaldit.gov.in
5. Last date (deadline) for receipt of
proposals in response to RFP
notice
Date – 27-08-2011
Time - 1:30 PM
6. Place, Time and Date of opening of
RFP received in
response to the RFP notice
Place- Department of Information
Technology, Shimla.
Date–27-08-2011
Time –3 PM
7. Contact Person for queries Mr. Anil Semwal( Manager, DIT)
Tel: +91-177-2626709
+91 9418497722
E-mail: [email protected]
8. Addressee and Address at which
proposal in response to RFP notice
is to be submitted
Member Secretary (SITEG)-cum-
Director (IT),Department of Information
Technology,Government of Himachal
Pradesh,24, SDA Complex, Kasumpti,
Shimla-171009;Phone: +91-177-2628914
fax: +91-177-2628914
E-mail: [email protected]
*Pre - Bid Queries – Refer Annexurefor Pre Bid Query format
3.3 OTHER IMPORTANT INFORMATION RELATED TO BID
S.NO Item Description
1. RFP document fee Rs. 5000/-
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 7
2. Earnest Money Deposit (EMD) in
theform of a Demand Draft
Rs. 1,00,000/-
3. Bid Validity Period 120 days from the last date
(deadline) for submission of
Proposals
4. Deadline / last date for furnishing
performance security i.e.
Performance Bank Guarantee
Within Thirty days as per 3.36
5. Performance Bank Guarantee 20% of the contract value
6. Performance Bank Guarantee
validityPeriod
3 Months beyond expiration ofcontract period
7. Deadline / last date for
signingContract
Within 10 working days date fromnotice of
award
3.4 INDICATIVE PROJECT PLAN
The implementation schedule for the project is as under:
Stage Activity / Task / Milestone Time to complete (In Weeks)
T1 SDD(Software Design Document) and
BPR(Business Process Re-engineering)
T + 3
T2 Development of software and Installation of Server
T1 +6
T3 Test Installation and Testing of software
Test Installation and Testing of Computer Network and Deployment of Application Software
T2 +1
T4 Final User Acceptance Test and Go Live T3+2
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 8
T5 Training
Sugam Plus staff
Government Officials
T4+1
T6 Annual maintenance and Customization
T5 + 3years
(*T indicates the date of signing of Agreement)
The Bidderneeds to submit a detailed project plan on the commencement of the project.
Department may also prioritize the deliverables and can ask the Bidderto incrementally
implement the high priority items initially during the Development Phase.
Post Acceptance Support:
From the day when the system goes “live”, the Bidder must provide post
acceptance support for a period of 36 months (three years).
At the end of 36 months, department will have the option of extending the Post
Acceptance support for any further periods, if the need arises so.TheDistrict
Administration and concerned departments will have the option to ask the Bidder
to provide such operational support and maintenance services for a further
period of up to 24 months, for which, the work contract will be issued on the
annual basis.
System Hand-Over on Completion of Contract Period:
The Biddershall transfer all the assets including all its components of
software, etc. to the State at the end of contract period at no additional cost to
the State as per the exit plan submitted by Bidder and approved by State
Nodal Agency.
Acceptance Criteria:
The District Administration will accept the commissioning and project Go Live
only after confirmation and verifying the entire system and giving the signoff
report in consultation with the concerned departments/ officials.
Since it is a web based application, a team comprising of representatives from
District Administration, Bidder and respective Departments will verify if all the
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 2 9
components of the solution are working fine and department is satisfied with the
provided solution.
3.5 INTRODUCTION OF NODAL AGENCY
3.5.1 Society for Promotion of IT and E-Governance, Himachal Pradesh (SITEG) Invite the
bidders to submit their Technical and Financial Offers forAnalysis, Design,
Development, Testing, Deployment and Maintenance of software for the pilot
Implementationof Sugam Plus centers inKangra District of Himachal Pradesh, in
Accordance with the conditions and manner prescribed in this Request for Proposal
(RFP) document.
3.6 PURPOSE
3.6.1 The purpose of this Request for Proposal (RFP) is to seek the services of a reputed IT
firm that would conductAnalysis, Design, Development, Testing, Deployment and
Maintenance of software for the pilot Implementation of Sugam Plus centers in
Kangra District of Himachal Pradesh. This Document provides information to enable
the Bidders to understand the broad requirements to submit their "Bids". The detailed
scope of work is provided in this RFP document.
3.7 COST OF RFP
3.7.1 The Tender document fee isRs. 5000/-.The soft copy may be downloaded from the State
Government Website “http://himachaldit.gov.in/”. Bidders should submit the Tender
Document fee in form of Demand draft drawn in favour of “Member Secretary (SITEG)-
cum-Director (IT)” payable at Shimla,Himachal Pradesh along with Technical Proposal.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 0
The SDA should have paid the tender document fee before attending the pre-bid
meeting.
3.8 TRANSFER OF RFP
3.8.1The RFP Document is not transferable to any other Bidder.
3.9 COMPLETENESS OF RESPONSE
3.9.1 Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of bid shall be deemed to have
been done after careful study and examination of the RFP document with full
understanding of its implications.
3.9.2The response to this RFP should be full and complete in all respects.Failure to furnish all
information required by the RFP documents orsubmission of a proposal not substantially
responsive to the RFPdocuments in every respect will be at the Bidder's risk and may
result inrejection of its Proposal.
3.10 PROPOSAL PREPARATION COSTS
3.10.1 The Bidder is responsible for all costs incurred in connection with Participation in this
process, including, but not limited to, costs incurred in conduct of information and other
diligence activities, participation in meetings/discussions/presentations, preparation of
proposal, in providing any additional information required by District Administration to
facilitate the evaluation Process, and in negotiating a definitive Contract or all such
activities related to the bid process. District Administration will in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the bidding process.
3.10.2 This RFP does not commit District Administration to award a contract or to engage in
negotiations. Further, no reimbursable cost may be incurred in anticipation of award.
3.10.3 All materials submitted by the Bidder become the property of District Administration and
may be returned at its sole discretion, provided, any materials which are identified as
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 1
“Proprietary and Confidential Material of Bidder” shall remain the property of such Bidder
and the District Administration shall maintain confidentiality of such materials.
3.11 SIGNING OF COMMUNICATION TO THE NODAL AGENCY.
3.11.1 All the communication to SITEG including this RFP and the bid documents shall be
signed on each page by the authorized representative of the Bidder.
3.11.2 Copy of board resolution/ Power of Attorney/ Authorization letter/ any other
supportingdocument indicating that the person signing the bid has the required authority
to sign on behalf of the Biddershould be attached with the bid.
3.12 PRE-BID MEETING
3.12.1 Nodal Agency will host a Pre-Bid Meeting, tentatively scheduled on Date….. at Time…
3.12.2 The purpose of the meeting is to provide Bidders with information regarding the RFP
and the Project requirements, and to provide each Bidder with an opportunity to seek
clarifications regarding any aspect of the RFP and the Project. However, Nodal Agency
reserves the right to hold or re-schedule the pre-bid conference.
3.13 BIDDER QUERIES AND NODAL AGENCY’S RESPONSE
3.13.1 All enquiries / clarifications from the Bidders, related to this RFP, must be directed in
writing exclusively to the contact person notified in Section 3.2.
3.13.2 The preferred mode of delivering written questions to the aforementioned contact person
would be through mail or fax or email. Telephone calls will not be accepted. In no event
will the Nodal Agency be responsible for ensuring that Bidders' inquiries have been
received by Nodal Agency.
3.13.3 After publication of the RFP, the contact person notified by Nodal Agency will begin
accepting written questions from the Bidders. Nodal Agency will endeavor to provide a
full, complete, accurate, and timely response to all questions. However, Nodal Agency
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 2
makes no representation or warranty as to the completeness or accuracy of neither any
response, nor does Nodal Agency undertake to answer all the queries that have
beenposted by the Bidders. The responses to the queries from all Bidders will be
distributed to all.
3.13.4 No request for clarification from any Bidder (in written) shall be entertained after the
Time and Date as mentioned in section 3.2.
3.14 AMENDMENT OF RFP DOCUMENT
3.14.1 At any time till 7 days before the deadline for submission of bids, Nodal Agency, may,
for any reason, whether at its own initiative or in response to a clarification requested by
a prospective Bidder, modify the RFP Document by an amendment. All the amendments
made in the document would be published in the Department website
“http://himachaldit.gov.in/”.
3.14.2 The Bidders are advised to visit the aforementioned website on regular basis for
checking necessary updates. The Nodal Agency also reserves the rights to amend the
dates mentioned in this RFP for bid process.
3.14.3 In order to afford prospective Bidders reasonable time in which to take the amendment
into account in preparing their bids, Nodal Agency may, at its discretion, extend the last
date for the receipt of Bids by a reasonable period.
3.15 SUPPLEMENTAL INFORMATION TO THE RFP
3.15.1 If Nodal Agency deems it appropriate to revise any part of this RFP or to issue additional
data to clarify an interpretation of provisions of this RFP, it may issue supplements to
this RFP. Any such corrigendum shall be deemed to be incorporated by this reference
into this RFP.
3.16 NODAL AGENCY’S RIGHT TO MODIFY SUBMISSION DEADLINE
3.16.1 Nodal Agency may, in exceptional circumstances and at its discretion, extend the
deadline for submission of proposals by issuing an corrigendum or by intimating all
Bidders who have been provided the proposal documents, in writing or by facsimile, in
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 3
which case all rights and obligations of the project and the Bidders previously subject to
the original deadline will thereafter be subject to the deadline as extended.
3.17 NODAL AGENCY’S RIGHT TO TERMINATE THE PROCESS
3.17.1 Nodal Agency may terminate the RFP process at any time and without assigning any
reason. Nodal Agency makes no commitments, express or implied, that this process will
result in a business transaction with anyone.
3.17.2 This RFP does not constitute an offer by Nodal Agency. The Bidder's participation in this
process may result in Nodal Agency selecting the SDA to engage in further discussions
and negotiations toward execution of a contract. The commencement of such
negotiations does not, however, signify a commitment by Nodal Agency to execute a
contract or to continue negotiations. The Nodal Agency may terminate negotiations at
any time without assigning any reason.
3.18 EARNEST MONEY DEPOSIT (EMD)
3.18.1 Bidders shall submit, along with their Bids, EMD of Rs. 1,00,000/-in the form of a
Demand Draft only in favour of “Member Secretary (SITEG)-cum-Director (IT)”
payable at Shimla and valid for six months. EMD in any other form shall not be
entertained.
3.18.2 The EMD shall be denominated in Indian Rupees only. No interest will be payable to the
Bidder on the amount of the EMD.
3.18.3 The EMD shall be submitted with the technical bid in a separately sealed envelope as
mentioned in this section. Bids submitted without adequate EMD will be liable for
rejection.
3.18.4 Unsuccessful Bidder‟s EMD will be discharged/ returned as promptly as possible, but
not later than 30 days after the award of the contract to the Bidder.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 4
3.18.5 The EMD may be forfeited:
3.18.4.1 If a Bidder withdraws his bid or increases his quoted prices during the
period of bid validity or its extended period, if any; or
3.18.4.2 In the case of a successful Bidder if the Bidder fails to sign the Contract
for any reason not attributable to the State Nodal Agency or to furnish
Performance Bank Guarantee within specified time in accordance with
the format given in the RFP.
3.18.4.3 During the bid process, if a Bidder indulges in any such deliberate act as
would jeopardize or unnecessarily delay the process of bid evaluation and
finalization. The decision of the Nodal Agency regarding forfeiture of the
Bid Security shall be final & shall not be called upon question under any
circumstances.
3.18.4.4 If more than one bid‟s are submitted by same organization/ other
divisions of same organization. In such a scenario Nodal Agency reserves
the right to disqualify the bids and forfeit the EMD.
3.18.4.5 During the bid process, if any information provided by the Bidder to the
Nodal Agency is found false / manipulated / hidden in the bid. The
decision of Nodal Agency regarding forfeiture of the Bid Security and
rejection of bid shall be final & shall not be called upon question under
any circumstances.
3.19 SUBMISSION OF BIDS
3.19.1 It is proposed to have a Two Cover System for this tender:
3.19.1.1 Technical Bid - (2 copies i.e. one original and one copy) in one cover.
3.19.1.2 Commercial Bid - (1 copy) in one cover.
3.19.2 Each copy of Technical Bid and single copy of Commercial Bid of the Tender should be
covered in separate sealed covers super-scribed "Technical Bid" and “Commercial Bid”
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 5
respectively. Each copy of Technical bid should also be marked as "Original" and
"Copy" as the case may be. The two copies of Technical bid should be put together in a
separate sealed cover super-scribed “Technical Bid" and Commercial bid shall be put in
a separate cover super-scribed “Commercial Bid”. Please note that prices should not
be indicated in the Technical Bid and should only be indicated in the Commercial Bid.
3.19.3 The two envelopes containing two copies of Technical Bid and original copy of
commercial Bid shall be super scribed with Tender Number and the wordings ”DO NOT
OPEN BEFORE” Time and Date ….and shall be put in another single sealed envelope
duly sealed and clearly marked “Analysis, Design, Development, Testing,
Deployment and Maintenance of software for the pilot Implementationof Sugam
Plus centers inKangra District of Himachal Pradesh”.
3.19.4 The cover thus prepared should also indicate clearly the name, address, telephone
number, E-mail ID and fax number of the Bidder.
3.19.5 Each copy of the tender should be a complete document and should be bound as a
volume. The document should be page numbered and appropriately flagged and must
contain the list of contents with page numbers. Any deficiency in the documentation
may result in the rejection of the Bid.
3.19.6 In case of any discrepancy observed by the Nodal Agency in the contents of the
submitted original paper bid documents with respective copies, the information
furnished on original paper bid document will prevail over others.
3.19.7 As part of the bid, Bidder should also provide the Technical and Commercial bid in soft
copy format, in the-forms of a non-re-writeable CD (Compact Disc) as follows:
3.19.7.1 Two (2) copies of CD each containing the technical bid - The CDs
containing technical bid should be sealed along with the hard copies of
the respective technical bids. The CD should contain a single PDF file
with all the relevant information included in a sequence exactly as in the
paper proposal.
3.19.7.2 Single copy of CD containing the commercial bid - The CD containing
commercial bid should be sealed along with the hard copy of the
respective commercial bid. The CD should contain a single PDF file with
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 6
all the relevant information included in a sequence exactly as in the paper
proposal. Please note that CD containing commercial bids must enclosed
in financial bid envelop.
3.19.7.3 All CDs submitted by the Bidder must be in sealed covers. The sealed
covers as well as the CD media must be duly signed by the Bidder using
a “Permanent Pen/Marker”, should be super-scribed with “Technical Bid-
Soft Copy from “Bidder Name” / “Commercial Bid-Soft Copy from Bidder
Name” (as the case may be) and should bear the name and number of
the tender.
3.19.7.4 Bidder must ensure that the information furnished by him in respective
CDs is identical to that submitted by him in the original paper bid
document. In case of any discrepancy observed by the Nodal Agency in
the contents of the CDs and original paper bid documents, the information
furnished on original paper bid document will prevail over the soft copy.
3.19.7.5 Bidder must ensure that Technical Bid CDs do not contain any
Commercial information.
3.19.8 Telex/Telegraphic/Tele-fax bids will not be considered. All out-station bids, if sent by
post, should be sent through registered post/Speed post/Courier only.
3.19.9 If the outer envelope is not sealed and marked as indicated above, the Nodal Agency
will assume no responsibility for the bid‟s misplacement or premature opening.
3.20 AUTHENTICATION OF BID
3.20.1 The original and all copies of the bid shall be typed or written in indelible ink. The
original and all copies (hard copies) shall be signed by the Bidder or a person or
persons duly authorized to bind the Bidder to the Contract. A letter of authorization
shall be supported by a written power-of – attorney accompanying the bid. All pages of
the bid, except for unamended printed literature, shall be initialled and stamped by the
person or persons signing the bid.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 7
3.21 VALIDATION OF INTERLINEATIONS IN BID
3.21.1 The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the Bidder, in which case such corrections shall be initialed by
the person or persons signing the bid.
3.22 COST OF BIDDING
3.22.1 The Bidder shall bear all costs associated with the preparation and submission of its bid
including cost of presentation for the purposes of clarification of the bid, if so desired by
the Nodal Agency. The Nodal Agency will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the Tendering process.
3.23 SITE VISIT
3.23.1 The Bidders may visit the sites and obtain additional information at their own cost and
responsibility.
3.24 LANGUAGE OF BIDS
3.24.1 The Bids prepared by the Bidder and all correspondence and documents relating to
the bids exchanged by the Bidder and the Nodal Agency, shall be written in English
language, provided that any printed literature furnished by the Bidder may be written in
another language so long the same is accompanied by an English translation in which
case, for purposes of interpretation of the bid, the English translation shall govern.
3.24.2 This bid should be filed in English language only. If any supporting documents
submitted are in any language other than English, translation of the same in English
language is to be duly attested by the Bidder.
3.25 BID SUBMISSION FORMAT
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 8
3.25.1 The entire proposal shall be strictly as per the format specified in this Request for
Proposal. Bids with any deviation from the format specified in this RFP shall be
rejected.
3.25.2 Firm Prices
Prices quoted in the bid must be firm and final and shall not be subject to
any upward modifications, on any account whatsoever. However, State
Nodal Agency reserves the right to negotiate the prices quoted in the bid
to effect downward modification.
Prices in any form or by any reason before opening the Commercial Bid
should not be revealed, failing which the offer shall be liable to be
rejected. If price change is envisaged due to any clarification, revised Bid
in a separate sealed cover shall be submitted with prior written
Permission of the State Nodal Agency.
3.26 DOCUMENTS COMPRISING THE BID
The bids prepared by the Bidder shall comprise of the following:
3.26.1 Proposal Covering letter
3.26.2 Power of Attorney executed by the Bidder in favor of the Principal Officer or the duly
Authorized Representative, certifying him as an authorized signatory for the purpose of
this Tender.
3.26.3 Declaration that the Bidder has not been debarred / blacklisted by any Govt. / Semi-
Govt. organization for quality of services / product and there is no major complaint
against the Bidder by any organization.
3.26.4 RFP document fee in the form of Demand Draft
3.26.5 Earnest Money Deposit (EMD) amount in the form of a Demand Draft
3.26.6 Technical Proposal Cover Letter
3.26.7 Technical Proposal (2 copies) – (With reference to Form 6)
3.26.8 Financial Proposal Cover letter
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 3 9
3.26.9 Financial Proposal
3.26.10 Team Composition with Resume of proposed staff
3.26.11 CD‟s containing copies (PDF format) of Technical and Financial proposal
3.26.12 Relevant documents in support for past experience of the firm (duly signed by
designated authority)
3.26.13 Any printed literature in support for Hardware and Technical proposal
3.26.14 Training Plan (During implementation and post implementation)
3.26.15 Integration Plan with other State Department applications
3.27 NEGOTIATIONS, CONTRACT FINALIZATION AND AWARD
3.27.1 Nodal Agency shall reserve the right to negotiate with the Bidder(s) whose proposal has
been ranked first by the tender evaluation committee on the basis of least value to the
Project. If Nodal Agency is unable to finalize a service agreement with the Bidder ranked
first, Nodal Agency may proceed to the next ranked Bidder, and so on until a contract is
awarded.
3.28 AWARD CRITERIA
3.28.1 Nodal Agency will award the Contract to the Bidder whose Bid has been determined to
be substantially responsive and has been determined as the Least Value Bid (a proposal
which satisfies the Qualification criteria and proves to be the lowest Financial quote),
provided further that the Bidder has demonstrated that it is qualified to perform services
required for the project satisfactorily.
3.29 RIGHTS OF NODAL AGENCY TO ACCEPT / REJECT ANY OR ALL PROPOSALS
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 0
3.29.1 Nodal Agency reserves the right to accept or reject any proposal, and to annul the
bidding process and reject all Bids at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or any obligation to inform the affected Bidder
of the grounds for Nodal Agency‟s action.
3.30 GUIDELINES FOR TECHNICAL PROPOSAL
Technical Proposal should comprise of the following:
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.
The technical proposal should be duly indexed, signed and stamped on each page. An
index page showing page numbers of the documents should be attached along with the
proposal.
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.
Proposals must be direct, concise, and complete. All information not directly relevant to
this RFP should be omitted. State Nodal Agency will assess Bidder‟s proposal based
upon its clarity and the directness of its response to the requirements of the project as
outlined in this RFP.
The Bidder must address the following in their project implementation strategy:
Approach and Methodology of design, development and management of the
Application software. The customization of the application software as per DIT
Himachal Pradesh and a technical plan should adhere to the software
development life cycle (SDLC) approach.
Project Management tools proposed to be used for project.
The Technical Proposal should address the following at the minimum:
The proposal should have information specific to Sugam Plus.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 1
Tracking SugamPlus Applications using Bar Code Scanners, Application Status
Tracking using technologies SMS query and SMS Intimation, email Alerts, online
portaletc.
The Proposal should also clearly specify how the customization of the software
can be done based on the Himachal Pradesh Government requirements.
Propose how availability, performance parameters for the system will be
Measured and Maintained.
Project Management Plan Including
Team composition and Tasks assigned to be submitted in the format as
enclosed in Form-3
Implementation Methodology and Plan to include
Key implementation objectives, key deliverables and an implementation
schedule for the same
Implementation Time Frame
Data Backup plan
Escalation Process during implementation
Quality and Security Assurance Plan
Training Plan
Hand holding, Operations and Support Plan
Bidder shall be responsible for providing the Exit Management Plan for the project to the
State Nodal Agency at the time of submission of bids.
Post Implementation Plan
Manpower Deployment to support operations and support of Services and IT
infrastructure
Location, Manpower Structure and Services offered from Help desk
Method of estimating man power efforts to develop, design and implement
additional e Forms and services
Documentation
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 2
The Bidder shall prepare all necessary documentation for the project, and provide them
to department or its designated Consultant for review, approval, record, reference etc as
mentioned in this RFP. Some of the documents (but not limited to) to be provided
include –
o During installation and post installation, the Bidder shall provide As
Built/customized documentation to department. The as built documentation
should consist of all the configuration details, Diagrams, Test plans,
Administration manuals, Setup guides etc as minimum.
o Detailed manuals for each appropriate unit of the supplied equipment and
services.
o The Training manuals and Administration manuals
o Inspection and testing procedures manual including QA Policy and Procedures
for the software/hardware equipments
o Any other document(s) deemed necessary for implementation, operations and
support of the hardware and network equipments and the overall system
Security Services
Security would be one of the most important aspects of the department network.
The Bidder shall, to the extent relevant and possible, be guided by the standard
information Systems Security Policies and Guidelines or suitable Industry standards.
The software solution shall contain all suitable security features and firewalls using the
latest features to protect and secure the databases used by the proposed system, data
in transit etc. Appropriate access and authorization controls should be incorporated into
software.
The Bidder shall get the security audit done by the CERT-IN empanelled agency before
go live as well as during the operation phase if there is any change in the application
3.31 GUIDELINES FOR FINANCIAL PROPOSAL
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 3
The financial Proposal should be duly indexed, signed and stamped on each page. An
index page showing page numbers of documents should be attached along with the
proposal.
Unless expressly indicated, Bidder shall not include any technical information regarding
the services in the financial proposal.
Prices shall be quoted entirely in Indian Rupees.
The price quoted would be inclusive of all taxes, duties, and charges and levies as
applicable. The price quoted should also include the cost of the Server.
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 nonresponsive.
3.32 EVALUATION PROCESS
3.32.1 Tender Evaluation Committee
3.33.1.1 The Tender Evaluation Committee constituted by the Nodal Agency shall
evaluate the tenders.
3.33.1.2 The decision of the Tender Evaluation Committee in the evaluation of the
Technical proposals and financial bids shall be final. No correspondence
will be entertained outside the process of negotiation/ discussion with the
Committee.
3.32.2 Overall Evaluation
3.32.2.1 Tender Evaluation Committee will evaluate and compare the bids
determined to be substantially responsive. It is Tender Evaluation
Committee‟s intent to select the proposal that is most responsive to the
project needs and each proposal will be evaluated using the criteria and
process outlined in this section. Qualification criteria fulfillment (defined in
section 3.34)and technical proposal completeness to the specifications
mentioned in the RFP.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 4
3.32.2.2 Evaluation Committee will assess the bids responsiveness to the
Qualification criteria defined in Section 3.32. Bids in compliance to the
Qualification criteria will be treated as substantially responsive and shall
be eligible for further financial evaluation.
3.32.2.3 The Least Value Bid (i.e. the Bidder quoting minimum amount) will be
given preference in the order of selection.
3.32.2.4 If there is a discrepancy between words and figures, the amount in words
will prevail. If the Bidder does not accept the correction of the errors, its
Bid would be rejected and may result in forfeiture of EMD.
3.32.2.5 The Tender Evaluation Committee reserves the right to reject any or all
proposals on the basis of any deviations.
3.32.3Evaluation of Bids
3.32.3.1 Tender Evaluation Committee will carry out a detailed evaluation of the
Technical Bids received in order to determine whether they are
substantially responsive to the requirements set forth in the Request for
Proposal. In order to reach such a determination, Tender Evaluation
Committee will examine the information supplied by the Bidder s, and
shall evaluate the same as per the evaluation criteria specified in this
RFP.
3.32.4Proposal Presentations:
3.32.4.1 The committee may invite each Bidder to make a presentation. The
purpose of such presentations is to allow the Bidders to present their
proposed solutions to the evaluation committee and the key highlights of
their proposals. The presentation should not take more than 10 minutes.
3.32.4.2 During technical bid assessment, the committee will look for
completeness of the bids and their responsiveness to the requirements of
the RFP in all respects. The incomplete bids may be rejected
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 5
straightforward. Substantially Responsive Bids will be considered for
financial evaluation.
3.32.4.3 Based on the technical bid assessment, the Financial Bids of only the
qualified Bidders (who have submitted substantially responsive bids) shall
be opened by Tender Evaluation Committee. The Financial evaluation will
take into account the information supplied by the Bidders in the Financial
Proposal, and shall evaluate the same.
3.32.4.4 A substantially responsive Bid is one, which conforms to the Qualification
Criteria (section 3.34), all the requirements, terms, conditions and
specifications of the RFP.
3.32.4. 5 Any attempt by a Bidder to influence the bid evaluation process may
result in the rejection of the Bidder's Bid.
3.33 QUALIFICATION CRITERIA
3.33.1 The Tender Evaluation Committee will scrutinize the bids for completeness i.e.
submission of required Forms, Credentials, Technical proposal, Financial proposal,
EMD, RFP fee, manpower and other requirements mentioned in the RFP. During
assessment, Committee will assess responsiveness to the Qualification criteria to
evaluate each Bidder‟s ability to satisfy the requirements set forth in the RFP Document.
3.33.2 The Bid Committee will first check the Eligibility Criteria. Technical bids of only those
Bidders shall be opened and evaluated who are found to be eligible as per the criteria
mentioned below. Bidders should enclose the following documents in a sealed envelop
Super-scribed “Eligibility Criteria”. A copy of these documents should also be submitted
separately as mentioned in Forms section (Form 10 - Checklist of Documents to be
submitted with the Proposal)
ELIGIBILITY CRITERIA
S. No Eligibility Criteria Required Details
1 Company must be registered under the ACopy ofCertificate
ofIncorporation.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 6
Indian Companies Act 1956.
The Bidder must provide details of
incorporation details of the company
AttachMOU and Articles
ofAssociations
2 The Bidder should have been making
profit from last two years i.e. for year
2009-10 and 2010-11
Profit and Loss
Account Statement.
Audited Balance
3 The company should be ISO
9001:2008certified OR should have at
least 3 years‟ experience indevelopment,
implementation and maintenance of the
e-governess projects of similar kind.
Attach relevant
Certificate
4 The Bidder should have Experience in
Software Development and managing
the front end operations including
maintenance for the last 3 years
Attach relevant proof
5 The Bidder should not be blacklisted by
any state government or central
government
Submit anundertaking
6 The Bidder should have deposited the
cost of Tender Document i.e. Rs.5000/-
and EMD
Yes/ No.
3.33.3 Following are the Minimum set of requirements. Bidder must submit a proposal in
compliance to following Qualification criteria. Incomplete bids or the bids deviating below
minimum defined criteria will be treated as unresponsive bids and shall not be
considered eligible for financial evaluation.
Qualification Criteria
Minimum Requirements
Supporting Documents Required
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 7
People Skills/Capacity/Capability – To be developed in Himachal Pradesh, at Project site,
exclusively for this Project.
Proposed Team
Strength
Project Manager
1
Team Composition and Task
Assigned as per Form 3
Team Lead
1
Implementation Team
Min 3
Team Lead (Operations
and Support)
1
Support Team (Helpdesk
Staff)
Min 1
Support Staff (System
Administrator, Network
Admin and DBA
Min 1
Project Manager
Min. experience of managing at least 2 e-Governance projects / products
Total experience of minimum 5 years. At least 3 years experience in e-Gov projects
Exposure to front-end and back-end
CV of Proposed
Professional Staff template
as per Form 4
- (CV of Proposed Professional Staff
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 8
govt process Qualification –
BE/BTech/MCA.
Details of exposure to e-Governance projects)
Team Lead
(Development
and Support Phase)
Min. experience of leading team in at least 2 products / projects. (1 in e-Gov)
Total experience of 4+ years
Exposure to support, electronic hardware interfacing, IVRS, GSM, implementation.
Qualification –
BE/BTech/MCA
CV of Proposed
Professional Staff template
as per Form 4
- (CV of Proposed Professional Staff
Details of exposure to e-Governance projects)
Technical Staff
(Operations and
Support)
Min. experience of 1 year in development or support role, total experience of 2 years
Experience in windows-based and web-based programming
B.E./B. Tech/MCA
CV of Proposed
Professional Staff template
as per Form 4
(CV of Proposed Developers)
P
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 4 9
Past Experience of the Organization
Prior experience of
Implementing, Delivering
and Maintaining the e-
governess projects of
similar kind.
Proof of the running of the e-governess Projects of similar kind can be given.
E-Governance Projects – work order or MoU or Contract Agreement confirming the engagement of the company at least 1 year prior to the issuance of the RFP
E-Governance Products – product brochure, availability of demonstration version, list of clients & contact references
Proof of having Delivered e-District services at any Districts Centers
3.34 NOTIFICATION OF AWARD
3.34.1 Prior to the expiration of the period of proposal validity, the Bidderwill be notified in
writing or by fax or email that its proposal has been accepted.
3.34.2 The notification of award will constitute the formation of the Contract. Upon the
Implementation Agency‟s executing the contract with department, department will
promptly notify each unsuccessful Bidder.
3.34.3 Bidders should not have conflict of interest.
3.34.4 The Bidder shall acknowledge in writing receipt of the notification of award and shall
send his acceptance to enter into agreement within Ten (10) days of receiving the
notification.
3.35 SIGNING OF CONTRACT
3.35.1 The notification of the award shall constitute signing of the agreement. The signing of
agreement will amount to award of contract and Bidder will initiate the execution of the
wok as specified in the agreement. At the same time as the Nodal Agency notifies the
successful Bidder that its bid has been accepted, the Nodal Agency will send the
Bidders the Performa for Contract, incorporating all agreements between the parties.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 0
Within 10 days of receipt of the Contract, the successful Bidder shall sign and date the
Contract and return it to the Nodal Agency.
3.35.2 At the same time as Nodal Agency notifies the Bidderthat its Bid has been accepted,
District Administration shall enter into a contract, incorporating all agreements (as per
RFP) between Nodal Agency, District Administration and the Implementation Agency.
Such agreements shall cover, in detail, aspects/ terms of the Contract such as
(Indicative only, and not restricted to):
Performance security
Contract form
Warranty Payment
Prices
Assignment
Sub-contracts
Termination
Applicable Law
Notices
Change orders
Taxes and Duties
Confidentiality
Limitation of liability
Training and consultancy
Technical Documentation
Application Software terms
Project Management
Software ownership rights
Source code support
Bidder‟s obligations
Department‟s obligations
Patent Rights
3.36 PERFORMANCE BANK GUARANTEE (PBG)
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 1
3.36.1 The Biddershall at his own expense, deposit with department, within 30 (thirty) working
days of the date of notice of award of the contract or prior to signing of the contract,
whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee
(PBG) from a Nationalized Bank acceptable to department, payable on demand, for the
due performance and fulfillment of the contract by the Bidder.
3.36.2 This Performance Bank Guarantee will be for an amount equivalent to 20 % of Contract
value. All charges whatsoever such as premium, commission, etc. with respect to the
Performance Bank Guarantee shall be borne by the Bidder.
3.36.3 The Performance Bank Guarantee shall be valid till the end of three months after the
expiration of contract period and should be in the form prescribed in this RFP.
3.36.4 The Performance Bank Guarantee may be discharged/ returned by Department before
the expiry of the same as stipulated under clause 6.31.3 above upon being satisfied that
there has been due performance of the obligations of the Bidder under the contract.
However, no interest shall be payable on the Performance Bank Guarantee.
3.36.5 In the event of the Bidder being unable to service the contract for whatever reason,
Department would evoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of department under the Contract in the matter, the proceeds of the PBG
shall be payable to Department as compensation for any loss resulting from the Bidder‟s
failure to complete its obligations under the Contract. Department shall notify the Bidder
in writing of the exercise of its right to receive such compensation within 14 days,
indicating the contractual obligation(s) for which the Bidder is in default.
3.36.6 Department shall also be entitled to make recoveries from the Bidder‟s bills,
Performance Bank Guarantee, or from any other amount due to him, the equivalent
value of any payment made to him due to inadvertence, error, collusion, misconstruction
etc.
3.37 WARRANTY & MAINTENANCE
3.37.1 The warranty should include that the Server and storage hardware, software modules
designed and developed by the Bidderunder this Contract shall have no defect arising
from design or workmanship or from any act or omission of the Bidderthat may develop
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 2
under normal use of the supplied Software. The Bidder shall specify normal operating
environmental conditions in the Contract.
3.37.2 The District Administration will be providing the maintenance of the PC Procured. It will
also provide all updates, patches/ fixes, version upgrades and new versions if any with
consultation with the Implementing Agency
3.37.3 The Bidderhereby represents and warrants that the Software as delivered does not and
will not infringe any Intellectual Property Rights held by any third party and that it has all
necessary rights, or at its sole expense shall have secured in writing all transfers of
rights and other consents necessary to make the assignments, licenses and other
transfers of Intellectual Property Rights and the warranties set forth in the Contract, and
for department to own or exercise all Intellectual Property Rights as provided in the
Contract. Without limitation, the Vendor shall secure all necessary written agreements,
consents and transfers of rights from its employees and other persons or entities whose
services are used for development of the Software.
3.38 BIDDER’S WARRANTY TO THE DISTRICT ADMINISTRATION
3.38.1 The system proposed to be developed and maintained by Bidder represents a
complete, integrated solution (including hardware and software) meeting department‟s
requirements and will provide the functionality and performance, as per the terms and
conditions and SLAs under the contract.
3.38.2 The Biddershall accept responsibility for the successful implementation of the proposed
System.
3.38.3 The Bidderundertakes to ensure the maintenance of the Acceptance criteria /standards
in respect of the systems.
3.39 TEAM DEPLOYMENT
Implementing Agency (Bidder) would be required to deploy a team at Project sitefor Analysis,
Design, Development, Testing and the proposed software till Go Live periodconsisting of
members with requisite skills and experience as per proposed Qualification Criteria (Refer
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 3
Section 6.28..TODO).Although Bidder can propose team deployment as per the understanding
of the scope of work and proposed solution.
3.39.1 All the team members should be deployed on fulltime basis.
3.39.2 The resume of all team members should be submitted as per the format given under
Annexure and Forms Section
3.39.3 Bidder shall refer Section 6.28 for guidelines regarding team strength and credentials of
proposed team members to be considered in qualification and Technical assessment of
proposed team.
3.40 GOVERNMENT ORDERS
3.40.1 Based on the BPR suggested by the bidder, necessary Government Orders will be
released by District administrationto modify existing office procedures and to facilitate
the citizen service requests through SugamPlusCentres for:
Receiving the application through Sugam Plus
Receiving the supporting documents
Processing the applications
Updates on application status on the portal
Communicating back to the applicant and delivery of documents/certificates
3.40.2 The consultants will provide required inputs to the state in issuing the necessary
Government Orders.
3.41 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP/CONTRACT
Failure of the Bidderto agree with the Terms & Conditions of the RFP/Contract shall
constitute sufficient grounds for the annulment of the award of contract, in which event
the contract may be awarded to the next most responsive Bidder.
3.42 FINANCIAL PROPOSAL
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 4
3.42.1 Financial proposal should comprise of:
3.42.1 Financial Proposal Cover Letter
3.42.2 Financial proposal as per “Form 8: Expenditure Costs”
3.43.3 An undertaking from the Bidder stating the compliance with all the
conditions of the Contract and Technical Specifications of the Bidding
Document since no deviation will be acceptable to State Nodal Agency.
4. TE RMS AND CONDITI ONS
4.1 STATUTORY REQUIREMENTS
During the tenure of this Contract nothing shall be done by the Bidder in contravention of
any law, act and/ or rules/regulations, there under or any amendment thereof governing
inter-alia customs, stowaways, foreign exchange etc. and shall keep State Nodal Agency
indemnified in thisregard.
The Bidder and their personnel/representative shall not without consent of the State
Nodal Agency install any hardware or software not purchased /owned by State Nodal
Agency.
4.2 ARBITRATION (AS PER THE STATE GOVERNMENT RULES)
SITEG and the selected Implementing Agency shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute arising between
them under or in connection with the Implementing Agency.
If, after thirty (30) days from the commencement of such informal negotiations, the
SITEG and the selected Implementing Agency 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
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 5
third party acceptable to both, or in accordance with the Arbitration and Conciliation Act,
1996.
Arbitration
All disputes, differences, claims and demands arising under the contract shall be
referred to arbitration of a sole arbitrator. The Secretary IT to the Government of
Himachal Pradesh will be sole arbitrator for this project. All arbitration will be held in
Shimla.
All disputes, differences, claims and demands arising under the contract shall be
referred to arbitration of a sole arbitrator.
The Arbitration proceedings will be held at Shimla, Himachal Pradesh.
4.3 RIGHT OF MONITORING, INSPECTION AND PERIODIC AUDIT
State Nodal Agency reserves the right to inspect and monitor/assess the Project at any
time during the course of the Contract. State Nodal Agency may demand and upon such
demand being made State Nodal Agency shall be provided with any document, data,
material or any other Information which it may require to enable it to assess the progress
of the project.
The State Nodal Agency shall have the right to conduct, either itself or through another
Third Party as it may deem fit, an audit to monitor the performance. Any deviations or
contravention identified as a result of such audit/assessment would need to be rectified
by the Bidder failing which the client may without prejudice to any other rights that it may
have issue a notice of default.
4.4 INFORMATION SECURITY
The Bidder shall not carry and/or transmit any material, information, diagrams, storage
media or any other goods/material in physical or electronic form, which are proprietary to
or owned by State Nodal Agency, out of premises without prior written permission.
Bidder should adhere to the Information Security Policy of State. Bidder should
acknowledge that all Department/Business data and other proprietary information or
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 6
materials, are confidential and proprietary to State Nodal Agency and Bidder agrees to
use reasonable
Care to safeguard the proprietary information and to prevent the unauthorized use or
disclosure thereof, which care shall not be less than that used by Bidder to protect its
own Proprietary Information. Bidder recognizes that the goodwill of State Nodal Agency
depends, among other things, upon Bidder keeping such proprietary information
confidential and thatUnauthorized disclosure of the same by Bidder could damage State
Nodal Agency and that by reason of Implementation Agency‟s duties here under. Bidder
may come into possession of such proprietary information even though Bidder does not
take any direct part in or furnish the services performed for the creation of said
proprietary information and shall limit access thereto to employees with a need to such
access to perform the services required by this agreement. Bidder shall use such
information only for the purpose of performing the said services.
Bidder shall, upon termination of this agreement for any reason or upon demand by
State Nodal Agency, whichever is earliest return any and all information provided to
Bidder by State Nodal Agency including any copies or reproductions, both hard copy and
electronic.
4.5 RISK MANAGEMENT
Bidder shall at his own expense adopt suitable Risk Management methodology to
mitigate all risks assumed by the Bidder under this contract. Bidder shall underwrite all
the risk related to its personnel deputed under this contract as well as equipment, tools
and any other belongings of the Bidder or their personnel during the entire period of their
engagement in connection with this contract and take all essential steps to reduce and
mitigate the risk. State Nodal Agency will have no liability on this account.
4.6 TERM AND EXTENSION OF CONTRACT
The term of this Contract shall be for a period as indicated in the contract and shall come
to an end on expiry of such period except when its term is extended by State Nodal
Agency.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 7
State Nodal Agency shall reserve the sole right to grant any extension to the term
mentioned above on mutual agreement including fresh negotiations on terms and
conditions.
4.7 SUSPENSION OF WORK
The Bidder shall, if ordered in writing by State Nodal Agency representative, temporarily
suspend the works or any part thereof for such a period and such a time as ordered. The
Bidder shall not be entitled to claim compensation for any loss or damage sustained by
him by reason of temporary suspension of the Works as aforesaid. An extension of time
for
Completion corresponding with the delay caused by any such suspension of the works
as aforesaid shall be granted to the Implementation Agency, if request for same is made
and that the suspension was not consequent to any default or failure on the part of the
Implementation Agency. In case the suspension of works is not consequent to any
default or failure on the part of the Bidderand lasts for a period of more than 3Months,
the Bidder shall have the option to request the State Nodal Agency to terminate the
Contract with mutual consent.
4.8 PUBLICITY
The Bidder shall not make or permit to be made a public announcement or media
release about any aspect of this Contract unless the State Nodal Agency first gives the
Bidder its written consent.
4.9 DEFAULT BY IMPLEMENTING AGENCY
The failure on the part of the Bidder to perform any of its obligations or comply with any of the
terms of this Contract shall constitute an Event of Default on the part of the Implementation
Agency. The events of default as mentioned above may include but not limited to inter alia the
following
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 8
Also:
The Bidder has failed to perform any instructions or directives issued by State Nodal
Agency which it deems proper and necessary to execute the scope of work under the
Contract or
The Bidder has failed to adhere to any of the key performance indicators as laid down in
the Key Performance Measures / Contract or
If the Bidder has fallen short of matching such standards/targets as the State Nodal
Agency may have designated with respect to any task necessary for the execution of the
scope of work under this Contract. The above Mentioned failure on the part of the Bidder
may be in terms of failure to adhere to timelines, specifications, requirements or any
other criteria as defined by State Nodal Agency.
The Bidder has failed to remedy a failure to perform its obligations in accordance with
the specifications issued by State Nodal Agency despite being served with a default
notice which laid down the specific deviance on the part of the Bidder to comply with any
stipulations or standards as laid down by State Nodal Agency or
The Implementation Agency/Implementation Agency‟s Team has failed to conform with
any of the Service/Facility Specifications/standards as set out in the scope of work of this
Tender document or has failed to adhere to any amended direction, modification or
clarification as issued by State Nodal Agency during the term of this Contract and which
State Nodal Agency deems proper and necessary for the execution of the scope of work
under this Contract
The Bidder has failed to demonstrate or sustain any representation or warranty made by
it in this Contract with respect to any of the terms of its Bid or the Tender and this
Contract
There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment
of receiver, liquidator, assignee, or similar official against or in relation to the
Implementation Agency.
The Implementation Agency/Implementation Agency‟s Team has failed to comply with or
is in breach or contravention of any applicable laws. Where there has been an
occurrence of such defaults inter alia as stated above, the State Nodal Agency shall
issue a notice of default to the Implementation Agency, setting out specific defaults /
deviances / omissions and providing a notice of Sixty (60) days to enable such defaulting
party to remedy the default committed.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 5 9
Where despite the issuance of a default notice to the Bidder by the State Nodal Agency
the Bidder fails to remedy the default to the satisfaction of the Implementation Agency,
the State Nodal Agency may, where it deems fit, issue to the defaulting party another
default notice or proceed to adopt such remedies as may be available to State Nodal
Agency.
4.10 CONSEQUENCES IN EVENT OF DEFAULT
Where an Event of Default subsists or remains uncured beyond permissible or
reasonable time, State Nodal Agency may/shall be entitled to the following for cases
where permissible time is not indicated in the contract, State Nodal Agency will decide,
at its discretion, the quantum ofreasonable time to cure the default.
Impose any such obligations and conditions and issue any clarifications as may be
necessary to inter alia ensure smooth continuation of Services and the project which the
Bidder shall be obliged to comply with which may include unilateral re-determination of
the consideration payable to the Bidder hereunder. The Bidder shall in addition take all
available steps to minimize loss resulting from such event of default.
State Nodal Agency may by a written notice of suspension to the Implementation
Agency, suspend all payments to the Bidder under the Contract provided that such
notice of suspension:
Shall specify the nature of the failure and shall request the Bidder to remedy such failure
within a specified period from the date of receipt of such notice of suspension by the
Implementation Agency.
State Nodal Agency reserves the right to terminate the contract with 30 days notice
4.11 TERMINATE THE CONTRACT
Retain such amounts from the payment due and payable by State Nodal Agency to the
Bidder as may be required to offset any losses caused to State Nodal Agency as a
result of such event of default and the Bidder shall compensate State Nodal Agency for
any such loss, damages or other costs, incurred by State Nodal Agency in this regard.
Nothing herein shall effect the continued obligation of the Bidder / other members of its
Team to perform all their obligations and responsibilities under this Contract in an
identical manner as were being performed before the occurrence of the default.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 0
Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,
enforce the Deed of Indemnity, recover such other costs/losses and other amounts from
the Bidder may have resulted from such default and pursue such other rights and/or
remedies that may be available to State Nodal Agency under law.
4.12 TERMINATION
State Nodal Agency may terminate this contract in whole or in part by giving the Bidder prior
and written notice indicating its intention to terminate the Contract under the following
circumstances:
Where it comes to State Nodal Agency attention that the Bidder (or the Implementation
Agency‟s Team) is in a position of actual conflict of interest with the interests of State
Nodal Agency in relation to any of terms of the Implementation Agency‟s Bid, the Tender
or this Contract
Where the Implementation Agency‟s ability to survive as an independent corporate entity
is threatened or is lost owing to any reason whatsoever including inter alia the filing of
any bankruptcy proceedings against the Implementation Agency, any failure by the
Bidder to pay any of its dues to its creditors, the institution of any winding up
proceedings against the Bidder or the happening of any such events that are adverse to
the commercial viability of the Implementation Agency. In the event of the happening of
any events of the above nature, State Nodal Agency shall reserve the right to take any
steps as are necessary to ensure the effective transition of the project to a successor
Implementation Agency/service provider, and to ensure business continuity.
Termination for Default: State Nodal Agency may at any time terminate the Contract by
giving 30 days written notice to the Bidderwithout compensation to the Bidderin the
Event of Default on the part of the Bidder which may include failure on the part of the
Bidder to respect any of its commitments with regard to any part of its obligations under
its Bid, the Tender or under this Contract.
Termination for Insolvency: State Nodal Agency may at any time terminate the Contract
by giving written notice to the Bidderwithout compensation to the Implementation
Agency, if the Bidder becomes bankrupt or otherwise insolvent, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued or
will accrue thereafter to State Nodal Agency.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 1
Termination for Convenience: State Nodal Agency may by prior written notice sent to the
Bidder at least 3 months in advance terminate the Contract in whole or in part at any
time for its convenience. The notice of termination shall specify that termination is for
State Nodal Agency Convenience, the extent to which performance of work under the
Contract is terminated and the date upon which such termination becomes effective.
In the event of termination of this contract due to any cause whatsoever except
termination for State Nodal Agency convenience the Bidder may be blacklisted and the
contract will stand cancelled effective from the date of intimation to the Bidder.
4.13 SUB CONTRACTING
Bidder shall not appoint a subcontractor to perform Bidder‟s obligations under this Contract
without obtaining prior written approval of State Nodal Agency, except if the subcontractor is the
affiliate of the Bidder. In the event that State Nodal Agency approves use of a subcontractor or
in case of delegation of work to Bidder‟s Affiliates, Bidder shall ensure that the subcontractor
executes a confirmation deed in favor of State Nodal Agency in a form approved by State Nodal
Agency prior to sub-delegation of any services to the subcontractor or affiliate. State Nodal
Agency approval of a subcontractor shall not constitute a waiver of any rights State Nodal
Agency may have based on Bidder‟s representations and warranties. Bidder will be fully
responsible for all acts and omissions of its Subcontractors and affiliates. Nothing in this
Contract shall be construed to create any contractual relationship between State Nodal Agency
and any subcontractor or affiliate, nor any Obligation on the part of State Nodal Agency, to pay
or to ensure the payment of any money due to any subcontractor or affiliate.
4.14 OVERALL TERMS & CONDITIONS FOR THE IMPLEMENTATION OF THE PROJECT
The Implementing Agency may go through the Terms and Conditions appended below
thoroughly before bidding for the same.
The entire Space, Infrastructure and Desktop Computer and peripherals for setting up
the Sugam Plus centers across Kangra district will be provided by the State Government
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 2
and the same will remain the property of the state. Any loss to the Infrastructure or
Hardware during the period of contract will be borne by the Implementing Agency.
The implementing Agency will provide necessary Servers, Operating System, Database,
Storage and Licenses for the installation of the Software application for this Project
The end product of the work assignment carried out by the Selected Implementing
Agency, in any form, will be the sole property of the State.
In the first instance the Project will be run by the successful Bidder for the period of three
years. After the completion of contract of three years, the State Government can
consider renewal of the contract or invite fresh bid/tenders.
In case the work is not performed to the satisfaction of the Management the Cash
Security/Bank Guaranteeshall be forfeited and the agreement shall be terminated.
The Selected Bidder shall not outsource the work to any otherAssociate / franchisee /
third party under any circumstances without the prior approval of State Nodal Agency.
The Selected Implementing Agency shall perform the services and carry out its
obligations under the Conditions with due diligence and efficiency, in accordance with
Generally accepted techniques and practices used in the industry and with professional
engineering and training / consulting standard recognized by national / international
professional bodies and shall observe sound management practice. It shall employ
appropriate advanced technology and safe and effective methods. The Selected
Implementing Agency shall always act, in respect of any matter relating to these
Conditions of Empanelment, as faithful advisors to State and shall at all times , support
and safeguard State‟s legitimate interests.
The Selected Implementing Agency automatically agrees with State for honoring all
aspects of fair trade practices in executing the work orders placed by State.
In the event the Selected Implementing Agency or the concerned Division of the
company is taken over / bought over by another company, all the obligations under the
agreement With State, should be passed on the compliance by the new company new
Division in the negotiation for their transfer.
4.15 SERVICE LEVEL AGREEMENT (SLA) AND PENALTY
The purpose of this Service Level Agreement Requirements (hereinafter referred to as SLA) is
to clearly define the levels of service which shall be provided by the Implementing Agency to the
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 3
Nodal Agency for the duration of this contract. The SLA document (to be drafted later) provides
for minimum level of services required as per Contractual obligations based on performance
indicators and measurements thereof. The Bidder shall ensure provisioning of all required
services while monitoring the performance of the same to effectively comply with the
performance levels.
For any delay in the deliverables,a penalty of Rs.5, 000 per week per deliverable for first two
weeks and Rs.10, 000 per week for every subsequent week subjected to maximum of
Rs.50,000.
4.16 ROLES AND RESPONSIBILITIES – STAKE HOLDERS
For the successfully Implementing, Managing and Operating the Sugam Plus Centers, the
Stake Holders i.e. State Government and Software Development Agency need to understand
their respective Roles and Responsibilities.
Stake Holder 1 – State Government:
(1) The entire Space, Infrastructure and Desktop PCs and peripherals for setting up the
Sugam Plus centers across Kangra district will be provided by the State Government
(2) In case the work is not performed to the satisfaction of the Management the Cash
Security/Bank Guaranteeshall be forfeited and the agreement shall be terminated.
Stake Holder 2 – Software Development Agency(SDA):
(1) Bidder will perform Analysis, Design, Development, Testing, Deployment and
Maintenance of application for Sugam Plus,which includes the installation of devices for
tracking the table to table moment of the application using smart electronic tracker with
bar code scanners, SMS query and SMS intimation in all the centers of Sugam Plus.
The Bidder has to provide server at his own cost. Refer Annexure 3 for Server
Configuration.
(2) Bidder will be providing the complete documentation which includes (but not be limited
to) – User Manual, Installation Manual, Operation Manual and Training Manual.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 4
(3) Bidder will provide the Application Training for Service Delivery Staff and Training for
Department Users/ Government Officials
(4) Bidder will provide Server(s), Operating System, Database, storage, necessary Licenses
for the implementation of application as per clause 2.1
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 5
ANNE XURE
ANNEXURE 1 – ELIGIBILITY BID FORMAT
Sr. No.
Criteria Value Supporting Document attached at Page No. of Eligibility bid
1. Average annual turnover from software development in last three years. Audited Balance Sheets should be attached
2. No. of projects of value more than Rs 5 Lakhs each. Bidder should submit firm purchase orders and user satisfaction/ completion reports in support of claim regarding number of projects executed
3. Experience in e-Governance projects
4. No. of Software professionals on its own roll
5. Manpower to be deployed for this project
Seal & Signature
Date: _________ Place: ________
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 6
ANNEXURE 2 – FORMAT FOR PRE-BID QUERIES
Interested vendors can submit their queries till…………….
The following format should be used while sending the queries.Queries sent in any other
formats shall not be entertained.
Name of the Vendor
Contact Person
Phone (Official)
Mobile Number
Address
Query
RFP Section Number
RFP Sub Section
RFP Page Number
For multiple queries, vendor‟s are suggested to make an excel sheet in the format givenabove
and send queries through mail to the concerned person at State Nodal Agency.
NOTE:
(1) For Professional Staff the input should be indicated individually; for
support staff it should be indicated by category
(2) Weeks are counted from the start of the assignment.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 7
ANNEXURE 3– SERVER CONFIGURATION
3.1 Following are the minimum server configuration that is expected out from Software
Development Agency :
Company: Dell or IBM
Processor: Core i3, Xeon, any latest Intel processor
Memory: 32 GB or higher
Hard disk: 146*3 GB or higher
RAID-5
Operating System: As per application requirement(Enterprise License)
Database: Enterprise License
3.2 Storage (3TB or higher)
For Document Management
The capacity unit include 3 years operation period requirement too
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 8
FORMS
FORM 1 – COVERING LETTER WITH THE PROPOSAL IN RESPONSE TO RFP NOTICE
(To be submitted on the Letterhead of the responding firm)
{Place}
{Date}
To
The Member Secretary (SITEG)-cum- Director (IT),
Department of Information Technology,
Government of Himachal Pradesh,
24, SDA Complex, Kasumpti,
Shimla-171009
Ref: RFP Notification no Date…………..
Subject: Submission of proposal in response to the RFP for “Selection of Software
Development Agency for Analysis, Design, Development, Testing, Deployment and
Maintenance of software for the pilot Implementationof Sugam Plus centers inKangra
District of Himachal Pradesh”
Dear Sir,
1. Having examined the RFP document, we, the undersigned, herewith submit ourproposal in
response to your RFP Notification no…DITdated……for the“Selection of Software
Development Agency for Analysis, Design, Development, Testing, Deployment and
Maintenance of software for the pilot Implementationof Sugam Plus centers inKangra
District of Himachal Pradesh” in full conformity with the said RFP document.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 6 9
2. We have read the provisions of the RFP document and confirm that these areacceptable to
us. We further declare that additional conditions, variations,deviations, if any, found in our
proposal shall not be given effect to.
3. We agree to abide by this proposal, consisting of this letter, the detailedresponse to the RFP
and all attachments, for a period of 120 days from theclosing date fixed for submission of
proposals as stipulated in the RFPdocument.
4. We agree that in case of we being selected as successful Bidder after Bidevaluation, the
Security of Rs. 1,00,000/-submitted by us in the form ofEMD may beencashedby DIT
Government of Himachal Pradesh, if we do not submit the requisite Performance
BankGuarantee within Thirty days of award of contract for “Selection of Software
Development Agency for Analysis, Design, Development, Testing, Deployment and
Maintenance of software for the pilot Implementationof Sugam Plus centers inKangra
District of Himachal Pradesh”.
5. We would like to declare that we are not involved in any major litigation that mayhave an
impact of affecting or compromising the delivery of services as requiredunder this assignment
and we are not under a declaration of ineligibility forcorrupt or fraudulent practices
6. We would like to declare that there is no conflict of interest in the services that wewill be
providing under the terms and conditions of this RFP.
7. We hereby declare that all the information and statements made in this proposalare true and
accept that any misrepresentation contained in it may lead to ourdisqualification.
8. We understand DIT Government of Himachal Pradesh are not bound to shortlist / accept any/
all proposal DIT Himachal Pradesh receive.
Our correspondence details with regards to this proposal are:
S.No.
Information
Details
1 Name of the responding Firm
2 Address of the responding Firm
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 0
3
Name, Designation, Address of
the primary contact person to
whom all references shall be
made during this RFP
Name, Designation, Address of
the secondary contact person to
whom all references shall be
made during this RFP
4
Telephone number of the contact
persons:
5
Mobile number of the contact
persons
6 Fax number of the contact
persons
7
E-mail of the contact persons:
We are enclosing details of our company in the format as given in Form 2.
We hereby declare that our proposal submitted in response to this RFP is made in good faith
and the information contained is true and correct to the best of our knowledge and belief.
Sincerely,
[FIRM‟S NAME]
Name
Title
Signature
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 1
Date
FORM 2 – DETAILS OF RESPONDING FIRM
S.No.
Particulars
Details to be furnished
1
Details of responding firm
Name
Registered Address
Telephone Number
Fax
Website
2
Information about responding firm
Status of Firm/ Company
Government/ Public Sector Undertaking proprietary firm partnership firm (if yes, give partnership
deed)
Limited company or limited corporation member of a group of companies (if yes, give name and
address, and description of other companies)
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 2
Subsidiary of a large corporation (if yes give the name and address of the parent organization)
If the company is subsidiary, state what involvement if any, will the parent company have in the
project.
Joint venture consortia (if yes, give name and address of each partner)
Details of Registration (Ref e.g ROC Ref #)
(Enclose certificate of incorporation)
Date
Ref #
Number of professionals (on the rolls of the firm) providing managed services
(excluding temporary staff)
(Enclose a self certificate on the organization Letterhead duly sealed and Signed by HR Head)
Locations and addresses of Key offices (in India and overseas)
NOTE- Enclose a letter signed by Head of HR Department
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 3
FORM 3 – TEAM COMPOSITION AND TASK ASSIGNMENTS
Please indicate composition of teams separately for Implementation and Post Implementation
phases:
Professional Staff
Name of
Staff
Firm
Area of
Expertise
Position
Assigned
Task Assigned
Place of
deployment
This information should be provided for all key staff, such as team leaders, project managers,
technical support staff, etc. The relevant CV‟s of the professional staffs mentioned above are
also required to be given in the format provided in Form-4.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 4
FORM 4 – CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF TEMPLATE
1. Proposed Position [only one candidate shall be nominated for each position]:
2. Name of Firm [name of firm proposing the staff]:
3. Name of Staff [Insert full name]:
4. Date of Birth:
5. Education (Graduation onwards, any professional degree/certificate)
Name of Degree
College / University
Specialization
Year of Passing
6. Membership of Professional Associations:
7. Other Training [Indicate significant training since degrees]:
8.Countries of Work Experience: [List countries where staff has worked in the last 3
years]:
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 5
9. Languages [For each language indicate proficiency: good, fair, or poor]:
Language
Proficiency
Reading
Writing
Speaking
* Add columns if required
10. Employment Record [Starting with present position, list in reverse order every employment
held by staff member since graduation, giving for each employment (see format here below):
dates of employment, name of employing organization, positions held, Project handled.]:
From [Year]: …...........................To [Year]:….................................
Employer: …....................................................................................
Positions held: ….............................................................................
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 6
Detailed Tasks Assigned Work Undertaken that best illustrates
capability to handle the task assigned
Task 1
Name of the Assignment/ Project:
Year:
Project Status: (Ongoing/Completed on………)
Location:
Client:
Main Project Features:
Position held:
Team Size:
Activities performed:
* Add rows for more tasks
13. Staff is resident / native of:
14. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff]
Day/Month/Year
Full name of authorized representative:
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 7
FORM 5 – FORMAT OF PERFORMANCE BANK GUARANTEE
To
The Director,
Department of Information Technology
Govt. of Himachal Pradesh,
SDA Complex, Kasumpati, Shimla
H.P. – 171009
1. Whereas M/s ……………..(hereinafter called “Vendor”) has to undergo Analysis,
Design, Development, Testing, Deployment and Maintenance of software for the
pilot Implementationof Sugam Plus centers inKangra District of Himachal
Pradeshfor three years as per agreement dated____________ signed between
_____________________________ on behalf of Principal Secretary (IT), Govt. of
Himachal Pradesh (hereinafter called “Client”).
2. NOW THEREFORE KNOW ALL THE MAN THESE PRESENTS THAT WE,_-
__________________________________ having its Head Office
at_____________________________________________________________________
______________________________________________________________________
_____ (hereinafter called “the Bank”) are bound upto the “Client” in the sum of
Rs.______________ (___________________________________) for which payment
will and truly to be made to the “Client”, the Bank binds itself, its successors and
assignees by these presents.
3. “The Bank” further undertakes to pay to the “Client” upto the above amount on receipt of
its first written demand, without the “Client” having to substantiate its demand. The
Client‟s decision in this regard shall be final and shall not be called upon to question
under any circumstances. The Bank Guarantee will remain in force upto__________.
However, its validity can be got extended before ___________ solely at the instance of
the “Client”. This clause shall remain valid not withstanding anything else contained to
the contrary in this document.
4. Our liability under this guarantee is restricted to __________
(______________________________________________) and it will remain enforce
upto ____________ unless a demand in writing is received by the bank on or before
____________, all your rights under the said guarantee shall be forfeited and we shall
be released and discharged from all the liabilities there under.
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 8
5. Sealed with the Common Seal of the said Bank this ________day of ________2011.
In witness whereof the Bluechip Computers e Bank, through its authorized officer, has set its
hand and stamp on this ______ day of _________2011.
For Bank______________________ Witness Signature Name M/s_________________________ ____________________________
____________________________
FORM 6 – TECHNICAL PROPOSAL SUBMISSION FORM
(To be submitted on the Letterhead of the responding firm)
{Place}
{Date}
To
The Member Secretary (SITEG)-cum-Director (IT),
Department of Information Technology,
Government of Himachal Pradesh,
24, SDA Complex, Kasumpti,
Shimla-171009
Ref: RFP Notification no DIT Date………
Subject: Submission of technical proposal in response to the RFP for “Analysis, Design,
Development, Testing, Deployment and Maintenance of software for the pilot
Implementationof Sugam Plus centers inKangra District of Himachal Pradesh”. File No
DITF()-………
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 7 9
Dear Sir:
We, the undersigned, offer to provide the services for the“Analysis, Design, Development,
Testing, Deployment and Maintenance of software for the pilot Implementationof Sugam
Plus centers inKangra District of Himachal Pradesh”in accordance with your Request for
Proposaldated ……
Our attached Technical Proposal is based on our full understanding of scope of work and
services and other requirements as mentioned in RFP of the project requirements.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
FORM 7 FINANCIAL PROPOSAL SUBMISSION FORM
(To be submitted on the Letterhead of the responding firm)
{Place}
{Date}
To
The Member Secretary (SITEG)-cum-Director (IT),
Department of Information Technology,
Government of Himachal Pradesh,
24, SDA Complex, Kasumpti,
Shimla-171009
Subject: Submission of proposal in response to the RFP for “Analysis, Design, Development,
Testing, Deployment and Maintenance of software for the pilot Implementationof Sugam
Plus centers inKangra District of Himachal Pradesh”File No DIT---- Dated…………
Dear Sir:
We, the undersigned, offer to provide the services for“Analysis, Design, Development, Testing, Deployment and Maintenance of software for the pilot Implementationof
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 8 0
SugamPlus centers inKangra District of Himachal Pradesh”in accordance with your Request for Proposal dated..…and our Technical Proposal. Our attached Financial Proposal is
for the sum of `……………( in words).This amount is inclusive of taxes, duties and charges and
Leives as applicable. Service tax as and when applicable will be quoted separately.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal.
We understand DIT Government of Himachal Pradesh is not bound to accept any/all Proposal it receive.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
FORM 8 – EXPENDITURE COSTSas per Clause 2.1
S.No.
Items
Total Price
(INR)
Total Price
(In words)
1. Server with Operating
System
2.
Cost of the Application
Software
3. Database with Licenses
4. Storage
Grand Total()
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 8 1
FORM 9 - PAST EXPERIENCE DETAILS OF THE FIRM
Past Projects
Projects executed by the firm that best
illustrates capability to handle the tasks
Assigned
Project 1
Name of the Assignment/Project:
Year:
Project Status (On going/Completed On…..)
Location:
Client:
Client Contact Details:
Main Project Features:
Team Size:
Activities Performed
Project 2
Name of the Assignment/Project:
Year:
Project Status (On going/Completed On…..)
Location:
Client:
Client Contact Details:
Main Project Features:
Team Size:
Activities Performed
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 8 2
* All client details will be kept confidential
FORM 10 - CHECKLIST OF DOCUMENTS (TO BE SUBMITTED WITH THE PROPOSAL)
S.No.
Requirements
Provided
(Y/N)
Technical Proposal
1 RFP document fee (draft)
2 Earnest Money Deposit (draft)
3 Proposal Cover Letter
4 Declaration against being debarred/ blacklisted by any
Govt./Semi Govt. organization for quality of service product
and any major complaint against the SDA
5 Technical Proposal cover letter
6 Project Schedule and milestone chart
7 Approach and Methodology for design, development and
management of application software
8 Team Composition and Curriculum Vitae (CV) of Proposed
Staff
9 Relevant documents in support for past experience of the
firm (duly signed by designated authority)
10 An undertaking from the SDA stating the compliance with all the
conditions of the Contract and TechnicalSpecifications of the
bidding document/proposal.
11 CDs containing copies (pdf format) of Technical proposal
RFP – SUGAM PLUS
D O I T - G o v e r n m e n t o f H i m a c h a l P r a d e s h
P a g e 8 3
12 Letter signed by head of HR Department
13 Relevant proof of experience in Software Development
14 Attach the relevant certification (ISO) or experience certificate of
implementing and maintaining the e-governess projects in State
Districts
Financial Proposal
1 CDs containing copies (pdf format) of Financial Proposal
2 Financial Proposal cover letter
3 Profit and LossAccount Statement. Audited BalanceSheet of the
company registeredunder the IndianCompanies Act 1956
4 Attested Copy ofCertificate ofIncorporation. AttachMOU and
Articles ofAssociations
5 Financial Proposal (Form 7)
Quote on software including Server cost.