Request for Proposal for Implementation of automation in ...wbexcise.gov.in/writereaddata/WBSBCL_RFP...

209
1 | Page Issued by Saraswaty Press Ltd Request for Proposal for Implementation of automation in Supply Chain Management for West Bengal State Beverages Corporation Limited and Excise Directorate, Govt. of West Bengal Tender No. SPL-201704-0001 Dated: 5 th April 2017 Saraswaty Press Limited (SPL) 11, B. T. Road, Belghoria, Kolkata-700056 West Bengal

Transcript of Request for Proposal for Implementation of automation in ...wbexcise.gov.in/writereaddata/WBSBCL_RFP...

1 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Request for Proposal

for Implementation of automation in Supply

Chain Management for West Bengal State Beverages

Corporation Limited and Excise Directorate, Govt. of West Bengal

Tender No. SPL-201704-0001 Dated: 5th April 2017

Saraswaty Press Limited (SPL) 11, B. T. Road,

Belghoria, Kolkata-700056 West Bengal

2 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

NOTICE INVITING TENDER

Sealed Tender documents are invited for Implementation of automation in Supply

Chain Management for West Bengal State Beverages Corporation Limited (WBSBCL)

and Excise Directorate, Government of West Bengal from reputed System Integrators

having sufficient experience and credentials for successful completion of automated

Supply Chain Management in a Government Department/ PSU or any reputed

organization.

1 Tender No. & Date SPL-201704-0001 dated 5th April 2017

2 Tender Version 1.0

3 Brief description of

material

Implementation of automation in Supply Chain

Management for West Bengal State Beverages Corporation

Limited (WBSBCL) and Excise Directorate, Government of

West Bengal

4 Tender document

Fee

10000.00 (Rupees Ten thousand only) in the form of

Demand Draft from any Scheduled bank in favour of

Saraswaty Press Limited payable at Kolkata, to be

submitted along with the bid documents.

5 Earnest Money

Deposit

1500000.00 (Rupees Fifteen Lakh only) in the form of

Demand Draft from any Scheduled bank in favour of

Saraswaty Press Limited payable at Kolkata

6 Date of Publishing

of the Tender

Document &

Website

5th April 2017 Websites- www.wbexcise.gov.in,

http://www.saraswatypress.com/

7 Last Date and Time

for submission of

Queries

18th April 2017 2:00 pm (Tuesday)

The queries shall be submitted in the format as provided

in the RFP. Queries will be sent Shri Kunal Biswas,

Additional Excise Commissioner (Systems), Excise

Directorate, Ph: 033-2236 0625, +919830595434 e-mail –

[email protected], [email protected]

3 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Each Bidder shall send only one e-mail containing the Pre-

Bid Queries, as per format. In case of more than one e-

mail, only the queries provided in the first e-mail shall be

considered.

8 Last date & time of

Tender Submission

26th April, 2017 at 1400 hours

9 Date of opening of

Tender (Technical)

26th April, 2017 at 1430 hours

10 Submission of RFP

document & Bid

Opening venue

Systems Cell, 1st Floor

Excise Directorate

32, B.B. Ganguly Street

Kolkata - 700 012

Non-submission of Draft (RFP document and EMD fee) will

lead to summarily rejection of Bid document.

11 Contact Persons Shri Kunal Biswas, Additional Excise Commissioner

(Systems), Excise Directorate, Mobile: +033-2236 0625,

+919830595434 , e-mail – [email protected] ,

[email protected]

12 Tender issuing

entity

Saraswaty Press Limited

13 Pre bid conference Date: 18th April 2017 3:00 pm (Tuesday)

Location: 1st Floor, Directorate of Excise, 32 BB Ganguly

Street, Kolkata

Ph: 033-2236 0625, +919830595434 e-mail – dcit.wb-

[email protected], [email protected]

4 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Contents NOTICE INVITING TENDER .................................................................................. 2

SECTION-A: INTRODUCTION & OBJECTIVE OF THE PROJECT ......................... 9

1. Introduction .................................................................................................. 9

2. Need for automation in West Bengal State Beverage Corporation .............. 9

3. About Saraswaty Press Limited .................................................................. 10

4. Objective of The Project ............................................................................. 10

SECTION-B: INSTRUCTION TO BIDDER ............................................................. 12

SECTION – C: PRE QUALIFICATION CRITERIA ................................................. 42

SECTION-D: TECHNICAL EVALUATION CRITERIA ............................................ 44

Evaluation of Technical Bids .................................................................................. 44

Technical Presentation ........................................................................................... 46

SECTION-E: SCOPE OF WORK- IMPLEMENTATION PHASE .............................. 47

1.1. Summary of the Project Scope ....................................................................... 47

1.2. Project Implementation Services .................................................................... 48

1.2.1. Project Execution Planning ..................................................................... 48

1.2.2. Application System Implementation ........................................................ 48

1.2.3. Implementation of Server Side Infrastructure ......................................... 48

1.2.4. Procurement and Installation of the Client Side infrastructure ............... 49

1.2.5. Data Migration ........................................................................................ 49

1.2.6. User Acceptance Testing (UAT) ................................................................ 49

1.2.7. Training .................................................................................................. 49

1.2.8. System Documents, User Documents ..................................................... 49

1.2.9. Application Software Certification from STQC ......................................... 50

1.2.10. Test & Live Implementation ................................................................. 50

1.3. Post Implementation Services ........................................................................ 50

1.3.1. Annual Technical Support (ATS) for Application Software ....................... 50

1.3.2. ATS for RDBMS / Application Server / Web Server / System Software

Supplied under this project ................................................................................. 51

1.3.3. Bandwidth and Other Consumables ....................................................... 51

1.3.4. Server Side & Client Side Infrastructure Management ............................ 51

5 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

1.3.5. Data Management and Decision Support Dashboard .............................. 52

1.3.6. Application Software Enhancements / Customizations ........................... 52

1.3.7. Help Desk and Troubleshooting system .................................................. 52

1.4. Common Guidelines for compliance of IT / Non-IT Equipment / systems ..... 54

2. Functional Specifications for various Project Components .............................. 58

2.1. Supply Chain Management (SCM) Software .................................................. 58

2.1.1. Objective of the Directorate/WBSBCL ..................................................... 58

2.1.2. Key focus areas of SCM........................................................................... 58

2.1.3. Requirements from the department ........................................................ 59

2.1.4. Functional Requirements ........................................................................ 59

2.1.5. Master data build up .............................................................................. 59

2.1.6. Required Reports / Management Information Systems (MIS) .................. 59

2.1.7. Application Security ................................................................................ 60

2.1.8. Role of SI ................................................................................................ 60

2.2. Vehicle Tracking System (VTS) ...................................................................... 60

2.2.1. Overview ................................................................................................. 60

2.2.2. Directorate’s Requirement....................................................................... 61

2.2.3. Required Technical and Functional Specifications .................................. 62

2.2.4. Role of SI ................................................................................................ 63

2.3. CCTV Surveillance ........................................................................................ 63

2.3.1. Objective of the Directorate of Excise/WBSBCL ...................................... 63

2.3.2. Requirements from WBSBCL .................................................................. 64

2.3.3. Technical Specifications .......................................................................... 65

2.3.4. Role of SI ................................................................................................ 65

2.4. Command & Control Center, Helpdesk System ............................................. 66

2.4.1. Objective of the Directorate/WBSBCL ..................................................... 66

2.4.2. Requirements of the department ............................................................. 66

2.4.3. Role of SI ................................................................................................ 67

2.5. Server Side Infrastructure ............................................................................. 67

2.6. Connectivity .................................................................................................. 67

2.7. Trace & Track (Adhesive Labels/QR Code) .................................................... 68

2.8. Development of Web Portal/ Mobile App ....................................................... 69

6 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.9. Integration with Software Existing in the Department ................................... 69

2.9.1. E-Abgari application ............................................................................... 70

2.10. Training & Capacity Building ..................................................................... 70

2.10.1. Approach and Methodology for Training .............................................. 70

2.10.2. Capacity building Plan ......................................................................... 71

2.10.3. Training need analysis (training modules and duration) ...................... 71

2.10.4. Training Material and manuals ............................................................ 72

2.10.5. Video Conference System ..................................................................... 73

3. Technical Specifications for various IT Components ....................................... 75

3.1. Desktop PC ................................................................................................... 75

3.2. Laptop ........................................................................................................... 76

3.3. Server ........................................................................................................... 77

3.4. Server Rack Specifications ............................................................................ 77

3.5. Storage .......................................................................................................... 79

3.6. Layer 3 Switch .............................................................................................. 80

3.7. Internet Router ............................................................................................. 82

3.8. Network Printer ............................................................................................. 83

3.9. Multifunction Laser Photocopier cum printer ................................................ 84

3.10. Layer 2 Switch ........................................................................................... 84

3.11. WAN Router ............................................................................................... 85

3.12. Offline UPS ................................................................................................ 85

3.13. Online UPS ................................................................................................ 85

3.14. High End Hand Held Computer & Barcode Scanner ................................... 86

3.15. Wired Barcode Scanner .............................................................................. 87

4. Technical Specifications for various Surveillance Equipment .......................... 88

4.1. Fix Box Camera............................................................................................. 88

4.2. PTZ ............................................................................................................... 89

4.3. Infrared Illuminator ...................................................................................... 90

4.4. Digital Camera/Automatic Number Plate Recognition (ANPR) camera ........... 90

4.5. High Definition IP Fixed Bullet Camera ......................................................... 91

4.6. Network Video Recorder ................................................................................ 91

4.7. UTP CAT 6 Cables ......................................................................................... 92

7 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4.8. Single/ Dual Face Plate ................................................................................. 92

4.9. Cat6 24 Port Loaded UTP Patch Panel 1U Height ......................................... 92

4.10. Cat 6 4-Pair UTP Patch Cords .................................................................... 93

4.11. Cat 6 Information Outlet ............................................................................ 93

4.12. Network Video Management Software ........................................................ 94

4.13. Video Recording Software ........................................................................... 96

4.14. Video Wall Cube ......................................................................................... 98

4.15. Video wall Controller ................................................................................ 100

4.16. Vehicle Mounted Unit (VMU) .................................................................... 101

4.17. Electromechanical Padlock (Digital Lock) ................................................. 102

5. Integration with existing Govt Applications ................................................... 104

5.1. GRIPS (Government Receipt Portal System) ................................................. 104

SECTION– F: SCOPE OF SERVICES–OPERATION & MAINTENANCE PHASE .. 105

1. Overview of Post Implementation Services ............................................. 105

2. Project Management ................................................................................. 108

3. Reporting ................................................................................................... 108

SECTION – H: PROJECT TIMELINE & PAYMENT SCHEDULE ......................... 110

SECTION - I: SERVICE LEVEL AGREEMENT.................................................... 114

SECTION– J: FORMATS FOR PRE-QUALIFICATION BID ................................. 120

Annexure – 1 - Pre-Qualification cover Letter ................................................... 120

Annexure – 2 – Format for Bidder’s Particulars ................................................ 122

Annexure – 3 - Bidder’s Annual turnover over last 3 financial years ............... 124

Annexure - 4: Declaration for not being blacklisted and pending court cases 125

Annexure-5: List of documents submitted ........................................................ 126

SECTION– K: FORMATS FOR TECHNICAL BID ................................................ 127

Annexure-6: Bid Covering Letter ....................................................................... 127

Annexure-7: Format for Bidder’s Particulars .................................................... 129

Annexure-8: Technical Capability/ Past Projects ............................................. 131

Manufacturer’s Authorisation Form ...................................................................... 133

SECTION– L: FORMATS FOR COMMERCIAL BID ............................................ 134

Annexure-9: Commercial Bid Format & Instructions ....................................... 134

Annexure – 10 - Format for Performance Bank Guarantee ............................... 143

8 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Appendix-1: Envisaged Process Maps (TO-BE) .................................................... 147

Appendix-2: Management Information Systems (MIS) Reports ............................ 162

Appendix-3: Functional Requirement Specification ............................................. 176

Appendix-4: Bill of Materials (BOM) .................................................................... 205

9 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION-A: INTRODUCTION & OBJECTIVE OF THE PROJECT

1. Introduction

The Directorate of Excise under the Finance Department (Government of West Bengal) which is

concerned with the regulation of the production, distribution, sale, import and export of liquor

and alcoholic beverages in West Bengal. The collection of duties, other taxes and fees derivable

from such regulation, production, distribution, sale, import and export are also under the

purview of this directorate. West Bengal State Beverages Corporation Limited (hereafter

mentioned as “WBSBCL” or the “Corporation”) was established on 25th Jan 2017 as a

Corporation under Directorate of Excise, Govt. of West Bengal to take over the business aspect

of the supply chain management of liquor in West Bengal.

The core functions of the corporation will be:

• Procurement of bottled liquor from all liquor manufactories within the state and from

suppliers outside the state, and shall sell the same to all liquor retailers in the state.

• Procurement of spirits used for the manufacture of bottled liquor, both from distilleries

within West Bengal, and from suppliers outside West Bengal, shall be routed through

the corporation.

• Export of bottled liquor and spirit by manufacturers in the state, shall also have to be

routed through this corporation.

2. Need for automation in West Bengal State Beverage Corporation

Adoption of information technology within liquor corporations has not reached to the desired

level. There are still a number of paper-based workflows currently in some of the larger

Beverage Corporations (hereafter mentioned as “Bevcos”) which amount to inefficiencies. West

Bengal State Beverage Corporation (WBSBCL) has the inherent advantage to learn from the

best practices of some of the other states. Most beverage corporations have computerized

critical operations and functioning which include supply management, retailer e-payment,

invoicing and certain critical functions within depots like warehouse management, finance,

payroll, attendance among others. The computerization has been staggered covering specific

functions, which are resulted in a piece-meal implementation of IT systems catering

corporation-specific needs. With the advent of newer technologies and its adoption by suppliers

and manufactories, major corporations are undergoing digital transformation through

technology infusion.

10 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

To manage the operations of WBSBCL, an integrated enterprise wide solution becomes

essential. This solution will cover the functions of Corporation and Excise Directorate

as well as the supply chain management of liquor from production to point of sale at

retail outlets. The proposed system is aimed to bring in transparency of the operations

by use of QR-code based bottle label and GSI bar code based carton labels to

automate the maintenance of inventory registers at manufactories, WBSBCL depots

and retailers, in real time. The project would also be beneficial to suppliers and

retailers, as it would help them maintain statutory registers easily, apart from giving

them an electronic platform to transact with WBSBCL and the Excise Directorate. The

vision envisaged for the implementation of an enterprise wide system in WBSBCL is to

build a world class liquor distribution eco-system within the country that

- Is driven by transparent, simple and error-free business processes

- Minimize chances of pilferage of liquor and non-payment of excise duty/

additional duties

- Is easily measured by clearly defined key performance indicators

- Integrates seamlessly with prevalent systems and devices

- Uses technology to achieve strategic business objectives

3. About Saraswaty Press Limited

Saraswaty Press Limited is a Government’s Security Press which works under the

Government of West Bengal. Following the Excise Directorate’s decision to affix

Hologram- and QR-code based Security Labels on liquor bottles, Saraswaty Press was

asked to supply the Security Labels. Following the establishment of WBSBCL, a need

arose to track and manage inventories at WBSBCL, and it was felt that Saraswaty

Press Limited could build the inventory management system around the Security

Labels. The Excise Directorate approached Saraswaty Press to build the inventory

management system along with necessary support infrastructure.

4. Objective of The Project

This project aims to implement an application software that will automate the end to

end supply chain of liquor in the state of West Bengal. This Enterprise wide solution

will be crucial in building up a sustainable technically robust business platform.

11 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The main objective of the project is to track and monitor the illicit liquor at each

production and transaction stage of Indian Made Foreign Liquor, Country Liquor, Bulk

Spirit etc which in turn helps the department and their stakeholders in monitoring the

entire supply chain. Key focus areas are as follows:

A. Supply Chain Management:

To regulate the revenue generation for the West Bengal State Beverages

Corporation Limited.

To monitor movement of spirits, beer and Liquor (Indian Made Foreign liquor or

Country Spirit, Foreign Liquor, Bulk spirit etc)

To capture production of both Foreign Liquor and Country Liquor in the state

by real time verification.

To maintain and access key information from a centralised system. Act as a

deterrence to non- compliances during the entire manufacturing as well as

dispatching process.

To record and regulate the dispatch of Country Spirit and Foreign Liquor and

prevent illegal dispatch of liquors.

Real Time status of all the Licensee units with respect to manufacturing and

supply chain.

B. License Issuance & Renewal:

Online issuance and renewal of licenses to be integrated with the core supply

chain management system.

All payments regarding the same to be made real-time and online.

C. Integration with other Government Systems:

Integration of GRIPS/IFMS, legacy NIC application and Excise Directorate

applications. (if any)

12 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION-B: INSTRUCTION TO BIDDER

DEFINITIONS

In this document, the following terms shall have following respective meanings:

“Automated SCM Solution” shall comprise of development of application, implementation of

application software, hardware, network connectivity to all depots/warehouses & offices and

networking components used for automation in Supply Chain Management for the entire

business operation of WBSBCL/ Excise Directorate

“Acceptance Test Document” means a document, which defines procedures for testing the

functioning of installed system. The document will be finalized with the contractor within 7

days of issuance of the Letter of Award.

“Agreement" means the Agreement to be signed between the successful bidder and Saraswaty

Press Limited including all attachments, appendices, all documents incorporated by reference

thereto together with any subsequent modifications, the RFP, the bid offer, the acceptance and

all related correspondences, clarifications, presentations.

“Bidder” means any firm offering the solution(s), service(s) and /or materials required in the

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

and when used after award of the Contract shall mean the successful Bidder with whom

Saraswaty Press Limited signs the agreement for supply, install, commission and render

services for the systems.

“Contract” is used synonymously with Agreement.

“Contract Price” means the price to be paid to the Contractor for providing the Solution, in

accordance with the payment terms.

“SI/Contractor” means the Bidder whose bid to perform the Contract has been accepted by

Tender Committee and is named as such in the Letter of Award.

“Confidential Information” means all information including WBSBCL/Excise

Directorate/Saraswaty Press Ltd. Data (whether in written, oral, electronic or other format)

which relates to the technical, financial and business affairs, which is disclosed to or otherwise

learned by the Bidder in the course of or in connection with this Agreement (including without

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

connection with this Agreement).

“Deliverables” means the products, infrastructure and services agreed to be delivered by the

Bidder in pursuance of the agreement as defined more elaborately in this RFP, Implementation

and the Maintenance phases and includes all documents related to the user manual, technical

manual, design, process and operating manuals, service mechanisms, policies and guidelines

(such as security related, data migration related), inter alia payment and/or process related

etc., source code and all its modifications.

13 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

“SCM” means Supply Chain Management.

“Default Notice” shall mean the written notice of Default of the Agreement issued by one Party

to the other.

“Installation” Shall mean installation of supplied Hardware, System Software, Software and

associated accessories, implementation and integration to achieve functional objectives defined

in the RFP.

“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of a Contract and includes collusive practice among Bidders (prior to

or after Bid submission) designed to establish Bid prices at artificial non-competitive levels and

to deprive the West Bengal State Beverages Corporation Limited/ Saraswaty Press Limited/

Excise Directorate and eventually Gov. of W. Bengal of the benefits of free and open

competition.

“Good Industry Practice” shall mean the exercise of that degree of skill, diligence and

prudence which would reasonably and ordinarily be expected from a reasonably skilled and

experienced Operator engaged in the same type of undertaking under the same or similar

circumstances.

“Government” / “Gov. of W. Bengal” means the Government of West Bengal.

“GoI” shall stand for the Government of India.

“GoWB” means Government of West Bengal

“Implementation Period” shall mean the period from the date of signing of the Agreement

and up to the issuance of Final Acceptance Certificate for the project.

"Law" shall mean any Act, notification, bye law, rules and regulations, directive, ordinance,

order or instruction having the force of law enacted or issued by the Central Government

and/or the Government of West Bengal or any other Government or regulatory authority or

political subdivision of government agency.

“LOI” means issuing of Letter of Intent shall constitute the intention of the Saraswaty Press

Limited to place the Purchase Order with the successful bidder.

“Personnel” means persons hired by the Bidder as employees and assigned to the

performance of the Infrastructure Solution or any part thereof.

“Project” Implementation of automation in Supply Chain Management for West Bengal State

Beverages Corporation Limited, Government of West Bengal.

“Project Implementation” means Project Implementation as per the testing standards and

acceptance criteria prescribed by Client or its nominated agencies.

“Project Plan” means the document to be developed by the Contractor and approved by West

Bengal State Beverages Corporation Limited/ Excise directorate/ SPL, based on the

requirements of the Contract. The project plan may be changed/ modified during the course of

14 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

the project. Should the Project Plan conflict with the provisions of the Contract in any way, the

relevant provisions of the Contract, including any amendments, shall prevail.

“Period of Agreement" means 5 years from the date of Final acceptance of the Project.

“Material Breach” means a breach by either Party (Client or Bidder) of any of its obligations

under this Agreement which has or is likely to have an Adverse Effect on the Project which

such Party shall have failed to cure.

“Parties” means Client and Bidder for the purposes of this Agreement and “Party” shall be

interpreted accordingly.

“Services” means the work to be performed by the Bidder pursuant to this Contract, as

described in the detailed Scope of Work.

"System Integrator/ SI/ Operator" means the company providing the services under

Agreement.

“Requirements” shall mean and include schedules, details, description, statement of technical

data, performance characteristics, standards (Indian as well as International) as applicable and

specified in the Contract.

“SPL” means Saraswaty Press Limited

“WBSBCL” mean West Bengal State Beverages Corporation Limited

“Termination Notice” means the written notice of termination of the Agreement issued by

SPL/ WBSBCL.

"Uptime" means the time period when specified services are available with specified technical

and service standards as mentioned in section titled WARRANTY SUPPORT” "%Uptime" means

ratio of 'up time' (in minutes) as mentioned in section titled “Warranty support”

"Service Down Time" (SDT) means the time period when specified services with specified

technical and operational requirements as mentioned in section titled “WARRANTY SUPPORT””

are not available to Gov. of W. Bengal and its user departments and organizations.

“Software Application” means the application designed, developed / customized, tested and

deployed by the Bidder for the purposes of the Project and includes the source code (in case of

Bespoke development) along with associated documentation, which is the work product of the

development efforts involved in the Project and the improvements and enhancements effected

during the term of the Project, but does not include the proprietary software components and

tools deployed by the Bidder.

“Successful Implementation / Go-Live” will mean:

o Successful deployment, commissioning and UAT of the Automated SCM Solution

modules implemented during the phase

o Procurement, deployment and commissioning of the hardware at WBSBCL office

& depot locations required to support the functioning of modules of that Phase

15 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

o Network connectivity between WBSBCL/Directorate of Excise and all

depots/warehouses

o Successful Data migration after verification and approval by WBSBCL or its

constituted committees or representatives

o Achievement of the Service Levels as expected during all phases

o Acceptance / Sign off from SPL/WBSBCL or its constituted committees or

representatives.

o Training and capacity building

“Services” means the services delivered to the Stakeholders of Client or its nominated

agencies, employees of Client or its nominated agencies, and to professionals, using the

tangible and intangible assets created, procured, installed, managed and operated by the

Bidder including the tools of information and communications technology and includes but is

not limited to the list of services specified in this RFP.

“Service Level” Means the level of service and other performance criteria which will apply to

the Services delivered by the bidder.

“SLA” means the Performance and Maintenance SLA executed as part of the Master Service

Agreement.

“WBSBCL Data” means all proprietary data of the WBSBCL/ Excise directorate/ SPL

generated out of operations and transactions, documents pertaining to all supplier/retailer

data and related information including but not restricted to user data which the Bidder

obtains, possesses or processes in the context of providing the Services to the users pursuant

to this Agreement.

SEALING, MARKING AND SUBMISSION OF BID Interested Bidders are required to submit their bids in separate sealed envelopes as per

instructions given below: -

Bidders shall submit their bids in five parts each in separate sealed envelope super-scribed

with RFP document number, due date, Project name (Implementation of automation in Supply

Chain Management for West Bengal State Beverages Corporation Limited (WBSBCL), Government

of West Bengal)

Part – I : Bid Security, Tender document Fee & Bid Form

Part – II : Declaration of compliance to eligibility/ pre-qualification criteria

Part - III : Technical Bid complete with all details

Part - IV : Commercial/ Price Bid with full price details as per Format

Part – V : Soft copy in CD/DVD

16 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The envelopes containing Part – I, Part – II, Part – III, Part – IV & Part – V of offer shall be

enclosed in a large envelop duly sealed and super-scribed with RFP document number, due

date, Project name (Implementation of automation in Supply Chain Management for West Bengal

State Beverages Corporation Limited (WBSBCL) and Excise Directorate, Government of West

Bengal). The bidder shall seal & mark various parts of the proposal as follows:

A) Bid Security in one envelope super- scribed with words

“Bid Security, RFP Fee & Bid Form for Implementation of automation in Supply

Chain Management for West Bengal State Beverages Corporation Limited

(WBSBCL) and Excise Directorate, Government of West Bengal”.

B) Declaration in bidder’s letter head complying eligibility criteria duly signed and

stamped along with copy of List of Documents Submitted) in one envelop super scribed

with words

“Declaration of compliance to eligibility/ pre-qualification criteria -

Implementation of automation in Supply Chain Management for West Bengal

State Beverages Corporation Limited (WBSBCL) and Excise Directorate,

Government of West Bengal”.

This declaration is mandatory without which the bid will not be considered.

C) Technical Bid in one envelope super- scribed with words

“Technical Bid for Implementation of automation in Supply Chain Management

for West Bengal State Beverages Corporation Limited (WBSBCL) and Excise

Directorate, Government of West Bengal”.

D) Commercial/ Price Bid in one envelope super- scribed with words

“Commercial/ Price Bid for Implementation of automation in Supply Chain

Management for West Bengal State Beverages Corporation Limited (WBSBCL) and

Excise Directorate, Government of West Bengal”.

E) Soft copy of the full bid documents except Price Bid to be submitted by the bidder in

CD/DVD in one envelop super scribed with words.

“Soft Copy - Implementation of automation in Supply Chain Management for West

Bengal State Beverages Corporation Limited (WBSBCL) and Excise Directorate,

Government of West Bengal”.

This soft copy is mandatory without which the bid may not be considered.

F) All the envelopes shall be sealed in a covering envelop super-scribed with words

17 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

“Tender No.: SPL-201704-0001 dated 5th April 2017, All Document & Price Bid for

Implementation of automation in Supply Chain Management for West Bengal State

Beverages Corporation Limited (WBSBCL) and Excise Directorate, Government of West

Bengal”. Every envelope and forwarding letter of various parts of the proposal shall be

addressed as follows:

Purchase Committee, Saraswaty Press Limited Excise Directorate

Systems Cell, 1st Floor,

32, B.B. Ganguly Street,

Kolkata - 700 012.

The envelope shall be sealed by signing across all joints & pasting good quality transparent

adhesive tape on top of such joints & signatures with company seal. Proposals sent through

telex/telegrams/fax/e-mail shall not be accepted. WBSBCL shall not be responsible for delay

on account of delivery by the postal authorities as well as courier companies. Such delivery

shall be at the risk and cost of the bidder. If the envelopes are not sealed and marked as

required above, WBSBCL shall assume no responsibility for the proposal’s misplacement or

premature opening.

The sealed envelope containing Part – I, Part – II, Part – III, Part IV & Part – V must be delivered

to the Systems Cell, Excise Directorate, 32 B. B. Ganguly Street, Kolkata -700 012 through

speed post/Courier or personally submitted in drop box on or before 26th April 2017 1400

hours and collect a receipt for submission. No other mode of delivery shall be accepted.

WBSBCL will not be responsible for any postal delay.

QUERY The last date of submission of queries is 18th April 2017 at 14.00 hrs. The queries shall be

submitted in the format as provided below. Queries will be sent to Additional Excise

Commissioner (Systems) ([email protected]) with a copy to [email protected].

Each Bidder shall send only one e-mail containing the Pre-Bid Queries, as per format. In case

of more than one e-mail, only the queries provided in the first e-mail shall be considered.

Pre-Bid Meeting

i. WBSBCL will host a Pre-Bid Meeting for queries (if any) by the prospective bidders. The

representatives of the bidders may attend the pre-bid meeting at their own cost. The

purpose of the pre-bid meeting is to provide a forum to the bidders to clarify their

doubts/seek clarification or additional information necessary for them to submit their

bid.

ii. All enquiries from the bidders relating to this Bid Document must be submitted to the

designated contact person as mentioned above via email. The queries should

necessarily be submitted in the following format:

18 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Sl # RFP Document Reference Content of the RFP

requiring clarification

Clarification

Sought Section

No.

Sub-

Section No.

Page No.

1

2

3

COST OF BIDDING The bidder shall bear all costs associated with the preparation and submission of the bid and

SPL will no case be responsible for those costs regardless of the conduct or outcome of the

bidding process.

BID DOCUMENT Bidder is expected to examine all instructions, forms, terms and requirement in the bid

document. The invitation to bid together with all its attachment thereto shall be considered to

be read, understood and accepted by the bidder. No deviations will be accepted. Failure to

furnish all information required by the bid document or a bid not substantially responsive to

the bid document in every respect may result of the bid.

AMENDMENT OF BID DOCUMENT At any time prior to the deadline for submission of proposals, SPL reserves the right to

add/modify/delete any portion of this document by issuance of an Corrigendum, which would

be published on the website. The Corrigendum shall be binding on all bidders and will form

part of the bid documents.

MODIFICATION AND WITHDRAWAL OF BIDS The bidder may modify or withdraw its bid after submission, if written notice of the

modification or withdrawal is received by SPL before the deadline prescribed for bid

submission.

The bidder’s modification shall be prepared, sealed, marked and dispatched as follows:

The bidders shall provide in original of any modification to its bid, clearly identified as

such, in separate envelope duly marked Bid Modification. The envelope shall be duly

marked Bid Modifications.

Other provisions concerning the marking and dispatch of bid modification shall be in

accordance with the bid.

19 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

A bidder wishing to with draw its bid shall notify SPL in writing prior to the deadline

prescribed for the bid submission. A withdrawal notice may be sent by post or the

telefax followed by post confirmation post marked not later than the deadline for

submission of bids. The notice of withdrawal shall be addressed to SPL at the address

as mentioned/stated in the documents, bear the tender reference number and the

words Bid Withdrawal Notice.

Bid Withdrawal Notice received after the bid submission deadline will be ignored and the

submitted bid will be deemed to be a validity submitted bid. No bid may be withdrawn in the

interval between the bid submission deadline and the expiration of the bid validity period

specified in the RFP. Withdrawal of the bid during this interval may result in the bidder’s

forfeiture of its EMD, pursuant to this RFP.

LANGUAGE OF BID & CORRESPONDENCE The proposal will be prepared by the Bidder in English language only. All the documents

relating to the proposal (including brochures) supplied by the firm should also be in English,

and the correspondence between the Bidder & SPL will be in English language only. The

correspondence by fax/E-mail must be subsequently confirmed by a duly signed formal copy.

BIDDER’S SOLUTION The bidders are requested to study the Bill of Material supplied with this document carefully.

While working out the solution the bidder has to work with the broad minimum specification

provided in the tender documents, conforming to the model, make and Part number (wherever

provided). While submitting the bid the bidder has to detail out all components needed to

complete the system BOM. The bidder is required quote for each item retaining all major

components/sub system detailed and specified. As the contractor will be responsible for

smooth functioning of the system, availability of spares during the tenure of the warranty

period have to be take care by the contractor to maintain the guaranteed uptime.

EARNEST MONEY DEPOSIT (EMD) The firm shall furnish an EMD of 1500000.00 (Rupees Fifteen Lakh only) in the form of a

demand draft from a Scheduled Bank payable at Kolkata and in favour of Saraswaty Press

Limited. Any bid not accompanied with the EMD shall be rejected. The validity of EMD

instrument will be initially 3 months, to be extended, if required.

FORFEITURE OF EMD EMD made by Bidder may be forfeited under the following conditions:

20 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

If Bidder withdraws the proposal before the expiry of validity period.

During the evaluation process, if a Bidder indulges in any such activity as would

jeopardize the process, the decision of SPL regarding forfeiture of EMD shall be final

and shall not be called upon question under any circumstances.

If Bidder violates any of the provisions of the terms and conditions of the proposal.

In the case of a successful Bidder, if Bidder fails to:

a) Accept the work order along with the terms and conditions.

b) Furnish performance security.

c) Violates any of the work conditions of this proposal or indulges in any such

activities as would jeopardize the work.

d) Submitting false/misleading information/declaration/documents/proof/etc.

The decision of SPL regarding forfeiture of EMD shall be final and shall not be called upon to

question under any circumstances, besides, forfeiture of EMD even the Bidder will be deferred

from participating in any job for a period of one year.

FORMS AND FORMATS The various inputs for the Technical as well as Price bid are to be submitted in the format

specified. The bidder shall use the form, wherever specified, to provide relevant information. If

form does not provide space for any required information, space at the end of the form or

additional sheets shall be used to convey the said information. For all other cases, the bidder

shall design a form to hold the required information.

LACK OF INFORMATION TO BIDDER The bidder shall be deemed to have carefully examined the Bid document to his entire

satisfaction. Any lack of information shall not relieve the bidder of his responsibility to fulfil his

obligation under the bid. If bidder has any queries relating to bid document then he can send

the queries before the Pre Bid Meeting.

1. EVALUATION PROCEDURE

Bidders who have submitted the valid Bid Security, i.e., EMD, Tender Document Fee &

Bid Form (Part – I) as per requirement shall be considered for further evaluation.

Absence of these documents may lead to summary rejection of the bid.

The Eligibility Criteria (Part – II) will be evaluated by Tender Committee and those

qualify will be considered for further evaluation.

The Tender Committee would perform the Technical Evaluation for qualified bidders. In

order to facilitate the evaluation, the marking scheme presented is an indication of the

relative importance of the evaluation. Bidders securing a minimum of 70% marks in

21 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

the Technical Evaluation will only be considered for Price Bid evaluation.

After qualifying in Technical Evaluation, qualified bidders will only be considered for

Price Bid evaluation.

The basis of price bid evaluation shall be “Least Cost Evaluation”. That is the bidder

with the lowest Total Cost of ownership for implementation of the solution and

operations and maintenance for a period of 5 years will be declared as the most

responsive bidder.

The quoted cost will be firm for the entire duration of the project which is five years

from the date of commencement of operations (Go-Live date of SCM Automation). After

the end of the contract period of five years the bidder will hand over (and transfer

ownership of) the application software, hardware, network connectivity to all

depots/warehouses & offices and networking components used for this project to SPL.

AWARDING OF CONTRACT An affirmative Post Qualification determination will be prerequisite for award of the contract to

the most overall responsive bidder. A negative determination will result in rejection of bidder’s

bid, in which event the SPL will proceed to the next lowest evaluated bidder to make a similar

determination of that bidder’s capability to perform satisfactorily. SPL will award the contract

to the successful bidder whose bid has been determined to be substantially responsive after

final negotiation may held with the most responsive bidder, if required. This is a turnkey job in

a nature, so bidder(s) to quote all the items mentioned in the tender document, which can

ensure single point contact / sole responsibility of the bidder(s) towards project execution. The

successful bidder (s) will have to give security deposit in the form of Performance Bank

Guarantee (PBG) of value INR one crore.

CONTRACT EXECUTION On receipt of the Letter of Award the contractor should submit a Performance Bank Guarantee

of value INR one crore within six weeks from the date of receipt of Letter of Award/Order. The

PBG should be valid for a period of sixty five months from the date of issuance of LOI, and may

be extended at the discretion of SPL.

LIQUIDATED DAMAGE The job includes the supply and installation of materials mentioned in the tender document. In

the event of failure to meet the job completion in stipulated date/time liquidated damage may

be imposed on the contractor for sum not less than INR one lakh for each week or part thereof,

subject to a ceiling of INR one crore. In the event of LD exceeds INR one crore, SPL reserves the

right to terminate the contract and SPL will get the job completed by any other competent

party. The difference of cost incurred by SPL will be recovered from the contractor.

22 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

PENALTY It should be noted that suitable penalty, mentioned under ‘Penalties’ clause of this RFP would

be charged to the System Integrator in case of delay from their end and would be finalized in

the contract. The penalty is capped at INR one crore.

SUSPENSION OF WORK SPL shall have the power at any time and from time to time by notice to the Contractor to delay

or suspend the progress of the work or any part of the work due to any other adequate reasons

and on receipt of such notice the contractor shall forthwith suspend further progress of the

work until further notice from SPL. The Contractor shall recommence work immediately after

receiving a notice to do so from SPL. The whole or any part of the time lost for such delay or

suspension shall, if SPL in its absolute discretion thinks fit, but not otherwise, be added to the

time allowed for completion.

LIABILITY In case of a default on bidder’s part or other liability, SPL shall be entitled to recover damages

from the Contractor. In each such instance, regardless of the basis on which SPL is entitled to

claim damages from the Contractor (including fundamental breach, negligence,

misrepresentation, or other contract or tort claim), Contractor shall be liable for no more than:

Payment referred to in the Patents and Copyrights clause.

Liability for bodily injury (including death) or damage to real property and tangible

personal property limited to that cause by the Contractor’s negligence.

As to any other actual damage arising in any situation involving non-performance by

Contractor pursuant to or in any way related to the subject of this Agreement, the

charge paid by SPL for the individual product or Service that is the subject of the Claim.

However, the contractor shall not be liable for

For any indirect, consequential loss or damage, lost profits, third party loss or damage

to property or loss of or damage to data.

For any direct loss or damage that exceeds the total payment for Contract Price made or

expected to be made to the Contractor hereunder.

PATENTS & COPYRIGHT If a third party claims that a product delivered by the Contractor to SPL/WBSBCL/ Excise

directorate infringes that party’s patent or copyright, the Contractor shall defend

SPL/WBSBCL/ Excise directorate against that claim at Contractor’s expense and pay all costs,

damages, and attorney’s fees that a court finally awards or that are included in a settlement

approved by the Contractor.

23 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

GOVERNING LAWS This contract shall be governed by and interpreted in accordance with Laws in force in India.

The courts at Kolkata shall have exclusive jurisdiction in all matters arising under the

contract. The Contractor shall keep himself fully informed of all current national, state and

municipal law and ordinances. The Contractor shall at their own expense, obtain all necessary

permits and licensed and pay all fees and taxes required by law. These will be contractor’s

entire obligation regarding any claim of infringement.

WORKMEN’S COMPENSATION

In every case in which by virtue of the provision of the workmen’s compensation Act 1923 or

any other relevant acts and rules, compensation to a workmen employed by the contractor, is

payable, then this should be done by the Contractor. If SPL/ Excise directorate/WBSBCL is

obliged to make any compensation under the said rules and acts, then the amount shall be

recovered without prejudice, from the bills and due of the Contractor. SPL shall not be bound

to contest any claim made against the Contractor in respect of workmen’s compensation.

CONTRACTOR’S EMPLOYEES The Contractor shall comply with the provision of all labour legislation including the

requirement of the payment of Wage Act 1936 and the rules framed there under and

modifications thereof in respect of men employed by him in carrying out the contract. The

Contractor must ensure that he complies with PF, ESI regulation for all his deployed

employees. The Contractor shall see that all authorized Sub Contractors under him similarly

complied with the above requirement.

SAFETY MEASURES The Contractor shall in the course of execution of the work take all necessary precaution for

the protection of all persons and property. The Contractor shall take adequate measures to

protect the work and present accident during the work. In the event of any accident to any

person or persons or damage or injury of any description to any person or property due to

failure on the part of the contractor in taking proper precautionary measures the contractor

shall be responsible for and must make good the loss the damage at his own cost to the

satisfaction of the department and employees of the department shall be indemnified from all

claims or liabilities arising there from or any expenses incurred on account thereof.

EQUIPMENT All tools & tackles necessary for the work shall have to be procured by the contractor unless

otherwise specified elsewhere in these tender documents. The equipment used by the

24 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

contractor for a particular work must be appropriate for the type of work. The contractor shall

maintain the equipment used on the work properly so that they are in good working condition.

In no case shall the contractor use defective or imperfect equipment in the work. The

contractor shall arrange to replace or repair all defective equipment so that the progress of the

work is not hampered. No defective equipment should be left at the site of work and the

department shall not be responsible for any loss or damage to any of these equipments during

the course of the execution of the work.

SUB-CONTRACT The purchaser (SPL) does not recognize the existence of Sub-Contractors. The Contractor’s

responsibility is not transferable.

TERMINATION FOR DEFAULT SPL may without prejudice to any other remedy or right of claim for breach of contract by

giving not less than 30 days written notice of default sent to the contractor, terminate the order

in whole or in part. If the contractor materially fails to render any or all the services within the

time period specified in the contract or any extension thereof granted by SPL in writing and

fails to remedy its failure within a period of thirty days after receipt of default notice from SPL.

If the project (delivery, commissioning as well as warranty maintenance support is not carried

out according to specification due to deficiency in service as per terms of the contract. In such

case SPL will invoke the amount held back from the contractor as PBG.

BANKRUPTCY If the contractor becomes bankrupt or have a receiving order made against him or compound

with his creditors or being a corporation commence to be wound up, not being a voluntary

winding up for the purpose only or amalgamation or reconstruction, or carry on their business

under a receiver for the benefit of their creditors or any of them, SPL/ Excise

directorate/WBSBCL shall be at liberty to terminate the engagement forthwith without any

notice in writing to the contractor or to the liquidator or receiver or to any person in whom the

contractor may become vested and without any compensation to give such liquidator or

receiver or other person the option of carrying out the engagement subject to their providing a

guarantee for the due and faithful performance of the engagement up to an amount to be

determined by SPL.

FORCE MAJEURE It is hereby defined as any cause, which is beyond the control of the Contractor or SPL as the

case may be, which such party could not foresee or with a reasonable amount of diligence

25 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

could not have foreseen and which substantially affect the performance of the contract, such

as

War, Hostilities or warlike operations (whether a state of war be declared or not),

invasion, act of foreign enemy and civil war.

Rebellion, revolution, insurrection, mutiny, usurpation of civil or military, government,

conspiracy, riot, civil commotion and terrorist area.

Confiscation, nationalization, mobilization, commandeering or requisition by or under

the order of any government or de facto authority or ruler, or any other act or failure to

act of any local state or national government authority.

Strike, sabotage, lockout, embargo, import restriction, port congestion, lack of usual

means of public transportation and communication, industrial dispute, shipwreck,

shortage of power supply epidemics, quarantine and plague.

Earthquake, landslide, volcanic activity, fire flood or inundation, tidal wave, typhoon or

cyclone, hurricane, nuclear and pressure waves or other natural or physical disaster.

If either party is prevented, hindered or delayed from or in performing any of its obligations

under the Contract by an event of Force Majeure, then it shall notify the other in writing of the

occurrence of such event and the circumstances of the event of Force Majeure within fourteen

days after the occurrence of such event. The party who has given such notice shall be excused

from the performance or punctual performance of its obligations under the Contract for so long

as the relevant event of Force Majeure continues and to the extent that such party’s

performance is prevented, hindered or delayed.

The party or parties affected by the event of Force Majeure shall use reasonable efforts to

mitigate the effect of the event of Force Majeure up to its or their performance of the Contract

and to fulfil its or their obligation under the Contract but without prejudice to either party’s

right to terminate the Contract.

No delay or non-performance by either party to this Contract caused by the occurrence of any

event of Force Majeure shall.

Constitute a default or breach of the contract.

Give rise to any claim for damages or additional cost or expense occurred by the delay

or non-performance. If, and to the extent, that such delay or non-performance is caused

by the occurrence of an event of Force Majeure.

INSURANCE COVERAGE Appropriate insurance to cover all solution components for the transit period and until the time

of its acceptance at the respective site is to be taken by the contractor. As the contractor will

carry the risk for the material in his books during transit, the contractor should arrange

26 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

insurance for the total system as period from the dispatch till Acceptance Test is successfully

achieved. Further the contractor is to take all required insurance coverage in respect of all its

personnel who shall be working on this engagement.

CORRUPT OR FRAUDULENT PRATICES The Tender Committee requires that the bidders under this Tender observe the highest

standards of ethics during the procurement and execution of such contracts. For this purpose

the definition of corrupt and fraudulent practices will follow the provisions of the relevant laws

in force.

The Tender Committee will reject a proposal for award if it detects that the bidder has engaged

in corrupt or fraudulent practices in competing for the contract in question.

The Tender Committee will declare a firm ineligible, either indefinitely or for a stated period of

time, if it at any time determines that the firm has engaged in corrupt and fraudulent practices

in competing for, or in executing, a contract.

BINDING CLAUSE All decisions taken by the Tender Committee regarding the processing of this tender and award

of contract shall be final and binding on all parties concerned. The Tender Committee reserves

the right:

To vary, modify, revise, amend or change any of the terms and conditions mentioned

above and,

To reject any or all the Tender/s without assigning any reason whatsoever thereof or 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(s) or any obligation to

inform the affected bidder(s) of the grounds for such decision.

WARRANTY Warranty period of all deliverables Hardware & Software (including licenses) items is five years

from the final acceptance from the customer.

The Bidder/OEM will warranty that products supplied under the contract are newly made and

are free from defects in the design, engineering and workmanship. The bidder would be

responsible for the up keep and maintenance of the infrastructure and necessary deliverables

under the scope of work during the entire warranty period, as mentioned in Bill of Material,

from the date of final acceptance of the system by the customer. The bidder shall not, without

the express prior written consent of SPL, assign to any third party of the contract or part

thereof. Service support for the entire warranty period (Five years from the final acceptance

27 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

from the customer) will be on site and comprehensive (including spares) and free of cost for the

entire warranty period.

The SI should provide warranty of all hardware for 5 years from the date of installation/

acceptance by the customer. The SI should also provide warranty/ warranty support for all

software procured for 5 years from the date of Go-Live of the application.

The system implementation support provided by the SI and handholding would be for a period

of five years from the date of Go-Live of the application. During this period, SI should give

necessary Knowledge transition to SPL/ Excise directorate/WBSBCL nominated personnel and

get a signoff from the nodal officer of SPL/ Excise directorate/WBSBCL

WARRANTY SUPPORT The equipment supplied will be warranted against bad workmanship and manufacturing

defects, as mentioned in Bill of Material, from the dated of acceptance of the system whole or

part. Service support for the entire warranty period will be on site and comprehensive

(including spares and all software support) and free of cost for the entire warranty period. As

part of the warranty services the bidder (system integrator) shall provide:

The bidder (system integrator) shall provide a comprehensive on-site service

warranty service for 5 years from the date of commissioning for all hardware. The

bidder (system integrator) shall obtain the five year product warranty and five year

onsite free service warranty from OEM on all licensed software, networking

equipment and other equipment for providing warranty support to SPL/WBSBCL.

Documentary proof from OEM should be submitted after commissioning of

hardware.

The bidder (system integrator) shall provide the comprehensive manufacturer's

warranty and support in respect of proper design, quality and workmanship of all

hardware, equipment, accessories etc. covered by the RFP.

The bidder (system integrator) must warrant all hardware, equipment, accessories,

spare parts, software etc. procured and implemented as per this RFP against any

manufacturing defects during the warranty period.

The bidder (system integrator) shall provide the performance warranty in respect of

performance of the installed hardware and software to meet the performance

requirements and service levels in the RFP.

The bidder (system integrator) is responsible for sizing and procuring the necessary

hardware and software licenses as per the performance requirements provided in

the RFP. During the warranty period the bidder (system integrator) shall replace or

augment or procure higher-level new equipment or additional licenses at no

28 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

additional cost to the SPL/WBSBCL in case the procured hardware or software is

not adequate to meet the service levels.

Mean Time between Failures (MTBF): If during contract period, any equipment has a

hardware failure (including servers) on four or more occasions in a period of less

than three months, it shall be replaced by equivalent or higher-level new equipment

by the bidder (system integrator) at no cost to SPL/WBSBCL.

During the warranty period the bidder (system integrator) shall maintain the

systems and repair / replace at the installed site, at no charge to SPL/WBSBCL, all

defective components that are brought to the SI's notice.

Warranty should not become void, if SPL/WBSBCL buys, any other supplemental

hardware from a third party and installs it within these machines under intimation

to the SI. However, the warranty will not apply to such supplemental hardware

items installed.

The bidder (system integrator) shall carry out Preventive Maintenance (PM),

including cleaning of interior and exterior, of all hardware and testing for virus, if

any, and should maintain proper records at each site for such PM. Failure to carry

out such PM will be a breach of warranty and the warranty period will be extended

by the period of delay in PM.

The bidder (system integrator) shall use the antivirus which is available at state.

However in case there is a requirement to procure the license for anti-virus, the

bidder (system integrator) shall in consultation with SPL/WBSBCL nominated

agency and SPL/WBSBCL Nodal Officer would procure the anti-virus Licenses and

maintain the service part.

The bidder (system integrator) shall monitor warranties to check adherence to

preventive and repair maintenance terms and conditions.

The bidder (system integrator) shall ensure that the warranty complies with the

agreed Technical Standards, Security Requirements, Operating Procedures, and

Recovery Procedures.

Any component that is reported to be down on a given date should be either fully

repaired or replaced by temporary substitute (of equivalent configuration) within the

time frame indicated in the Service Level Agreement (SLA).

The bidder (system integrator) shall develop and maintain an inventory database to

include the registered hardware warranties.

ANNUAL TECHNICAL SUPPORT As part of the ATS services, the bidder (system integrator) shall provide:

29 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

1. The bidder (system integrator) shall maintain data regarding entitlement for

software upgrades, enhancements, refreshes, replacements and maintenance.

2. The bidder (system integrator) should carry out any requisite adjustments /

changes in the configuration for implementing different versions of Application

Software.

3. The bidder (system integrator) shall provide from time to time the Updates /

Upgrades / new releases / new versions / Patches / Bug fixes of the software,

operating systems, etc. as required. The bidder (system integrator) should provide

free Updates / Upgrades / new releases / new versions / Patches / Bug fixes of the

software and tools to SPL/WBSBCL as and when released by OEM.

4. Software License Management. The bidder (system integrator) shall provide software

license management and control. The bidder (system integrator) shall maintain data

regarding entitlement for software upgrades, enhancements, refreshes,

replacements, and maintenance.

5. The bidder (system integrator) shall have complete manufacturer’s technical support

for all the licensed software problems and/or questions, technical guidance, defect

and non-defect related issues. The bidder (system integrator) shall provide a single-

point-of-contact for software support and provide licensed software support

including but not limited to problem tracking, problem source identification,

problem impact (severity) determination, bypass and recovery support, problem

resolution, and management reporting.

6. The technical manpower should understand query in English and Bengali.

GRAFTS, COMMISSIONS, GIFTS, ETC. It is the Purchaser’s policy to require that bidders, suppliers, contractors and consultants

under contracts, observe the highest standard of ethics during the procurement and execution

of such contracts. Any graft, commission, gift or advantage given, promised or offered by or on

behalf of the contractor or his partner, agent, officers, director, employee or servant or any one

on his or their behalf in relation to the obtaining or to the execution of this or any other

contract with SPL/ Excise directorate/WBSBCL shall in addition to any criminal liability which

it may incur, subject the contractor to the cancellation of this and all other contracts and also

to payment of any loss or damage to SPL/ Excise directorate/WBSBCL resulting from any

cancellation. SPL/ Excise directorate/WBSBCL shall then be entitled to deduct the amount so

payable from any monies otherwise due to the contractor under contract.

ENFORCEMENT OF TERMS

30 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The failure of either party to enforce at any time any of the provision of this contract or any

rights in respect thereto or to exercise any option here in provided shall in no way be construed

to be a waiver to such provisions, rights or options or in any way to affect the validity of the

contract. The exercise by either party of any of its rights herein shall not preclude or prejudice

either party from exercising the same or any other right it may have hereunder.

PERIOD OF VALIDITY OF OFFER For the purpose of placing the order, the proposals shall remain valid till 180 days. During the

period of validity of proposals, the rates quoted shall not change. In exceptional circumstances,

SPL/ Excise directorate/WBSBCL may ask for extension of the period of validity and such a

request shall be binding on Bidders. SPL/WBSBCL’s request and the response to such a

request by various Bidders shall be in writing. A Bidder agreeing to such an extension will not

be permitted to increase its rates.

TAXES & DUTIES The prices quoted shall be inclusive of all taxes & levies including Service Tax.

Deduction of all statutory and necessary Tax from each bill will be made as per

Government Order prevailing at the time of payment. Necessary tax deduction

certificate will be issued on demand by the Company.

Bidder submitting a tender shall produce up to date VAT, Income Tax and Profession

Taxes Certificate in the standard form from the Tax Authority or a Certificate that the

assessment is under consideration. All such clearance certificates shall remain valid on

the last date of permission.

DISCREPANCIES IN BID Discrepancy between description in words and figures, the rate which corresponds to

the words quoted by the bidder shall be taken as correct.

Discrepancy in the amount quoted by the bidder due to calculation mistake of the unit

rate then the unit rate shall be regarded as firm.

BID DUE DATE The sealed tender shall be received by SPL at the address not later than the due date and time

specified in the Important Dates Sheet. SPL/WBSBCL may as its discretion on giving

reasonable notice by fax, or any other written communication to all prospective bidders who

have been issued the bid documents, extend the bid due date, in which case all rights and

obligations of the SPL/WBSBCL and the bidders, previously subject to the bid due date, shall

thereafter be subject to the new bid due date as extended.

LATE BID

31 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Late bid not to be accepted by SPL/WBSBCL

OPENING OF BID BY SPL

Bids shall be opened in the presence of Bidder’s representative (maximum 2) who chooses to

attend. The bidder’s representatives who are present shall sign a register evidencing their

attendance and produce necessary authorization. The bidder’s name, Bid modifications or

withdrawals, discounts and the presence or absence of relevant Bid Security and such other

details as SPL/WBSBCL office at his/her discretion, may consider appropriate, shall be

announced at the opening. SPL/WBSBCL shall open the bid security at mentioned time.

CONTACTING SPL/WBSBCL/ EXCISE DIRECTORATE

Bidder shall not approach SPL/WBSBCL/Excise Directorate officers beyond office hours

and/or outside SPL/WBSBCL office premises from the time of the Bid opening to the time of

finalization of successful bidder. Any effort by bidder to influence SPL/WBSBCL office in the

decision on Bid evaluation, Bid comparison or finalization may result in rejection of the

Bidder’s offer. If the bidder wishes to bring additional information to the notice of

SPL/WBSBCL, it should be in writing.

SPL/WBSBCL’S RIGHT TO REJECT ANY OR ALL BIDS

SPL/WBSBCL reserves the right to reject any bid 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(s) or any obligation to inform the affected bidder(s) of the grounds for such

decision.

BID CURRENCIES

Prices shall be quoted in Indian Rupees, inclusive of all prevailing taxes, levies, duties, cess etc.

PRICE

Price should be quoted in the Price Bid format only. No deviation in any form in the

Price Bid sheet is acceptable.

Price quoted should be firm, inclusive of all charges, taxes and duties.

CANVASING

Canvassing or support in any form for the acceptance of any tender is strictly prohibited. Any

bidder doing so will render him liable to penalties, which may include removal of this name

from the register of approved Contractors.

32 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

NON-TRANSFERABILITY OF TENDER

This tender document is not transferable. Only the bidder, who has purchased this tender

form, is entitled to quote.

FORMATS AND SIGNING OF BID

The original and all copies of the proposals shall be neatly typed and shall be signed by an

authorized signatory (ies) on behalf of the Bidder. The authorization shall be provided by

written Power of Attorney accompanying the proposal. All pages of the proposal, except for un-

amended printed literature, shall be initialled by the person or persons signing the proposal.

The proposal shall contain no interlineations, erase or overwriting. In order to correct errors

made by the Bidder, all corrections shall be done & initialled with date by the authorized

signatory after striking out the original words/figures completely.

WITHDRAWAL OF BID

Bid cannot be withdrawn during the interval between their submission and expiry of Bid’s

validity period. Fresh Bid may be called from eligible vendors for any additional item(s) of work

not mentioned herein, if so required.

INTERPRETATION OF DOCUMENTS

If any bidder should find discrepancies or omission in the specifications or other tender

documents, or if he should be in doubt as to the true meaning of any part thereof, he shall

make a written request to the tender inviting authority for correction/clarification or

interpretation or can put in a separate sheet along with his technical bid document.

PREPARATION OF TENDER

Tender shall be submitted in accordance with the following instructions:

a) Tenders shall be submitted in the prescribed forms. All signatures shall be in

longhand. Where there is conflict between the words and the figures, the words

shall govern.

b) All notations must be in ink or type written. No erasing or overwriting will be

permitted. Mistakes may be crossed out and corrections typed or written with ink

adjacent thereto and must be initialled in ink by the person or persons signing the

tender.

c) Tenders shall not contain any recapitulation of the work to be done. Alternative

proposals will not be considered unless called for. No written, oral, telegraphic or

telephonic proposals for modifications will be acceptable.

33 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

d) Tenders shall be delivered to the office as notified on or before the date and time set

for the opening of tenders in the Notice Inviting Tenders. The packet of documents

including the tender shall be enclosed in sealed envelope having the title of the work

and the name of the bidder.

e) Tenders subject to any conditions or stipulations imposed by the bidder are liable to

be rejected.

f) Each and every page of the tender document must be signed with company seal by

the bidder.

g) Any bidder may withdraw his tender by written request at any time prior to the

scheduled closing time for receipt of tenders and not thereafter.

PRE-DISPATCH INSTRUCTION

All materials / equipments supplied against the purchase order shall be subjected to

Inspection, check and /or test by the authorized representative from SPL/ Excise

directorate/WBSBCL.

FINAL INSPECTION

Final inspection of hardware delivered will be carried by the authorized representative from

SPL/ Excise directorate/WBSBCL

SITE INSPECTION

Bidder can inspect (at their own cost) the sites if required, for which they have to take

necessary permission from SPL/ Excise directorate/WBSBCL in writing. SPL/ Excise

directorate/WBSBCL will take at least four days to organize such permission.

ERASURES OR ALTERNATIONS

The offers with overwriting and erasures may make the tender liable for rejection if each of

such overwriting/erasures/manuscript ions is not only signed by the authorized signatory of

the bidder. There should be no hand-written material, corrections or alterations in the offer.

Technical details must be completely filled up. Correct technical information of the product

being offered must be filled in. Filling up of the information using terms such as “OK”,

“accepted”, “noted”, “as given in brochure/manual” is not acceptable. The Customer may treat

offers not adhering to these guidelines as unacceptable. The Customer may, at its discretion,

waive any minor non-conformity or any minor irregularity in the offer. This shall be binding on

all bidders and the Tender Committee reserves the right for such waivers.

34 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

COMPLIANCE WITH LAW

The contractor hereto agrees that it shall comply with all applicable union, state and local laws,

ordinances, regulations and codes in performing its obligations hereunder, including the

procurement of licenses, permits certificates and payment of taxes where required.

The contractor shall establish and maintain all proper records (particularly, but without

limitation, accounting records) required by any law, code/practice of corporate policy

applicable to it from time to time including records and returns as applicable under labour

legislation.

CLARIFICATION OF BIDS

During evaluation of the bids, the Customer/Tender Committee, at its discretion may ask the

bidder for clarification of its bid. The request for the clarification and the response shall be in

writing (fax/email) and no change in the substance of the bid shall seek offered or permitted.

QUALITY CONTROL

The contractor is obliged to work closely with SPL/ Excise directorate/WBSBCL

officials, act within its authority and abide by directive issued by them on

implementation activities.

The contractor will abide by the safety measures and SPL/ Excise directorate/WBSBCL

will not liable from all demands or responsibilities arising from accident/loss of life, the

cause of which is due to their negligence.

The contractor will treat as confidential all data and information about the system,

obtained in the execution of its responsibilities in strict confidence and will not reveal

such information to any party without the prior written approval of SPL/WBSBCL.

SPL/ Excise directorate/WBSBCL reserves the right to inspect all phases of contractor’s

operation to ensure conformity to the specifications. SPL/ Excise directorate/WBSBCL

shall have engineers, inspectors or other duly authorized representatives made known

to the contractor, present during the progress of the work and such representatives

shall have free access to the work at all times. The presence or absence of

representatives of SPL/ Excise directorate/WBSBCL does not relieve the contractor of

the responsibility for quality control in all phases.

The Court of Kolkata only will have the jurisdiction to deal with and decide any legal

matters or dispute whatsoever arising out of the contract.

AUTHENTICATION OF BIDS

35 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The Proposal should be accompanied by a power-of-attorney in the name of the signatory of the

Proposal.

CONSORTIUM

Considering the wide variety of skills and resources needed to implement the automated

SCM solution project, a group of Companies are allowed to come together and bid for

this project as a consortium. However, the following must be noted with respect to the

Consortium:

The total number of consortium members excluding the Prime Bidder cannot exceed

Two.

Only Prime Bidder will submit the Proposal and sign the Contract Agreement.

A Sole Bidder/ Prime Bidder cannot be a member of any (other) consortium. However a

member (other than Prime Bidder) of a consortium can be a member of more than one

consortium.

A sole bidder/ consortium cannot submit multiple Proposals.

In case of a consortium, the Prime bidder would need to submit a Consortium

Agreement duly executed with the other consortium members for the contract clearly

indicating the division of work with respect to the Scope of Work (naming relevant

clauses and sub-clauses) and their relationship. Consortium Agreement must be

prepared on a stamp paper of requisite value.

Consortium Agreement executed by the Prime bidder and consortium members must

also be addressed to the SPL clearly stating that the Agreement is applicable to this RFP

and shall be binding on them for the contract period. Notwithstanding the Consortium

Agreement, the responsibility of completion of job under this contract will be with the

Prime bidder.

The arrangement among the members of the Consortium shall be disclosed in the

Proposal and binding on the members and no change in role and responsibility of the

members would be accepted after the submission of the Proposal and till the completion

of the Contract Agreement.

The Prime Bidder shall respond to all queries and clarifications and ensure compliance

to Proposal Process requirements.

No change in the composition of a Bidder will be permitted by SPL during the validity

period of the Proposal

Change in members of the consortium of the successful bidder will be allowed only with

prior approval of the SPL.

If at any stage of RFP process or during the currency of the Contract Agreement, any

suppression/ falsification of information with respect to the above conditions is brought

36 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

to the knowledge of the SPL, then the SPL shall have the right to reject the Proposal or

terminate the Contract Agreement, as the case may be, without any compensation to

the Prime bidder.

GENERAL TERMS

a) All the pages of the bid document including documents submitted therein must be

duly signed and stamped failing which the offer shall be liable to be rejected.

b) All pages of Bid submitted by the bidder should have serial number with proper

indexing.

c) All the documents to be submitted by the bidder along with their offer should be

duly authenticated by the person signing the offer and if at any point of time during

procurement process or subsequently it is detected that documents submitted are

forged/tampered/manipulated in any way, the total responsibility lies with the

bidder and SPL reserves the full right to take action as may be deemed fit including

rejection of the offer and such case is to be kept recorded for any future dealing with

them.

d) Details of the enclosures should be clearly mentioned in the forwarding letter in

your letter head along with the bid.

e) No Technical/Commercial clarification will be entertained after opening of the

tender.

f) Item, if any other than specified in BOM, felt necessary to complete the installation

& commissioning may please be quoted separately with clarification and reflected in

the deviation sheet.

g) Quantity mentioned in the tender document is indicative only and orders shall be

placed subject to actual requirement. SPL reserve the right to increase or decrease

the quantity specified in the tender.

h) SPL reserve the right to reject or accept or withdraw the tender in full or part as the

case may be without assigning the reasons thereof. No dispute of any kind can be

raised the right of buyer in any court of law or elsewhere.

i) SPL reserve the right to ask for clarification in the bid documents submitted by the

bidder. Documents may be taken if decided by the committee.

j) The customer at its discretion may extend the deadline for the submission of Bids.

k) No dispute by the bidders in regard to Technical/Commercial points will be

entertained by SPL/WBSBCL and decision taken by the Tender Committee will be

final.

37 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

l) Discrepancy in the amount quoted by the bidder due to calculation mistake, the

unit rate shall be regarded as firm and the totalling or carry in the amount quoted

by the bidder shall be corrected accordingly.

m) Bidder must submit a separate sealed envelope containing a letter of complying the

eligibility criteria otherwise the bid of the bidder will not be accepted.

n) The price offers shall remain firm within the currency of contract and no escalation

of price will be allowed.

o) The acceptance of the tender will rest with the accepting authority who is not bound

to accept the lowest or any tender and reserves the right to reject in part or in full

any or all tender(s) received and to split up the work among participants without

assigning any reason thereof.

p) The price offers shall remain firm within the currency of contract and no escalation

of price will be allowed.

q) The bidder must be present at the time of opening of the Tender. SPL/WBSBCL is

not answerable to any query of any bidder who remain absent at that time.

r) No variation in or modification of the terms of the Agreement shall be made except

by written amendment signed by the parties.

s) Tender documents are not transferable. Bidders must buy the tender documents in

their own name.

EXIT MANAGEMENT

Purpose

a) This sets out the provisions, which will apply on expiry or termination of the MSA

(Master Service Agreement), the Project Implementation, Operation and

Management SLA.

b) In the case of termination of the Project Implementation and/or Operation and

Management, the Parties shall agree at that time whether, and if so during what

period, the provisions of this Schedule shall apply.

c) The Parties shall ensure that their respective associated entities carry out their

respective obligations set out in this Exit Management Schedule.

Transfer of Assets

a) SPL/WBSBCL/Excise Directorate shall be entitled to serve notice in writing on the

bidder (system integrator) at any time during the exit management period as

detailed hereinabove requiring the bidder (system integrator) and/or its sub-

contractors to provide the SPL/WBSBCL/Excise Directorate with a complete and up

38 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

to date list of the Assets within 30 days of such notice. The SPL/WBSBCL shall then

be entitled to serve notice in writing on the bidder (system integrator) at any time

prior to the date that is 30 days prior to the end of the exit management period

requiring the bidder (system integrator) to sell the Assets, if any, to be transferred to

the SPL/WBSBCL or its nominated agencies at book value as determined as of the

date of such notice in accordance with the provisions of relevant laws.

b) In case of contract being terminated by the SPL/WBSBCL/Excise Directorate, it

reserves the right to ask the bidder (system integrator) to continue running the

project operations for a period of 6 months after termination orders are issued.

c) Upon service of a notice under this Article the following provisions shall apply:

A. in the event, if the Assets to be transferred are mortgaged to any financial

institutions by the SI, the bidder (system integrator) shall ensure that all such

liens and liabilities have been cleared beyond doubt, prior to such transfer. All

documents regarding the discharge of such lien and liabilities shall be furnished

to the SPL/WBSBCL/Excise Directorate.

B. All risk in and title to the Assets to be transferred / to be purchased by the

SPL/WBSBCL/Excise Directorate pursuant to this Article shall be transferred to

SPL/WBSBCL/Excise Directorate, on the last day of the exit management

period.

C. SPL/WBSBCL/Excise Directorate shall pay to the bidder (system integrator) on

the last day of the exit management period such sum representing the Net Block

(procurement price less depreciation as per provisions of Companies Act) of the

Assets to be transferred as stated in the Terms of Payment Schedule.

D. Payment to the outgoing bidder (system integrator) shall be made to the tune of

last set of completed services / deliverables, subject to SLA requirements.

E. The outgoing bidder (system integrator) will pass on to SPL/WBSBCL/Excise

Directorate and/or to the Replacement system integrator, the subsisting rights

in any leased properties/ licensed products on terms not less favourable to

SPL/WBSBCL/Excise Directorate Replacement system integrator, than that

enjoyed by the outgoing system integrator.

Cooperation and Provision of Information

During the exit management period:

I. The Bidder will allow SPL/WBSBCL the access to information reasonably

required to define the then current mode of operation associated with the

provision of the services to enable the SPL/WBSBCL to assess the existing

services being delivered;

39 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

II. promptly on reasonable request by the SPL/WBSBCL, the bidder (system

integrator) shall provide access to and copies of all information held or

controlled by them which they have prepared or maintained in accordance with

this agreement relating to any material aspect of the services (whether provided

by the Bidder or sub-contractors appointed by the Bidder). The SPL/WBSBCL

shall be entitled to copy of all such information. Such information shall include

details pertaining to the services rendered and other performance data. The

Bidder shall permit the SPL/WBSBCL or its nominated agencies to have

reasonable access to its employees and facilities as reasonably required by the

MD, SPL/WBSBCL to understand the methods of delivery of the services

employed by the Bidder and to assist appropriate knowledge transfer.

Confidential Information, Security and Data

I. The Bidder will promptly on the commencement of the exit management period

supply to the SPL/WBSBCL or its nominated agency the following:

A. information relating to the current services rendered and customer and

performance data relating to the performance of sub-contractors in relation to

the services;

B. documentation relating to Project’s Intellectual Property Rights;

C. documentation relating to consortium partners;

D. all current and updated data as is reasonably required for purposes of

SPL/WBSBCL or its nominated agencies transitioning the services to its

Replacement Bidder in a readily available format nominated by the

SPL/WBSBCL, its nominated agency;

E. all other information (including but not limited to documents, records and

agreements) relating to the services reasonably necessary to enable

SPL/WBSBCL or its nominated agencies, or its Replacement Bidder to carry out

due diligence in order to transition the provision of the Services to SPL/WBSBCL

or its nominated agencies, or its Replacement Bidder (as the case may be).

II. Before the expiry of the exit management period, the Bidder shall deliver to the

SPL/WBSBCL or its nominated agency all new or up-dated materials from the

categories set out in Schedule above and shall not retain any copies thereof,

except that the Bidder shall be permitted to retain one copy of such materials for

archival purposes only.

III. Before the expiry of the exit management period, unless otherwise provided

under the MSA, the SPL/WBSBCL or its nominated agency shall deliver to the

40 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Bidder all forms of Bidder confidential information, which is in the possession or

control of MD. SPL/WBSBCL or its users.

Transfer of Certain Agreements

On request by SPL/WBSBCL or its nominated agency the Bidder shall effect such assignments,

transfers, licences and sub-licences as the SPL/ WBSBCL may require and which are related to

the services and reasonably necessary for the carrying out of replacement services by the

SPL/WBSBCL or its nominated agency or its Replacement Bidder.

Rights of Access to Premises

I. At any time during the exit management period, where Assets are located at the

Bidder's premises, the Bidder will be obliged to give reasonable rights of access to (or, in

the case of Assets located on a third party's premises, procure reasonable rights of

access to) SPL/WBSBCL or its nominated agency and/or any Replacement Bidder in

order to make an inventory of the Assets.

II. The Bidder shall also give the SPL/WBSBCL or its nominated agency or its nominated

agencies, or any Replacement Bidder right of reasonable access to the Implementation

Partner's premises and shall procure the SPL/WBSBCL or its nominated agency or

its nominated agencies and any Replacement Bidder rights of access to relevant third

party premises during the exit management period and for such period of time following

termination or expiry of the MSA as is reasonably necessary to migrate the services to

the SPL/WBSBCL or its nominated agency, or a Replacement Bidder.

General Obligations of the Bidder

I. The Bidder shall provide all such information as may reasonably be necessary to effect

as seamless a handover as practicable in the circumstances to the SPL/WBSBCL or its

nominated agency or its Replacement Bidder and which the Bidder has in its

possession or control at any time during the exit management period.

II. For the purposes of this Schedule, anything in the possession or control of any Bidder,

associated entity, or sub-contractor is deemed to be in the possession or control of the

Bidder.

III. The Bidder shall commit adequate resources to comply with its obligations under this

Exit Management Schedule.

Exit Management Plan

I. The Bidder shall provide the SPL/WBSBCL/Excise Directorate or its nominated agency

with a recommended exit management plan ("Exit Management Plan") which shall deal

41 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

with at least the following aspects of exit management in relation to the MSA as a whole

and in relation to the Project Implementation, and the Operation and Management SLA.

A. A detailed program of the transfer process that could be used in conjunction

with a Replacement Bidder including details of the means to be used to ensure

continuing provision of the services throughout the transfer process or until the

cessation of the services and of the management structure to be used during the

transfer;

B. plans for the communication with such of the Bidder's sub-contractors, staff,

suppliers, customers and any related third party as are necessary to avoid any

material detrimental impact on the SPL/WBSBCL/Excise Directorate’s

operations as a result of undertaking the transfer;

C. (if applicable) proposed arrangements for the segregation of the Bidder's

networks from the networks employed by SPL/WBSBCL/Excise Directorate and

identification of specific security tasks necessary at termination;

D. Plans for provision of contingent support to SPL/WBSBCL and Replacement

Bidder for a reasonable period after transfer.

II. The Bidder shall re-draft the Exit Management Plan annually thereafter to ensure that

it is kept relevant and up to date.

III. Each Exit Management Plan shall be presented by the Bidder to and approved by the

SPL/WBSBCL or its nominated agencies.

IV. The terms of payment as stated in the Terms of Payment Schedule include the costs of

the Bidder complying with its obligations under this Schedule.

V. In the event of termination or expiry of MSA, and Project Implementation, each Party

shall comply with the Exit Management Plan.

VI. During the exit management period, the Bidder shall use its best efforts to deliver the

services.

VII. Payments during the Exit Management period shall be made in accordance with the

Terms of Payment Schedule.

This Exit Management plan shall be furnished in writing to the SPL/WBSBCL or its nominated

agencies within 90 days from the Effective Date of this Agreement.

42 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION – C: PRE QUALIFICATION CRITERIA

# Eligibility Criteria Document Proof

1 Bidder must be a Company registered

under the Indian Companies Act, 1956

or 2013 and have their registered offices

with legal presence in India and should

be in business for at least 5 (Five) years

as on date of submission of the bid.

a) Certificate of Incorporation / Registration

under companies Act, 1956 or 2013 or LLP Act

of 2008

b) PAN card

2 The Bidder should have average Annual

Sales Turnover (from services related to

IT/ITeS/ICT) of minimum 10 crores

during the last three (3) financial years

(FY 15-16, FY 14-15, FY 13-14).

The Bidder should also have positive

net worth as on 31 /03/ 2016.

a) Copy of audited financial statements

b) Certificate from the statutory auditor /

company secretary of the company regarding

annual sales turnover from IT or ITeS/ ICT

c) Certificate from the statutory auditor /

company secretary on the Net Worth of the

company as on 31/03/2016

3 Bidders must have implemented at

least one supply chain automation

project in Fast Moving Consumer

Goods (FMCG) or Beverage industry.

Project value must be over INR 50

lakhs for software implementation.

Completed Projects:

• ‘Go-Live’ / Completion certificate issued

by the client

AND

• Payment certificate with minimum 70%

of the payment received will be accepted

as a proof of project being completed (client certificate is required).

Ongoing Projects:

• Ongoing projects may be submitted as

experiences, provided ‘Go-Live’

certificate / Partial completion

certificate issued by client is available

AND

• Minimum 60% of original fees value has been received (client certificate is

required)

• OR Minimum 60% of the annual billing

value has been received (client

certificate is required)

4 The Bidder should not have been

blacklisted/debarred by Central

Government / Any State Government in

India/PSU as on the date of bid

Self-declaration by the authorized signatory of

the Bidder, in the format given in the RFP.

The bidder should submit a declaration of the

43 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

submission. pending court cases (with details) against the

firm specifically related to projects with

Central/State Government. The TEC (Tender

Evaluation Committee’s) decision to debar/

disqualify a firm from technical evaluation

(based on court cases pending) would be final

and binding upon the bidder.

5 The Bidder must have the following

valid certifications:

a) SEI CMMi Level 3 (Effectiveness in

delivering quality software)

b) ISO 9001:2008 certification (Quality

Management) OR ISO 27001

certification (Information Security

Management)

Copies of the valid certificates from authorized

agencies

6 Bidder should have a local office in

West Bengal. If bidder doesn’t have

local office in West Bengal, it should

open a local office within 30 days from

issuance of LoI or signing of the

contract.

Proof of the Local Office in West Bengal or

Undertaking from authorized signatory to open

the local office within 30 days from issuance of

LoI or signing of contract.

In absence of any of the above, the bid will be treated as non-responsive and summarily

rejected.

44 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION-D: TECHNICAL EVALUATION CRITERIA

Evaluation of Technical Bids

i. The Technical Evaluation shall be initiated for only those Bids who qualify in

the Pre-Qualification stage and will be evaluated as per the evaluation criteria

in this clause.

ii. Tender Evaluation Committee (TEC) may require written clarifications from

Bidders to clarify ambiguities / uncertainties arising out of the evaluation of

Bid documents.

iii. Technical Evaluation of the bids would be carried out on three criteria of the

Bidder as given below:

Bidder's Past Experience (40 Marks)

Bidder’s Revenue (25 Marks)

Bidder’s Technical Proposal (35 Marks)

iv. For each of the citations that the Applicant will furnish to support the criteria

mentioned in the table below, Applicant is required to submit the relevant

supporting documents (work orders / client certificates / completion certificate

/ payment certificate / statutory auditor’s certificate / invoices etc.).

v. Above mentioned evaluation criteria would be divided into various sub-criteria,

mentioned as follows.

vi. Citations cannot be repeated. A project under a particular technical evaluation

criteria cannot be repeated for others.

A. Bidder’s Past Experience

# Tech

Evaluation Criteria

Description Max

Marks

1 Experience

with Excise

directorates

in other

states in India

Experience of implementing application software to manage the

supply chain – 10 marks for every project.

*For all such projects the value should be above INR 05 Crore

where cost of software shall not be less than INR 50 lakhs. [Maximum 1 project, mutually exclusive with other categories]

10

2 Experience

of “Similar

Projects”

Bidder shall receive 10 marks for each citation in the following

domains –

Supply chain automation projects in India OR

Enterprise solution implementation in FMCG/beverage companies in India

*For all such projects value should be above INR 05 Crore where

cost of software shall not be less than INR 50 lakhs. [Maximum 1 project, mutually exclusive with Serial number 1]

10

3 Experience i. Bidder’s experience in implementation of ICT (Information and 20

45 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

of Large ICT

Projects in

Government

sector/PSUs

Communication Technology), involving any of the following

• Software Development OR

• Software Maintenance OR

• Organizational Resource Planning System

Implementation OR

• Hardware procurement (servers, CCTV surveillance,

command center, etc. related projects)

ii. *For all such projects value should be above INR 05 Crore.

Ten marks will be awarded for each project. (Max 2 projects,

mutually exclusive with other criteria]

Note

Project should have been implemented in last 5 years, as on

date of the bid submission.

Completed Projects:

• ‘Go-Live’ certificate required to be submitted AND

• Payment certificate with minimum 70% of the payment

received will be accepted as a proof of project being

completed (client certificate is required).

Ongoing Projects:

• Ongoing projects may be submitted as experiences,

provided ‘Go-Live’ certificate is available AND

• Minimum 60% of original fees value has been received OR

60% of the annual billing value has been received. (client

certificate is required)

Note: For projects with no total cost of contract, for example PPP projects on

concession fee, the PTD (payment till date) billed value certified by the client

will be considered.

B. Bidder’s Revenue

# Technical

Evaluation

Criteria

Description Max

Mar

ks

1 Average Annual

Sales Turnover

from IT / ITES

Business

Average annual Sales Turnover from IT / ITES /

ICT Business from audited financial years 2013-

2014, 2014-2015 & 2015-2016

Marks

INR 10 Cr 10

Every additional INR 05 Cr 5

25

Note: In case of a consortium revenue/annual sales turnover of the primary bidder will only

be considered.

46 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

C. Bidder’s Technical Proposal

# Technical Evaluation

Criteria

Description Max Mark

s

1 Bidder’s

Understanding

of the Project

requirements

To be evaluated from the technical proposal documentation and

technical presentation to the TEC. Following parameters will be

examined for evaluation:

Clarity and depth of understanding of the project’s objectives, scope and requirements

Bidder’s evaluation of the present SCM scenario of Excise Directorate/SPL/WBSBCL and strategy for SCM Implementation

Bidder’s understanding of the Excise Directorate/WBSBCL and how the project components would be delivered to meet the project objectives

05

2 Technical

Solution

Proposed

To be evaluated from the technical proposal documentation and

technical presentation to the TEC. The Products / Solutions

shall be evaluated on following parameters :

Compliance to the requirements specified in the RFP

Similar Successful projects executed using these products

/ solutions

Commitment of the OEMs (documented in the proposal

and demonstrated during presentation)

15

3 Approach &

Methodology

To be evaluated from the technical proposal documentation

and technical presentation to the TEC. TEC shall evaluate the Approach and Methodology for the Implementation & Post-

Implementation proposed by bidder and evaluate the same on

the following parameters :

Completeness of the A&M to meet the requirements of the

RFP

Appropriateness of the team proposed (based on evaluation

of CVs and key members evaluated during presentation by

the TEC)

Any unique project implementation strategy(ies) proposed,

which can impact projects outcomes in positive manner

Risks identification and proposed mitigation plan

15

vii. Only those Bids which have a minimum score of 70% of total marks in

technical evaluation will be considered for opening of their Price Bid.

Technical Presentation

The bidders, who will be found eligible as per pre-qualification criteria will be asked to

give a presentation on its proposed solution with a comprehensive Demonstration.

Then, WBSBCL reserves the right to accept or reject the solution on basis such as

acceptance of the solution and timelines.

47 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION-E: SCOPE OF WORK- IMPLEMENTATION PHASE

This section details out the functional and technical specifications for each identified

scope element of this tender. It also includes list of proposed locations as part of

implementation scope. It is to be noted that the activities defined within functional

and technical specifications are to be taken as benchmark requirements / indicative

in nature and may not be exhaustive.

1.1. Summary of the Project Scope

The project comprises of various components as shown in the diagram below. Please

note that this diagram a high level summary of the scope of work of the tender and is

given in the RFP to bring clarity to prospective bidders on the overall scope of project.

The project envisages an integrated and automated Supply chain management system.

Along with this the department plans to implement & integrate the CCTV surveillance,

vehicle tracking system and a central command control center with helpdesk to

facilitate better administration. Further the system should also integrate different

government systems like GRIPS/IFMS and NIC developed e-Abgari application. The

scope of work also includes provision of bandwidth, DC-DR and required office

hardware. The successful bidder shall carry out the detail requirement analysis and

finalize the Technical Architecture in consultation with WBSBCL/ Excise Directorate

and its consultants. Broad level scope of the Project components to be executed by the

SI selected through this tender is shown in the figure below:

Note:

48 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

1. Hologram/ QR Code / Adhesive label would be provided by Saraswaty Press Ltd/ any

other agency mandated by Govt. of West Bengal.

2. License Management would be carried out through NIC developed e-Abgari solution. 3. Legal Module would be managed outside purview of this current project scope of work.

1.2. Project Implementation Services

SI shall undertake following project activities as part of Project Implementation

Services:

1.2.1. Project Execution Planning

SI is expected to undertake an in-depth study of the Supply Chain Management

landscape to meet the requirements of this tender and undertake the necessary

customization in this application. Refer Appendix -1 of this RFP for the technical and

functional information on this system. Bidders may visit State Excise Directorate HQ

office in Kolkata (32 B.B. Ganguly Street) to obtain further information on the existing

scenario. SI shall also undertake necessary field surveys to finalize the detailed system

requirements for all the components of the project, as per the phases defined.

1.2.2. Application System Implementation

SI shall prepare a SRS document for the proposed SCM application requirements and

carry out necessary development/customization. Bidders would need to clearly specify

the project implementation strategy and tactics in their technical proposal.

Various applications to be deployed, operationalized by the SI for this project are listed

for reference:

Supply Chain Management System

Vehicle Tracking System

Helpdesk Management System

Network Management System, Server Infrastructure Management System

Shared services like Finance (including payroll), HR and other modules

necessary for day to day operations of WBSBCL.

System shall be integrated with following systems:

IFMS/GRIPS (Government Receipts Portal System)

NIC developed e Abgari application

1.2.3. Implementation of Server Side Infrastructure

The SI will be responsible Sizing, Supply, Installation & Operationalization of the

Server Side Hardware and Software. This Server side infrastructure to be deployed by

SI in the data centre.

49 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

1.2.4. Procurement and Installation of the Client Side infrastructure

SI will procure & deploy all the necessary infrastructure for establishing internet

bandwidth, hardware at workstation offices & command & control centres (CCC).

1.2.5. Data Migration

Bidder shall finalize the requirements for data digitization and prepare the strategy for

building the Master Data schema. In addition the data migration methodology to

transfer data from manual and / or the existing systems to the database implemented

for the proposed SCM needs to be defined.

1.2.6. User Acceptance Testing (UAT)

The primary goal of Acceptance Testing is to ensure that the system meets the

requirements, standards, and specifications as set out in this RFP and as needed to

achieve the desired outcomes. SI shall prepare the UAT criteria document and sample

data for UAT, and take approval from WBSBCL/ Excise directorate, well in advance

before start of the UAT process. WBSBCL/ Excise directorate reserves it’s right to

undertake this exercise of Testing, Acceptance and Certification through a third party.

The basic approach for UAT will be ensuring that the following are associated with

clear and quantifiable metrics for accountability:

Functional requirements

Infrastructure Compliance Review

Performance

Security

Manageability

SLA Reporting System

Project Documentation

Data Quality Review

1.2.7. Training

Training is an important aspect of this project, and SPL/WBSBCL/ Excise directorate

expects the SI to undertake it in a very professional manner. SI has to conduct a

proper Training Needs Analysis of all the concerned staff and draw up a systematic

training plan in line with the overall project plan. For all these training programs the

bidder has to provide necessary course material and reference manuals (user/

maintenance/ administration).

1.2.8. System Documents, User Documents

SI will provide documentation, which should follow the ITIL (Information Technology

Infrastructure Library) standards. This documentation should be submitted as the

50 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

project undergoes various stages of implementation. Indicative list of documents

include:

Equipment Manuals: Original Manuals from OEMs.

Training Material: Training Material will include the presentations used for

trainings and also the required relevant documents for the topics being covered.

User Manuals: For all the Application Software Modules, required for

operationalization of the system.

System Manual: For all the Application Software Modules, covering detail

information required for its administration.

Installation Manual

Source Code versioning document

Note: The successful bidder will ensure upkeep & updating of all documentation and

manuals.

1.2.9. Application Software Certification from STQC

Upon successful UAT and prior to the Go Live, SPL/WBSBCL shall undertake testing

and certification of the Software by the Standardization Testing and Quality

Certification (STQC) Directorate. SI shall be required to provide necessary support to

the certification agency and carry out necessary updates to the system to meet the

compliance requirements.

1.2.10. Test & Live Implementation

Upon completion of above activities, SI will have to submit detail plan for the live

implementation of the system. SI has to ensure that the Application Software is

completely operational as per the requirements in this RFP and all the acceptance

tests are successfully concluded as per the satisfaction of WBSBCL / the Project

Consultant.

WBSBCL/ Excise directorate / SPL reserves the right to undertake Test Implementation

of the system before making it public. Upon 15 days of successful Live / Test

Implementation, WBSBCL would give Implementation Completion Certificate to the

Successful Bidder.

1.3. Post Implementation Services

As a part of Post-Implementation services, SI shall undertake the following services for

the period of 5 Years from the date of Implementation Completion Certificate issued by

project monitoring committee comprising of WBSBCL/ Excise directorate / SPL.

1.3.1. Annual Technical Support (ATS) for Application Software

SI would be responsible for the defect free functioning of the application software and

would undertake following as part of ATS for Application Software:

51 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Resolve any issues including bug fixing, improvements in presentation and/or

functionality and others within a duration mentioned in Service Level

Agreement.

Provide the latest updates, patches / fixes, version upgrades relevant for the

software components.

Software version management, and software documentation management

reflecting features and functionality of the solution.

1.3.2. ATS for RDBMS / Application Server / Web Server / System Software

Supplied under this project

Provide the latest updates, patches / fixes, version upgrades, etc.

Software version management, and software documentation management

reflecting features and functionality of the solution.

Database / Application Software tuning to enhance the performance of the

overall system

Undertake regular, proactive Database Management activities.

1.3.3. Bandwidth and Other Consumables

Provision of the required Intranet bandwidth depots/warehouses/WBSBCL

offices (~40 in number)

Internet Connectivity at WBSBCL Data Centre(s)

Connectivity to PDAs given to Excise Directorate Officials

Consumables like Printer Cartridges & Papers at HQ/Depots (for the printers

supplied as part of this tender)

1.3.4. Server Side & Client Side Infrastructure Management

SI shall design an appropriate System Administration policy with precise definition of

duties and adequate segregation of responsibilities and obtaining the approval for the

same from State Excise Directorate. Overall System Administration of the IT

Infrastructure shall include following activities:

Overall management and administration of infrastructure solution including

servers, security components, storage solution and others.

SI has to co-ordinate with other vendors, wherever required/applicable

Performance tuning of the system as may be needed to enhance system’s

performance and comply with SLA requirements on a continuous basis.

Security management including monitoring security and intrusions into the

system to maintain the service levels as per SLA defined. Successful Bidder will

strictly adhere to the Security Policy adopted by State Excise

Directorate/WBSBCL.

Monitor and track server performance and take corrective actions to optimize

the performance on a weekly basis.

52 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Escalation and co-ordination with other vendors for problem resolution

wherever required.

Data storage management activities including regular backup, restore and

archival activities.

Support to system users with respect to attending to their requests for

assistance in usage and management of the application.

Whenever a component has to be replaced because of technical, functional,

manufacturing or any other problem, it shall be replaced with a component of

the same make and configuration. In case the component of same make and

configuration is not available, the replacement shall conform to open standards

and shall be of a higher configuration specifically approved by State Excise

Directorate.

1.3.5. Data Management and Decision Support Dashboard

SI shall be responsible for extending all possible support to State Excise Directorate

/WBSBCL officials for Data Management (like Data entry Screens, Report Generation,

Data Analysis, Data Cleansing, etc). Data could be in English as well as in Bengali.

Data should be Unicode compliant. SI would manage the update of static / dynamic

data for the Web Portal, after due validation from State Excise Directorate/WBSBCL.

1.3.6. Application Software Enhancements / Customizations

State Excise Directorate/WBSBCL reserves the right to ask for the services of following

personnel for carrying out Enhancements / Customizations in any of the modules:

Programmer (with minimum 2 years of relevant programming experience)

System Analyst (with minimum 2 years of relevant System Analysis experience)

Project Manager (with minimum 7 years of relevant Software Project

Management experience)

WBSBCL shall not pay any man month rates for these personnel.

1.3.7. Help Desk and Troubleshooting system

The selected Bidder as part of provisioning support for WBSBCL/ Excise directorate /

SPL officials at each depot/warehouse/office (approximately 70 locations), will setup

centralized helpdesk (and coordinate with the respective OEMs of the IT Infrastructure

deployed at the designated offices. The support personnel posted at the HQ/

depot/warehouse/office will provide resolution to application related problems

through telephone/ remote login or physically. Apart from this location helpdesk will

53 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

co-ordinate with the SI to resolve all the queries at other locations so that they are

resolved within the defined timelines.

1. Provide Help Desk services to track and route requests for service and to

assist department users in answering questions and resolving problems

related to the IT Infrastructure at all the locations.

2. Become the central collection point for contact and control of the

problem, change, and service management processes (This includes

both incident management and service request management)

3. Shall provide a first level of support for application and technical

support at the designated offices.

4. Provide the following integrated customer support by establishing <8 hrs

X 5 days> Help Desk facility for reporting issues/ problems with the

software, hardware and other infrastructure. The helpdesk will work on

Saturdays and holidays in case of exigency as decided by Nodal officer.

A. All users of the system should be able to log a request in the system using

any of the following channels:

i. Telephonic call

ii. email

iii. Through intranet for departmental users

iv. web-portal for external users

B. Complete incident and problem management: - Service desk should

address both Incident Management and Problem Management. The

application should maintain a classification system that will distinguish the

single occurrence trouble tickets or incidents needing immediate resolution

from in-depth root cause analyses that may require longer term to resolve a

problem. The flow of events at the call centre should be:

1. Event is triggered and forwarded to service desk.

2. Service desk submits and updates the trouble ticket.

Tasks expected:

54 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

1. Ticket mapping and allocation: According to the severity, the ticket

should be given the priority level. Also it should map the ticket to the

appropriate personnel for the resolution.

2. Updating the status: Update the status of ticket.

3. It should be able to log and escalate user interactions and requests.

4. It should have an updateable knowledge base for technical analysis

and further help end-users to search solutions for previously solved

issues.

5. Status of registered calls with interface for Call centre, using which

call centre can inform the status to users over phone.

6. Historical report indicating number of calls, time to resolve, status etc

for a specified period of time.

All relevant infrastructure and supporting system software required for the

deployment and operation of the help desk is to be provided by the selected

Bidder.

1.4. Common Guidelines for compliance of IT / Non-IT Equipment / systems

The specifications mentioned for various IT / Non-IT components specified in

this RFP document are indicative requirements and should be treated for

benchmarking purpose only. Bidders are required to undertake their own

requirement analysis and may propose higher specifications that are better

suited to the requirements.

Any manufacturer and product name mentioned in the RFP should not be

treated as a recommendation of the manufacturer / product.

None of the IT / Non-IT equipment’s proposed by the bidder should be End of

Life product. It is essential that the technical proposal is accompanied by the

OEM certificate in the format given in this RFP, where-in the OEM will certify

that the product is not end of life product & shall support for at least 70

months from the date of Bid Submission.

Technical Proposal should be accompanied by OEM’s product brochure /

datasheet. Bidders should ensure complete warranty and support for all

equipment from OEMs. All the back-to-back service agreements should be

submitted along with the Technical Bid.

55 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

All the hardware and software supplied should be from the reputed Original

Equipment Manufacturers (OEMs). WBSBCL reserves the right to ask

replacement of any hardware / software if it is not from a reputed brand and

conforms to all requirements specified in tender documents.

All equipment, parts should be Original and New.

The Successful Bidder should also propose the suitable specifications of any

additional servers / other hardware, if required for the system.

The Servers provided should meet industry standard performance parameters

(such as CPU Utilization of 60% or less, disk utilization of 75% or less).

OEMs for Servers, Enterprise Storage and Wired & Wireless LAN Access

Infrastructure should be placed in Gartner MQ Leaders Segment as per latest

Gartner Report OR should have double digit market share as per latest IDC

Report in their respective products.

All necessary hardware, software, licenses etc. IPR will be in the name of the

WBSBCL/ Excise directorate / SPL

SI is required to ensure that there is no choking point / bottleneck anywhere in

the system (end-to-end) to affect the performance / SLAs.

Successful bidder shall make the details of new technologies, new hardware

available in the market to WBSBCL/ Excise directorate / SPL. Both, WBSBCL/

Excise directorate / SPL and SI, in agreement, will take decision of new

technology/ hardware implementation in case any new/ advanced technology

comes up during the contract period.

The User Interface of the system should be a User Friendly Graphical User

Interface (GUI).

Critical / Core components of the system should not have any requirements to

have proprietary Platforms and should conform to open standards.

For the custom made modules, Industry standards and norms should be

adhered to for coding during application development to make debugging and

maintenance easier. Object oriented programming methodology must be

followed to facilitate sharing, componentizing and multiple-use of standard

code. The application shall be subjected to Application security audit to ensure

that the application is free from any vulnerability.

Mobile interface shall be based on the mobile governance (m-Governance)

strategy of Government of India. Under this strategy, Mobile service delivery

56 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

gateway has been established to provide basis infrastructure support to any

State/ Centre Government departments.

The Web Portal contents will be in Bengali & English.

It must be compatible with Multiple internet browsers such as Internet

Explorer, Mozilla Firefox, Google Chrome, others including mobile browsers.

Various principles to be followed while designing & implementing ICT System

are summarized in the table below:

Parameter Design Principles

Performance Modular design to distribute the appropriate system functions on web and app server.

Using batch processing for resource intensive tasks which need not be done on real time bases.

Portability The system should be portable to all major platforms with minimal changes and appropriate testing.

Scalability The system should be scalable in a manner that as appropriate the capacity and compute infrastructure could be added seamlessly.

System architecture to be based on the Information Exchange principles

The application functions to be divided logically and developed as Modular solution

The system should be able to scale horizontally & vertically.

Reliability The system should have appropriate measures to ensure processing reliability for the data received or accessed through the application.

Prevent processing of duplicate incoming files / data

Unauthorized alteration to the Data uploaded in the system should be prevented

Availability The design of the system should have considerations impacting the availability factor.

Distributed or load balanced implementation of application to ensure that availability of services is not compromised at any failure instance.

Open

Standards

The solution shall be based on open standards and technologies. The solutions should follow Services Oriented Architecture.

SI would need to ensure that IT Security of the entire system is given adequate

significance. In this regard, system integrator will have to provide:

57 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

o Infrastructure security- including policies for identity and information

security policies

o Network security- including policies and practices adopted to prevent and

monitor unauthorized access, misuse, modification, or denial of a

computer network and network-accessible resources, etc.

o Identity and Access Management – including user authentication,

authorisation, SSL & Digital Signatures

o Application security - A compliance audits, Adoption of Technical Standards

for Interoperability Framework and other standards published by GoI for

various eGovernance applications

o End device security, including physical security of all end devices such as

display boards, emergency boxes, kiosks etc.

Following security parameters should be included for all components, but not

limited to:

o Identity and access management

o User / administrator audit log activity (logon, user creation, etc.)

o Secured data storage (storage of video/image/voice/location/data captured

by various devices)

o SSL/TLS encryption for web and mobile application based interfaces for

sensitive data transfer

58 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2. Functional Specifications for various Project Components

2.1. Supply Chain Management (SCM) Software

2.1.1. Objective of the Directorate/WBSBCL

The SCM software will cover all the components pertaining to the end to end

management of wholesale liquor in the state of West Bengal. The system should be

able to cater to all the requirements of the WBSBCL/ Excise Directorate & provide a

comprehensive end to end supply chain management system.

The process maps depicting the core business processes under supply chain

management are mentioned in Appendix-1 of this RFP. Additionally the SI should also

operationalise the shared services like Finance, HR etc. for normal day to day

operation.

2.1.2. Key focus areas of SCM

The main aim of the system is to track the liquor production and transaction cycle.

This system is developed in order to track and monitor each and every transactions at

the Indian Made Foreign Liquor, Beer and Country Spirit manufacturing unit.

Following are the focus areas of the supply chain management system:

To manage the entire supply chain from manufacturer to retailer and keep

track at the SKU (Stock Keeping Unit) level

To monitor the transactions from HQ

To regulate the spirit losses

To analyze the revenue of a particular brand

To identify the duplicate Transport Passes

SCM User Types

There will be 4 broad types of SCM users in Supply Chain Management System.

1. Excise/WBSBCL officials in HQ (approx. 70 nos.)

2. Excise/WBSBCL officials in Depot/Warehouses (approx. 150 nos.)

3. Manufacturers (approx. 50 nos.)

4. Saraswaty Press Limited (approx. 2-3 users)

5. Retailers (~4500 nos.) – Through web portal/ mobile app using internet

The users in Excise/WBSBCL officials and manufacturers/ suppliers should be able to

access the system using intranet/ internet.

59 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.1.3. Requirements from the department

An end to end Supply Chain Management System (SCM) is the solution to streamline

entire operations of WBSBCL/ Excise directorate which should cover all the importers,

manufactories, distilleries and retailers comprehensively.

2.1.4. Functional Requirements

The supply chain management system should cover the processes given in Appendix 1

as well as shared services like finance, HR and other processes necessary for day to

day operations of WBSBCL/ Excise directorate

2.1.5. Master data build up

SI as a vendor will be responsible for the build-up of master data.

Currently, majority of the data is not digitized and the activity of digitization needs

to be taken up by the SI.

The Department will provide all the required data in the hard copy or in the digital

form to the SI. The SI will have to identify and filter such data with the help of

Excise department for associating the data as indexing parameters for the

documents archived in the repository.

SI will be responsible to migrate and digitize the data necessary for successful

running of the new proposed system

Final validation should be done by department senior officers by authenticating the

checklist for migrated /created data.

SI should maintain the database for all wholesalers and licensees in the state with

all the relevant information.

2.1.6. Required Reports / Management Information Systems (MIS)

The MIS reports to be produced are detailed in Appendix – 2 of this RFP.

Commissioner and officer’s dashboards should show only the information relevant

for the designated officer.

Key Performance Indicator (KPI) should provide valuable drill down capabilities to

fully examine data till bottom level.

Facility to show graphical representation of any business critical data and also

automatically send notification and exception messages.

Facility for inventory management & forecasting:

o Stock turn over details for bottled liquor at depots

o Average Inventory value in depots/ warehouse

Licensee Management

o Total number of licenses being managed

o Licensee details like location etc.

60 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Decision Support System

SI is to build up a system to analyse and improve the corporation’s revenue through

sales and transaction analytical capabilities where the solution components like SCM,

VTS will also be integrated with this decision support system. Also the Excise

Directorate wants to analyze the available data and come to logical conclusion which

can help the Directorate of Excise in increasing the revenue and have better control

on the movement of liquor-both legal and illegal.

2.1.7. Application Security

System should have proper authorization mechanism in place to give only the

designated users viewing or changing permissions.

System should have the ability to perform password management functions

including controlled password expirations, minimum password length and

enforcement of alphanumeric password standards, password history logging and

user locking for failed login attempts.

Should maintain an audit trail of all the transactions and all entries into the

system.

2.1.8. Role of SI

SI shall be responsible to implement end to end software & maintain it.

SI is expected to undertake a separate detailed requirements gathering exercise to

understand the system in-depth.

SI to take handover of existing system from NIC and develop the remaining

modules and further integrate with other envisaged systems like E-Abgari.

SI will be responsible to integrate all the modules with supply chain management

system and to upgrade it as and when required.

SI will also be responsible for procuring & setting up the decision support system.

SI will hand over the source code after project completion.

2.2. Vehicle Tracking System (VTS)

2.2.1. Overview

In order to track the movement of the vehicles carrying excisable goods on a real-time

basis, Directorate of Excise/ WBSBCL wants to implement a comprehensive Vehicle

Tracking System (VTS) which will ensure that the updated comprehensive information

is available to the Excise department. Electro-mechanical Padlock (Digital Lock) & GPS

devices will form core components of the solution.

WBSBCL/ Excise directorate wants to track a sizable amount of tankers and trucks with

excisable goods under bond (Excise duty not paid) through this Vehicle Tracking

61 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

System to stop duty evasion. In order to achieve that, vehicle tracking system with GIS

configuration and geo fencing software to be deployed.

2.2.2. Directorate’s Requirement

All vehicles carrying bulk spirits/ liquor will have to be covered as a part of VTS

solution which includes tankers and containers that are to be tracked on a real time

basis. Digital Locks will be required to be installed in the vehicles. Apart from this,

department wants to secure few important places at each location like spirit rooms,

warehouses (for high value bottled foreign liquors) etc. through digital lock system.

Vehicle Tracking Portal & Mobile App will be the other key components of the solution.

Key Components

As per the department’s requirement, Vehicle Tracking System (VTS) should have the

following key components:

Vehicle Mounted Unit (GPS & GPRS device)

GIS based mapping of all manufacturers, liquor retailers, WBSBCL depots and excise offices in West Bengal

Electromechanical Padlocks (Digital lock) with user key

Secure Key Housing

Wall programming device

Vehicle Tracking Portal & Mobile App

Activities to be tracked

VTS solution should provide facility to track the following activities:

Vehicle arrival at processing unit

Loading operation

Exact route of the vehicle

Arrival at units and Unloading operation

62 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.2.3. Required Technical and Functional Specifications

Vehicle Tracking Portal

The Vehicle Tracking Portal should have the following features:

User friendly GUI to manage the system

System should provide live status of vehicles like current location, status, speed,

etc.

Display Vehicle Registration no., Driver details and other details on click of mouse

over the vehicle icon.

Speed and direction monitoring.

Provide a dashboard of all the vehicles the department wants to monitor on a

digitized map with different levels of zoom.

User should be able to select the vehicle from the saved list or search using the vehicle number. Application will fetch the latest location of the vehicle and present the user with map of the area

System should be able to extract the current location of all the vehicles and calculate the distance of the vehicle from the expected landmark.

System should return the list of vehicles along with their distance from the required location.

Minimum 180 days (history) data log on the Server. The interval will be every 3 minutes in running conditions. In off condition and / or halt condition – no data transfer but the last position data shall be available.

Alert Mechanisms

If any vehicle is not moving on the defined route then the Vehicle Tracking System

should show an alert on the department’s system.

For monitoring such routes and the vehicle movement, system should provide the

facility to define different parameters:

For e.g.-

o Route Deviation: > 1 KM from pre-authorized route.

o Un-Authorized Stoppage: > 3 minutes.

o Over Speeding: > 65 KM/hour

Animated Icons in different colours to represent vehicles: If any vehicle is not

reaching within the set time then the

vehicle system should get locked

automatically and for monitoring such

vehicle activity, visual indicators for a

vehicle while enroute can be set by the

department.

63 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Reports / MIS

The solution should provide the facility to make multiple decision reports and

summary of daily/weekly/monthly/yearly reports. It should provide analytical reports

both in text and graphical format.

Performance Monitoring Reports of vehicles on the different parameters to be provided

to designated Excise department officials. The access provisions for each officers shall

be categorized by their roles and needs to be approved by the Department

User should be able to view the following reports and real time data on website

through PC or on smart phones.

1. Vehicle Summary Report 2. Speed Report 3. Latest Location report 4. History of path with point of interest 5. Engine Run time report (Work hour Report) 6. Travel Distance Report 7. Stoppage Report 8. Alert Report

Detailed reports to be sent automatically at scheduled intervals through in Excel & PDF formats.

2.2.4. Role of SI

1. SI shall implement a tried and tested state of art Vehicle Tracking System, to give

the accurate and timely information of the vehicle movement, speed, stop/start,

route compliances, etc.

2. SI will provide assistance to the licensees in installation of the devices like digital

locks, GPS devices and other components as per the specifications given in the RFP

2.3. CCTV Surveillance

2.3.1. Objective of the Directorate of Excise/WBSBCL

The main objective of the WBSBCL is to trace and track the pilferage at each

location/depot/warehouse and to achieve this, directorate has decided to implement

the CCTV at each location.

CCTV surveillance will help track the movement of excisable goods at entry/exit points

at each warehouse/depot. It is proposed to ensure complete security & oversight at all

units which will help the department to monitor the stored goods.

64 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.3.2. Requirements from WBSBCL

All the ~30 warehouses/depots are to be covered under CCTV surveillance in a phased

manner. SI shall install required CCTV Cameras (1 ANPR Camera, 2 Outdoor Fixed

Box / PTZ Camera, at least 5 Indoor Fixed Box cameras and 1 NVR) and at least 5 IP

Fix Bullet cameras at each of the depots/ warehouses.

SI shall implement following components centrally to connect to these CCTV cameras

and monitor them at CCC at HQ and Viewing Centres at Divisional Offices:

Video Management System (VMS)

Automatic Number Plate Recognition (ANPR)

Basic Analytics (Camera Tamper, Motion / Intrusion Detection at each of

the factory locations)

Video Analytics system should provide mechanism to allow alerts to be raised in a

customized manner (i.e. certain types of alerts shall be raised in Command Control &

Viewing Centres, certain types of alerts shall be raised to pre-designated officials).

Video Management System (VMS)

The VMS should allow access of the video feeds on Tablets/select devices on request.

Such an access should be based on MAC Address authentication over SSL (Secure

Socket Layer) and/or by creating a VPN (Virtual Private Network) at minimum. In

addition, the VMS should be able to stream feeds from authorized

Tablets/iPads/select devices on the Video Wall.

The Video Management System will record vehicle movement and then it will retrieve,

review, analyse, and disseminate the resulting data. The system will include cameras,

back-end camera management, camera maintenance and support, storage, retrieval,

viewing, analysing, and dissemination of the video through a video management

system.

The primary purpose of a VMS is to display live video from attached cameras, record

video and allow for easy investigations of security events. The VMS often interfaces

with other components of the security system such as access control, video analytics

etc. and can act as the interface for all components in the security system.

The features which should be considered when deciding on a VMS platform are:

Scalability

Cost and licensing structure

Integration with 3rd party systems

Video display capability and client applications

Investigations and recorded video playback

Rules engine (event handling) and recording engine

65 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Automatic Number Plate Recognition (ANPR)

Automatic Number Plate Recognition (ANPR) technology will be used within

stakeholder’s premises to help detect vehicles and deter excise duty evasion at the

depots/warehouses of West Bengal.

As a vehicle passes through an ANPR camera surveillance lane/gate, its registration

number is read and instantly checked against database records of vehicles of interest.

The licensee will take appropriate enforcement action which would range from warning

letters, out of court settlements, court prosecutions to the wheel clamping and

impounding of vehicles.

Only Excise officers and SI will get the access to ANPR data if it is relevant to their

role. The Excise Department is the data controller for the ANPR system operated

within the depots.

Basic Analytics (Camera Tamper, Motion / Intrusion Detection at each of

the factory locations)

With the help of CCTV surveillance, SI and licensee should focus on the basic

analytical activities at each location like camera tempering detection and intrusion

detection. Alarm triggers should be deployed to detect such movement at each factory

location. Only the movement based footage should get stored. Video analytics

technique can be used to detect and monitor the movement of the vehicle through

CCTV in real time to provide the management information and alarms.

2.3.3. Technical Specifications

The technical specifications are as follows –

2.3.4. Role of SI

SI will have to provide assistance to the depot owner to setup the cameras at each

location and provide for maintenance for the same.

SI will provide training to users at each location.

SI has to do a detail site survey on the minimum number of cameras to be

deployed per location.

66 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.4. Command & Control Center, Helpdesk System

2.4.1. Objective of the Directorate/WBSBCL

A Command Control Centre will be setup at the WBSBCL headquarter with integrated

video wall for surveillance of all locations across state. Also a call centre integrated

grievance redressal system and information portal to be setup with Interactive Voice

Response System (IVRS) and Customer Relationship Management (CRM) support.

2.4.2. Requirements of the department

Command & Control Centre (CCC) and Viewing Centres

CCC would be setup at State Excise Department/ WBSBCL HQ, where-in the overall

system dashboard and CCTV camera feeds shall be available for viewing on 24 / 7

basis. CCC would have following infrastructure:

Video Wall comprising of 4 X 2 (i.e. 8 Nos) of LED TVs (55 inch screen) - A Video

wall along with robust communication and advanced desktops to be setup at

the Command control centre.

Workstations (4 Nos.) - LED screen work (LED TVs (32 inch screen) with viewing

facilities to be setup at the HQs

Lease line connectivity to be provided in order to ensure uninterrupted viewing

of the setup.

Printers (as detailed in Bill of Material)

67 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.4.3. Role of SI

SI is expected to undertake a separate detailed requirements gathering exercise to

understand the CCC implementation at the defined locations.

2.5. Server Side Infrastructure

It is proposed that the SI sets up entire Server Side Infrastructure in the West Bengal

State Beverages Corporation Data Center. Following are the benchmark requirements

which should act as guiding factors for the Bidders to propose the locations for these

Data Centers.

Data Center should provide a dedicated rack space.

The SI also needs to take into consideration the scalability of DC & DR and needs

to keep that into consideration while doing the as is study as well.

Proper provisions needs to be made for the data to be stored for 10 years, using up

the storage space.

2.6. Connectivity

Robust, reliable and scalable network shall be deployed to enable converged

communication. SI shall establish following connectivity:

# Location to be Connected Minimum Bandwidth

1 Depots/Warehouses/ SPL

(35 numbers)

4 Mbps

3 Excise Directorate and WBSBCL) 100 Mbps

4 Data Center 100 Mbps (in redundancy, through different

ISPs)

5 DR Data Center 100 Mbps

68 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The System Integrator shall be allowed to propose network connectivity solution

involving multiple service providers. SI will be responsible for ensuring connectivity for

five years post go live.

2.7. Trace & Track (Adhesive Labels/QR Code)

Saraswaty Press Limited has been mandated by the Government of West Bengal to be

the exclusive supplier of Holographic security labels for affixation on liquor bottles

manufactured and/ or sale in West Bengal. The company has been selling the security

labels to liquor manufacturers and importers. SCM system shall be built around the

QR codes embedded on the hologram labels as well as GS1 GTIN based bar codes on

cartons. POS sales would be captured through GS1 GTIN bar codes on bottles. Apart

from the security features embedded in the holograms, security labels contain QR

code which provide an additional layer of security. This QR code would be central to

the Trace & Track system. The suggested work flow for the trace and track system

would be as follows:

a. The QR codes embedded with random numbers

b. Each QR code shall be tagged with a GTIN based identification number

c. Adhesive labels/QR Codes shall be used for all bottles & cartons

produced by the manufactories. The adhesive labels/QR Codes should be

integrated with the Supply Chain Management (SCM) & Mobile App. The

holograms/adhesive labels/QR codes shall be provided by Saraswaty

Press Ltd.

69 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.8. Development of Web Portal/ Mobile App

With the focus of the Government of West Bengal to use Information Technology as a

medium to reach out to all the relevant stakeholders (internal & external); WBSBCL

wants to develop a user friendly & interactive web portal. Along with the web portal

development, WBSBCL wants to develop a mobile app for internal & external

stakeholders to facilitate business processes.

2.9. Integration with Software Existing in the Department

70 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2.9.1. E-Abgari application

e-Abgari application was developed by NIC which includes control of manufacturing,

distribution and sale of duty paid liquors and restriction of non-duty paid liquor,

seamless communication and supervision. Through this application online collection

of data from the lowest level in state excise supply chain is done to build centralised

databank containing relevant information of regulatory activities, licensees, registered

liquor brands, production and movement of excisable goods and transaction of

revenues.

Role of SI

Automated SCM solutions is to be integrated with e-Abgari by SI.

2.10. Training & Capacity Building

Capacity Building is one of the most critical aspects of the project in view of the

changes that shall be incorporated in the operational behaviour of the organization

with the introduction of new solution. In addition to building capacity, it is extremely

important to focus on the communication strategy to manage and sustain the

impending change. Awareness generation at an early stage of Project development is

imperative for bringing the envisaged change. This section outlines the scope of

capacity building and communication strategy to be adopted for achieving the

objectives.

2.10.1. Approach and Methodology for Training

For any change to sustain it is important that impacted users have capacity to execute

the change. After the change has been implemented, the change becomes the business

as usual. Based on the roles and responsibilities of WBSBCL employees, a role based

training approach is proposed to capture and fill the skill gaps to capacitate

government employees to use supply chain automation application and sustain the

change.

The training should also be imparted to the select Suppliers (like manufactories, brand

owners, importers etc.) & Retailers as they are also the user of application software

solution. The below table demonstrate the approach & methodology for

implementation of capacity building:

Initiation Design &

Development

Implementation Support

Training

Need

Training Plan

& Schedule

Content

Development

Availability of self-

learning/refresher

71 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Assessment

Identification

of training

module

Identification

of training

users

Training

Calendar

Role wise

mapping of

applications

Curriculum

Design

Training

Delivery

Feedback from

users

Feedback review

material

Post-delivery

support if needed

2.10.2. Capacity building Plan

Capacity Building will include the following:

Imparting training as per the Training Need Analysis (TNA).

Trainings will be imparted to all levels of WBSBCL/ Excise directorate

employees as well as for Suppliers & Retailers those who will be involved in the

processes pertaining to the selected services.

Prepare and organize training programs to facilitate the efficient usage of new

system. Training shall encompass the knowledge of basic functionality of

solution and other back-end processes. Training shall also be provided for basic

trouble shooting activities in case of problems.

User Manuals, presentations and videos to be developed to promote self-

learning and assist training participants in undergoing the training.

There would be mechanisms to capture feedback of training programs

conducted to gauge the effectiveness of instruction and make improvements if

required.

2.10.3. Training need analysis (training modules and duration)

Based on the organizational hierarchy and the envisaged roles and responsibilities,

WBSBCL officials have been categorized into four bands - A, B, C & D.

Levels Description

Band A - Strategic Group MD, General Managers, CFO involved in strategic level

decisions

Band B Managers , Joint Managers & Assistant Managers,

Supervisors

72 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Band C System Administrator

Band D Representatives from Suppliers & Retailers

The responsibilities for proper supply chain management and enforcement of selling of

liquor lies with officers of WBSBCL. The users from Supplier & Retailer will maintain

the proper distribution of alcohol throughout the state. These users will access the

solution through web based application. Thus functionalities of modules as well as

knowledge on basic IT application is essential. The following table indicates the sample

training modules:

Sl

#

Module description Number of

Personnel to be

trained

Duration

1. Application software

related training

(Band A and B)

400 (20

persons/ batch)

2 days / batch (~8 weeks – 20

batch)

2. System

Administration and

support training

(Band C)

8-10 3 days

(1 batch)

3 Training on web

application/web

portal/ mobile app

(Band D)

500 (50

persons/ batch)

1 day / batch (2 weeks – 10

batches)

2.10.4. Training Material and manuals

Most of the training would be an Instructor-Led Training (ILT) conducted by trained

and qualified instructors in a classroom setting. To maintain consistency, standard

templates should be used for each component of a module. The scope of developing

and designing the Training Manuals, User Manuals, Operational and Maintenance

Manuals shall lie with the implementing agency. The following mode of delivery may be

considered for imparting effective training to the officials:

Course Presentation (PowerPoint)

Instruction Demonstrations (Application training environment)

73 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Hands-on Exercises (Application training environment)

Job Aids (if required)

In addition to the ILT, for the modules that may be more appropriate to be conducted

through a Computer Based Training (CBT), a CBT should be developed for them. CBT

should involve training delivered through computers with self-instructions,

screenshots, simulated process walk- through and self-assessment modules.

The documents to be prepared in English language with no jargons or technical terms,

unless it is the part of workplace vocabulary. Use of Acronyms and Abbreviations shall

be as minimal as possible. Wherever used, would be explained.

Trainings would be of two types:

Functional Training

This training would focus on the usage of application software so that the users are

aware of all the operations of the application systems, ensuring a smooth run of

automation software. It would be covered for each of the functional module.

Administrative Training

This training would focus on the administration of Application Software and Server

Infrastructure and would be imparted to the central staff of WBSBCL as well as

Directorate of Excise.

SI shall setup Training Centres (approx. 25 seater each) within each of the Divisions

and at HQ. WBSBCL/Directorate of Excise shall provide the space.

2.10.5. Video Conference System

WBSBCL wants to set up a Video Conferencing System to enable itself to organize

online meetings without the need to travel to head office thereby saving cost to the

department and also time of the various officers from various districts.

Software Based Solution (Skype for Business) - Skype is one of the web-based video

conference solutions available today. The following are the features available:

Video/Voice Call facility

Chat facility

View Complete Contact Details

Preview of self-video

Mobile client version is available on Windows, iOS and Android OS versions

Have individual as well as group conversations

There is a facility to record the entire proceeding of the conference call

74 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Note: Similar solutions from other vendors may also be considered which meet the

same functionality.

75 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

3. Technical Specifications for various IT Components

3.1. Desktop PC

# Parameter Minimum Specifications

1. CPU Intel Core i7 -2600, 3.4 GHz, 8 MB Cache or higher

2. Chipset Intel Q67 Express or better on OEM Motherboard

3. Bus Architecture 4 PCI ( PCI/ PCI Express) or more

4. Memory 16 GB DDR3 RAM with 8 GB expandability

5. Hard Disk 2 TB 7200 rpm Serial ATA HDD or higher

6. Monitor 18.5 inch or larger TFT/LED Digital Color Monitor

7. Keyboard 104 keys

8. Mouse: Optical with USB interface

9. Bays: 3 nos. or above

10. Ports: 6 USB ports (with atleast 2 in front), 1 serial audio ports

with serial audio ports for microphone and headphone in

front.

11. Cabinet: Mini Tower

12. DVD ROM Drive: 8X or better DVD ROM drive

13. Networking facility 10/100/1000 on board integrated network port with remote

booting facility remote system installation, remote wake up.

14. Operating System Windows 7 Professional or higher and Redhat Linux

15. OS certification: Windows 7 OS and Linux certification

16. Power Management Screen Blanking, Hard Disk and System Idle mode in Power

On, Setup password, power supply SMPS Surge protected.

17. Preloaded Antivirus

software Any standard Antivirus software with 5 years of license.

18. Preloaded Microsoft

Office software

Microsoft® Office Professional 2007/2010/2013 for

Windows® 7/8

19. Warranty 3 years comprehensive warranty support

76 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

3.2. Laptop

# Parameter Minimum Specification

1. Processor Type Intel Core i7

2. Cache 4 MB

3. Memory 8 GB 1866 MHz DDR3 RAM or higher expandable upto 8 GB.

4. Clock Speed 2.7 GHz

5. Processor Speed 3.5 GHz

6. Storage 512 GB 5400rpm.

7. Display 13.3" (33.78 cm) or above TFT active Matrix

8. Web camera 2MP; Battery: 9 cell battery.

9. Resolution 1920 x 1080

10. Video Controller Mobile Intel HD Graphics, 128 MB or higher of shared system

memory.

11. Wireless

Connectivity

Wireless Intel 802.11 b/g/n, Integrated Blue tooth.

12. Key Board Key Board with Touch Pad/Track Point.

13. Expansion Port 2 USB, 3.0 Ethernet, microphone, headphone/ stereo and other

standard features.

14. Operating System Windows 8 professional or higher preloaded with license,

Restore/ Recovery Media, CD and documentation CD

15. Bluetooth V4.2

16. Power Supply 230V, 50 Hz AC Supply with rechargeable Battery Pack

Comprising of Li-Ion / Li-Polymer battery Suitable for approx.5

hours operation complete with battery charger/adaptor.

17. Screen Type LED

18. Display Type Full HD

19. Weight: Less than 1.11 Kg (without DVD Writer).

20. Carry case To be provided.

21. Preloaded Antivirus software

Any standard Antivirus software with 5 years of license.

22. Preloaded Microsoft Office software

Microsoft® Office Professional 2007/2010/2013 for

Windows® 8 or higher

77 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

23. Warranty 3 years comprehensive warranty support

3.3. Server

# Parameter Minimum Specifications

1. Processor Latest series/ generation of 64 bit x86 processor(s) with

Ten or higher Cores

Processor speed should be minimum 2.4 GHz

Minimum 2 processors per each physical server

2. RAM Minimum 64 GB Memory per physical server

3. Internal Storage 3 x 600 GB SAS (10k rpm) hot swap disk with extensible

bays

4. Network interface 2 X 20GbE LAN ports for providing Ethernet connectivity

Optional: 1 X Dual-port 16Gbps FC HBA for providing FC

connectivity

5. Power supply Dual Redundant Power Supply

6. RAID support As per requirement/solution

7. Operating System Licensed version of 64 bit latest version of Linux/

Unix/Microsoft® Windows based Operating system)

8. Form Factor Rack mountable/ Blade

9. Virtualization Shall support Industry standard virtualization hypervisor

like Hyper-V, VMWARE and Citrix.

10. Preloaded Antivirus

software Any standard Antivirus software with 5 years of license.

11. Warranty 3 years comprehensive warranty support

3.4. Server Rack Specifications

# Parameter Minimum Specifications

1. Type 19” 42U racks mounted on the floor

Floor Standing Server Rack - 42U with Heavy Duty

Extruded Aluminium Frame for rigidity. Top cover with

FHU provision. Top & Bottom cover with cable entry

gland plates. Heavy Duty Top and Bottom frame of MS.

78 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Two pairs of 19" mounting angles with 'U' marking.

Depth support channels - 3 pairs with an overall weight

carrying Capacity of 500Kgs.

All racks should have mounting hardware 2 Packs,

Blanking Panel.

Stationery Shelf (2 sets per Rack)

All racks must be lockable on all sides with unique key

for each rack

Racks should have Rear Cable Management channels,

Roof and base cable access

2. Wire managers Two vertical and four horizontal

3. Power Distribution

Units

2 per rack

Power Distribution Unit - Vertically Mounted, 32AMPs

with 25 Power Outputs. (20 Power outs of IEC 320 C13

Sockets & 5 Power outs of 5/15 Amp Sockets),

Electronically controlled circuits for Surge & Spike

protection, LED readout for the total current being

drawn from the channel, 32AMPS MCB, 5 KV AC

isolated input to Ground & Output to Ground

4. Doors The racks must have steel (solid / grill / mesh) front /

rear doors and side panels. Racks should NOT have

glass doors / panels.

Front and Back doors should be perforated with at least

63% or higher perforations.

Both the front and rear doors should be designed with

quick release hinges allowing for quick and easy

detachment without the use of tools.

5. Fans and Fan Tray Fan 90CFM 230V AC, 4" dia (4 Nos. per Rack)

Fan Housing Unit 4 Fan Position (Top Mounted) (1 no.

per Rack) - Monitored - Thermostat based - The Fans

should switch on based on the Temperature within the

rack. The temperature setting should be factory

79 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

settable. This unit should also include - humidity &

temperature sensor

6. Metal Aluminium extruded profile

7. Side Panel Detachable side panels (set of 2 per Rack)

3.5. Storage

# Parameter Minimum Specifications

1. Solution/ Type IP Based/iSCSI/FC/NFS/CIFS

2. Storage Storage Capacity should be minimum 10 TB (usable,

after configuring in offered RAID configuration)

RAID solution offered must protect against double disc

failure.

Disks should be preferably minimum of 3 TB capacity

To store all types of data (Data, Voice, Images, Video, etc)

Storage system capable of scaling vertically and

horizontally

3. Hardware Platform Rack mounted form-factor

Modular design to support controllers and disk drives

expansion

4. Controllers At least 2 Controllers in active/active mode

The controllers / Storage nodes should be upgradable

seamlessly, without any disruptions / downtime to

production workflow for performance, capacity

enhancement and software / firmware upgrades.

5. RAID support RAID 0, 1, 1+0, 5+0 and 6

6. Cache Minimum 128 GB of useable cache across all controllers.

If cache is provided in additional hardware for unified

storage solution, then cache must be over and above 128

GB.

7. Redundancy and

High Availability

The Storage System should be able to protect the data

against single point of failure with respect to hard disks,

80 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

connectivity interfaces, fans and power supplies

8. Management

software

All the necessary software (GUI Based) to configure and

manage the storage space, RAID configuration, logical

drives allocation, snapshots etc. are to be provided for

the entire system proposed.

Licenses for the storage management software should

include disc capacity/count of the complete solution and

any additional disks to be plugged in in the future, upto

max capacity of the existing controller/units.

A single command console for entire storage system.

Should also include storage performance monitoring and

management software

Should provide the functionality of proactive monitoring

of Disk drive and Storage system for all possible disk

failures

Should be able to take "snapshots" of the stored data to

another logical drive for backup purposes

9. Data Protection The storage array must have complete cache protection

mechanism either by de-staging data to disk or providing

complete cache data protection with battery backup for

up to 4 hours

3.6. Layer 3 Switch

# Parameter Minimum Specifications

1. Ports 24 or 48 (as per density required) 1G/ 10G Ethernet ports

(as per internal connection requirements) and extra 2

numbers of Uplink ports (40GE)

All ports can auto-negotiate between all allowable speeds,

half-duplex or full duplex and flow control for half-duplex

ports.

2. Switch type Layer 3

3. MAC Support 32K MAC address.

81 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4. Backplane Capable of providing wire-speed switching

5. Throughput 500 Mpps or better

6. Port Features Must support Port Mirroring, Port Trunking and 802.3ad LACP

Link Aggregation port trunks

7. Flow Control Support IEEE 802.3x flow control for full-duplex mode ports.

8. Protocols IPV4, IPV6

Support 802.1D, 802.1S, 802.1w, Rate limiting

Support 802.1X Security standards

Support 802.1Q VLAN encapsulation, IGMP v1, v2 and v3

snooping

802.1p Priority Queues, port mirroring, DiffServ

DHCP support

Support up to 1024 VLANs

Support IGMP Snooping and IGMP Querying

Support Multicasting

Should support Loop protection and Loop detection,

Should support Ring protection

9. Access Control Support port security

Support 802.1x (Port based network access control).

Support for MAC filtering.

Should support TACACS+ and RADIUS authentication

10. VLAN Support 802.1Q Tagged VLAN and port based VLANs and

Private VLAN

The switch must support dynamic VLAN Registration or

equivalent

Dynamic Trunking protocol or equivalent

11. Protocol and

Traffic

Network Time Protocol or equivalent Simple Network Time

Protocol support

Switch should support traffic segmentation

Traffic classification should be based on user-definable

application types: TOS, DSCP, Port based, TCP/UDP port

number

82 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

12. Management Switch needs to have a console port for management via a

console terminal or PC

Must have support SNMP v1,v2 and v3

Should support 4 groups of RMON

Should have accessibility using Telnet, SSH, Console access,

easier software upgrade through network using TFTP etc.

Configuration management through CLI, GUI based software

utility and using web interface

13. Resiliency Dual load sharing AC and DC power supplies

Redundant variable-speed fans

3.7. Internet Router

# Parameter Minimum Specifications

1. Multi-Services Should deliver multiple IP services over a flexible combination

of interfaces

2. Ports As per overall network architecture proposed by the bidder,

the router should be populated with required number of

LAN/WAN ports/modules, with cable for connectivity to other

network elements.

3. Interface

modules

Must support up to 10G interfaces as per the design. Must

have capability to connect with variety of interfaces.

4. Protocol Support Must have support for TCP/IP, PPP, X.25, Frame relay

and HDLC

Must support VPN

Must have support for integration of data and voice

services

Routing protocols of RIP, OSPF, and BGP.

Support IPV4, IPV6

Support load balancing

5. Manageability Must be SNMP manageable

6. Traffic control Traffic Control and Filtering features for flexible user control

policies

83 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

7. Bandwidth Bandwidth on demand for cost effective connection

performance enhancement

8. Remote Access Remote access features

Redundancy Redundancy in terms of Power supply(s). Power supply

should be able to support fully loaded chassis

All interface modules, power supplies should be hot-

swappable

9. Security features MD5 encryption for routing protocol

NAT

URL based Filtering

RADIUS/AAA Authentication

Management Access policy

IPSec / Encryption

L2TP

10. QOS Features RSVP

Priority Queuing

Policy based routing

Traffic shaping

Time-based QoS Policy

Bandwidth Reservation / Committed Information Rate

3.8. Network Printer

# Parameter Minimum Specifications

1. 1 Print Speed atleast 40 ppm, A4

2. Resolution atleast 1200 x 1200 dpi

3. Paper Letter, Legal, Executive, 8.5 X 13

4. Std. Memory 128 MB

5. Duty Cycle atleast 100,000 pages

6. Duplex Automatic

7. Network Yes

8. Paper Size A4

84 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

9. Client Operating Systems Microsoft Windows, Linux

10. Warranty 3 Years Comprehensive Onsite Warranty

3.9. Multifunction Laser Photocopier cum printer

# Parameter Minimum Specifications

1 Function Manual Duplex print, copy & scan

2 Print Speed atleast 18 ppm, A4

3 Copy Resolution atleast 600 x 600 dpi

4 Scan Resolution Atleast 600 x 600 dpi

5 Std. Memory 32 MB

6 Paper Letter, Legal, Executive, 8.5 X 13

7 Interface High-Speed USB 2.0 Hi-Speed (Max.

480Mbps)

8 Duplex Automatic

9 Network Yes

10 Client Operating Systems Microsoft Windows, Linux

11 Warranty 3 Years Comprehensive Onsite Warranty

3.10. Layer 2 Switch

# Minimum Specifications

1 Should be rack mountable with 16-port/24-port/48-port, 10/100/1000

Mbps ports and having an option of at least 4 SFP- based Gigabit Ethernet

ports in addition to the Copper Ports

2 Switch with 176Gbps switching fabric with min 80Gbps of forwarding

bandwidth

3 Min. 40 million packets per second forwarding rate on 64-byte packets

4 8000 MAC address supported

5 255 IGMP groups

6 Should support Redundant Power Supply

85 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

7 Should have USB console and flash

8 Should Support Ipv6 (ready to use)

9 Should Support Stacking and Redundant Power Source

10 IEEE 802.1Q VLAN encapsulation. Up to 255 VLANs per switch and up to

4000 VLANIDs

11 IEEE 802. 1x to allow dynamic, port-based security, providing user

authentication

12 3 years comprehensive onsite warranty support

3.11. WAN Router

# Minimum Specifications

1 Frequency Band: 2.4 GHz

2 Status Indicator: Link activity, power

3 Encryption Algorithm: WPA, WPA2

4 Connectivity Technology: Wired/ Wireless

5 Data Link Protocol: Ethernet, Fast Ethernet, IEEE 802.11b, IEEE 802.11g

6 Features: DHCP support, MAC address filtering, Stateful Packet Inspection

(SPI), firewall protection

7 Communication mode: Full- duplex

8 Minimum 1 GBPS throughput

9 Minimum 8 numbers of SFP + ports

10 3 years onsite warranty support

3.12. Offline UPS

# Minimum Specifications

1 1200 VA line Interactive UPS with at least 20 min backup. Warranty – 1

year on UPS including Battery and Extended warranty 2 years on UPS

including battery

3.13. Online UPS

# Minimum Specifications

86 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

1 Capacity: 3 KVA

2 Technology: SPWM,IGBT/MOSFET(for more than 72 DC volt IGBT preferred)

3 Input Voltage 230 V AC, Single phase,3 wire

4 Output voltage: 230 V AC Single Phase +-1%

5 Output Over Voltage Protection: 245 V AC Single Phase

6 Output Under Voltage Protection: 210 V AC Single Phase

7 Over Load Capacity: 125% of rated load for 60 sec

8 Backup time: 2 Hour with 100% load <1 %

9 Battery Housing: Closed housing with suitable lockers

10 Battery Life ; Auditable Alarm For Following Conditions:

Minimum 3 years replacement Guarantee

Battery Low

Mains Failure

Inverter Under-Voltage

Inverter Over-Voltage

Over Temperature

Inverter Overload

11 Battery Recharge Time: From Fully Discharge Condition To 100% Charged

Condition<12 Hours

3.14. High End Hand Held Computer & Barcode Scanner

Features:

• Lightweight yet rugged - Built for year-round use in nearly any environment

with industry-leading double impact testing (drop and tumble), IP54 sealing,

and integrated antennas.

• Voice and high-speed wireless data - WWAN: GSM/EDGE and CSLA-EVDO Rev.

0 compatibility.

87 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

• WLAN: 802.11a/b/g tri-mode radio; comprehensive VoIP support - Provides

cost-effective voice and data connectivity in the office.

• WPAN: Bluetooth v1.2, Class II - Includes wireless modem, printing

synchronization, and more.

• On-board advanced data capture: 1D and 2D bar code scanning from near

contact to 55 in./139.7cm. - Automate and error proof data collection and

increase productivity.

• Support for standard and extended cards - Provides additional memory and

expandable functionality.

• Multiple battery options: standard and extended - Ample power for full shifts in

nearly any environment.

3.15. Wired Barcode Scanner

Features:

Light Source: 626 nm ± 30 nm Visible Red LED

Aiming Source: 526 nm ± 30 nm Visible Green LED

Optical System: 752 x 480 CMOS sensor

Motion Tolerance: 4 inches / sec or above

Resolution(min): 1D : 0.127 mm (5 mils); 2D: 0.21 mm ( 8 mils)

Focal Point: 114 mm ( 4.5 inches ) from lens plate

Durable, single-board construction should meet stringent 5-ft drop tests.

• Scratch-resistant tempered glass exit window.

• Accurate first-time capture of 1D Barcodes

• Durable working range — from near-contact to 17 inches

88 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4. Technical Specifications for various Surveillance Equipment

4.1. Fix Box Camera

# Parameter Minimum Specifications or better

1. Video Compression H.264

2. Video Resolution 1920 X 1080

3. Frame rate Min. 25 fps

4. Image Sensor 1/3” Progressive Scan CCD / CMOS

5. Lens Type Varifocal, C/CS Mount, IR Correction

6. Lens# Auto IRIS

8 – 40 mm, F1.4

7. Minimum

Illumination

Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE)

8. IR Cut Filter Automatically Removable IR-cut filter

9. Day/Night Mode Colour, Mono, Auto

10. S/N Ratio ≥ 50 Db

11. Auto adjustment +

Remote Control of

Image settings

Colour, brightness, sharpness, contrast, white balance,

exposure control, backlight compensation, Gain Control,

Wide Dynamic Range

12. Audio Audio Capture Capability

13. Local storage Minimum 64 GB Memory card in a Memory card slot

14. Protocol IPV4, IPV6, HTTP, HTTPS, FTP, RTSP, RTP, TCP, UDP,

RTCP, DHCP, UPnP, QoS

15. Security Password Protection, IP Address filtering, User Access

Log, HTTPS encryption

16. Operating conditions 0 to 50°C (temperature), 50 to 90% (humidity)

17. Casing NEMA 4X / IP-66 rated

18. Certification UL/EN, CE,FCC

89 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4.2. PTZ

# Parameters Minimum Specifications or better

1. Video Compression H.264

2. Video Resolution 1920 X 1080

3. Frame rate Min. 25 fps

4. Image Sensor 1/3” OR ¼” Progressive Scan CCD / CMOS

5. Lens Auto-focus, 4.7 - 94 mm (corresponding to 20x)

6. Minimum

Illumination

Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE)

7. Day/Night Mode Colour, Mono, Auto

8. S/N Ratio ≥ 50Db

9. PTZ Pan: 360° endless/continuous, 0.2 to 300°/s (auto),

0.2 to 100°/s (Manual)

Tilt: 90°, 0.2 to 100°/s (Auto), 0.2 to 40°/s (Manual)

20x optical zoom and 10x digital zoom

64 preset positions

Auto-Tracking

Pre-set tour

10. Auto adjustment +

Remote Control of

Image settings

Colour, brightness, sharpness, contrast, white

balance, exposure control, backlight compensation,

Gain Control, Wide Dynamic Range

11. Protocol HTTP, HTTPS, FTP, RTSP, RTP, TCP, UDP, RTCP,

DHCP, UPnP, QoS, IPV4, IPV6

12. Security Password Protection, IP Address filtering, User Access

Log, HTTPS encryption

13. Operating conditions 0 to 50°C (temperature), 50-90% humidity

14. Casing NEMA 4X / IP-66 rated

15. Certification UL/EN,CE,FCC

16. Local storage Minimum 64 GB Memory card in a Memory card slot

90 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4.3. Infrared Illuminator

The infrared illuminators are to be used in conjunction with the Fixed Box cameras

specified above to enhance the night vision.

. # Parameter Minimum Specifications or better

1. Range Min. 100 meters, with adjustable angle to cover the

complete field of view at specified locations

2. Minimum

Illumination

High sensitivity at Zero Lux

3. Power Automatic on/off operation

4. Casing NEMA 4X / IP-66 rated

5. Operating conditions -5° to 50°C

6. Certification UL/EN/CE/FCC

4.4. Digital Camera/Automatic Number Plate Recognition (ANPR) camera

# Parameter Minimum Specifications or better

1 Sensor Type Progressive scan CCD/CMOS Day/Night

Camera

2 Resolution 2 Megapixels or better

3 Video Compression: Motion JPEG,H.264

4 Normal Horizontal Field

of View

at least 3.5 Mtr. (One lane)

5 Typical Range 30 Mtrs. or better

6 Operating Temp. -5 to +60 Degree C

7 Auto Iris Control Yes

8 Protection rating IP65 of better standards capable of

withstanding vandalism and harsh weather

conditions

91 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4.5. High Definition IP Fixed Bullet Camera

# Minimum Specifications

1 The camera should be true day/ night(IR cut filter), IP full HD Bullet type and

should support wall and ceiling mounting based on site requirement and

feasibility

2 Resolution – 2 MP or better, Compression – H.265 / H.264, Dual stream support

3 The lens should be varifocal of 3 - 10mm or better

4 Minimum illumination 0.1 Lux in colour and 0 Lux in B/W mode with IR

5 It should have true WDR, Automatic Gain Control, Back Light Compensation,

Digital Noise Reduction functions.

6 It should have integrated IR for a distance of minimum 30 Mtrs.

7 Camera should be IP 66 protection

8 Camera should support operating temperature from 0 Deg to 45 DegC.

9 Power source – PoE, 12V DC

4.6. Network Video Recorder

# Minimum Specifications

1 Should support all the Full HD IP cameras of 2 MP resolution as per site

requirement.

2 H.265/H.264 compression technique. 1 VGA, 1 HDMI output interface, RAID 5

support

3 Should have storage capability of 15 days with all cameras configured at live

resolution 1080P@ 25 fps and recording resolution 720P@15fps.

4 Network interface with gigabit capability, 2 USB, RS 232, RS 485, Alarm and

audio support

5 Network interface: 10/100/1000 Mbps Ethernet (RJ-45)

6 Security features like Password protection, authentication, User access log and

event notification etc.

7 Support basic video analytics features like motion detection , trip wire, camera

tamper etc.

8 Video search by Calendar, date/time and alarm.

92 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

9 Embedded recording software

4.7. UTP CAT 6 Cables

# Minimum Specifications

1 The cable should meet minimum Category 6 requirement

2 Conductor: 4 pair 23 AWG solid bare copper conductor

3 Frequency tested up to 600MHz

4 Jacket: PVC-FR / LSZH

5 Separator : Cross / Star Spine to separate 4 pairs UTP cables

6 Pull / Stripe thread inside the UTP cable

7 Approvals / Certifications: UL tested for ANSI/TIA/EIA-568C.2, ETL verified to

Cat 6, RoHS compliant

4.8. Single/ Dual Face Plate

# Minimum Specifications

1 Colour of the Jack should be visible to identify the application of Data, Voice and

Redundant Port

2 Colour of the face plate: White

3 Grade: Fire Retardant

4 UL/ ABS Rugged plastic with ROHS Compliant

5 Capable of supporting – UTP Jack, STP Jack, Fiber Coupler and Coax Connector.

4.9. Cat6 24 Port Loaded UTP Patch Panel 1U Height

# Minimum Specifications

1 Standards: ETL Verified to ANSI/TIA-568-C.2, ISO/IEC 11801 Category 6

2 Individual Compatible RJ45 Jack

3 Pointed IDC Tower on RJ45 Jack for easy termination

93 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

4 Half Plugged Patch Cord should be spitted out if not properly plugged in

5 CRS - Cold Rolled Steel (Thickness - 1.5mm) with ROHS Compliant

6 RJ45 Jack should be supplied with Cap or Shutter

7 19" Width, 1U Height / 1.75Inch

8 Flat type metal with Perforated Rear Cable Manager to hold CAT6 UTP Cable with

velcro cable ties

9 Should include labels with transparent clear label covers at the front and Port

number at the back

4.10. Cat 6 4-Pair UTP Patch Cords

# Minimum Specifications

1 4 Pair 24AWG stranded copper wire with ROHS Compliant

2 Boots should be transparent Plug with anti-snag slip on boots

3 RJ45 plug standards: ISO/IEC 60606-7-4 and FCC 47 Part 68

4 Sheath Standards: LSZH/PVC – FR

5 Cross / Star Spine to separate 4Pairs Patch Cords

6 Standards: ETL Certified with ANSI/TIA-568-C.2, ISO/IEC 11801 Category 6

4.11. Cat 6 Information Outlet

# Minimum Specifications

1 Type: Cat 6 Data Gate Plus jack is designed to maintain clean secure

connections. The RJ-45 jack features ‘spring-loaded shutter’ which protects it

from dust and contaminants as well as provides tactile feedback –the spring-

loaded shutter pops out an improperly seated patch cord–all with single-handed

plug-in and removal.

2 Wire terminal: 200 termination cycles

3 Modular Jack: 750 mating cycles

4 Plastic Housing: Polycarbonate, UL94V-0 rated or equivalent

94 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

5 IDC Contact Plating: Tin/Lead Plate

6 Square shuttered plate with 1/2/4 port.

7 RoHS/ELV Compliant

4.12. Network Video Management Software

# Minimum Specifications

1. This shall be a highly scalable enterprise level software solution. It shall offer a

complete video surveillance solution that will be scalable to required numbers of

cameras that can be added on a unit-by-unit basis.

2. The network video management software shall be licensed and shall operate on

open architecture and should require no proprietary hardware. It should allow for

seamless integration of third party security infrastructure where ever possible.

3. The network video management software should allow for video to be streamed on

a video mosaic wall.

4. The user with administrative rights shall create clients (users) and give access to

the software client application based on predefined user access rights.

5. The system shall allow the recording, live monitoring, playback of archived video

and data simultaneously.

6. Several simultaneous live picture connections of camera in network.

7. Configuration of monitoring situation (site maps and workspace).

8. Programming of alarm-triggered automatic events in various alarms

configuration.

9. System set up with limited operation options for clearly defined surveillance tasks.

10. Programming of automatic recording events on a network recorder.

11. The software shall display dual H.264 video streams in real time simultaneously

at frame rates ranging from 1 fps to 25 fps and resolution ranging from 1 CIF to

4CIF.

12. Each camera’s bit rate, frame rate and resolution shall be set independently from

other cameras in the system, and altering these settings shall not affect the

recording and display settings of other cameras.

95 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

13. The software shall provide automatic search and registration of components of

video surveillance system on the network which can be cameras, monitors, alarm

panels etc.

14. The software shall provide drag & drop functions on the system and also for set

up of connection between cameras and monitors.

15. Control of PTZ cameras.

16. Configuration of system settings.

17. Configuration and programming of P/T/Z cameras, features like camera

addressing, BLC, auto tours, presets etc

18. The software should be able to do video recording on any of the following options.-

inbuilt hard disks on the server, direct attached storage boxes attached to servers,

network attached storage, storage area network.

19. The software should be capable of handling camera and alarm icons on area

maps. The area map should be configurable to pop up upon the receipt of an

alarm received from a camera on the map. This can be on the same or other

monitors on the PC.

20. The software shall be able to select the required recording based on the time

recording was activated, the duration of recording, operator activated recording,

event activated recording, scheduled recording.

21. The software shall offer a plug and play type hardware discovery service with the

function of automatically discover devices as they are attached to the network.

22. The software shall provide a reporting utility for tracking for the following

minimum options. Video and images shall be stored with reports for documenting

events.

23. The software shall have the facility to export the desired portion of clipping of

video from a desired date/time to another desired date/time on DVD/ on any

client/ network storage device. Viewing of this recording shall be possible on

authorized player which shall be provided by software manufacturer or in media

player on computer utilizing a Window environment.

24. The Video Management servers shall not limit the number of network video

recording servers which can be networked together to form video management and

recording system.

25. The Video Management server shall maintain a catalog of settings for all the

clients, servers, and IP cameras & IP enabled cameras in the system. If database

96 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

management & recording cannot be managed by single server, in such cases,

additional server should be provided.

26. The software shall enable the client to dynamically create connections between

cameras and clients and view live or recorded video on the digital VGA monitors

(video, serial ports and digital I/Os).

27. The software shall receive all incoming events (motion detection and triggered

digital input and relay output) in the system and take appropriate actions based

on user-defined event/action relationships.

28. The software shall create an audit trail of all events and user activities.

29. Each entry in a sequence shall have the capacity to trigger PTZ camera presets,

patterns or auxiliaries.

30. Multiple users shall be able to view the same camera sequence simultaneously,

not necessarily synchronized one with the other.

31. The software shall provide alarm management module.

32. The software should support at least 64 video streams concurrently. It should

support atleast 4 monitors in one server/ workstation for displaying live video. It

should allow minimum 5 levels of user and alarm prioritization. It should allow

minimum 16 cameras to be replayed simultaneously.

4.13. Video Recording Software

# Minimum Specifications

1. Software shall support recording of H.264/H.265 video streams. It shall support

recording of video and audio for all the channels.

2. Software shall support triplex applications, recording, re-play and backup

simultaneously. It shall be compatible with windows Server OS or Linux for

highest performance and reliability.

3. Software shall operate on open architecture and should not require any

proprietary hardware.

4. Software shall be able to record minimum 64 different video streams or more

simultaneously. It shall be accessible from any client PC connected to the

network.

5. Software shall provide network time server function to ensure the synchronization

of the video servers and the recordings.

97 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

6. The servers shall be connected to the network so that these can be placed at any

location which has network access.

7. The software should be able to receive alarms of different types from equipment to

start a recording. These alarms can be motion detection, video loss, and unified

picture, trigger input.

8. The software alarm recording shall support pre-and post-alarm periods. Both can

be configured in duration.

9. The software shall provide a status of the available recording capacity.

GUI (Graphic User Interface) Client Software Features:

10. The GUI software shall perform the following applications simultaneously without

interfering with any of the storage server operations (recording, alarms, etc.):

11. Live display of cameras.

12. Live display of camera sequences.

13. Control of PTZ cameras.

14. The GUI software shall support any form of IP network connectivity,including:

LAN, WAN, VPN, and wireless technologies.

15. The GUI software shall provide an authentication mechanism, which verifies the

validity of the user.

16. The GUI software shall allow for live monitoring of video.

17. It shall enable view of 1 to minimum 16 video tiles simultaneously on a single

digital monitor at 25 fps per camera.

18. The software shall provide on each of the digital monitors independently the

following tile views:

19. The GUI software shall allow operators to view an instant replay of any camera.

20. The operator shall be able to define the amount of time he wishes to go back from

a predefine list or through a custom setup period.

21. The operator shall be able to control the playback with play, pause, forward, and

speed buttons.

22. The operator shall be able to choose and trigger following minimum action from a

macro/site map:

98 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

23. View camera in a video tile.

24. The GUI software shall provide management and control over the system using a

standard PC mouse, keyboard and CCTV keyboard.

25. The GUI software shall display all cameras attached to the system regardless of

their physical location on the network.

26. The GUI software shall display all camera sequences created in the system.

27. The GUI software shall allow operators to control (pause/play, skip forwards, skip

backwards) camera sequences, without affecting other operators’ ability to view

and control the same sequence.

28. The GUI software shall display all cameras, sequences and users in a logical tree.

29. The GUI software operator shall be able to drag and drop a camera from a tree of

available cameras into any video tile for live viewing.

30. The GUI software operator shall be able to drag and drop a camera sequence from

a tree of cameras into any video tile for live viewing.

31. The GUI software shall support graphical site representation (map) functionality,

where digital maps are used to represent the physical location of cameras and

other devices throughout facility.

32. The maps shall have the ability to contain hyperlinks to create a hierarchy of

interlinked maps.

33. The operator shall be able to drag and drop a camera from a map into a video tile

for live viewing in the same browser without opening a new browser.

34. The operator shall be able to click on an icon in a map to initiate PTZ camera

preset, run PTZ pattern, view camera in an analog monitor or send an I/O stream.

35. The GUI software shall support digital zoom on a fixed camera’s live video

streams.

36. The GUI software shall support digital zoom on a PTZ camera’s live video streams.

37. The operator shall be able to control pan-tilt-zoom, iris, focus, dome relays and

dome patterns.

38. The software shall allow the control of display from the client PC.

4.14. Video Wall Cube

99 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

# Parameter Minimum Specifications

1. Screen Size 55”

2. Technology IPS

3. Aspect Ratio 16:09

4. Native Resolution 1,920x1,080 (FHD)

5. Brightness 700cd/m2

6. Contrast Ratio 1,400:1

7. Dynamic CR 500,000:1

8. Viewing Angle (HxV) 178x178

9. Response Time

Min.

8ms (G to G)

10. Surface Treatment Hard coating (3H), Anti-reflection treatment of the front

polarizer (Reflectance < 2%)

11. Lifetime Min. 60,000 Hours

12. Operating Hour 24 X 7

13. Orientation Portrait & Landscape

14. Input HDMI, DP, DVI-D, OPS, Audio, USB 2.0, USB3.0, RGB

15. Output DP, Audio

16. External Control RS232C, RJ45, IR Receiver

17. Bezel Width 0.9mm (Top/Bottom/Left/Right even bezel) / 0.9mm *B to

B: Panel Bezel + Panel Bezel

18. Special Features Temperature Sensor, Tile Mode (up to 15x15), Natural

Mode@Tile Mode, Energy Saving, Smart Energy Saving,

File Play with USB, Internal Memory, Wi-Fi Dongle Ready,

USB Cloning, Content Scheduling, Fail Over

19. Operating

Temperature

Range

0 °C to 40 °C

100 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

20. Operating

Humidity Range

10 % to 90 %

21. Power Supply 100-240V~, 50/60Hz

22. Power Type Built-in Power

23. Standard

(Certification)

Safety UL / cUL / CB / TUV / KC

EMC FCC Class "A" / CE / KCC

ErP / Energy Star NA / Yes (Energy Star 6.0)

24. Media Player

Compatibility

OPS Type Compatible, External Media Player Attachable

(MP500/MP700)

25. Software

Compatibility

SuperSign-W/Lite , SuperSign-C

26. Accessory Basic Remote Controller, Power Cable, DP Cable, Manual,

IR Receiver, RS-232C Cable, LAN Cable, Guide Bracket,

Screw

27. Wall Mount

Brackets

Brackets for Video Wall 4 x 4 Matrix

4.15. Video wall Controller

# Parameter Minimum Specifications

1. Processor Intel Celeron 2.42 GHz

2. RAM 4 GB DDR3

3. Storage 80 GB SSD

4. Operating system Windows Embedded 8

5. Other software control and configuration software for Windows

6. Serial control port RS-232 on 1 captive screw connector on rear panel

7. Baud rate and

protocol 9600, 8-bit, 1 stop bit, no parity (default)

8. Pin configurations 1 = Tx, 2 = Rx, 3 = Gnd

101 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

9. Ethernet data rate 10/100/1000Base-T, half/full duplex with auto-detect

10. Protocols ARP, DHCP, ICMP (ping), TCP/IP, Telnet, SMTP

Communications — setup

11. Number/signal type 1 HDMI

12. 1 DisplayPort

13. 1 RGBHV

Connectors

14. 1 female HDMI

15. 1 female DisplayPort

16. 1 female 15-pin HD

17. Vertical frequency 24 Hz to 60 Hz

18. Resolutions 640x480 to 1920x1200

19. USB control ports 1 female USB mini B on front panel

20. 2 female USB type A on rear panel

21. USB standards USB 3.0, USB 2.0, USB 1.1, USB 1.0 compatible

22.

USB data rates

Low speed (1.5 mbps), full speed (12 Mbps), high speed

(480 Mbps)

General

23. Power supply Internal, Input: 100-240 VAC, 50-60 Hz

24. Power consumption 16 watts, typical

25. Safety CE, c-UL, UL

26. EMI/EMC CE, FCC Class A, ICES, VCCI

4.16. Vehicle Mounted Unit (VMU)

VMU should be of reputed make, time tested and widely used in the market.

102 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

VMU must have Electro Magnetic Interference (EMI) / Electro Magnetic

Conductance (EMC) approval from ARAI (Automotive Research Association of India)

permitting use on vehicles carrying spirit.

The GPS receiver & other accessories to be supplied and installed as per the offered

technical solution shall conform to all CCITT Wireless Standards and relevant

Indian/International standards for vibration & shock/Noise, Dust, etc.

The GPS Unit shall be housed in locked metal enclosure such that it can be fixed

on the dash-board of the vehicle with necessary opening for egress & ingress of

cables, antennas etc.

The GPS Receiver shall have required display to note the status/alarm, interface

for audio, antenna, USB–II, RS-232 C etc.

The GPS Receiver shall have slots to insert & operate any valid tri band /Quad

band GSM TSSPM with GPRS facility to transmit available GSM data to designated

Server of the Excise department for further processing.

The GPS Receiver shall have the facility to reset system both locally and remotely

by SMS Command.

Appropriate loop/suitable antenna shall be connected securely to GPS Receiver on

the dash-board of vehicle to avoid any eventual damage to the system.

The GPS receiver shall have in-built battery support for minimum 24 hours with

internal rechargeable battery as well as external Battery support either 12 V DC or

24 V DC from vehicle battery.

The GPS Receiver Unit shall be supplied in complete with all associated tools &

tackles to function along with valid TSSPM with GPRS features.

GPS Receiver unit shall have capability to record data during GPRS signal-blind-

zone & transfer data as soon as it enters the GRPS signal zone.

GPS Receiver shall have location accuracy of <= 5 meters for Vehicle/Truck.

All the GPS Receivers are supposed to work under extreme environment of noise,

vibration, shock, dust, humidity etc. and shall conform to MIL specification :MIL-

STD 810 F or relevant Indian Standard., etc.

The GPS receiver shall be mounted with vibration proof Mounting Brackets.

The GPS Module shall be integrated into the System to capture the current location

of the vehicle and Speed and the same will be communicated to Server using GPRS

link.

SI to make necessary provision for maintaining / repair of VMUs.

4.17. Electromechanical Padlock (Digital Lock)

Digital Lock being proposed should satisfy the following requirements:

Vendor shall fit in Digital Locks on all the tankers and vehicles carrying Liquor,

Ethanol, Molasses, Spirit or finished products (Liquor Bottles of high value, Cartons

having liquor bottles beyond threshold values).

The locking mechanism along with GPS Device should work as one unit.

103 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Digital Locks should be mounted at all inlet and outlet point of tanker

All equipment and accessories should be industry class and rugged

Digital Locks shall have in-built battery support for minimum 24 hours with

internal rechargeable battery as well as external Battery support either 12V DC or

24 V DC from vehicle battery

User should be able to open a digital lock only when a specific command is given to

it using the smart key/Controller that needs to be programmed & vehicle is in the

defined geo-fenced area.

The smart key would need to be inserted in the Wall Programming Device every time

one needs to open a particular lock.

Department would send a programming code to the key and that key would then be

able to unlock. Without the programming the padlock would not open, even when

using the same key.

Facility to give wall programming device (PD) a designated time after which it won’t

program the key for the lock to be opened. In this scenario an override would be

required from the department to send command to the wall PD for the lock to be

opened. This can be used to make sure that the drivers do not take longer route or

make undesignated stops

Emergency unlocking feature should be available, which would be implemented

with proper clearance from West Bengal State Excise officials

Digital Lock should send below specified information at least to central system on

real-time basis:

o Lid Open

o Lid Closed

o Lock Open

o Lock Close

o Any tampering attempt to Digital Lock

o Remote diagnosis of Digital Lock

o Any other feature as proposed by the Bidder

104 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

5. Integration with existing Govt Applications

5.1. GRIPS (Government Receipt Portal System)

The IFMS/GRIPS (Government Receipt Portal System) is an online payment system

used by the West Bengal government for all the payments to be made to the

government by the user of various services across departments. The system provides

real time and batch processing options for payments to be made to a particular

department. The system enables transparency in payments done.

The Supply Chain Management solution should be integrated with the IFMS/GRIPs.

The requirements from the SCM solution with respect to the GRIPS are mentioned

below:

The SCM solution should be linked to the GRIPS.

The SCM should be able to store all the data regarding the payments made for

different services.

Detailed study of the existing systems and the customised integration to be

taken care by the SI.

105 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION– F: SCOPE OF SERVICES–OPERATION &

MAINTENANCE PHASE

1. Overview of Post Implementation Services

An indicative list of activities and nature of support to be provided is mentioned below:

All IT infrastructure and applications and database performance monitoring would be

monitored.

I. System Administration and Trouble Shooting

a. Overall monitoring and management of all IT and Non-IT infrastructure deployed by

the selected Bidder for the project including Server Infrastructure, networking

equipments & connectivity, system software, application, database, and all other

services associated with these facilities to ensure service levels, performance and

availability requirements as prescribed in the RFP are met.

b. Repair or replace infrastructure deployed for this project, either directly or through

a third party warranty provider depending on the case

c. Replace component due to technical, functional, manufacturing or any other

problem with a component of the same make and configuration. In case the

component of same make and configuration is not available, the replacement shall

conform to open standards and shall be of a higher configuration and shall be

approved by WBSBCL

d. Perform system administration tasks such as managing the user access, creating

and managing users, taking backups etc.

e. Performance tuning of the system to ensure adherence to SLAs and performance

requirements as indicated in the RFP.

f. SI would be responsible for the defect free functioning of the application software

and would undertake following as part of ATS for Application Software and resolve

any issues including bug fixing, improvements in presentation and/or functionality

and others within a duration mentioned in Service Level Agreement.

g. Provide the latest updates, patches / fixes, version upgrades relevant for the

software components.

II. Network Administration and Trouble Shooting

Coordinate with the network service providers to maintain smooth network operations

and performance requirements of the IT infrastructure as indicated in the RFP are met.

106 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The selected Bidder will be totally responsible for all networking equipments installed

by him.

The following points will have to be ensured by the SI:

Provision of the required Intranet bandwidth to the depots/warehouse, Excise

Directorate/WBSBCL offices and Data Centre

Internet Connectivity at Data Centres

Consumables like Printer Cartridges & Papers at the Command and Control centre (for

the printers supplied as part of this tender)

III. Database Administration and Trouble Shooting

Undertake end-to-end management of database on an on-going basis to facilitate

smooth functioning and optimum utilization including regular database backup and

periodical testing of backup data, conducting configuration review to tune database,

maintaining the necessary documentation and managing schemes to database schema,

disk space, user roles, and storage.

IV. Overall

a. All the hardware and software supplied should be from the reputed Original

Equipment Manufacturers (OEMs). WBSBCL reserves the right to ask replacement

of any hardware / software if it is not from a reputed brand and conforms to all

requirements specified in tender documents.

b. All equipment, parts should be Original and New.

c. The Successful Bidder should also propose the suitable specifications of any

additional servers / other hardware, if required for the system.

d. The Servers provided should meet industry standard performance parameters (such

as CPU Utilization of 60% or less, disk utilization of 75% or less).

e. Undertake preventive maintenance (any maintenance activity that is required before

the occurrence of an incident with an attempt to prevent any incidents) and carry

out the necessary repairs and replacement of parts wherever needed to keep the

performance levels of the hardware and equipment in tune with the requirements of

the SLA. Such preventive maintenance shall not be attended during working hours

of WBSBCL, unless inevitable and approved by the WBSBCL.

f. Undertake reactive maintenance (any corrective action, maintenance activity that is

required post the occurrence of an incident) that is intended to troubleshoot the

system with sufficient teams

g. Escalate and co-ordinate with its OEMs for problem resolution wherever required

h. The selected Bidder will be required to comply with various policies relating to

monitoring and management of infrastructure such as Information Security Policy,

107 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Backup and Archival policy, System Software update policy etc. of the Government

of India.

i. Mobile interface shall be based on the mobile governance (m-Governance) strategy of

Government of India. Under this strategy, Mobile service delivery gateway has been

established to provide basis infrastructure support to any State/ Centre

Government departments.

The bidder (system integrator) is expected to provide technical and operational support till the

new system goes live. The bidder (system integrator) is required to provide minimum 4

resources as mentioned below for the same <Indicative>: The ownership of the successful

execution of the project is dependent on the bidder and resourcing has to be done by the

bidder based on requirements of the project.

An indicative list of activities to be performed by the deployed resources for existing system

support is:

a. Project Manager shall be the Single Point of Contact (SPoC) to WBSBCL and should

coordinate for proper implementation of the project.

b. The other staff shall function based on the scope of work of the RFP and contract signed

between the bidder (system integrator) and WBSBCL.

c. If required the bidder (system integrator) shall provide additional manpower to complete

the work/task within timelines. While during the tenure of the project WBSBCL can

instruct the bidder (system integrator) to change the manpower at any location as per

the requirements of WBSBCL.

d. The bidder (system integrator) will provide the list of actual deployed manpower on

monthly basis.

e. The qualification and experience requirements of these resource persons are mentioned

in the Resource Evaluation Matrix.

f. Then bidder (system integrator) will ensure that all the resources deployed at any

location are easily approachable over mobile phones. The bidder (system integrator) will

provide the contact details of the manpower at the time of commencement of

operations. The bidder (system integrator) will also ensure that the proposed resources

will not be changed during project implementation without explicit approval of the

WBSBCL.

g. The WBSBCL reserves the right to evaluate the performance of the resource persons

deployed on the project by the bidder (system integrator) and ask for a suitable

replacement in case of unsatisfactory performance by any of the resource persons

deployed to support the project.

108 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

2. Project Management

The bidder (system integrator) shall:

Assume responsibility of managing and monitoring the project as per the indicative

Time schedule specified in this RFP

Depute one Project Manager as a single point of contact during the Contract period.

S/he should have appropriate authority to take decisions for smooth and early

completion of work.

The bidder (system integrator) has the liberty to decide on the number of Manpower

required at the Helpdesk but they need to provide the managed IT support strategy for

the office(s) in their technical bid.

Monitor the progress of Change Management Plan in order to enable smooth transition

into the new system.

3. Reporting

The Project Manager shall conduct monthly review meeting with Nodal officer of WBSBCL. The

Project Manager shall also submit the following reports to the nodal officer:

• Weekly Status Reports

• Monthly Progress Reports , summarizing:

a.Results accomplished during the period

b. Performance against SLA Report

c. Cumulative deviations to date from schedule of progress on milestones

as specified in RFP ,read with the agreed and finalized project plan

d. Corrective actions to be taken to return to planned schedule of

progress

e. Proposed revisions to Planned Schedule

f. Other issues and outstanding problems, and actions proposed to be

taken

g. Interventions which the bidder (system integrator) expects to be made by

the nodal officer assigned by the WBSBCL and/or the actions to be

taken by the WBSBCL before the next reporting period

h. Feedback report from the participant of training program.

The selected bidder is responsible for the day to day maintenance of the system for the entire

period of Contract. For the IT Infrastructure procured as part of this RFP, the selected Bidder

109 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

will be responsible for smooth Operations and Maintenance Services for the period covering

onsite support for 5 year of warranty covering the following:

a. Onsite Warranty support

b. Onsite Periodic and AMC support including repair and replacement

c. Annual Technical Support (ATS) for all the licensed software

d. Providing Help desk support with Escalation matrix for registration of complaints

related to the IT Infrastructure procured through this RFP at the State designated

premises.

110 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION – H: PROJECT TIMELINE & PAYMENT SCHEDULE

TIME SCHEDULE FOR DELIVERY & INSTALLATION The following time schedule and payment milestone is for the Implementation Phase of

the project envisaged to be completed in 26 weeks from issuance of Work Order.

Operations and management of the entire system including its sub systems, customer

support and responsibility as per SLAs shall be for the duration of 5 years. The

payment during O&M phase would be quarterly basis to be paid equally over 20

quarters from Go-Live of the application. List of the broad activities to be carried out

by the Systems Integrator and the timelines from the date of Work Order are given in

the table below. “T” stands for the date of issue of the Work Order.

# Activity Timelines

1. Mobilization of Resources, Preparation of the Inception

Report

T + 1 week

2. Prepare the Detailed Technical Architecture of the Overall

System in consultation with all the Stakeholders,

Completion of detail survey

T + 4 weeks

3. Prepare FRS for all the work streams, Finalize Reporting

Formats / Base Rules

T + 6 weeks

4. Prepare SRS, SDD for all the Software Components T + 10 weeks

5. Supply, Installation, Configuration of various equipment,

components, systems.

T+12 weeks

6. Acceptance Testing (AT) for all the systems, equipment T+16 weeks

7. Training and Capacity Building for the relevant WBSBCL

/ PMC officials

T+(18-26)

weeks

8. Final Acceptance Test (FAT) for overall solution T+26 weeks

9. Formal Go Live T + 26 weeks

10. Operations and Maintenance post Go-Live 5 years

following

T+26 weeks

111 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

It may be noted that T is the event marking the Kick-off date by the successful bidder, who is

also called the System Integrator. The System Integrator has to design and implement a very

detailed plan of implementation that seeks to execute several activities in parallel, adopts

Critical Path method and commits additional resources to activities falling behind schedule so

as to keep up with the overall deadline. The phasing of the activities mentioned in FRS of this

document would be decided upon submission of the detailed plan of implementation by the

successful bidder.

The “Go-Live” means that the application is ready in all respect (designing, development,

testing & implementation and can now is used by the Department users together as has been

envisaged in the initial detailed Software Requirement Specifications document). “Go-Live”

means the Go-Live of the application hosted in the designated data centre and is capable of

being used by the WBSBCL/ Excise Directorate/ SPL personnel for operations across all

depots. The hardware installation and “Go-Live” date would be synchronised and under

no circumstance there should be a gap of more than 30 calendar dates between these 2

dates. The pay- out for hardware installation would be withheld in case Go-Live of the

application is beyond 30 days from hardware installation date.

It may be noted that the time schedule for each milestone shown in the table above would be

enforced independently, even though some of them are inter-dependent. This would have a

cascading effect of penalties for delays in all other milestones dependent on the precedent

milestone. Therefore, the System Integrator will have to be extremely careful in establishing an

excellent project management setup.

112 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

PAYMENT MILESTONE Payments for the project shall be released after the stage-wise completion of each milestone as

described in the scope of work and Implementation Schedule as per the following schedule:

# Project Milestones Payment

Terms (%

TCB)

Remarks

D1 Inception Report and Project

Management Plan

NA Payable on successful completion

and approval of Inception Report

and Project Management Plan

D2 Detailed Technical

Architecture of the Overall

System in consultation with

all the Stakeholders,

Completion of detail survey

NA Payable on Sign-off of the Technical

Architecture of the Overall System

D3 Updated FRS for all the

work streams, Finalize

Reporting Formats / Base

Rules and SRS, SDD for all

the Software Components

NA Payable on successful completion

of Acceptance Testing and removal

of all defects / issues tracked

therein and final sign off given by

WBSBCL.

D4 Supply, Installation,

Configuration of various

equipment, components,

systems.

NA Payable on installation and

commissioning of all servers /

infrastructure in Data Center and

verification of the same by

WBSBCL/ Excise Directorate and

acceptance certificate issued

D5 Application development

and Formal Go Live

including Security Auditing

50 Payable after receipt of Security

Audit Certificate relating to entire

application.

Payable after all depots/ warehouse

start using the application on a

113 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

regular basis and signoff. The

hardware delivery should be

synchronized with Go-Live of the

application.

D7 User Hardware Supply/

Installation and Network

Implementation

30 Payable after successful installation

and commissioning of all user

Hardware & Network related

equipment’s and receipt of

installation report verified by

WBSBCL.

D8 Training and Capacity

Building for the relevant

WBSBCL

20 Payable after completion of

requisite training as per RFP and

receipt of training materials (hard

copy / soft copy)

Total 100%

Note:

WBSBCL reserves the right to release the part payment for completed work against the

milestone payment.

All Payments shall be made in Indian Rupees Only

114 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION - I: SERVICE LEVEL AGREEMENT

Service Level Agreement (SLA) shall become the part of contract between WBSBCL and the

Successful bidder. SLA defines the terms of the successful Bidder’s responsibility in ensuring

the timely delivery of the deliverables and the correctness of the same based on the agreed

Performance Indicators as detailed in this section.

The successful bidder has to comply with Service Levels requirements to ensure adherence to

project timelines, quality and availability of services, throughout the period of this contract i.e.

during implementation phase - for a period of five (5) years post go live. The successful bidder

has to supply appropriate software/hardware/ automated tools as may be required to monitor

and submit reports of all the SLAs mentioned in this section.

For purposes of the SLA, the definitions and terms as specified in the document along with the

following terms shall have the meanings set forth below:

a) “Total Time” - Total number of hours in the quarter (or the concerned period)

being considered for evaluation of SLA performance.

b) "Uptime" – Time period for which the specified services/ outcomes are available in

the period being considered for evaluation of SLA. Formulae for calculation of

Uptime: Uptime (%) = {1-[(Downtime)/(Total time- scheduled maintenance time)]}*100

c) “Downtime”- Time period for which the specified services/ components/

outcomes are not available in the concerned period, being considered for

evaluation of SLA, which would exclude downtime owing to Force Majeure &

Reasons beyond control of the successful bidder.

d) “Scheduled Maintenance Time” - Time period for which the specified services/

components with specified technical and service standards are not available due to

scheduled maintenance activity. The successful bidder is required to take at least

10 days prior approval from WBSBCL for any such activity. The scheduled

maintenance should be carried out during non-peak hours (like post mid-night,

and should not be for more than 4 hours. Such planned downtime would be

granted max 4 times a year.)

e) “Incident” - Any event / abnormalities in the service being rendered, that may

lead to disruption in normal operations and services to the end user.

f) “Response Time” - Time elapsed from the moment an incident is reported in the

Helpdesk over the designated mode of communication (as decided between SI and

WBSBCL before go live phase), to the time when a resource is assigned for the

resolution of the same.

115 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

g) “Resolution Time” - Time elapsed from the moment incident is reported to

Helpdesk via the designated mode of communication (as decided between SI and

WBSBCL before go live phase) and services as promised are restored.

1.1. Measurement of SLA

a) The SLA metrics provided specifies performance parameters as baseline

performance, lower performance and breach. All SLA calculations will be done on

quarterly basis. The SLA also specifies the liquidated damages for lower

performance and breach conditions.

b) Payment to the SI is linked to the compliance with the SLA metrics. The matrix

specifies three levels of performance, namely,

SI will get 100% of the Contracted value if all the baseline performance

metrics are compiled and the cumulative credit points are 100

SI will get lesser payment in case of the lower performance. (For e.g. if SLA

point score is 80 then the SI will get 20% less on the quarterly payment)

If the performance of SI in respect of any parameter falls below the

prescribed lower performance limit, debit points are imposed for the breach.

c) The credit (+) points earned during the quarter will be considered for computing

damages. The quarterly payment shall be made after deducting the liquidated

damages as mentioned above.

d) The aforementioned SLA parameters shall be measured as per the individual SLA

parameter requirements and measurement methods, through appropriate SLA

Measurement tools to be provided by the SI and audited by Excise

Directorate/WBSBCL or its appointed Consultant for accuracy and reliability.

e) WBSBCL shall also have the right to conduct, either itself or through any other

agency as it may deem fit, an audit / revision of the SLA parameters. The SLAs

defined, shall be reviewed by WBSBCL on an annual basis after consulting the SI,

Project Management Consultants and other experts. All the changes would be

made by WBSBCL after consultation with the SI and might include some

corrections to reduce undue relaxation in Service levels or some corrections to

avoid unrealistic imposition of liquidated damages, which are noticed after project

has gone live.

f) Total liquidated damages to be levied on the SI shall be capped at 20% of the

cumulative invoicing during the billing period. WBSBCL would also have right to

invoke termination of contract in case cumulative debit point (breach points) are

above 30 in 2 consecutive quarters.

Implementation SLAs:

116 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Definition Timely delivery of deliverables would comprise entire bill of

material and the application systems, and as per successful UAT

of the same.

Service Level

Requirement

All the deliverables defined in the contract has to be submitted On-

time on the date as mentioned in the contract with no delay.

Measurement of

Service Level

Parameter

To be measured in Number of weeks of delay from the timelines

mentioned in the section “Project Timelines”

Damages for non-

achievement of

SLA Requirement

Any delay in the delivery of the project deliverables would attract a

liquidated damage per week of 1.25% of the PBG of contract value per

week for first 8 weeks and 0.75% per week for every subsequent week.

If the liquidated damage reaches 10% of PBG amount, WBSBCL. may

invoke termination clause.

Post-Implementation SLAs:

i. The SI would implement a system to measure the SLAs as defined in this RFP. This system

will be audited by WBSBCL/Project Management Consultant. Any variation between actual

real time performance and real values may lead to invocation of the PBG. These SLAs shall be

used to evaluate the performance of the services on regular basis but penalties would be

levied for cumulative performance for the quarterly basis.

ii. Damages levied for non- performance as per SLA requirements shall be deducted through

subsequent payments due from WBSBCL/Directorate of Excise or through the Performance

Bank Guarantee.

iii. The SLA parameters shall be measured for each of the sub systems’ SLA parameter

requirements and measurement methods, through appropriate SLA Measurement tools. All

such required tools should be provided by the successful bidder. WBSBCL will have the

authority to audit these tools for accuracy and reliability.

iv. The upper limit of damages would be capped at the PBG value. In case the calculated

damages crosses 10% damages of the PBG value in 2 subsequent quarters, WBSBCL reserves

the right to invoke the termination clause.

The pay out of the milestones will depend on the performance as defined in the SLAs.

Various SLAs to be operationalized during Post-Implementation, are given below:

117 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

# Performance Area Baseline Lower Performance Breach

Metric Points Metric Points Metric Points

1. Centralised Application Performance (includes any user/system application related to the project)

1.1 SCM System Availability 99.5% 10 >= 95 % to <99.5% 5 < 95 %

10

1.2 Video Management System Availability 99.5% 3 >= 95 % to <99.5% 1 < 95 % 5

1.3 Vehicle Tracking System Availability 99.5% 2 >= 95 % to <99.5% 1 < 95 % 2

1.4 Digital Locker Management System (for

Vehicles) Availability 99.5% 1 >= 95 % to <99.5% 0.5

< 95 % 2

1.5 Shared services Availability (Finance, HR

etc.) 99% 2 >= 95 % to <99% 0.5

< 95 % 1

1.6 Helpdesk Management System

Availability 99% 4 >= 96 % to <99% 1

< 96 % 1

1.7 MIS System Availability 99% 3 >= 96 % to <99% 1 < 96 % 2

1.8 Web Portal Availability 99.5% 3 >= 96.5 % to

<99.5% 1

< 96.5 % 2

1.9 Mobile App Availability 99.5% 6 >= 96.5 % to

<99.5% 1

< 96.5 % 2

1.10

Maximum time for Menu Navigation,

Window/Screen Opening, Screen

Navigation (Average) at CCC

<3 sec 4 2.01 - 5.0 secs 1 >5 secs 5

1.11 Reports Generation Response Time

(Alerts/MIS/Logs etc.)

Simple query - <

5secs

Medium

complexity

query - <30 secs

High Complexity

query - < 1min

2

Simple complexity

Query = 5.01 - 10

secs

Medium complexity

query = 30.01 - 60

secs

High Complexity

query

= < 60.1 sec - 2 min

1

Simple

complexity

Query = > 10

secs

Medium

complexity

query = > 60

secs

High

5

118 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

# Performance Area Baseline Lower Performance Breach

Metric Points Metric Points Metric Points

Complexity

query

= > 2 min

2. ANPR (Automatic number plate recognition) , VTS & Digital Locker Performance

2.1 ANPR for vehicle Number plates >=95% 5 >=85% to <94.99% 3 < 80 % 1

2.2 No. of Vehicles Tracked >=98% 3 >=98% to <95% 2 < 95% 0

2.3 Digital Locker accuracy for Geo-fencing >=98% 2 >=98% to <95% 1 0

3. End-User Equipment Uptime

3.1 Monitoring workstations at Command

Centers & Divisional Offices >=99% 3 >= 96 % to <99% 1 < 96 % 1

3.2 Video wall >=99% 3 >= 96 % to <99% 1 < 96 % 1

4. Underlying IT Infrastructure Uptime/Availability at Data Centers

4.1 Production Server’s Uptime >=99.5% 9 >= 98 % to <99.49% 5 < 99.5% 1

4.2 Storage System Uptime >=99.5% 4 >= 98 % to <99.49% 3 < 99.5% 1

4.2 Production Server’s Uptime at DR Site >=99.5% 5 >= 98 % to <99.49% 3 < 99.5% 0.5

4.3 Storage System at DR Site >=99 % 2 >= 98 % to <99% 1 < 98% 0.5

5. Manpower deployment during post-implementation period

5.1

Deployment of resources >=90%

deployment of

resources #

5

>=70% to <90%

deployment of

resources #

3 > 70 % of

resources # 5

6. Security /Patch Services for IT Infrastructure

6.1 Firewall and any other security appliance

Uptime 100% 2 97 % to 99.99% 1 < 97% 1

6.2 Security rules update within 2 hours of

approved change management request

0 violations of

service 1 1 – 2 violations 0.5 > 2 violations 1

119 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

# Performance Area Baseline Lower Performance Breach

Metric Points Metric Points Metric Points

parameters

6.3 Anti-virus, Anti-spyware, Anti-spam

updates within 24 hrs. of request

0 violations of

service

parameters

1 1 – 2 violations 0.5 > 2 violations 0

6.4 Critical Patches – within 48 hours of

patch release.

0 violations of

service

parameters

1 1 – 4 violations 0.5 > 4 violations 0

6.5 Non Critical Patches - within 15 days of

patch release.

Up-to 1

violations of

service

parameters

1 1 – 5 violations 0.5 > 5 violations 0

7. Technical Helpdesk, Trouble Ticketing, Issue Resolution

7.1 Average Speed of Answer <= 10 secs 2 10 to 15 secs 1 > 15 sec 0

7.2 Average Call Lost Rate 0 – 0.1 1 0.1 - 2.00% 0.5 > 2 % 0

7.3

Resolution of Critical Issue (that impacts

more than one production services &

higher management( call)

60 minutes 5 60.01 to 90 min 1 > 90 min 0

7.4 Resolution of Medium Level Issue (that

does not impact production services) 120 minutes 3 120.01 to 240 min 1.5 > 240 min 0

7.5

Resolution of low level Issue (upgrade,

shifting and preventive maintenance (of

non-production items))

2 days 2 >2 to 4 days 1 > 4 days 0

Total Score 100 45 50

120 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION– J: FORMATS FOR PRE-QUALIFICATION BID

Annexure – 1 - Pre-Qualification cover Letter

<<To be printed on lead bidder company’s letterhead and signed by Authorized

signatory>>

(Place)

(Date)

To,

Purchase Committee

Saraswaty Press Limited

11 BT Road, Belghoria

Kolkata:-700056

Ref: <……………..>

Sub: Submission of proposal in response to RFP for implementation of automated

SCM solution for WBSBCL

Dear Sir/ Madam,

Having examined the Bid Document (and the clarification / corrigendum issued

thereafter, if any), the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to provide the professional services as required and outlined in the

Bid Document. We attach hereto our responses to pre-qualification requirements and

technical & commercial proposals as required by the Bid Document. We confirm that

the information contained in these responses or any part thereof, including the

exhibits, and other documents and instruments delivered or to be delivered to

WBSBCL, is true, accurate, verifiable and complete. This response includes all

information necessary to ensure that the statements therein do not in whole or in part

mislead WBSBCL in its shortlisting process.

We fully understand and agree to comply that on verification, if any of the information

provided here is found to be misleading the selection process, we are liable to be

dismissed from the selection process or termination of the contract during the project,

if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the

Bid Document (& subsequent clarification / corrigendum, if any) document and also

121 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

agree to abide by this tender response for a period of 120 days from the date fixed for

bid opening. We hereby declare that in case the contract is awarded to us, we shall

submit the contract performance guarantee bond in the form prescribed the Bid

Document.

We agree that you are not bound to accept any tender response you may receive. We

also agree that you reserve the right in absolute sense to reject all or any of the

products/ services specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/

corporation/ firm/ organization and empowered to sign this document as well as such

other documents, which may be required in this connection.

__________________________________________

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

122 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure – 2 – Format for Bidder’s Particulars

<<To be printed on bidder company’s letterhead and signed by Authorized signatory>>

To

Purchase Committee

Saraswaty Press Limited

11 BT Road, Belghoria

Kolkata:-700056

Bidder information Format

Sl

#

Description Details (to be filled by the

responder to the RFP)

1. Name of the company

2. Official address

3. Phone No. and Fax No.

4. Corporate Headquarters Address

5. Phone No. and Fax No.

6. Web Site Address

7. Details of Company’s Registration (Please

enclose copy of the company registration

document)

8. Name of Registration Authority

9. Registration Number and Year of Registration

10. Quality Certificates (ISO 9001:2000) and its

validity

11. CST/LST/VAT registration No.

12. Service Tax Registration No.

13. Permanent Account Number (PAN)

123 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact

Name

Title

Company Address

Mobile

Fax

Email Id

Yours Sincerely,

__________________________________________

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

124 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure – 3 - Bidder’s Annual turnover over last 3 financial

years

<<To be printed on bidder company’s letterhead and signed by Authorized signatory>>

Date: dd/mm/yyyy

To

Purchase Committee

Saraswaty Press Limited

11 BT Road, Belghoria

Kolkata:-700056

Sir/ Madam,

I have carefully gone through the Terms & Conditions contained in the RFP

Document. I hereby declare that below are the details regarding Overall turnover over

last 3 financial years for our organization.

# Details

FY 2013-14

(in Crores)

(a)

FY 2014-15

(in Crores)

(b)

FY 2015-16

(in Crores)

(c)

Average Turnover

[(a+b+c)/3]

1 Overall Annual

Turnover

2

<Sales turnover

from IT/ ITES/

ICT >

3

Yours Sincerely,

__________________________________________

Signature of Statutory Auditor (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

125 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure - 4: Declaration for not being blacklisted and pending

court cases

Self-declaration for not being blacklisted by any Government Entity

(To be submitted on the Letterhead of the responding firm)

(Place)

(Date)

To,

Purchase Committee

Saraswaty Press Limited

11 BT Road, Belghoria

Kolkata:-700056

Ref: RFP for implementation of automated SCM solution for WBSBCL, Ref: RFP No. ………

dated …………

Sub: Submission of proposal in response to RFP for of automated SCM solution for WBSBCL

Dear Sir,

In response to the above mentioned RFP I/We, _______________, as ____________ <Designation>

of M/s_____________________, hereby declare that we are not blacklisted or ineligible to

participate for bidding by any State/Central Government, Semi-Government or PSU.

The details of the court cases pending (if any) are mentioned below:

# Type of Cases Details of the cases Status

We further declare that the above list is exhaustive.

Sincerely,

Signature of Authorized Signatory and Seal of the bidder

Name:

Designation:

126 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure-5: List of documents submitted

Technical Solution is to be documented in a structured manner. Check-list for

the mentioned documents to be included in the Technical bid in following

format:

# Documents to be submitted Submitted

(Y / N)

Documentary

Proof (Page

No.)

1. Bid Covering Letter

2. Power of attorney / board resolution to the authorized

Signatory of the Bid

3. Scanned copy of E.M.D. & Tender Fee

4. Section – J | Pre-Qualification Criteria

5. Annexure – 1 - Particulars of the Bidders (in the formats

given), Consortium details if applicable

6. Annexure – 2 Format for bidder’s particulars (and supporting

documents like Copy of Certificate of Incorporation)

7. Annexure – 3 Bidder’s annual turnover for last 3 years

(Enclose copy of Audited Balance Sheet for last 3 years, Copy

of the audited Profit & Loss Statements for each of the last 3

financial years)

8. Annexure – 4 Declaration for not being black-listed

9. Section – K Formats for Technical bid

10. Annexure – 6 Bid Covering Letter

11. Annexure – 7 Format for bidder’s particulars

12. Certified copies of valid PAN document/ CMMi Level 3

certification/ ISO 9001:2000/ VAT/ Sales Tax/ Service Tax

registration

13. Annexure – 8 Technical Capability / Past Projects

14. Manufacturer’s Authorization Forms for the products offered

Appendix – 4 Specifications Sheet (in order of Bill of Materials)

15. Bidder’s Understanding of the Project requirements

16. Technical Solution Proposed

17. Approach & Methodology

18. Annexure -9 Commercial Bid (Separate document in sealed

envelope

127 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION– K: FORMATS FOR TECHNICAL BID

Annexure-6: Bid Covering Letter

(To be submitted on the Letterhead of the bidder)

(Place)

(Date)

To,

Purchase Committee

Saraswaty Press Limited

11 BT Road, Belghoria

Kolkata:-700056

Ref: <……………..>

Sub: Submission of proposal in response to RFP for implementation of automated SCM

solution for WBSBCL

Dear Sir,

i. We have examined the RFP document, we, the undersigned, herewith submit our

proposal in response to your RFP no. _______ dated ______ for “implementation of

automated SCM solution for WBSBCL”, in full conformity with the said RFP document.

ii. We have read the provisions of the RFP document and confirm that these are acceptable

to us. We further declare that additional conditions, variations, deviations, if any, found

in our proposal shall not be given effect to.

iii. In the event of acceptance of our bid, we do hereby undertake:-

i. To commence services as stipulated in the schedule of delivery forming a

part of the attached proposal.

ii. We affirm that the price quoted are inclusive of all charges and all

sales/service taxes.

iv. We agree to abide by this proposal, consisting of this letter, the detailed response to the

RFP and all attachments, for a period of 180 days from the date of submission of the

bid.

v. The EMD as given in Notice Inviting Tender Section is attached with this proposal.

vi. The EMD of INR 1500000.00 (Rupees Fifteen Lakh only) submitted by us may be

encashed if we do not submit the requisite Performance Bank Guarantee within 60 days

of award of contract.

128 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

vii. We would like to declare that we are not involved in any major litigation that may have

an impact of affecting or compromising the delivery of services as required under this

assignment and we are not under a declaration of ineligibility for corrupt or fraudulent

practices

viii. We would like to declare that there is no conflict of interest in the services that we will

be providing under the terms and conditions of this RFP.

ix. We hereby declare that all the information and statements made in this proposal are

true and accept that any misrepresentation contained in it may lead to our

disqualification.

x. We have declared the list of court cases pending against us in Annexure 2 of our

response to this RFP.

xi. We understand you are not bound to shortlist / accept any proposal you receive

Sincerely,

Signature of Authorized Signatory and Seal of the bidder

Name:

Designation:

Date:

129 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure-7: Format for Bidder’s Particulars

<<To be printed on bidder company’s letterhead and signed by Authorized signatory>>

To

Purchase Committee

Saraswaty Press Limited

11 BT Road, Belghoria

Kolkata:-700056

Sl

#

Description Details (to be filled by the

responder to the RFP)

1. Name of the company

2. Official address

3. Phone No. and Fax No.

4. Corporate Headquarters Address

5. Phone No. and Fax No.

6. Web Site Address

7. Details of Company’s Registration (Please

enclose copy of the company registration

document)

8. Name of Registration Authority

9. Registration Number and Year of Registration

10. Quality Certificates (ISO 9001:2000) and its

validity

11. CST/LST/VAT registration No.

12. Service Tax Registration No.

13. Permanent Account Number (PAN)

Please submit the relevant proofs for all the details mentioned above along with your Bid response.

130 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact

Name

Title

Company Address

Mobile

Fax

Email Id

Yours Sincerely,

__________________________________________

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

131 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure-8: Technical Capability/ Past Projects

General Instructions on Preparation of the Technical Proposal

Bidders have to submit a very structured and organized technical bid, which will be

analysed by the Technical Evaluation Committee for different compliances with

regards to the requirements of the project. The document submitted must be

searchable and well indexed without any handwritten material. Quality and

completeness of the information submitted by the Bidder will matter a lot for carrying

out fair evaluation of the bidder’s capability.

Sl. No.

Project Name

Project Evaluation Criteria*

Start Date

End Date / Status

Brief description of project &

scope of work

Approx value of

the project

Contact details of the

Customer

The past experience in several projects is to be submitted in the format

mentioned below:

Sl

#

Criteria Details

1 Name of the Project

2 Name of the Client

3 Total Cost of the Project

4 Project Components

5 Completion Status

6 Go Live Certificate (Yes/No) (attach

Go Live certificate in the Bid)

7 Payments obtained Status

(elaborate) (submit proof for

payments received in the Bid)

8 Describe the Project in Brief

9 Briefly describe the set of activities

carried out by your firm

132 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

The project names will have to be mapped to the *project technical evaluation

criteria (that is - Experience with Excise directorates in other states in India OR

Experience of “Similar Projects” OR Experience of Large ICT Projects in Government

sector/PSUs as the case may be.

Submit Customer Order Copy details of the order indicating the project value,

customer contact details, project completion certificate or partial completion

certificate, customer satisfaction certificate etc.

Submit Annexure – 4 Bill of Materials with Specifications of the product offered along

with the technical proposal. Please offer only one product for each line item in the

BoM. In case, multiple product specifications are offered for one line item in the BoM,

the proposal will be declared non-responsive.

133 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Manufacturer’s Authorisation Form

<<To be printed on letter head of OEM and signed by Authorized signatory of OEM>>

Date:<…………> To Purchase Committee

Saraswaty Press Limited 11 BT Road, Belghoria Kolkata:-700056 Ref: Tender No.: SPL-201704-0001 dated 5th April 2017 Dear Sir/ Madam,

We _______________________, (name and address of the manufacturer) who are

established and reputed manufacturers of __________________ having factories at

__________________ (addresses of manufacturing / development locations) do hereby

authorize M/s _______________________ (name and address of the bidder) to bid,

negotiate and conclude the contract with you against the above mentioned tender for

the above equipment / software manufactured / developed by us.

We herewith certify that the above mentioned equipment / software products are not

end of the life and we hereby undertake to support these equipment / software for the

duration of minimum 5 years from the date of this letter.

Yours faithfully,

(Signature of the Authorized Signatory from OEM)

Name

Designation

Seal.

Date:

Place:

Business Address:

Thanking You,

(Signature of the Authorized Signatory- Lead Bidder)

Name

Designation

Seal.

134 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

SECTION– L: FORMATS FOR COMMERCIAL BID

Annexure-9: Commercial Bid Format & Instructions

Instructions

All Price quoted shall be made in Indian Rupees Only. The SI would submit its price quotation in the parameter

as well as the capital and operational cost for the project.

The parameter will be used to determine the most responsive bidder. The price quoted should be inclusive of

applicable taxes, duties, fees, levies, and other charges as may be applicable.

During the payment stage, Saraswaty Press Limited/ WBSBCL reserves the right to ask the Bidder to submit

proof of payment against any of the taxes, duties, levies indicated.

Saraswaty Press Limited/ WBSBCL reserves the right to release the part payment for completed work against the

milestone payment.

The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other related items.

The SI payments during the operations and maintenance phase would be on quarterly basis, based on the price

quoted per annum

Commercial/ Price Bid Format

The quoted price is to remain firm for five years.

135 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Implementation and O&M Cost from the bidder

A. Application Cost

Sl Description Implementation

Cost (INR)

O&M Cost

(INR) for 5

years

Total (INR)

APPLICATION SOFTWARE

1 Implementation of application Software & O&M for 5 years

post Go-Live

2 Integration with GRIPS/IFMS/e-Abgari

3 Development & integration with VTS, CCTV

4 MIS Implementation, Dashboard Preparation

5 Portal & Mobile App Development

6 Other additional item (if any)

TOTAL A

Note: O&M Cost would be paid for each year averaged based on the rate quoted above. All rates quoted are inclusive of

all taxes, duties (as applicable)

136 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

B. Hardware Cost

Sl. #

Description of Items Qty

Unit Rate

Total

Rate

VAT @ 5% / ST @ 15% (as

applicable)

Total Price

Hardware & Software

1.

Desktop PC (3rd Gen Intel® Core™ i7 Processor 3.5 GHz, RAM:16GB

DDR3 HD:2TB, 7200 rpm, OS: Windows 7 Ultimate 64-bit Other Software: Microsoft® Office Professional 2007/2010/2013 for Windows® 7/8 , with 3 Yrs warranty. Standard Anti Virus software with license upto 3 years.

150

2. Laptop (Intel Core i7, 4 MB, 8 GB 1866 MHz DDR3 RAM or higher expandable upto 8 GB, HDD 512 GB 5400rpm

10

3.

Server ( Latest series/ generation of 64 bit x86 processor(s) with ten or higher Cores, 2.4GHz, RAM 64 GB, Minimum HDD 2 x 600 GB SAS (minimum 10K RPM) , Rack mountable/ Blade) with supported Antivirus software for 3 yrs warranty

8

4. Rack (19” 42U, 750 mm x 1075 mm, PDU -2 per rack, Aluminum make )

2

5. Rack (be 9U(1U=44.45 mm) in Height, 550MM Width, 600MM Depth ,with cable management accessories.1U Cable manager, PDU, 6 Nos. Sockets of 5 Amp, Aluminum make )

1

6.

Switch L3 - 24 / 48 port ( Support 32K MAC address, throughput 500 Mbps or better, Support IPV4, IPV6,Must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks).

2

7. Switch L2- minimum 24 Port managed Switch with Gigabit uplink ports

5

8. Switch L2- minimum 8 Port Managed Switch 154

137 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Sl. #

Description of Items Qty

Unit Rate

Total

Rate

VAT @ 5% / ST @ 15% (as

applicable)

Total Price

9. Internet Router (Support IPV4, IPV6, SNMP manageable, throughput of minimum 1 Gbps, minimum numbers of SFP+ ports)

2

10. WAN Router (Minimum 1 Gbps of throughput, minimum 8 numbers of SFP + ports)

2

11. SAN Storage (IP based, 10 TB usable space, At least 2 Controllers in active/active mode, complete cache data protection with battery backup for up to 4 hours)

2

12. SAN Switch - support of 8 Gbps FC, 16 port 4

13.

Network Laser Printer(Network Laser, Speed PPM Black: 40, Print Resolution: 1200 x 1200, Paper: Letter, legal, executive, 8.5 x 13 in, Interface: High-Speed USB 2.0; 10/100/1000 Base-TX Ethernet, Memory: 128MB, OS Compatibility: Windows 2003 / 2008 / XP / Vista / 7/ Mac OS, with 3 Yrs warranty.

32

14.

Multifunction Laser Photocopier, Function: Manual Duplex Print, Copy, Scan, Speed PPM Black: 18, Copy Resolution: 600 x 600, Paper: Letter, legal, executive, 8.5 x 13 in, Interface: High-Speed USB 2.0 Hi-Speed (Max. 480Mbps); Memory: 32MB, Scan Resolution: 600x600, with 2 Yrs warranty.

35

15.

Online UPS (3000 VA)(Input Voltage 230 V AC, Single phase,3 wire, Input voltage range 160 V AC TO 270 V AC, input frequency range 45 TO 55 Hz, overload capacity 125% of rated load for 60 sec, SMF battery with backup time 2Hrs with 100% load)

2

16. Offline UPS (1200 VA) (Battery backup 30 mins with 100% load) 94

17. OS Server software 1*

18. RDBMS software

138 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Sl. #

Description of Items Qty

Unit Rate

Total

Rate

VAT @ 5% / ST @ 15% (as

applicable)

Total Price

1*

19. Office Suite software 1*

20. Network Management Software (NMS) for 100 license of 1 year with renewal of 5 years for monitoring SLAs as defined in RFP

1

21. Firewall (Next Generation Firewall with IPS feature in built, 1GBPS Throughput, 4 LAN Port & 4 Fibre Port)

2

22. Wired Barcode Scanner (working range from contact to 17 in (43 cm), Plug-and-play, with universal cable, Advanced Data Formatting. 60

23. PDA (4G compatible, display full HD, Camera 13 megapixel+, 3GB RAM or above, Android/iOS, Octa core CPU, Bluetooth+WiFi enabled)

90

24. Table Top Barcode Scanner (comprehensive data capture for 1D& 2D Barcodes, EAS Compatible, Omni-directional scanning, wide working range, laser aiming pattern 30

25. Digital Lock for tankers & containers 10*

26. Vehicle Mounted Unit 10*

27.

Fix Box Camera (Video Compression: H.264,Video Resolution:1920 X 1080, Frame rate: Min. 25 fps, Image Sensor:1/3” Progressive Scan CCD / CMOS, Auto IRIS Lens with Varifocal, C/CS Mount, IR Correction, Minimum Illumination: Colour: 0.5 lux, B/W: 0.1 lux (at

30 IRE)

150

28.

High Definition IP Fixed Bullet Camera (IR cut filter, IP full HD Bullet type and should support wall and ceiling mounting, Resolution – 2 MP or better, Compression – H.265 / H.264, Dual stream support, Lens varifocal of 3 - 10mm or better, minimum Illumination 0.1 Lux in colour and 0 Lux in B/W mode with IR, integrated IR for a distance of minimum 30 Mtrs, PoE, 12V DC)

150

139 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Sl. #

Description of Items Qty

Unit Rate

Total

Rate

VAT @ 5% / ST @ 15% (as

applicable)

Total Price

29.

High Definition IP PTZ Camera (Video Compression: H.264,Video Resolution:1920 X 1080, Frame rate: Min. 25 fps, Image Sensor:1/3” or ¼” Progressive Scan CCD / CMOS, Auto-focus Lens 4.7 - 94 mm, minimum Illumination 0.5 Lux in colour and 0.1 Lux in B/W mode, Minimum 64 GB Memory card

60

30.

Automatic Number Plate Recognition (ANPR) Camera (Sensor: Progressive scan CCD/CMOS Day/Night Camera, Resolution: 2 Megapixels or better, Video Compression: Motion JPEG,H.264 ,Range: 30 Mtrs. or better.

30

31. Network Video Recorder(Should support all the Full HD IP cameras of 2 MP resolution, H.265/H.264 compression technique. 1 VGA, 1 HDMI output interface, RAID 5 support)

30

32. UTP Cat 6 Cable LS

33. Single / Dual Face plate 1*

34. Cat6 24 Port Loaded UTP Patch Panel 1U Height LS

35. Cat 6 4-Pair UTP Patch Cords LS

36. Cat 6 Information Outlet LS

37. Video Management Software 1*

38. Video Recording Software 1*

39.

Video Wall Cube (Screen 55", IPS technology, Aspect Ratio: 16:09,

Native Resolution: 1,920x1,080 (FHD), Brightness: 700cd/m2, Contrast Ratio: 1,400:1, Dynamic CR 500,000:1, Viewing Angle: (HxV) 178x178, Response time: 8ms (G to G), Hard coating (3H), Anti-reflection treatment of the front polarizer (Reflectance < 2%), Brackets for Video Wall 4 x 2 Matrix, warranty support for 5 years)

1

40. Video wall Controller (Intel Celeron 2.42 GHz, RAM 4 GB DDR3, HDD 80 GB SSD, OS: Windows Embedded 8, warranty support for 5

1

140 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Sl. #

Description of Items Qty

Unit Rate

Total

Rate

VAT @ 5% / ST @ 15% (as

applicable)

Total Price

years)

41. LED screen workstation (32 inch) 4

TOTAL B

Note: The quantity may vary after requirement analysis by the selected system integrator/ WBSBCL/ Saraswaty

Press Limited. 1* denotes unit rate (to be quoted) for the commercial/ price bid. Actual quantity of items

procured would be decided during issuance of work order.

C. Helpdesk Setup cost

Sl Description Implementation

Cost(INR)

O&M Cost

(INR) for 5

years

Total (INR)

1 Interactive Voice Response System (IVRS)+Automatic Call

Distribution (ACD) + Operational Cost for manpower for 5

years

C

141 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

D. Training Cost

Sl Description Implementation

Cost(INR)

O&M Cost

(INR) for 5

years

Total (INR)

1 Trainer cost (per day, batch wise)

2 Training modules (online, offline)

3 User manuals, FAQs

4 Other additional items (if any)

TOTAL D

E. Network Connectivity Cost

Sl Description Implementation

Cost (INR)

O&M Cost

(INR) for 5

years

Total (INR)

1 Network Connectivity at depots/ warehouse/SPL (~ 35)

2 Network Connectivity at Excise directorate and WBSBCL

HQ(~ 100 mbps)

3 Network Connectivity at DC/ DR (~ 100 mbps)

4 Stationary (Paper, Printer Cartridges) at depots and other

additional items (if any)

TOTAL E

142 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

F. Total (to be used for Financial Evaluation)

(In Words) Total Cost of Ownership (in INR) = A + B + C + D + E

TOTAL (Q) = A+B+C+D + E (INR),

inclusive of all applicable taxes and duties for the contract duration (go live + five years of support)

Quoted value in INR – Q (to be used for financial evaluation. This value is

inclusive of all taxes, duties, charges etc.)

143 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

Annexure – 10 - Format for Performance Bank Guarantee

(On non-judicial stamp paper of appropriate value to be purchased in the name of executing Bank)

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT –CUM-PRFORMANCE GUARANTEE

Ref …………………….. Bank Guarantee no……………. Date…………………..

PROFORMA OF BG FOR SECURITY DEPOSIT KNOW ALL MEN BY THESE PRESENTS that in consideration of Saraswaty Press

Limited, a Government of West Bengal Undertaking incorporated under the Companies Act, 1956 having its Registered office at 11 B.T. Road, Belghoria -700 056 (hereinafter called “The Purchaser”) having agreed to accept from ______________________(hereinafter called “The Contractor”) Having its Head Office at ______________________, a Bank guarantee for Rs. _____________ in lieu of Cash Security Deposit for the due fulfilment by the Contractor of the terms & conditions of the Work Order No. ___________________dated____________ issued by the Purchaser for ________________________________(hereinafter called “the said work order ________________ _______dated____________)”. We ________________ (Name & detailed address of the branch) (hereinafter called “the Guarantor”) do hereby undertake to indemnify and keep indemnified the Purchaser to the extent of Rs.__________ (Rupees ____________ _____________) only against any loss or damage caused to or suffered by the Purchaser by reason of any breach by the Contractor of any of the terms and conditions contained in the said Work Order No. ____________________ dated__________________ of which breach the opinion of the Purchaser shall be final and conclusive. (2) AND WE, ____________________DO HEREBY Guarantee and undertake to pay forthwith on demand to the Purchaser such sum not exceeding the said sum of ________Rupees_______________) only as may be specified in such demand, in the event of the Contractor failing or neglecting to execute fully efficiently and satisfactorily the order for __________________________ _______________ Work Order no. , _______________dated _________ (3) WE __________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said order as laid down in the said Work Order No. ________________ dated _______________ including the warranty obligations and that it

shall continue to be enforceable till all the dues of the Purchaser under or by virtue of the said Work Order No. _________________ dated _____________ have been fully paid and its claims satisfied or is charged or till the Purchaser or its authorized representative certified that the terms and conditions of the said Work Order No. ______________________ dated _________________ have been fully and properly carried out by the said contractor and accordingly discharged the guarantee. (4) We _____________________________ the Guarantor undertake to extend the validity of Bank Guarantee at the request of the contractor for further period of periods from time to time beyond its present validity period failing which we shall pay the Purchaser the amount of Guarantee.

144 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

(5) The liability under the Guarantee is restricted to Rs. _________ (Rupees ______________ ___________________) only and will expire on ______________ and unless a claim in writing is presented to us or an action or suit to enforce the claim is filled against us within 6 months from _______________ all your rights will be forfeited and we shall be relieved of and discharged from all our liabilities (thereinafter) (6) The Guarantee herein contained shall not be determined or affected by liquidation or winding up or insolvency or closer of the Contractor. (7) The executants has the power to issue this guarantee on behalf of Guarantor and holds full and valid power of Attorney granted in his favour by the Guarantor authorizing him to execute the Guarantee. (8) Notwithstanding anything contained herein above, our liability under this guarantee is restricted to Rs. __________ (Rupees _________________________) only and

our guarantee shall remain in force up to _______________ and unless a demand or claim under the guarantee is made on us in writing on or before _______________ all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there under. WE, __________________________ lastly undertake not to revoke this guarantee during the currency except with the previous consent of the Purchaser in writing. In witness whereof we ___________________________have set and subscribed our hand on this ________________________ day of _____________________. SIGNED, SEALED AND DELIVERED

______________________ (Stamp of the executants)

WITNESS 1) ______________________ 2) ______________________ (Name & address in full with Rubber Stamp)

145 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE 1. B.G. for security Deposit-cum-Performance Guarantee, Earnest Money should

be executed on the Non- Judicial Stamp paper of the applicable value and to be

purchased in the name of the Bank.

2. The Executor (Bank authorities) may mention the Power of Attorney No. and

date of execution in his/her favour with authorization to sign the documents.

The Power of Attorney is to be witnessed by two persons mentioning their full

name and address.

3. The B.G. should be executed by a Nationalised Bank/ Scheduled Commercial

Bank preferably on a branch located in Kolkata. B.G. from Co-operative Bank /

Rural Banks is not acceptable.

4. A Confirmation Letter of the concerned Bank must be furnished as a proof of

genuineness of the Guarantee issued by them.

5. Any B.G. if executed on Non-Judicial Stamp paper after 6 (six) months of the

purchase of such stamp shall be treated as Non-valid.

6. Each page of the B.G. must bear signature and seal of the Bank and B.G.

Number.

7. The content of the B.G. shall be strictly as Proforma prescribed by WBSBCL in

line with Purchase Order /LOI/ Work Order etc. and must contain all factual

details.

8. Any correction, deletion etc. in the B.G. should be authenticated by the Bank

Officials signing the B.G.

9. In case of extension of a Contract the validity of the B.G. must be extended

accordingly.

10. B.G. must be furnished within the stipulated period as mentioned in Purchase

Order / LOI / Work Order etc.

11. Issuing Bank / The Vendor are requested to mention the Purchase Order /

Contract / Work Order reference along with the B.G. No. For making any future

queries to WBSBCL.

146 | P a g e I s s u e d b y S a r a s w a t y P r e s s L t d

<<This page is left intentionally blank>>

147 | P a g e Issued by Saraswaty Press Ltd

Appendix-1: Envisaged Process Maps (TO-BE) 1. Overall Process Landscape:

148 | P a g e Issued by Saraswaty Press Ltd

2. Product Registration Process

W

BS

BC

LD

ire

cto

rate

of

Ex

cis

eM

an

ufa

ctu

re

r/S

up

pli

er/

Bra

nd

o

wn

er START

Download the Product

Registration Form

Fill up the form

Upload documentsUpload label

design

Verification of Application

Is supporting documents are

perfect

Is Label adequate

Inform appliant Inform applicant

Generate Product ID

Update web portal Inform WBSBCL Inform applicant

Yes

Yes

NoNo

Yes

Download Product ID

STOPDeclaration of price (MRP)

Submission of Form

<72 hours

WBSBCL Database

Mandatory documents to be uploaded are mentioned separately

Verification attributes are mentioned seperately

Submit KYC Details

Verify KYC Details KYC OK?

Yes

No

Online payment by NEFT/ RTGS

Payment successful?

No

DoE Database

149 | P a g e Issued by Saraswaty Press Ltd

3. Supplier Registration Process

Dir

ecto

rate

of

Exc

ise

WB

SB

CL

Ap

pli

can

t

START

Download the registration/

reregistration form

Fill up the formUpload mandatory

documents & submit form

Online fee payment (NEFT/ RTGS) (registration/reregistration)

Submission of form & documents

Receive application

Scrutiny of application

Fill up KYC form

Has applicant done KYC ?

No

Application OK

Inform applicant to refill form with

correct data/documents

No

Yes Approval of application

Generation of registration certificate

Intimation to applicant

Webportal update

Download registration/re-

registration certificate

STOP

Inform Directorate of Excise

Mandatory documents to be uploaded are mentioned separately

DoE Database

Verify KYC Is KYC OK ?

No

WBSBCL Database

Verify payment

Not Ok

Check brand ownership

Yes

Register Product/Brand

Go to P1

Yes

Yes

Ok

No

150 | P a g e Issued by Saraswaty Press Ltd

4. Price Fixation

Dir

ec

tora

te o

f E

xci

seW

BS

BC

LS

up

pli

er

START

Submit Price Declaration

Form

Check brand presence in

database

Does not exist

Calculate price

Update database with pricing

details

Inform Supplier

Exists

Fixation of price for

IMFL

Fixation of price for OS,

OSBI

Fixation of price for CS

WBSBCL Database

Calculation

Intimation to applicant

Webportal update

DoE Database

Inform DoE

STOP

Approval

Go to P1

151 | P a g e Issued by Saraswaty Press Ltd

5. Sale Offer & Order for Supply: W

BS

BC

LS

up

pli

er

START Decide quantity to offer

Login to web portal Fill up the form

Submission of form

Is form OK? Initiate Order for

Supply

STOP

Demand Supply Allignment

Mandatory field Product Name Date of expected delivery Where to supply No. of cases

Assess Market Demand

Assess Production Capability

Assess existing stock in

Warehouse

Checking from website

Yes

No

Approval of OFS Send to supplier

Receive OFS Download OFS

Acknowledgement received

Acknowledgement of OFS

WBSBCL Database

152 | P a g e Issued by Saraswaty Press Ltd

6. Processing of Order for Supply:

Variance Report Relevant document

alongwith invoice

WB

SB

CL

Su

pp

lie

r

START

Payment of ED (NEFT/RTGS)

Receive TP request

STOP

Download OFS Initiate material movement from

bonded warehouse to Manufacturing Adjunct Trade

Issue Debonding TP

Receive Debonding TP

Ex

cise

Off

ice

r(C

orp

ora

tio

n’s

W

are

ho

use

)

Lic

en

se

e

Re

pr

ese

nta

tiv

e

(Dis

till

er

y

Pla

nt)

Has ED paid ?

No

Request for Debonding TP

Yes

Initiate material movement from Manufacturing Adjunct Trade to

Corporation Warehouse Request for TP

Receive TP request

Issue TP

TP received Move material to

Corporation Warehouse

Unload material

Check & Scan material

Stack material in Corp. Warehouse

Update Inventory

WBSBCL Database

Any discrepancies

with OFS

Necessary steps w.r.t. variance

Yes

No

Generate Material Inward Slip (MIS)

Generate Invoice

Verify payment

No

Yes

Issue of Excise Variance

Certificate (EVC)

153 | P a g e Issued by Saraswaty Press Ltd

7. Warehouse & Inventory Management Process:

Material Inward Slip

OFS copy

Payment by Supplier through

NEFT/ RTGS

Invoice

WB

SB

CL

’s W

are

ho

use

Su

pp

lie

rW

BS

BC

L

Re

tail

er

STOP

STARTPhysical delivery to Corporation’s

warehouse

Receive Goods

Update inventory position

1

Stacking of material as per bar

code

Generation of Stock Position

Report

Identification of Unsold items & calculation of

penalty

2

Intimation to Supplier

Online payment by NEFT/ RTGS

Payment successful?

Yes

Any response from Supplier

Withdraw stocks from inventory

No

Is the goods are within date

of expiry

Public auction of items

Drain out the items

Yes

No

Intimation to WBSBCL

WBSBCL Database

START Visit warehouse

Scanning of the outward material

Update stock position

Pick up the material

Necessary steps for material

handling

STOP

Analysis on the Stock Inventory

Process for OFS

Organize Public Auction?

Shifted to other Warehouse

Yes

No

Issue of TP

No

154 | P a g e Issued by Saraswaty Press Ltd

7. Transit & Loss Process:

Incident Log Register

Off

ice

r In

Ch

ar

ge

at

WB

SB

CL

’s W

are

ho

use

Su

pp

lie

rW

BS

BC

L

Re

tail

er

START

Quantify Damage of Liquor at the time of unloading & stacking

1

Replacement of Liquor

Inform to Supplier

WBSBCL Database

Updation of Inventory

Leakage of Bottled Liquor

Identification of root cause

Scanning of damaged bottle

3

Damage of Liquor at the time of loading &

handling

Necessary corrective action

Adjustment of payment due to

damage

STOP

Pilferage of Bottled Liquor

2

Inform to WBSBCL

Log Incident Investigation of

the incident Identification of

root cause Necessary

corrective action

Necessary preventive action

Material return to Supplier

Receive of replaced liquor

4

Arrangement for lifting of material

Updation of Inventory

155 | P a g e Issued by Saraswaty Press Ltd

8. Retailer Registration:

Re

tail

er

START

STOP

WB

SB

CL

Dir

ec

tora

te o

f E

xci

se

Verification of Application

WBSBCL Database

Log into web portal

Fill up the form and upload documents

Submit FormOnline payment by

NEFT/RTGS

Payment successful? No

Are supporting documents

perfect

Approval of Application

Yes

Generate Registration Certificate

Update webportal Inform DoE Inform applicant

DoE Database

Download Certificate

Copy of Retail License & mandatory documents to be uploaded

Yes

Checking with e-Abgari

Database

NoData mismatch or Ineligible ?

Ineligible

Inform Applicant

Inform Applicant

Mismatch

System will identify the registration going to expire within a week

Inform Applicant

Generation of alert message

e-Abgari Databese

156 | P a g e Issued by Saraswaty Press Ltd

9. Indentation by Retailer: W

BS

BC

LR

eta

ile

r

START Login to web

portal

Review available stock in the warehouse

Fill up the Indent Form

The criteria to be followed: Brand Pack size Quantity

Submit initial Indent

Are all the requested items are

in stock Assess Indent

Transfer the indent to that

warehouse Are some/all

requested items available in alternative warehouse

Block Inventory & Debit stock

amountYes

No

Download proforma invoice

Modify initial Indent

No

Yes

Confirmation from Retailer

Yes

No

STOP

Update Inventory & generate

proforma invoice

WBSBCL Database

Already Registered

Yes

RR Go for Retailer

Registration

No

157 | P a g e Issued by Saraswaty Press Ltd

10. Transfer of goods to Retailer:

TP & Invoice

Re

tail

er

WB

SB

CL

START Intimate Retailer

about final payment & pickup date

Agree on pickup date

Online payment by

NEFT/RTGS

Payment successful?

No Select alternative

date

Generate payment receipt note after

payment confirmation

Yes

Intimate retailer with one time

extension of date

Generate Final Invoice

Yes

Visit the warehouse along with PRN

Visit the warehouse along with PRN

Retailer does not visit

Yes

Unblock the inventory

No

Payment transferred to

suspense account

STOP

Issue transport permit

Download TP

Pick up Stock/ Arrange to have stock picked up

Update Inventory

Su

pp

lie

r Transfer of Payment

Payment confirmation

WBSBCL Database

As per payment cycle

Intimate retailer & release stock

No Scanning of the outward material

Yes

158 | P a g e Issued by Saraswaty Press Ltd

11. Online Retailing:

Delivery Receipt

Ret

ail

erC

ust

om

er

WB

SB

CL

START Login to Website

STOP

Login criteria: Aadhar based PAN based

Fill up the forms

Mandatory Field: Name Delivery Address with Pin code

(validation checking) Contact number Age Brand name with Qty.

Check availability

Searching of stock Yes

No

Submission of Form

Online payment by Net Banking/Credit Card/

Electronic Wallet

Payment successful?

Verification of Application

Yes

Check elligibility

Checking with Aadhar

Database

Confirmation on Date of Dilivery

WBSBCL Database

Update Inventory

Delivery of goods?

Goods Delivered

Yes

Goods Undelivered

No

As per payment cycle

Stacking to Retailer’s shop

Identification of nearby Retailer

Yes

Transfer of payment to

Retailer

Faulty Delivery

No

Go toP10a Yes

No

Payment Receipt Note

Order forwarded to Retailer

Scanning of the outward material

Identification of brand with qty

capturing sale

through POS software

Invoice

Pick up stock & ready for delivery

Generation of Invoice

Payment return

Inform applicant

No

159 | P a g e Issued by Saraswaty Press Ltd

12. Delivery Management for Faulty Material

STOP

Re

tail

er

Cu

sto

me

rW

BS

BC

L

P10

Rejection of faulty material delevered

Material return back

Scanning of the outward material

Identification of proper brand as

per order

capturing sale

through POS software

Invoice

Pick up stock & ready for delivery

Generation of Invoice

Delivery Receipt

Goods Delivered

WBSBCL Database

Update Inventory

Stacking of faulty material

Update Stock position

As per payment cycle

Transfer of payment to

Retailer

160 | P a g e Issued by Saraswaty Press Ltd

13. Inter Depot stock Transfer:

Requisition form

Requisition form

Requisition form

TP & Requisition

Off

icer

-In

-Ch

arg

e(O

rigi

na

tin

g D

epo

t )

WB

SB

CL

Off

icer

-In

-Ch

arg

e(D

esti

nat

ion

Dep

ot)

START

STOP

Checking Inventory position

Issue Inter Depot Stock Transfer

Requisition

Out of Stock? No

Available to alternate depot

Yes

Yes

Order For Supply

WBSBCL Database

No

Download stock transfer

requisition

Identification of Stock & unstacking

Arrange to pick up stock

Scanning of the outward material

Issue of TPArrange for

material movement

Unload material Check & Scan

material Generate Material Inward Slip (MIS)

Stacking of material

Su

pp

lie

r Requested by

Go to P5

Go to P5

By WBSBCL

Request to transfer goods

By Supplier

Approval of Request

Issue of TP

Download TP Arrange for

material movement

Receive of material

Inter Depot Transfer Requisition Form needs to be filled up

Generate Material Outward Slip

Scanning of the outward material

Generate Material Outward Slip

Update Inventory

161 | P a g e Issued by Saraswaty Press Ltd

14. Bulk Spirit Import Process:

TP & Invoice

Dis

till

er

yM

an

ufa

ctu

re

rD

ire

cto

rate

o

f E

xc

ise

WB

SB

CL

START

Receive consent request

Apply for Import cum Transport

Permit

Receive Application

Issue Consent letter

Verification of application

Eligible? Issuance of Import cum

Transport Permit

Initiate import

Mandatory document: Transport Permit Consent Letter

Yes

Verification of application

Are supporting documents OK?

Issue of Order for Supply

Yes

No

Arrange to send hard copy of OFS

Validity of OFS will be equal to the validity of Import Permit

OFS received

Arrangement for material

movement

Exc

ise

Off

ice

r

(Ma

nu

fact

ure

r

Wa

reh

ou

se)

Consignment received

Verification of Consignment

Updation in Bond Coverage Register

Issue goods receipt certificate

Receive goods receipt certificate

Any variance observed?

STOP

Necessary duty fees adjustment

Yes

Adjustment of paymentApply for consent

from Supplier

Inform Manufacturer

Online payment by NEFT/RTGS

Payment successful?

No

Yes

No

Arrange to send hard copy of IP

( 3 copies)

3 copies of IP received

WBSBCL Database

No

162 | P a g e Issued by Saraswaty Press Ltd

Appendix-2: Management Information Systems (MIS) Reports General Report Format – This report should be generated on a real time basis.

List of Suppliers

West Bengal State Beverages Corporation Limited

Supplier Details

Sl. No.

District Name

Name of the Supplier Contact Details Registration No.

163 | P a g e Issued by Saraswaty Press Ltd

List of Retail Licensee

West Bengal State Beverages Corporation Limited

Retail Licensee Details

Sl. No.

District Name

Depot Name

Name of the Licensee Contact Details License No.

Registration No.

License Validity Date

Date of Issue

Date of Expiry

164 | P a g e Issued by Saraswaty Press Ltd

List of products with MRP

West Bengal State Beverages Corporation Limited

Registered Product with MRP (with effect from …………….)

Sl. No.

Product Name Product Registration No.

Packing (Size) MRP/Btl. (Incl.Taxes)

165 | P a g e Issued by Saraswaty Press Ltd

List of Warehouses

West Bengal State Beverages Corporation Limited

List of WBSBCL Warehouse (as on ……………)

Sl. No.

District Name

Address of Warehouse Area in Sq.ft. Name of Officer

Contact Number Email ID

166 | P a g e Issued by Saraswaty Press Ltd

Inventory Management Report Format

Indent Details

West Bengal State Beverages Corporation

Depot wise Indent Details

Depot Name: <….>

Indent No.

Indent Brand Name Ordered Quantity Indent Issued Indented Now

Date

167 | P a g e Issued by Saraswaty Press Ltd

Depot wise stock of each brand

West Bengal State Beverages Corporation

Depot wise stock of each brand

Depot Name:-

Date:-

Sl. No. Product Code Product Category Brand Name Opening Stocks ( in cases)

Pack Size Available Qty.

168 | P a g e Issued by Saraswaty Press Ltd

Brand wise stock at each depot

Brand Name: <….>

Stock position as on: <<date>>

Sl.# Depot Name Opening Stock (in cases)

169 | P a g e Issued by Saraswaty Press Ltd

Summarised Report on Closing Stock

CLOSING STATEMENT

Date:

Sl. No.

Depot Name Product Type

Product Code

Brand Name Pack Size Available Qty.

170 | P a g e Issued by Saraswaty Press Ltd

Sales Report Format

Daily Sales Report

West Bengal State Beverages Corporation Limited

Daily Sales Report

Date:

Qty in SKU/CB's; Value in Lakhs Rupees

District Name

Depot Name

Sales for the Day Cumulative Sales for the Month IMFL Achievement

Sales Invoices

IMFL BEER Total Sales Value

IMFL BEER Total Sales Value

IMFL Target (Qty in CB's)

% of Achievement Qt

y Value

Qty

Value

Qty Value

Qty

Value

A B C D E F G H IMFL J K L M N O

171 | P a g e Issued by Saraswaty Press Ltd

Monthly Sales Report

West Bengal State Beverages Corporation Limited

Monthly Sales Report

Month:

Sl. No. Supplier Name Depot Name Brand Name Sales Quantity Net Value (in Rs.)

CB's Btls Total Btls

172 | P a g e Issued by Saraswaty Press Ltd

Permit wise lifting

West Bengal State Beverages Corporation Limited

Permit Wise Lifting

Period From: To:

District Name

Licensee Name TP No. TP Date Invoice no.

Invoice Date

Amount as per permit

Lifted amount

Balance Amount

Stock Inventory Data

The basic data for the MIS will be captured in the 5 main fields for monitoring the quantitative transaction of liquor.

The fields will be:-

a) Opening Balance.

b) Receipt

c) Sale

d) Breakage

e) Closing Balance

The Basic formula operating will be ------- (a+ b)-(c+ d) = e

173 | P a g e Issued by Saraswaty Press Ltd

The MIS will be for country spirit, foreign Liquor and Beer separately for the following combinations:-

• For the Corporate office of the Corporation -

a) Depot wise.

b) Manufacturer/supplier wise.

c) Category wise. (e.g. - C.S/I.M.F.L/Beer/O.S/OSBI etc.)

d) Brand wise.

e) Pack size wise. (e.g. – 750ml/375ml/650 ml etc.)

f) Batch number wise.

g) A combination of all of the above mentioned items.

• For every depot –

a) Manufacturer/supplier wise.

b) Category wise. (e.g. - C.S/I.M.F.L/Beer/O.S/OSBI etc.)

c) Brand wise.

d) Pack size wise. (e.g. – 750ml/375ml/650 ml etc.)

e) Batch number wise.

f) A combination of all of the above mentioned items.

• At retail point of sale -

a) Category wise.

b) Brand wise.

c) Pack size wise. (e.g. – 750ml/375ml/650 ml etc.)

d) Batch number wise.

e) A combination of all of the above mentioned items.

174 | P a g e Issued by Saraswaty Press Ltd

**** Besides the above mentioned details for country spirit pet bottle and glass bottles account to be separated.

The MIS data will be available for a date range – a) separately for the Range, b) on a comparative basis for the Range

with that range of the previous year.

Separate MIS in Bulk Litre and in number of bottles will be there.

Quantitative Sale Inventory Data

The MIS for sale inventory data will be depot wise as well as consolidated for all the depots under the Corporation. The

Report will be generated for a date Range and separately in bulk litre and in number of bottles.

a) Depot and Retailer wise total.

b) Depot, Retailer, Category wise Total.

c) Depot, Retailer, Category, brand and pack size wise total.

d) Retailer wise Transport Pass details.

e) Manufacturer/supplier, Category, brand and pack size wise total.

Financial Sale Inventory Data

The MIS for sale inventory data showing the monetary transaction will be depot wise as well as consolidated for all the

depots under the Corporation. The Report will be generated for a date Range.

a) Depot and Retailer wise total monetary transaction.

b) Depot, Retailer, Category, brand, pack size and MRP wise total monetary transaction.

c) Retailer wise and Transport Pass monetary transaction.

d) Manufacturer/supplier, Category, brand, pack size and MRP wise total monetary transaction – in terms of

payment to be made i.e. calculation based on ex distillery price.

e) Retailer and issued invoice summary.

175 | P a g e Issued by Saraswaty Press Ltd

<<This page is intentionally kept blank>>

176 | P a g e Issued by Saraswaty Press Ltd

Appendix-3: Functional Requirement Specification

Introduction

The Functional Requirements document is a high level Business Blueprint document. Based on these requirements, the system will be conceptualised and designed. The SI would submit an updated FRS before implementation of the solution.

Supplier to Warehouse Processes

Product registration

The functional requirement specifications are:

Sr. No.

Functional Requirement

Submission of KYC Form

1. System shall allow a potential supplier to fill up a Know Your Customer (KYC) form and send it for approval

2. System shall display the form for completing the KYC details

3. System shall allow the user to provide his desired userid and password and validate if the userid exists

4. System shall allow the user to provide all the information in the form and upload required documents for KYC

5. System shall provide the captcha functionality for validation during submission of the form

6. System shall provide an application number on successful submission of the form

7. System shall provide the applicant with userid and password for login in to the system and also allow him to change his password

Verification and approval of KYC form

8. System shall determine the authorised officer in the corporation through reference to a Delegation of Power matrix (DoP)

9. System shall send a mail to the authorized officer that a KYC form is waiting for his approval

10. System shall allow the authorized officer to login into the system and access the KYC form for verification

11. System shall allow the authorised officer to approve the KYC form if everything is in order

12. System shall be able to return the form to the applicant with reasons in case all required information is not available

13. System shall send an email to the applicant to check the form and do the needful corrections

177 | P a g e Issued by Saraswaty Press Ltd

14. System shall allow the authorized officer to reject the application and provide the reasons

15. System shall allow resubmission of the form by the applicant

16. System shall allow reverification of the form by the authorised officer

17. System shall send a mail to the applicant that his registration has been successful in case the authorized officer approves the KYC submission

18. System shall send a mail to the applicant that his registration has been rejected with reasons in case the authorized officer rejects the KYC submission

19. System shall maintain an audit trail of the entire submission and verification process

Submission of registration form

20. System shall allow the supplier to login to the portal

21. System shall allow the supplier to access the product registration form

22. System shall allow the supplier to check whether the product exists through a variety of search criteria – brand name, size of pack, generic term

23. System shall return the search results for the supplier to see

24. System shall allow the supplier to use the products which are already registered in the system

25. System shall allow the supplier to enter details for a new product which does not exist in the system

26. System shall allow the supplier to make a payment for the product which he wants to be registered through a payment gateway which supports debit card, credit card, net banking and mobile payment app like BHIM

27. System shall provide the information that the payment has been successful

Verification of registration form

28. System shall transfer the registration form to the authorised officer of the corporation for verification and approval by following a delegation of power (DOP) matrix

29. System shall allow the officer in charge to verify the contents of the form and send it back to the supplier in case of discrepancies

30. System shall allow the supplier to correct the discrepancies and resubmit the form

31. System shall allow the submission and verification processes multiple times

32. System shall allow the officer in charge to reject the form in case the information provided is not satisfactory

33. System shall allow the officer in charge to approve the form in case all

submitted information are found to be in order

Creation of material master

34. System shall allow the officer in charge to create a material master record automatically by submitting the information provided by the supplier and by minimum input of additional information. The material number will be the Global Trade Item Number (GTIN).

35. System shall allow the sending of notification to the supplier that his requested material master has been created in the system

36. System shall maintain an audit trail of the entire registration, verification and material master creation processes

178 | P a g e Issued by Saraswaty Press Ltd

Supplier registration

The functional requirement specifications are:

Sr. No.

Functional Requirement

Submission of registration form

37. System shall allow the user to login to the portal if he has completed the KYC registration in the portal

38. System shall allow the supplier to provide all the relevant information for registering as a supplier

39. System shall copy all the information and populate it in the registration form that supplier had provided earlier while submitting the KYC form

40. System shall allow the supplier to select the products that he wants to supply

41. System shall allow the supplier to make a payment for the registration process through a payment gateway which supports debit card, credit card, net banking and mobile payment BHIM app

42. System shall provide the information about the success of the payment

Verification of registration form

43. System shall transfer the registration form to the authorised officer of the corporation for verification and approval by following a delegation of power (DOP) matrix

44. System shall allow the officer in charge to verify the contents of the form and send it back to the supplier in case of discrepancies

45. System shall allow the supplier to correct the discrepancies and resubmit the form

46. System shall allow the submission and verification processes multiple times

47. System shall allow the officer in charge to reject the form in case the information provided is not satisfactory

48. System shall allow the officer in charge to approve the form in case all submitted information are found to be in order

Creation of vendor master

49. System shall allow the officer in charge to create a vendor master record automatically by submitting the information provided by the supplier and by minimum input of additional information

50. System shall allow the sending of notification to the supplier that his requested vendor master has been created in the system

51. System shall provide a registration certificate with an automatically generated registration number to the vendor on successful registration which can be downloaded and kept

52. System shall maintain an audit trail of the entire process of registration application submission, verification and vendor master creation

Supplier price fixation

The functional requirement specifications are:

179 | P a g e Issued by Saraswaty Press Ltd

Sr. No.

Functional Requirement

Submission of price declaration

53. System shall allow the supplier to search for the product for which he wants to provide his price

54. System shall notify the supplier if a product does not exist and that he should register it

55. System shall allow the supplier to provide the Maximum Retail Price (MRP) for the selected product that he wishes to supply in a designated price declaration form

Verification of the price declaration

56. System shall transfer the form to the authorised officer of the corporation for verification and approval by following a delegation of power (DOP) matrix

57. System shall allow the officer in charge to verify the contents of the form and send it back to the supplier in case of discrepancies

58. System shall allow an automated check whether the MRP is justified using certain rules and EDP= MRP – [Retailer Margin+ Wholesale Margin+ ED + Addl. ED+ Import Pass Fee (if applicable)]

Where EDP = Ex distillery price

MRP = Maximum retail price

ED = Excise duty

59. System shall allow the officer to send the form back in case the EDP looks more than the normal value

60. System shall allow the supplier to correct the discrepancies or price and resubmit the form

61. System shall allow the submission and verification processes multiple times

62. System shall allow the officer in charge to reject the form in case the information provided is not satisfactory

63. System shall allow the officer in charge to accept and approve the price declaration form

Creation of vendor price master

64. System shall allow the creation of a vendor price master to store the price information for each supplier and product combination

65. System shall allow storing and use of all components of price including taxes

66. System should allow the storing of discounts and promotion information from time to time

67. System should notify the supplier the creation of the vendor price master once it is created

68. System shall maintain an audit trail of the entire process of price declaration, verification and vendor price master creation

Sale offer and order for supply

180 | P a g e Issued by Saraswaty Press Ltd

The functional requirement specifications are:

Sr. No. Functional Requirement

Supplier assesses market demand

69. System shall allow the supplier to query his stock of products in various warehouses of the corporation

70. System shall provide a list of all the products that the supplier has supplied and is stored in the various warehouses along with the locations where it is stored and the quantities

71. System shall allow the supplier to search for open purchase orders of his for which there are pending supplies to be done from his end

72. System shall list all the open purchase orders of the supplier and allow the supplier to verify the quantities that he would have to supply

Supplier raises sale offer

73. System shall allow the supplier to raise a sale offer to the corporation to supply products indicating warehouse to be supplied, details of the product, quantity and date

74. System shall transfer the sale offer to the authorised officer in the corporation as per the DOP matrix

Verification of sale offer

75. System shall allow the officer in charge to verify the contents of the form and send it back to the supplier in case of discrepancies

76. System shall allow the supplier to correct the discrepancies and resubmit the form

77. System shall allow the submission and verification processes multiple times

78. System shall allow the officer in charge to reject the form in case the information provided is not satisfactory

79. System shall allow the officer in charge to verify the stock position for the supplier and if found that the request is in order, approve it

Raising of order for supply

80. System shall allow the officer in charge to search for the demand for the products by the customers (retailers) in the particular warehouse

81. System shall allow the officer in charge to verify the stock position of the product in the same warehouse which can service the demand

82. System shall allow the officer in charge to query and verify the purchase orders already placed for the product and whose delivery is expected in the warehouse

83. System shall allow the officer in charge to search and verify the open purchase requisitions that have been already raised for the particular product and the particular warehouse

84. System shall provide the net demand which is remained to be met to the officer in charge to help him take a decision of the quantity of products that need to be ordered

85. System shall allow the officer in charge to raise a purchase order on the supplier for supply of the products

86. System shall allow a notification to go to the supplier that a purchase order has been raised

87. System shall maintain a link between the different documents like sale

181 | P a g e Issued by Saraswaty Press Ltd

offer and purchase order

88. System shall allow copying of information from sale offer to purchase order during creation of the latter to save on time

Processing of order for supply

The functional requirement specifications are:

Sr. No. Functional Requirement

Material movement from bonded warehouse to manufacturing adjunct trade

89. System shall allow the supplier to access his purchase order

90. System shall provide a link from the purchase order to complete excise payment through the IMFS portal, the system shall have an interface to the

portal.

91. System shall provide the input of successful excise payment once the payment has been made

92. System shall allow the supplier to raise a debonding transport pass (TP) with reference to the purchase order and the excise payment for moving the material to the material adjunct trade

93. System shall send the request for debonding transport pass to the officer in charge in the corporation

94. System shall allow the officer in charge to access the debonding pass request, verify and send it back to the supplier in case of any discrepancies

95. System shall allow the supplier to correct the discrepancies and resubmit the form

96. System shall allow the submission and verification processes multiple times

97. System shall allow the officer in charge to reject the form in case the information provided is not satisfactory

98. System shall allow the officer in charge to approve the form if it is in order and send a debonding transport pass to the supplier

Material movement from manufacturing adjunct trade to corporation warehouse

99. System shall allow the supplier to raise a transport pass (TP) for moving the material from the manufacturing adjunct trade to the corporation warehouse

100. System shall send the request for transport pass to the officer in charge in

the corporation

101. System shall allow the officer in charge to access the transport pass request, verify and send it back to the supplier in case of any discrepancies

102. System shall allow the supplier to correct the discrepancies and resubmit the form

103. System shall allow the submission and verification processes multiple times

104. System shall allow the officer in charge to reject the request in case the information provided is not satisfactory

105. System shall allow the officer in charge to approve the request if it is in order and send a transport pass to the supplier to move the goods

182 | P a g e Issued by Saraswaty Press Ltd

Goods receipt at corporation warehouse

106. System shall allow the receiver of goods at the Corporation Warehouse to inspect the goods being received

107. System shall allow the warehouse personnel to receive the goods against the purchase order

108. System shall provide the facility to barcode the goods being received and attach bar code tags to the goods to identify supplier, material number, batch number, storage bin. Alternatively, the supplier may bar code the material and send the codes to the warehouse before hand to be used during receipt by warehouse.

109. System shall allow for the storage of the material in the proper location at the bin level and with proper identification

110. System shall allow for the generation of a Material Inward Slip or Goods

Receipt Note against the purchase order for the material being received

111. System shall have the provisions to address situations of shortage in delivery or damaged goods

112. System shall maintain an audit trail of the entire process of sale offer and processing of the order for supply

Warehouse to Retailer Processes

Retailer registration

The functional requirement specifications are:

Sr. No. Functional Requirement

Submission of registration form

113. System shall allow a potential retailer to fill up a registration form for registering as a buyer of goods from the corporation

114. System shall allow the applicant to provide his desired userid and verify for its existence in the system

115. System shall allow the applicant to enter his desired password

116. System shall allow the user to provide all the information necessary for registering as a buyer

117. System shall allow the user to upload copies of necessary documents like Aadhar card, PAN card and Retail License

118. System shall provide the captcha functionality for validation during submission of the form

119. System shall provide an application number on successful submission of the form

120. System shall provide the applicant with userid and password for login in to the system and also allow him to change his password

121. System shall allow the retailer to make a payment for the registration through a payment gateway which supports debit card, credit card, net banking and mobile payment BHIM app

122. System shall provide the information about the success of the payment

Verification of registration form

183 | P a g e Issued by Saraswaty Press Ltd

123. System shall transfer the registration form to the authorised officer of the corporation for verification and approval by following a delegation of power (DOP) matrix

124. System shall allow the officer in charge to verify the contents of the form, especially verify that the retailer license exists and is available in the e-Abgari system. He shall send it back to the retailer in case of discrepancies.

125. System shall allow the retailer to correct the discrepancies and resubmit the form

126. System shall allow the submission and verification processes multiple times

127. System shall allow the officer in charge to reject the form in case the information provided is not satisfactory

128. System shall allow the officer in charge to approve the form in case all

submitted information are found to be in order

Creation of customer master

129. System shall allow the officer in charge to create a customer master record automatically by submitting the information provided by the retailer and by minimum input of additional information

130. System shall allow the sending of notification to the retailer that his requested customer master record has been created in the system

131. System shall maintain an audit trail of the entire process of registration application submission, verification and customer master creation

Indentation by retailer

The functional requirement specifications are:

Sr. No. Functional Requirement

Review of available stock

132. System shall allow the retailer to check the stock of the goods that he would like to purchase in the various warehouses in terms of availability

133. System shall allow retailer to submit his query warehouse wise indicating the materials that he would like to purchase

134. System shall return the details in terms of warehouse, material number and description, available stock

Raising of indent

135. System shall allow the retailer to raise an indent for the purchase

indicating warehouse, material number, quantity and desired date

136. System shall transfer the indent to the officer in charge in the warehouse for verification and further processing

Verification of indent

137. System shall allow the officer in charge to access the indent for verification

138. System shall allow the officer in charge to verify the available stock and block it if necessary for the indent

139. System shall allow the officer in charge to approve the indent

140. System shall send a notification to the retailer that his indent has been approved and is in process

141. System shall allow the officer in charge to split the indent quantity across

184 | P a g e Issued by Saraswaty Press Ltd

warehouses in case the products are not available from a single warehouse

142. System shall allow the officer in charge to send back the indent with his proposal to the retailer for his review and acceptance

143. System shall allow the retailer to accept the proposal from the corporation in full or in part by selecting warehouse, product and quantity

144. System shall allow the retailer to reject the proposal if the proposal is not meeting his requirements

Creation of Sales Order

145. System shall allow the officer in charge to raise a sales order with reference to the indent

146. System shall allow to copy the information from the indent to the sales order to minimise entry

147. System shall allow the reservation of the stock against the sales order specifying the batch number that is reserved so that it can be tracked back to the supplier who had supplied the goods

148. System shall send a notification to the retailer that a sales order against his indent has been created

149. System shall allow the retailer to access the sales order

Raising of Proforma Invoice

150. System shall allow the officer in charge to create a proforma invoice for the sales order

151. System shall notify the retailer that a proforma invoice has been raised

152. System shall allow the retailer to access the proforma invoice

Transfer of goods to retailer

The functional requirement specifications are:

Sr. No. Functional Requirement

Retailer payment

153. System shall allow the retailer to verify the proforma invoice and match it with the sales order

154. System shall allow retailer to make a payment against the proforma invoice through a payment gateway which supports debit card, credit card, net banking and mobile payment BHIM app

155. System shall provide the notification of payment both to the retailer and the officer in charge of the corporation

Issue of transport pass

156. System shall allow the officer in charge to verify the sales order with delivery date, proforma invoice and the payment information

157. System shall allow the officer in charge to issue a Transport Pass (TP) if everything is in order

158. System shall send a notification to the retailer that the transport pass has been generated

159. System shall allow the retailer access to the transport pass and printing of the same

185 | P a g e Issued by Saraswaty Press Ltd

Picking, packing and goods issue

160. System shall have the provision for the warehouse personnel to create a pick list of the items in the sales order for which payment has been done

161. System shall allow the warehouse personnel to pick the material from the bin and update the status through a bar coding system

162. System shall allow the warehouse personnel to create a packing list if required and issue packing material for the goods to be packed

163. System shall allow goods issue through a bar coding mechanism and update of stock

164. System shall allow proper identification and update of the batch and supplier whose stock has been issued

Generation of invoice

165. System shall allow the officer in charge to raise an invoice with reference to the proforma invoice

166. System shall allow posting of payment which has already been received from the retailer against the earlier proforma invoice

167. System shall provide a notification to the retailer that invoice has been generated and payment has been processed against the invoice

168. System shall allow the retailer to access the system and verify the invoice and payment status

Handover of goods to retailer

169. System shall allow the warehouse personnel to generate a delivery challan and take a printout to be handed over to the retailer along with a copy of the invoice

Payment to supplier

170. System shall notify the supplier that his goods has been sold and he should raise an invoice against the relevant purchase order

171. System shall allow the supplier to raise an invoice against the relevant line items on his purchase order and the quantity that has been sold

172. System shall allow the officer in charge to verify the invoice and send it back to the supplier if there are any discrepancies

173. System shall allow the supplier to address the discrepancies and send back the invoice after correction

174. System shall allow for the resubmission and reverification of the invoice till it is found in order

175. System shall allow the officer in charge to initiate a payment to the supplier with reference to the invoice for the goods that have been sold and payment

realised from the retailer

176. System shall post the payments in the system and advice the bank for payment to the supplier through a banking interface

177. System shall maintain an audit trail of the entire process of sale of goods to the retailer and payment to supplier

Material Management Processes

Material Requirement Planning

186 | P a g e Issued by Saraswaty Press Ltd

The functional requirement specifications are:

Sr. No. Functional Requirement

Forecast based planning

178. System shall allow the officer in charge to create a forecast based plan for defined time periods

179. System shall allow the officer in charge to take care of the higher demand during festival time

180. System shall allow the officer in charge to take care of any seasonality in demand

181. System shall capture and maintain the various elements of the demand in terms of the material, quantity, warehouse and time when it is required

182. System shall prompt the officer in charge on the quantity requirement based on past consumption patterns

Reorder point planning

183. System shall allow the definition and maintenance of reorder point of material

184. System shall allow the definition and maintenance of safety stock of material

185. System shall allow the definition and maintenance of replenishment lead time of material

186. System shall allow the definition and maintenance of average lead time of material

187. System shall assist the user to plan and maintain the reorder point based on past consumption trends

Aggregation of demand and supply

188. System shall aggregate and update all the requirements that has been raised by retailers for each material

189. System shall identify the material requirements at the warehouse level taking into consideration retailer requirements, forecast values and reorder points

190. System shall aggregate the supplies that are expected to come at each warehouse for each material

191. System shall calculate the net demand based on the requirements and supplies and calculate the requirements period wise for each material

Automated material requirement planning run

192. System shall allow an automated planning run on material requirement at defined intervals or whenever the officer in charge of the process desires

193. System shall create purchase requisitions in the system for the net demand and send notifications to the officer in charge for that material and warehouse

194. System shall allow the officer in charge of purchase of the material to review the purchase requisition queue and communicate with the relevant suppliers which will eventually lead to the sale offer and order for supply process described earlier in this document

Warehouse and Inventory Management

187 | P a g e Issued by Saraswaty Press Ltd

The functional requirement specifications are:

Sr. No. Functional Requirement

Stacking of goods in warehouse

195. System shall allow the bar coding of received items with the information – material number, vendor number, batch number, bin number, date received

196. System shall allow the bins to be identified with bar codes

197. System shall allow the stacking and maintaining of the items in the bins and identifiable through bar coding system during material movements for various reasons including issue to retailers

198. System shall enable the search of items at the bin level

199. System shall allow the valuation of inventory in terms of popular inventory valuation methods like FIFO, LIFO, weighted average

Handling of unsold items

200. System shall allow the identification of material which has remained unsold for a predetermined period of time

201. System shall allow the officer in charge to send a notice to the supplier to make a payment for penalty on unsold goods

202. System shall allow the supplier to access the notice and verify the information

Supplier penalty payments and goods movement

203. System shall provide a link to the supplier from the notice to make a payment against the penalty

204. System shall access the payment gateway and make a payment against the penalty through Debit Card, Credit Card, Net Banking or by using the BHIM App

205. System shall send a notification to the supplier that the payment has been successful

206. System shall allow supplier to create a request for taking back the unsold stock

207. System shall notify the officer in charge about the request through the Delegation of Power (DOP) matrix

208. System shall allow the officer in charge to verify the contents of the form and send it back to the retailer in case of discrepancies

209. System shall allow the retailer to correct the discrepancies and resubmit the form

210. System shall allow the submission and verification processes multiple times

211. System shall allow the officer in charge to approve the return of goods

212. System shall allow the officer in charge to generate a Transfer Pass (TP) and send to the supplier

213. System shall allow the supplier to access the approval and Transfer Pass

214. System shall allow the warehouse personnel to process the material return on production of the documents at the warehouse in terms of picking, packing and goods issue similar to the process followed in the Transfer of Goods to Retailer process

215. System shall allow the officer in charge at the warehouse to process a

188 | P a g e Issued by Saraswaty Press Ltd

material return issue for the goods issue activity

216. System shall update all accounting entries and stock for the material issue

217. System shall allow the supplier to request for a warehouse transfer of unsold goods in case he feels there is a chance of the goods getting sold from another warehouse

218. System shall allow the supplier to create a request for transfer of his unsold goods from current warehouse to another warehouse

219. System shall notify the officer in charge about the request through the Delegation of Power (DOP) matrix

220. System shall allow the officer in charge to check the demand and stock position in the warehouse where the goods are proposed to be moved and decide whether the request can be approved

221. System shall allow the officer in charge to reject the request if he feels the movement of goods to another warehouse will not solve the issue or the existing demand can be catered with the stock already there

222. System shall notify the supplier of the rejection of his request

223. System shall allow the officer in charge to verify the contents of the form and send it back to the retailer in case of discrepancies

224. System shall allow the retailer to correct the discrepancies and resubmit the form

225. System shall allow the submission and verification processes multiple times

226. System shall allow the officer in charge to approve the movement of goods from the current warehouse to the proposed warehouse

227. System shall allow the officer in charge to generate a Transfer Pass (TP) and send to the supplier

228. System shall allow the supplier to access the approved request and Transfer Pass and download the documents

229. System shall allow the warehouse personnel to process the material movement from source warehouse to destination warehouse on production of the documents at the warehouse in terms of picking, packing and goods issue as described in the Transfer of Goods to Retailer process

230. System shall allow the officer in charge at the warehouse to process a material movement activity across warehouses

231. System shall update all accounting entries and stock for the material issue

232. System shall allow the destination warehouse personnel to receive the goods brought by the supplier on production of the documents

233. System shall allow receipt of goods as per the process described in Processing of order for supply – Goods receipt at corporation warehouse

234. System shall allow for the handling of cases where the supplier refuses to pay the penalty and the goods are auctioned (manual process) or transferred to another warehouse

235. System shall allow for the registration of a buyer who has participated in the auction and has been successful but who is not defined as a customer in the system. The process of registration will follow the Retailer Registration process

236. System shall allow for the sale of the auctioned goods through the processes of

189 | P a g e Issued by Saraswaty Press Ltd

Creation of Sales Order, Raising of Proforma Invoice and processes described under the Transfer of Goods to Retailer

237. System shall allow for the goods to be de-tagged from the supplier and considered as free stock before they can be put up for auction

238. System shall allow for the movement of goods to another warehouse in case it is not auctioned. It will follow the inter depot stock transfer process

Disposing of items

239. System shall have the provision for identifying goods that have reached expiry date

240. System shall allow for sending notification to the supplier for payment for the disposal of expired goods

241. System shall allow the supplier to access the notification and from where

he is forwarded to the payment gateway for making payment

242. System shall allow the supplier to make payment against the cost of disposal of goods through payment options like Debit Card, Credit Card, Net Banking or by using the BHIM App

243. System shall notify the supplier and the officer in charge in the corporation that the payment has been made

244. System shall allow for the update of stock once the goods have been disposed

Transit and Loss

The functional requirement specifications are:

Sr. No. Functional Requirement

Information to supplier for damage and leakage

245. System shall allow the officer in charge of the corporation to fill up a form for notifying the supplier for replacement of the items in stock either due to damage or leakage

246. System shall send a notification to the supplier about the request for replacement

247. System shall allow the supplier to access the request for replacement

248. System shall allow the supplier to reject the request with reasons

249. System shall allow the supplier to accept the request and also to provide a date for replacement

250. System shall send the update from the supplier to the officer in charge for his approval

251. System shall allow the officer in charge to accept and approve the date of replacement received from supplier

Movement of replacement goods to corporation

252. System shall allow the supplier to move the goods from his premises to the corporation following the process as detailed under Processing of order for supply as discussed earlier

Issue of damaged or leaked material to supplier

253. System shall allow the warehouse personnel to pick, pack and then carry out a return goods movement in the system which follows the process of

190 | P a g e Issued by Saraswaty Press Ltd

Picking, Packing and Goods Issue activity under the Transfer of Goods to Retailer process

254. System shall allow for the update of stock

255. System shall allow the generation of the necessary transport documents to be handed over to the supplier

Receipt of replacement goods

256. System shall allow the warehouse personnel to receive the goods brought by the supplier as replacement

257. System shall allow for the generation of a material inward slip (GRN) for the items received

258. System shall allow bar coding for identification of the supplier material as well as identification of the bin in which it is going to be stacked

259. System shall allow the movement of the material in the specified bin along with batch number to identify the supplier material

260. System shall allow for the update of the stock for the replacement

Inter depot stock transfer

The functional requirement specifications are:

Sr. No. Functional Requirement

Verification of stock position

261. System shall allow the officer in charge at the corporation to check stock of items at various warehouses

262. System shall allow on the basis of the checking whether a shortage of stock in one warehouse can be met by moving stock from another warehouse

Initiating a goods transfer

263. System shall allow the officer in charge to create a goods movement from a warehouse to another warehouse

264. System shall allow the generation and printing of a transport pass for the material movement

265. System shall allow for the picking, packing and goods issue of the material, refer to the Picking, Packing and Goods Issue process described earlier

266. System shall allow for a notification to be sent to the supplier/suppliers whose material is being moved and the warehouse to which the material is being moved

Receipt of goods

267. System shall allow the receiver of goods at the destination warehouse to receive the material

268. System shall allow for the use of bar coding to receive the material in the system and tag a proper bar code to identify the bin in which material will be stored

269. System shall update the stock at both warehouses

Supplier request for material transfer

270. System shall allow a supplier to fill up a inter warehouse material transfer request for moving his material from one warehouse to another

271. System shall send the request to the officer in charge as decided by the

191 | P a g e Issued by Saraswaty Press Ltd

Delegation of Power (DOP) matrix

272. System shall allow the officer in charge to verify the request

273. System shall allow the officer in charge to reject the request if he feels that the transfer is not required

274. System shall allow the officer in charge to send the request back to the supplier with queries if required

275. System shall allow the supplier to access the form and make the required changes and resubmit

276. System shall allow the officer in charge to reverify

277. System shall allow the process of resubmission and reverification multiple times till the request is approved

278. System shall allow for the generation and printing of the transfer pass (TP) and send to the supplier

279. System shall allow for the issue of material from the issuing warehouse to the receiving of material at the receiving warehouse which will follow the steps as outlined above in initiating a goods transfer to receipt of goods

Bulk spirit import

The functional requirement specifications are:

Sr. No. Functional Requirement

Application for import of bulk spirit

280. System shall allow the creation of a bulk spirit purchase requisition once a request for bulk spirit import is received from the manufacturer

281. System shall allow the upload of the submitted Import permit cum pass and Consent letter by the manufacturer into the system

282. System shall allow the officer in charge of the corporation to verify the documents and send a request for payment to the manufacturer

283. System shall allow the manufacturer to access the notification and then access the payment gateway through which he makes a payment to the corporation through debit card, credit card, net banking or wallet payment like the BHIM app

284. System shall send a notification to the manufacturer and the officer in charge that the payment has been successful

Raising of order for supply

285. System shall allow the officer in charge to raise an order for supply (purchase order) to the supplier of bulk spirit (distiller) and send the document to him. The validity of the purchase order should be equal to the validity of the Import permit cum pass.

286. System shall allow the officer in charge to mention the place of delivery as the manufacturer’s address

287. System shall allow the receipt of the consignment at the manufacturer’s premises

288. System shall allow for the update in the Bond Coverage Register

289. System shall generate a goods receipt certificate

290. System shall allow for the sharing of the goods receipt certificate with the supplier of bulk spirit and point out variances if any

192 | P a g e Issued by Saraswaty Press Ltd

291. System shall allow for the adjustment in duty fee and payments to address the variance

Online retailing process

Online order to delivery

The functional requirement specifications are:

Sr. No. Functional Requirement

Online registration

292. System shall allow an online user to fill up a registration form

293. System shall allow the user to provide his desired userid and password and check whether a duplicate userid exists, otherwise it is accepted

294. System shall allow the online user to provide his Aadhar number and upload a copy of his Aadhar card

295. System shall have the provision to check the Aadhar details online and verify whether the person has attained 18 years of age. There needs to be an interface from the system to the Aadhar database.

296. System shall stop the further processing of the registration if the person is not of minimum 18 years of age

297. System shall allow an officer of the corporation to check that the uploaded Aadhar card is same as the Aadhar number provided and the person has attained 18 years of age, if yes, he shall approve the request

298. System shall accept the registration request and create a customer account in the system for the user

Placing an order

299. System shall allow the user to login to the system

300. System shall allow the user to search for his desired item

301. System shall then check if the item is available in the retail stores in his vicinity (identification of stores using his postcode)

302. System shall show the retail stores which supply the items in his area and the quantity of the item that is available

303. System shall allow the user to block the item with a particular retailer

304. System shall allow the user to proceed for payment by any of the means - debit card, credit card, net banking, wallet app like BHIM

305. System shall notify the user that the payment is successful and place the

order

306. System shall notify the retailer of the order and that the stock has been blocked for delivery

307. System shall also provide a delivery date to the customer for the order and consider dry days and hours during which liquor can be sold

Retailer stock update

308. System shall allow the retailer to keep his stock updated on the system

309. System shall allow the retailer to receive goods from the corporation and directly update it on the system

310. System shall allow the retailer to integrate his Point of Sale (POS) software system so that the stock is updated whenever a sale is made

193 | P a g e Issued by Saraswaty Press Ltd

Customer delivery

311. System shall allow the retailer to update delivery completion once the items have been delivered to the customer

312. System shall allow the retailer to upload a copy of the signed receipt of delivery

313. System shall allow the retailer to input the amount of cash that has been received in case the payment terms were cash on delivery

314. System shall keep the retailer accounts updated and treat the cash that has not yet been received from the retailer as accounts receivable

315. System shall update retailer account once the amount is received from the retailer

316. System shall allow the retailer to input in case of failed delivery twice and after which the order is closed and marked undelivered

Payment to retailer

317. System shall allow payment to retailer as per payment cycle through bank transfer

318. System shall update all accounts

Organisation Structure definitions

Finance Organisation Structure

The functional requirement specifications are:

Sr. No.

Functional Requirement

Creation of finance organisation structure

1. System shall allow for the definition of company in the system

2. System shall allow for the definition of currency

3. System shall allow for the creation of chart of accounts

4. System shall allow for the creation of the necessary set of financial accounts for the company under general ledger

5. System shall allow for the creation of the cost accounting structure and the cost accounts for the company

6. System shall have to provision for creating and maintaining fixed assets of

the company

7. System shall have the provision for defining and maintaining all depreciation related information

8. System shall allow for the fixing of credit control limits as applicable for the customers

9. System shall allow for the creation of profit centers for the company

10. System shall allow for the creation of cost centers for the company

11. System shall allow for creation of all tax related information for the company

12. System shall allow for the creation of bank master data

194 | P a g e Issued by Saraswaty Press Ltd

Material Management Organisation Structure

The functional requirement specifications are:

Sr. No.

Functional Requirement

Creation of material management organisation structure

13. System shall allow for the definition of the warehouses in the company

14. System shall allow for the definition of all goods receiving areas, goods issue areas, picking areas if any, entry and exit locations for each warehouse

15. System shall allow for the creation of storage structures in the company in terms of storage areas and bins with bar code identifications

16. System shall allow for use of barcoding during receipt, storage and issue

17. System shall allow for the identification of the supplier with the material that he has supplied through batch management

18. System shall allow for the creation of the purchasing groups responsible for purchasing activities

Sales Organisation Structure

The functional requirement specifications are:

Sr. No.

Functional Requirement

Creation of sales organisation structure

19. System shall allow for the creation of the sales groups which will handle the sales for the organisation

20. System shall allow for the creation of various distribution channels as may be necessary

21. System shall have the provisions for creating territories or marketing areas

22. System shall allow for the definition and creation of the shipping points from where goods are to be issued and dispatched

Finance Processes

General ledger

The functional requirement specifications are:

Sr. No. Functional Requirement

23. System shall allow transactions which will not be processed automatically but are to be posted manually or any rectification entries to be captured by posting a manual JV

24. System shall allow accrual/deferral entries in case of recording provisions

25. System shall allow a cycle of processing recurring transactions which are of routine and repetitive nature e.g. insurance charges, maintenance charges

26. System shall allow reversing general ledger transactions which has been posted in error

195 | P a g e Issued by Saraswaty Press Ltd

27. System should allow periodic closing such as month end closing and year end closing

Accounts receivable, accounts payable and other payments

The functional requirement specifications are:

Sr. No. Functional Requirement

28. System shall allow the posting of sales accounting entries on issue of goods to retailer

29. System shall allow the generation of proforma invoice and invoice

30. System shall allow the raising of debit and credit memos

31. System shall allow the handling of customer payments by various methods like cheque, e-payments and wallet App payments

32. System shall allow accepting of advance from customers

33. System shall allow automatic clearances of advance on sale of goods and against invoices

34. System shall allow creation of invoice on receipt of the same from the supplier

35. System shall allow the three way matching between the purchase order, GRN and invoice during processing of payment

36. System shall allow payment to the supplier through the bank interfaces

37. System shall allow payment of miscellaneous expenses

38. System shall carry out inventory valuation automatically

39. System shall allow payments to employees for advances, expenses, salary and others

Bank and cash accounting

The functional requirement specifications are:

Sr. No. Functional Requirement

40. System shall have the provision for defining all company bank accounts

41. System shall allow the issue of cheques against payments through both manual cheques and automated cheque printing

42. System shall allow for posting of all accounting entries related to payments

43. System shall allow the payment through banks and e payment options

44. System shall allow the processing of payments from retailers, suppliers and others through cheque and e payment modes

45. System shall allow the handling of cash receipts and payments

46. System shall allow the process of bank reconciliation

Controlling and budgeting

The functional requirement specifications are:

Sr. No. Functional Requirement

196 | P a g e Issued by Saraswaty Press Ltd

47. System shall allow the planning, allocation, controlling and monitoring of overhead costs

48. System shall allow the maintenance of profit center accounting

49. System shall allow profitability analysis and reporting

50. System shall allow preparation of annual, quarterly and monthly budgets

Financial statement preparation

The functional requirement specifications are:

Sr. No. Functional Requirement

51. System shall allow the preparation of trial balance

52. System shall allow the preparation of profit and loss account

53. System shall allow preparation of balance sheet

54. System shall allow preparation of the financial statements for various periods, like annual, quarterly and monthly

Tax management and compliance

The functional requirement specifications are:

Sr. No. Functional Requirement

55. System shall allow for the handling of all TDS related transactions

56. System shall allow proper deduction of TDS and payments to the Government

57. System shall allow generation and distribution of TDS certificates

58. System shall allow for the submission of TDS returns to the Government

59. System shall allow for the handling of all service tax related transactions

60. System shall allow for payment of service tax to the government

61. System shall allow for filing of service tax returns

62. System shall allow for the handling of all Sales tax, CST and VAT related transactions

63. System shall allow for payment of Sales tax, CST and VAT to the government

64. System shall allow for the submission of Sales tax, CST and VAT returns

65. System shall allow for the handling of all Excise related transactions

66. System shall allow for the payment of Excise to the government

67. System shall allow for the submission of Excise returns

68. System shall allow for the preparation of reports and annexures for submission of statutory returns and audit

69. System shall have the provisions to incorporate the changes due to GST and should have a roadmap for the implementation of GST in the system

Asset accounting

The functional requirement specifications are:

Sr. No. Functional Requirement

197 | P a g e Issued by Saraswaty Press Ltd

70. System shall allow for the proposal of asset purchase by various departments

71. System shall allow for the approval of asset purchase by Finance

72. System shall allow for the purchase of assets through the procurement route

73. System shall allow for the recording of assets in the asset register

74. System shall allow for the handling of assets under construction and their capitalisation

75. System shall allow for transfer of asset from one location to another

76. System shall allow for retirement of assets through selling, scrapping and disposal

77. System shall allow for the handling of depreciation of assets

Funds flow

The functional requirement specifications are:

Sr. No. Functional Requirement

78. System shall allow for the determination of sources and use of funds

79. System shall allow for the preparation of periodic funds flow statements like monthly, quarterly and annual

Reports

List of reports

The list of reports are mentioned below. It is not an exhaustive list and there could be additions or deletions to the list during the detailed functional study.

Sr. No. Functional Requirement

Material management

80. List of suppliers

81. List of products with MRPs

82. List of warehouses

83. List of storage areas/locations warehouse wise

84. Depot wise stock of each brand

85. Brand wise stock at each depot

86. Summarised report on closing stock

87. List of KYC forms submitted during a period and their status 88. List of KYC forms pending approval

89. List of Product registrations during a period and their status

90. List of Product registrations pending approval

91. List of Supplier registrations during a period and their status

92. List of Supplier registrations pending approval

93. List of Supplier Material Purchase Information records during a period

94. List of price declaration forms waiting for verification and approval

95. Supplier stock position

198 | P a g e Issued by Saraswaty Press Ltd

96. Open purchase orders for a supplier

97. Demand for the material warehouse wise

98. Supplier wise material received during the day or any period

99. List of transport passes

100. Unsold items aging status

101. Supplier payment against unsold items status

102. Period wise items disposal

103. Damage and leakage material status

104. Issue of damaged goods to supplier

105. Receipt of replacement goods against damage and leakage

106. Inter warehouse material transfer status

107. Supplier wise pending payments

108. Period wise payments

109. Order wise payments

Sales management

110. List of Retailer registrations during a period and their status 111. List of Retailer registrations pending approval

112. List of retail licensees

113. Period wise sales report

114. Permit wise lifting

115. List of retailer indents and status 116. List of Inquiry and status 117. List of Sales order and status

118. List of proforma invoices and status

119. List of Sales order and status

120. List of transfer passes and status

121. Goods issue status

122. List of invoices and status

123. Retailer wise receipts

124. Retailer wise payment status

Online retailing

125. List of customers

126. List of pending registrations

127. Pending orders list

128. Pending deliveries list

129. Failed delivery list

130. Retailer wise sales

Finance management

131. List of GL accounts

132. List of profit centers

133. List of cost centers

134. List of manual JVs

135. List of customer payments receipts

136. Advances from customers

199 | P a g e Issued by Saraswaty Press Ltd

137. List of payments to suppliers

138. List of other payments

139. Bank wise payments for both cheque and e-payments

140. Overhead costs and allocations

141. Cost center wise costs

142. Profit center accounting

143. Profitability analysis

144. Budget

145. Trial balance

146. Profit and Loss account

147. Balance sheet

148. Tax payment status – TDS, Service tax, VAT, CST, Excise

149. Statutory returns

150. Audit

151. Asset register

152. Asset disposal status

153. Asset movement status

154. Depreciation

155. Funds flow statement

Common modules

156. Profile wise list of users

157. List of user groups

Common Modules

Generic/System Requirements

In addition to the requirements captured for the various functionalities, the following generic requirements should be maintained by the application.

Sr. No.

Functional Requirement

475. A comprehensive search component needs to be built in the system. The search component should be available across various sub modules

476. System should be integrated with payment gateway so that payment can be made online

477. System should be integrated with external systems/agencies wherever possible so that data can be shared in digital mode

478. Whenever electronic transfer of data takes place, system should send alert to the concerned persons

479. System should maintain status and audit trail for all data exchanged between the system and external systems/agencies

480. Modules should be integrated so that data flow is seamless across them

481. System should have proper authorization and authentication mechanism

482. If a user is inactive for a specified period of time, the user session

200 | P a g e Issued by Saraswaty Press Ltd

should expire

483. User should have an online help functionality

484. The online help pages should have search functionality so that user can search using the relevant keywords

485. Should allow users to access the system through internet as well as intranet

486. The system must support Digital Signatures of any of the Certifying Authorities registered under the Controller of Certifying Authorities, and must be modifiable as per the changes made by the respective Certifying Authorities on the structure of the Digital Signatures issued by them

487. System should have the facility to upload bulk data into the system

488. System should provide industry standard integration functionalities based on service oriented architecture

489. System should support workflow and allow configuration of the workflows based on rules

Administration

The Administration module of the application will be mainly responsible for authentication, privilege administration and maintenance of master data. The following functionalities are envisioned.

Sr. No.

Functional Requirement

490. System should allow creation/edit of user groups

491. System should display all the user groups available in the system

492. System should allow the creation of users and allocation to user groups

493. System should display all users available in the system

494. System should provide functionality to delete users from a group

495. All deletes should be soft delete and history of the same should be stored in the system

496. System should have functionality to search users based on combination of First Name, Last Name and/or Username

497. System should allow sorting of records based on First Name, Last Name and Username

498. Username should be unique across the system

499. System should have functionality to export the records to pdf, excel etc.

500. System should allow assigning and editing of privileges for a user group

501. Privileges can be at a Group level as well as Individual Level, system should clearly indicate the “Inherited Privileges” and the “Individual Privileges”.

502. System should have provision to assign users to multiple groups

201 | P a g e Issued by Saraswaty Press Ltd

503. System should have functionality to activate/deactivate any user

504. Admin should be able to regenerate password (system generated) for the user and send it via email/sms

505. Admin should be able to maintain list of master data as needed by the system

506. System should check for duplicate entry and throw error message when a master data is added/edited

507. Master data should be configured for all selection options in the application

Reporting (MIS and Dashboard)

The functionalities of the Reporting module envisioned for the application are as follows:

Sr. No.

Functional Requirement

508. System should allow users to add/bookmark reports to their personalized dashboards

509. Types of reports available to a user will be based on the role and privileges assigned to that user

510. User should be able to generate reports based on criteria provided

511. User should be able to save the criteria used to generate a report. The saved criteria should be accessible to users to generate one click reports later on

512. System should provide a calendar to select date ranges for a report generation criteria

513. Users should have option to export, print or send reports as pdf attachment through email

514. System should provide an option to select the number of records to be displayed per screen

515. System should have pagination feature to access reports displayed in multiple pages

516. User should be able to sort the report data based on the column headers

517. Users should be able to export reports to various formats like pdf,

excel, word, CSV etc.

518. User should be able to generate reports in all standard graphical formats like Line Chart, Bar Chart, Pie Chart, Area Chart, X Y Scatter Chart etc.

519. Users should be able to generate reports using controls like date, =, >, <, and, or etc.

520. System should be able to perform trend analysis, forecast data based on time, season

521. System should have a drill-down action that allows exploring the data from high-level view (aggregate data) to low-level view (detailed/transactional data)

202 | P a g e Issued by Saraswaty Press Ltd

Audit Trail

The functionalities of the Audit Trail module envisioned for the application are as follows:

Sr. No.

Functional Requirement

522. System should record all changes made to the data/records against the username

523. System should record the timestamp when the changes are made

524. System should record both the original and updated value when

changes are made

525. The audit trail recorder will record any change that is committed to the database. If the user make changes but doesn’t save them to the database, the audit trail recorder will not record them

526. System should provide a reporting screen so that all changes made to the system can be viewed

527. System should provide search functionality to search the audit trail records

528. Audit trail reporting screen should be only accessible to users having the necessary privileges

529. By default, all audit trail records should be displayed in a grid format, arranged with respect to timestamp in descending order

530. User should be able to search audit trail records for a particular date range

531. System should provide pagination feature to display the audit trail records

532. System should display data in rows spread across the following columns at a minimum:

Timestamp

Username

Screen/Section/Module Name

Field Name

Previous Value

Current Value

Other additional information as required

533. User should be able to sort the records based on the column headers

534. User should be able to export the data in various formats like pdf, excel, word, CSV etc.

535. User should be able to print the audit trail data

536. The system should record the IP address of the client machine/device in the audit trail

Alerts and Notification

203 | P a g e Issued by Saraswaty Press Ltd

The functionalities of the Alerts and Notification module envisioned for the application are as follows:

Sr No. Functional Requirement

537. System should automatically generate reminders of any pending or overdue actions

538. System should allow the user to create and send user alerts/notification to identified group/other users

539. System should be able to determine whom the alert or notification has to be sent based on the Delegation of Power (DoP) matrix

540. System should allow the user to schedule the activities and maintain the calendar with reminders

541. The alerts/notifications should be available to be sent in the form of an email, or SMS to the registered phone or as an alert in the application once the user logs into the system

542. System should allow the user to view alerts/notifications

543. The system shall throw alerts when the request is pending for a period exceeding a pre-defined time limit

User Profile

The functionalities of the User Profile module envisioned for the application are as follows:

Sr. No.

Functional Requirement

544. System should have capability for creation of the following two types of user profiles: a) Internal Users (Departmental Users) b) External Users (Retailers, Suppliers,

etc.)

545. All users should be able to register themselves on the site by providing required details

546. For External Users, system should have a workflow for approval of user registration

547. System should alert if data is not provided for all mandatory fields during registration

548. User should be able to access only those services/functionality to which access has been granted (based on “Inherited Privileges” and “Individual Privileges”)

549. System should allow only one session at a time for a user i.e. when one User logs in to the application using his own credentials, then the same credentials must not be allowed to be used for logging into the application through same or different computer

550. System should allow registered users to log in to the system using valid username/password

551. System should present personalized dashboard as the first interface after successful log in

204 | P a g e Issued by Saraswaty Press Ltd

552. System should allow creation of only one user profile for a particular username or email id or mobile phone number

553. System should allow users to update/delete user profile (delete should be soft delete)

554. System must allow a user to be part of more than one group

555. System should allow a maximum of 5 attempts for log in

556. System should allow the user to regenerate a lost password/reset password

557. For External Users, system should have a workflow for approval of user profile update

205 | P a g e Issued by Saraswaty Press Ltd

Appendix-4: Bill of Materials (BOM) The bidders should submit the Appendix -4 in the technical bid.

Sl # Description of Items Quantity Compliance

(Yes/No)

Make and Model

Page no. in technical proposal

Hardware & Software

1.

Desktop PC (3rd Gen Intel® Core™ i7 Processor 3.5 GHz, RAM:16GB DDR3 HD:2TB, 7200 rpm, OS: Windows 7 Ultimate 64-bit Other Software: Microsoft® Office Professional 2007/2010/2013 for Windows® 7/8 , with 3 Yrs warranty. Standard Anti Virus software with license upto 5 years.

150

2. Laptop (Intel Core i7, 4 MB, 8 GB 1866 MHz DDR3 RAM or higher expandable upto 8 GB, HDD 512 GB 5400rpm

10

3.

Server ( Latest series/ generation of 64 bit x86 processor(s) with ten or higher Cores, 2.4GHz, RAM 64 GB, Minimum HDD 2 x 600 GB SAS (minimum 10K RPM) , Rack mountable/ Blade) with supported Antivirus software for 3 yrs warranty

8

4. Rack (19” 42U, 750 mm x 1075 mm, PDU -2 per rack, Aluminium

make ) 2

5. Rack (be 9U(1U=44.45 mm) in Height, 550MM Width, 600MM Depth ,with cable management accessories.1U Cable manager, PDU, 6 Nos. Sockets of 5 Amp, Aluminium make )

1

206 | P a g e Issued by Saraswaty Press Ltd

Sl # Description of Items Quantity Compliance

(Yes/No)

Make and Model

Page no. in technical proposal

6.

Switch L3 - 24 / 48 port ( Support 32K MAC address, throughput 500 Mpps or better, Support IPV4, IPV6,Must support Port Mirroring, Port Trunking and 802.3ad LACP Link Aggregation port trunks).

2

7. Switch L2- minimum 24 Port managed Switch with Gigabit uplink ports

5

8. Switch L2- minimum 8 Port Managed Switch 154

9. Internet Router (Support IPV4, IPV6, SNMP manageable, throughput of minimum 1 Gbps, minimum numbers of SFP+ ports)

2

10. WAN Router (Minimum 1 Gbps of throughput, minimum 8 numbers of SFP + ports)

2

11. SAN Storage (IP based, 10 TB usable space, At least 2 Controllers in active/active mode, complete cache data protection with battery backup for up to 4 hours)

2

12. SAN Switch - support of 8 Gbps FC, 16 port 4

13.

Network Laser Printer(Network Laser, Speed PPM Black: 40, Print Resolution: 1200 x 1200, Paper: Letter, legal, executive, 8.5 x 13

in, Interface: High-Speed USB 2.0; 10/100/1000 Base-TX Ethernet, Memory: 128MB, OS Compatibility: Windows 2003 / 2008 / XP / Vista / 7/ Mac OS, with 2 Yrs warranty.

32

207 | P a g e Issued by Saraswaty Press Ltd

Sl # Description of Items Quantity Compliance

(Yes/No)

Make and Model

Page no. in technical proposal

14.

Multifunction Laser Photocopier, Function: Manual Duplex Print, Copy, Scan, Speed PPM Black: 18, Copy Resolution: 600 x 600, Paper: Letter, legal, executive, 8.5 x 13 in, Interface: High-Speed USB 2.0 Hi-Speed (Max. 480Mbps); Memory: 32MB, Scan Resolution: 600x600 , with 2 Yrs warranty.

35

15.

Online UPS (3000 VA)( nput Voltage 230 V AC, Single phase,3 wire,input voltage range 160 V AC TO 270 V AC, input frequency range 45 TO 55 Hz, overload capacity 125% of rated load for 60 sec,SMF battery with backup time 2Hrs with 100% load)

2

16. Offline UPS (1200 VA) (Baterry backup 30 mins with 100% load) 94

17. OS Server software 1*

18. RDBMS software 1*

19. Office Suite software 1*

20. Network Management Software (NMS) for 100 license of 1 year with renewal of 5 years

1

21. Firewall (Next Generation Firewall with IPS feature in built, 1GBPS Throughput, 4 LAN Port & 4 Fibre Port)

2

22. Wired Barcode Scanner (working range from contact to 17 in (43 cm), Plug-and-play, with universal cable, Advanced Data

Formatting. 60

23. PDA (4G compatible, display full HD, Camera 13 megapixel+, 3GB RAM or above, Android/iOS, Octa core CPU, Bluetooth+WiFi enabled)

90

24. Table Top Barcode Scanner (comprehensive data capture for 1D& 2D Barcodes,EAS Compatible, Omni-directional scanning, wide working range, laser aiming pattern 30

208 | P a g e Issued by Saraswaty Press Ltd

Sl # Description of Items Quantity Compliance

(Yes/No)

Make and Model

Page no. in technical proposal

25. Digital Lock for tankers & containers 10*

26. Vehicle Mounted Unit 10*

27.

Fix Box Camera (Video Compression: H.264,Video

Resolution:1920 X 1080, Frame rate: Min. 25 fps, Image Sensor:1/3” Progressive Scan CCD / CMOS,Auto IRIS Lens with Varifocal, C/CS Mount, IR Correction, Minimum Illumination: Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE)

150

28.

High Definition IP Fixed Bullet Camera (IR cut filter,IP full HD Bullet type and should support wall and ceiling mounting,Resolution – 2 MP or better, Compression – H.265 / H.264, Dual stream support, Lens varifocal of 3 - 10mm or better, minimum Illumination 0.1 Lux in colour and 0 Lux in B/W mode with IR, integrated IR for a distance of minimum 30 Mtrs, PoE, 12V DC)

150

29.

High Definition IP PTZ Camera (Video Compression: H.264,Video Resolution:1920 X 1080, Frame rate: Min. 25 fps, Image Sensor:1/3” or ¼” Progressive Scan CCD / CMOS,Auto-focus Lens 4.7 - 94 mm, minimum Illumination 0.5 Lux in colour and 0.1 Lux in B/W mode,Minimum 64 GB Memory card

60

30.

Automatic Number Plate Recognition (ANPR) camera(Sensor: Progressive scan CCD/CMOS Day/Night Camera,Resolution: 2 Megapixels or better, Video Compression: Motion JPEG,H.264 ,Range: 30 Mtrs. or better.

30

209 | P a g e Issued by Saraswaty Press Ltd

Sl # Description of Items Quantity Compliance

(Yes/No)

Make and Model

Page no. in technical proposal

31. Network Video Recorder(Should support all the Full HD IP cameras of 2 MP resolution, H.265/H.264 compression technique. 1 VGA, 1 HDMI output interface, RAID 5 support)

30

32. UTP Cat 6 Cable LS

33. Single / Dual Face plate 1*

34. Cat6 24 Port Loaded UTP Patch Panel 1U Height LS

35. Cat 6 4-Pair UTP Patch Cords LS

36. Cat 6 Information Outlet LS

37. Video Management Software 1*

38. Video Recording Software 1*

39.

Video Wall Cube (Screen 55", IPS technology, Aspect Ratio: 16:09, Native Resolution: 1,920x1,080 (FHD), Brightness: 700cd/m2, Contrast Ratio: 1,400:1, Dynamic CR 500,000:1, Viewing Angle: (HxV) 178x178, Response time: 8ms (G to G), Hard coating (3H), Anti-reflection treatment of the front polarizer (Reflectance < 2%), Brackets for Video Wall 4 x 2 Matrix, warranty support for 3 years)

1

40. Video wall Controller (Intel Celeron 2.42 GHz, RAM 4 GB DDR3, HDD 80 GB SSD, OS: Windows Embedded 8, warranty support

for 3 years)

1

41. LED screen workstation (32 inch) 4