Request for Proposal for Implementation of automation in ...wbexcise.gov.in/writereaddata/WBSBCL_RFP...
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 –
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] ,
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-
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.
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