S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
1 16 2.1.7 (3)
Responsibilities of Third Party Vendor
a. Provide support to the Selected Bidder for integration of
application
b. Provide all kind of API's and Database Integration Services
for Application Integration
c. Provide the resources, if required by the selected bidder for
integration
d. Provide the support in application integration testing
e. Provide the support in data migration and data digitization
f. Ensure successful integration of the application and their
component
Please confirm if RISL has such arrangement with exiting Third Party vendor’s for
providing such support in their existing scope of work or the RISL would ensure that
the same would be provided by Third Party Vendor.
As per our experience with existing project this results in huge resource kill and lot
of coordination issues. To estimate the cost for the same is difficult. It is proposed
that RISL at each such 3rd party integration cycle should get the effort estimate from
bidder and approve the same and it can be paid at the team rate quoted in financial
bid rather keeping it component of part of the Fin bid.
No Change
2 22 2.2.3 (1.b)
Application Design and Development
b) Platform flexibility: Open Standards and Interoperability
(Usage of standard APIs) shall be considered Web-centric,
multi-tier architecture shall be used
Limiting the choice of OS and other technologies to Microsoft as per Annexure 3,
goes against the Interoperability requirement of the RFP. This will lead to the
development of integrated eGovernance application locked-in specifically to MS
Platform and might cause challenges arising out of Vendor Lock-in
Please refer amended clause-
8.3(3) of Annexure-3 of Final
RFP (after pre bid)
3 30 4.4
Office Management
(Table 4.1: Phase-wise distribution of Modules & Features of
Integrated Raj e-Office Application)
For Sizing Purposes, Please Clarify on the number Of Employees who will be given
the service of HRMS across the department
Please provide employee count
Please refer amended clause-
8.3(4.ii) of Annexure-3 of Final
RFP (after pre bid)
4 30 4.4
Progress/ Monitoring Management
(Table 4.1: Phase-wise distribution of Modules & Features of
Integrated Raj e-Office Application)
For Sizing Purposes, Please Clarify on the number Of Employees who will be given
functionality access of Progress/ Monitoring Management
Please provide employee count
Please refer amended clause-
8.3(4.ii) of Annexure-3 of Final
RFP (after pre bid)
5 30 4.4
Generic Bill Generator
(Table 4.1: Phase-wise distribution of Modules & Features of
Integrated Raj e-Office Application)
For Sizing Purposes, Please Clarify on the number Of Employees who will be given
functionality access of Generic Bill Generator
Please provide employee count
Please refer amended clause-
8.3(4.ii) of Annexure-3 of Final
RFP (after pre bid)
6 30 4.4
Smart Office
(Table 4.1: Phase-wise distribution of Modules & Features of
Integrated Raj e-Office Application)
For Sizing Purposes, Please Clarify on the number Of Employees who will be given
functionality access of Smart Office
Please provide employee count
Please refer amended clause-
8.3(4.ii) of Annexure-3 of Final
RFP (after pre bid)
Request for Proposal (RFP) Document for Selection of Implementation Agency for Design, Development, Testing, Implementation and Maintenance of Integrated Raj e-Office Application for
Government of Rajasthan to shortlisted bidders (Reference No. F4.3 (125)/ RISL/Tech/14/10982 dated: 24.02.2015)
Responses to Pre-bid Queries/Clarifications
Page 1 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
7 33 4.6 (4)Integration with 3rd Party Application and other e-gov.
applications
We expect Procurement team to cite example for level of integration desired as per
our understanding every service provided by e-mitra as backend process flow in
each department for example, online application from e-mitra for mining lease.
Granting mining lease is long process, which involves multiple processes to approve
the application for grant of lease, how it is expected to create that workflow in e-
office seamless integration as mentioned above. Similarly for Local bodies say
booking a community hall through e-mitra etc. etc. Or a bill processing of PWD,
which uses project work management application at backend. Pls. explain.
Workflow should be
configurable to meet all kind of
requirements.
8 33 4.6 (4)Integration with 3rd Party Application and other e -gov.
applications
Integration via Enterprise Service Bus does not include Process/Workflow based
integration.
It is hence recommended that a SOA based Process/Workflow engine be included as
part of the proposed solution with out of the box support for adapter based
integration and Business Rules
Please refer amended clause-
8.3(3) of Annexure-3 of Final
RFP (after pre bid)
9 34 4.9 Data Digitization and Migration Please provide approximate volume of data that is required to be migrated.
Please refer amended clause-
4.9(1) of Chapter-4 of Final RFP
(after pre bid)
10 35 4.10 (5)
The selected bidder shall obtain sign-off from the Purchaser on
the UAT for each Phase of Integrated Raj e-Office Application
after successful implementation of all the changes/
recommendations received from Purchaser & its designated
authority/ TPA (if any).
As per the clause, we assume bidder has to obtain UAT from the Purchaser for each
phase. UAT from each Department will not be responsibility of bidder. Hence, we
assume penalty deductions based on late approval of UAT from Departments
without any fault of bidder would not be imposed on selected bidder.
Please refer amended clause-
6.18(3.c) of Chapter-6 of Final
RFP (after pre bid)
11 40 4.13 (4.b)
Purchaser may arrange for the security audits of the
application through a third party agency on timely basis. Based
on the findings of security audits, the selected bidder will have
to bring in the necessary changes in the application to ensure
the compliance of the security of the application.
Please provide frequency of security audits that will be conducted during project
tenure.
The security audits of
developed Integrated Raj e-
Office Application may be
performed as part of UAT for
Phase-1,2 & 3 and as & when
required as per RSDC policy.
12 85 6.24 (2.b)
Transfer of Assets:
B) The selected bidder, if not already done, will transfer all the
Software Licenses under the name of the RISL as desired by
the procuring entity during the exit management period.
How RISL will address Application software license policy if application is being used
by other than RISL.
Request to consider that:-The application software solution licenses shall not be
restricted based on location and the Department should have the flexibility to use
the software licenses for other requirements, if required. With such clause RISL free
to use expand uses of application software licenses to other department.
Please refer amended clause-
8.3(3&4) of Annexure-3 of
Final RFP (after pre bid)
Page 2 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
13 91 7.1 (1)Payment Terms and Schedule
General
Payment terms are not at all favourable as it involve huge funds with no definite
timeframe for fund inflow including 24% development payment distributed over 12
quarters @ 2% . This will result in huge working capital requirement by bidder and
uncertainty in payments adds to interest burden on cost.
No Change
14 91 7.1 (1)Payment Terms and Schedule
Detailed Project Plan based on High Level System Study
The payment during System study in each of the phase I, Phase II and Phase III is not
defined in RFP.
The payment terms before GoLive can be either project based or man-month basis
as department has asked for onsite manpower during Development phase.
No Change
15 95 7.1 (1)
Payment Terms and Schedule
Operations & Maintenance (O&M)/ Facility Management
Services (FMS)
RFP has been structured for onsite development by providing certain minimum
numbers of resource during the development phase of e-office application, including
clauses for monitoring their attendance and applicability of penalty on absenteeism,
while the payments are not in sync with the same as it is proposed to be paid on
achieving the milestones. This leads to lot of digressions in control of the bidder on
the development team and the team gets engaged in works allocated by project
monitoring team, resulting in huge cost overruns for bidders. If development is to
done onsite with fixed team deployment than the payment terms should be
monthly of the team and not on milestone basis.
No Change
16 102 7.2 (7.d) Penalty for attrition of key resources during the O&M period
IT industry faces Manpower attrition problem and which is beyond bidder’s control,
the RFP is based on resource development and heavy penalty is being imposed for
manpower attrition during the project period. The same should be relaxed and
timeframe for resource replacement be provided in RFP.
No Change
17 104 8.1 ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION
The technology details of each third party application should be mentioned in the
RFP. Also, who will be the responsible for providing APIs required for communication
with Third Party Applications must be defined.
Please refer clause-2.1.7(3) of
Chapter-2 of Final RFP (after
pre bid)
18 120 8.2 ANNEXURE-2: RESOURCE DEPLOYMENT
Domain expert having detailed understanding of government business processes
and with System design expertise is required for developing such large enterprise
application. It is assumed that the same resource would be provided by RISL/DOIT&C
during the development and study phase.
Please refer clause 8.2 of
Annexure-2 of Final RFP (after
pre bid)
19 126 8.3
Annexure 3: Technology Stack
Integrated Raj e-Office Application shall leverage the following
technology stack available with RISL as part of RSDC
Infrastructure :
o MS-SQL Server 2014 Enterprise Edition x64
As per our understanding department is having ORACLE RDBMS also.
Application solution proposed in EoI is on non Microsoft RDBMS. Migration to SQL
will have technical issues and it will increase our cost.
Request you to kindly allow SI to choose among ORACLE / MS SQL RDBMS to avoid
technical and commercial issues
Please refer amended clause-
8.3(3) of Annexure-3 of Final
RFP (after pre bid)
Page 3 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
20 126 8.3
Annexure 3: Technology Stack
For additional software (which are not covered above or are
proposed by bidder for use in Raj e-Office application), Bidder
is required to provide enterprise wide perpetual licenses, as
applicable, without any client/ user access license limitation
along with 5 years OEM support, as applicable, for at least
10,000 concurrent users, in the name of Purchaser at no
additional cost to purchaser
Request to consider that proposed application/solution should be capable of 10,000
concurrent user but however bidder should The licenses should be perpetual and
enterprise wide for the application, without any restriction on access / usage of any
kind of functionality (including read/write/update ) for any of the users. This to avoid
beyond 10,000 concurrent user.
Please refer amended clause-
8.3(3&4) of Annexure-3 of
Final RFP (after pre bid)
21 43 4.15 Project Deliverables, Milestones & Timelines
Timeline proposed are also not feasible even during study and requirement phase as
we are required to study 5 different type of government organization to gather their
requirement and study the individual departmental workflow. Please revise the
same.
Please refer amended clause-
4.15 (Table 4.3) of Chapter-4 of
Final RFP (after pre bid)
22 76 6.15
Copyright - The copyright in all drawings, design documents,
source code and other materials containing data and
information furnished to the Purchaser by the Supplier/
Selected Bidder herein shall remain vested in the Purchaser.
Please add the following in the end of the para:
"Notwithstanding the above, it is agreed that nothing contained herein above shall
be applicable to Consultant's pre-existing materials and working papers (i.e
Materials owned by the Consultant which were created and developed prior to this
Agreement without direct reference to the deliverables under this Agreement)
which may now be incorporated by the Consultant into the final deliverables/reports
or the like, supplied to the Client hereunder in the course of delivering the Services
pursuant to this Agreement. However, in the event any such pre-existing material is
used in the deliverables/reports provided to the Client by the Consultant, the
Consultant hereby agrees to grant the Client an irrevocable, non-transferable, non-
exclusive, paid-up, royalty free and perpetual license to use such pre-existing
material as it exists in the deliverable/ reports prepared by the Consultant as a part
of this Agreement."
Please refer amended clause-
6.15 of Chapter-6 of Final RFP
(after pre bid)
23 77 6.16 (6)The provisions of this clause shall survive completion or
termination, for whatever reason, of the Contract
Please add the following in the end of the clause:
“for a period of three years from the date of termination/expiration of Services.“No Change
24 83 - 84 6.23 Termination & Sub Clauses
Please add the following in the end of the clause:
“Upon termination bidder shall be entitled to receive payments of the Services
performed, work in progress and expenses incurred by it, till the date of such
termination.”
No Change
Page 4 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
25 89 6.25 Settlement of Disputes
We are proposing in the case of dispute following should be followed:
“Any dispute, controversy or claim of any kind whatsoever between the parties
arising under, out of or in connection with this Agreement (including, without
limitation, any question regarding its construction, validity or termination) shall be
resolved by arbitration under the Rules of Arbitration and Conciliation Act 1996. The
place (seat) of arbitration shall be in India. The arbitral tribunal shall be comprised of
three (3) arbitrators appointed in accordance with the Rules of Arbitration and
Conciliation Act 1996. The language of arbitration shall be English. Any judgement or
determination rendered shall be final and binding upon the Parties thereto. Subject
to above Parties agree to submit themselves to the exclusive jurisdiction of the
Courts in India.”
No Change
26 97 - 103 7.2 (7)Service Level Requirements/ Agreement for Operations &
Maintenance (O&M) and Sub Clause
There should be an upper limit to the overall Service Level Penalties. Accordingly,
you may please add the following in the end of the clause pertaining to Service Level
Agreements:
"It is agreed that overall limit for Service Level Penalties that may be levied under
this clause shall not exceed 10% of the total fees paid to the Consultant."
Please refer amended clause-
7.2(7.f) of Chapter-7 of Final
RFP (after pre bid)
27 140 - 142 8.13 ANNEXURE-13: BANK GUARANTEE FORMATWe suggesting that, these documents should have a fixed end date (fix validity)
mentionedNo Change
28 143 - 144 8.13 BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)We suggesting that, these documents should have a fixed end date (fix validity)
mentionedNo Change
29 81 6.2 Limitation of LiabilityPlease clarify the % of uncapped liability for Gross Negligence, Wilful Misconduct,
cost of repairing or replacing defective equipment or breach of IPRsNo Change
30 17 2.2.2 Integrated Raj e-Office Application Architecture - Overview
About no of Users
As per mentioned in the RFP document, the solution should support at least 10,000
concurrent users.
So request you to please provide clarity about the no of users who will use the
proposed applications as mentioned below:
* Module wise no of users
* Complete system users
Please refer amended clause-
8.3(3&4) of Annexure-3 of
Final RFP (after pre bid)
31 113 8.1.
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Email/SMS
Regarding Email Server integration
Request you to please provide the clarity about the use case of integration of e-
Office application with Yahoo and Gmail server.
Please refer amended clause-
8.1(S.No. 152) of Annexure-1
of Final RFP (after pre bid)
32 113 8.1.
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Email/SMS
Regarding Email Server integration
Request you to please provide the clarity which kind of data needs to be synced
from Gmail, Yahoo and NIC mail server.
Please refer amended clause-
8.1(S.No. 152) of Annexure-1
of Final RFP (after pre bid)
Page 5 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
33 106 8.1.
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Knowledge Management
Regarding Scanning Solution
As department has the requirement for creating the Knowledge Repository wherein
multiple documents need to be scanned and upload in the repository. So we
recommend that, there is a key requirement of capture/scanning solution for
scanning the documents/records with support for following:
• Both bulk & web scan capabilities
• Automatic file and document separation using blank page separator, barcode
separator and fix page
• Automatic correction of parameters like improper resolution, format/
compression not proper, skew, wrong orientation, error in automatic cropping,
punch hole marks etc during scanning
Please confirm our understanding is correct.
Yes
34 22 2Technology Standards
Regarding Mobile capture solution
As per mentioned in the RFP document, solutions availability on mobile/tablet
device is one of the key requirement.
So request you to please clarify, that the department requires the mobile capture
solution for scanning/capturing the documents through mobiles/tablets. Please
clarify.
Please refer amended clause-
8.1 (Note) of Annexure-1 of
Final RFP (after pre bid)
35 42 4.13 (6)Operations & Maintenance Reports-
Regarding uptime of applicationRequest you to please provide the clarity about the uptime of the proposed solution.
Please refer clause-7.2(2, 3 &
7a) of Chapter-7 of Final RFP
(after pre bid)
36 105 8.1
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
File Management System
Regarding File Management System
As per mentioned in the RFP document, department may use NIC e-Office solution
for File Management system. However while submitting the EOI response, vendors
have formed the consortium based on requirements given in the EOI document
where NIC e-Office was not mentioned to fulfil the requirement of File Management
System.
So request you to please clarify whether vendors are allowed to propose other File
Management System which are better than NIC e-Office solution.
We strongly recommend to look for alternate options available in market for File
Management as:
1. NIC is not platform independent.
2. NIC lacks document capture capabilities
3. NIC is point solution (not a frame work based) so future compatibility to transform
to BPMS lacks.
4. NIC lacks quality analysis and document quality enhancement.
5. Lacks inbuilt viewer, document has to be downloaded before viewing.
Challenges in using NIC application:
1. Any change management in NIC's application would not in our scope.
2. Report generation from NIC's application would not be in our scope, however the
tool for the same can be designed but may not cater to the future requirements of
report generation.
3. In order to integrate with NIC application with our application, we expect RISL to
Please refer amended clause-
8.3(4) of Annexure-3 of Final
RFP (after pre bid)
Page 6 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
37 106 8.1ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Knowledge Management Regarding Knowledge Management
As per mentioned in the RFP document under Knowledge Management System,
department require that it should have provision for creating the knowledge
repository based on workflow which should be taken from NIC e-Office. However
RFP also has the requirement for workflow management system. So we recommend
that same workflow management system should be used for creating the Knowledge
repository which is being used across all other modules rather using the workflow
module of NIC e-Office. Please confirm.
It is expected that single
workflow engine/platform be
used across application.
38 114 8.1
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION, e-
Form
Regarding e-Forms
Is there any existing e-Form application available in department or vendors need to
deliver e-Form application as part of the current project scope. As mentioned on
page 127, department is already having Adobe e-Forms.
So please clarify whether Adobe e-Forms will be used for catering the requirements
given in e-Form section under Functional Requirement specification or separate
module needs to be proposed for the same.
Please refer amended clause-
8.3(1.vii) of Annexure-3 of Final
RFP (after pre bid)
39 116 8.1
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Common Requirements
Regarding Workflow solution
As this RFP aims to procure a workflow management system for the automation of
various modules. Our recommendation is that you need a Business Process
Management (BPM) platform which has the capabilities of graphically modelling the
processes or workflows, in built Form designer, process simulator, configurable
Business Activity Monitoring tool (Dashboards). Please confirm our understanding is
correct.
Yes
40 21 2.2.3
Application Standards:
1. Application Design & Development
Regarding Workflow standard
Request you to include the following specification to ensure best of breed solution:
The required workflow solution should complies to various open workflow standards
such as BPMN, BPEL, WFMC.
Please refer amended clause-
8.3(4) of Annexure-3 of Final
RFP (after pre bid)
41 32 4.6.
Integration with 3rd Party Application and other e-gov.
applications
Regarding 3rd Party module integration
As the proposed solution needs to be integrated with various 3rd party and other
eGov application. So with this our understanding is that RajComp will provide the
documentation/integration APIs/adaptors to vendors so that integration can be
done efficiently. Please confirm.
RISL will coordinate & would
arrange to extend necessary
support required for
integration.
42 111 8.1
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Bill/ Invoice Processor Bill Processor
Regarding Billing/Accounting Application
As per mentioned in the RFP document, the proposed solution for billing application
should have the provision to calculate all applicable deductions based on Pre-
defined library based upon particular deduction type (LD/ SLA/ Income Tax/ LIC/
GPF/ other etc.).
So is there any existing billing/ accounting system available in the department which
will be used for doing the respective calculation.
Please Clarify.
Generalized module needs to
be developed to accommodate
the different requirements.
43 111 8.1
ANNEXURE-1: FUNCTIONAL REQUIREMENT SPECIFICATION,
Bill/ Invoice Processor Bill Processor
Regarding Billing/Accounting Application
Request you to please provide the clarity that once the billing calculation is done and
finalized then where this billing data needs to be pushed for further processing.
Please provide clarity.
Would be finalized during SRS
Stage
Page 7 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
44 76 6.15. Copyright
Regarding Source Code of application
As per mentioned in the RFP document, the copyright in all drawings, design
documents, source code and other materials containing data and information
furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain
vested in the Purchaser.
With this our understanding is that, the department requires the source code of the
Custom development done for this project. However if Source Code of COTS based
solution is required then same can be kept under the Escrow Agreement.
Please confirm our understanding.
Please refer amended clause-
6.15 of Chapter-6 of Final RFP
(after pre bid)
45 34 4.9. Data Digitization and Migration
Regarding Data Migration volume
As per mentioned in the RFP document, the migration of digitised data into
Integrated Raj e-Office Application will be performed by the Selected Bidder at No
additional Cost. So request you to please provide the clarity about the volume of the
data & type of data which need to be migrated as part of the current project scope.
Please refer amended clause-
4.9(1) of Chapter-4 of Final RFP
(after pre bid)
46 126 8.3ANNEXURE-3: TECHNOLOGY STACK
Regarding Licensing for already existing stack
Please confirm that technology stack mentioned under section 8.3 ANNEXTURE-3
has sufficient number of licenses as per the current RFP requirement (10,000
concurrent users), in case bidder uses the same stack customer will provide the
licenses for the same as per the bidder sizing recommendation, in case bidder needs
to provide the licenses than please share the current licensing details of the
TECHNOLOGY STACK which can be re-used.
Please refer amended clause-
8.3 of Annexure-3 of Final RFP
(after pre bid)
47 20 2.2.2 (4.f) Integration Scope
Please confirm the following:
1) List of Applications mentioned in the RFP (existing e-GOV Applications page 20)
are the only scope for integration.
2) Proposed Existing applications in RFP to be integrated supports SOA architecture
and capable of exposing web services, any web services required from legacy
applications is out of scope for this RFP and needs to be developed by those
application owners.
3) Please share the technology on which proposed applications which needs to be
integrated are developed.
1) List of exiting e-Gov
applications mentioned in RFP
is indicative.
2) Yes
3) Details would be shared
during system study.
48 126 8.3ANNEXURE-3: TECHNOLOGY STACK
Regarding LicensesWho will bear the cost of licenses, bidder or RISL.
Please refer amended clause-
8.3 of Annexure-3 of Final RFP
(after pre bid)
49 General Query NIC Modules\Application Please provide the scope of work for NIC Modules/application
Please refer amended clause
8.1 (Note) of Annexure-1 of
Final RFP (after pre bid)
50 General Query Exisiting SystemWill bidder be provided some time for study of existing system before submission of
bid
Please refer amended clause-
4.15 (Table 4.3) of Chapter-4 of
Final RFP (after pre bid)
Page 8 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
51 General QueryKindly provide the list of modules which is to be provided by RISL/NIC lie file
management, HR.
Details would be shared during
system study.
52 18 2.2.2 (4.b)
Rajasthan SSO is being implemented using Microsoft platform
and includes the following:
1) Identity Provider: MS-Active Directory Services (ADS) on MS-
Windows Server 2012 R2 Standard Edition.
2) SSO Application: MS .Net Framework 4.x based web
application that provides a secure SSO Application Interface
including interface and secure web services for Identity and
Application management lifecycle.
We assume that required CALs for all department users will be provided by RISL.
Please clarify.
CALs required, if any, for SSO
application, shall be provided
by RISL.
53 23 2.2.3 (2.d)
The technology must be scalable with Department’s emerging
requirements and must continue to be reliable as the
information handling needs of the government increases. The
architecture must be scalable and flexible for modular
expansion. The IA shall plan and provide for horizontal
scalability in such a manner that a new server can be added
(or removed) dynamically, as and when required in future,
without disturbing the normal functioning of production
system. The vertical scalability in servers in terms of additional
processors and RAM will have to be provided for handling
future growth in transactions.
Since eOffice application is to be hosted on RSDC servers procured by RISL, we
assume that server scalability will be handled by RISL/RSDC. Please clarify.
Please refer clause-4.5 of
Chapter-4 of Final RFP (after
pre bid)
54 27 4.1 (2)
For the scope of this project, Purchaser has categorised
government organizations as follows:
a. Administrative Departments
b. Corporation/ boards/ societies etc.
c. Service oriented departments
d. Works departments
e. Local Bodies
Request to provide list of departments, corporations, local bodies, etc. to be covered
as part of e-Office application
Please refer amended clause-
8.16 of Annexure-16 of Final
RFP (after pre bid)
55 99 7.1 (3) Helpdesk Support We assume that RISL will provide helpdesk tool for logging calls. Please clarify
Please refer amended clause-
4.13 (5.d & 5.e) of Chapter-4 of
Final RFP (after pre bid)
56 99 7.1 (5) Monitoring and Evaluation
We assume that access to required EMS interfaces for system, database, application
and network monitoring will be provided by RSDC/RISL to our O&M Staff.. Please
clarify
Yes
57 113 8.1 Email/SMS and Instant MessagingWe assume that all costs related to email/SMS and instant messaging will be borne
by RISL. Please clarify.Yes
Page 9 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
58 120 8.2
The selected bidder shall deploy minimum following resources
for the development of Integrated Raj e-Office Application
within 30 days from the date of signing of agreement between
Purchaser and the Selected Bidder for the period as specified
in below mentioned Table Ann 2.1.
There are some resources in Table Ann 2.1 and 2.2 that are mentioned as optional.
Does this mean that the bidder need not provide such resources are all resources
are to be provided for the minimum number mentioned since penalties are liable for
absence of staff?
Minimum number of
Resources need to be deployed
as per Annexure -2 of Final RFP
(after pre bid)
59 126 8.3
Integrated Raj e-Office Application shall leverage the following
technology stack available with RISL as part of RSDC
Infrastructure.
o MS-Windows Server 2012 R2 w/SP1 x64
o MS-SharePoint Server 2013 w/SP1 x64
o MS-SQL Server 2014 Enterprise Edition x64
o MS-Exchange Server 2013 w/SP1 x64
o MS-Lync Server 2013 x64
o IBM Enterprise Service Bus
o Adobe e-Forms Application
Since MS SharePoint Server is already present in the RSDC, can we utilize the same
for workflow engine for Integrated e-Office application or a separate workflow
engine needs to be provide separately for e-Office solution?
Please refer amended clause-
8.3 of Annexure-3 of Final RFP
(after pre bid)
60 126 8.3
Integrated Raj e-Office Application shall leverage the following
technology stack available with RISL as part of RSDC
Infrastructure.
o MS-Windows Server 2012 R2 w/SP1 x64
o MS-SharePoint Server 2013 w/SP1 x64
o MS-SQL Server 2014 Enterprise Edition x64
o MS-Exchange Server 2013 w/SP1 x64
o MS-Lync Server 2013 x64
o IBM Enterprise Service Bus
o Adobe e-Forms Application
Kindly clarify whether RISL shall provide for CALs for all these software’s or bidder
has to provide the same.
Please refer amended clause-
8.3(2) of Annexure-3 of Final
RFP (after pre bid)
61 76 6.15The copyright in all drawings, design documents, source code
and other materials containing
If bidder is proposing COTS Product and customized the product to suit requirement
of RFP then the purchaser will take ownership of IPR of customized portion
proposed product.
Please refer amended clause-
6.15 of Chapter-6 of Final RFP
(after pre bid)
62 76 6.15
data and information furnished to the Purchaser by the
Supplier/ Selected Bidder herein shall remain vested in the
Purchaser.
In case product has been built from scratch the complete IP Rights will rest with
Purchaser"
Please refer amended clause-
6.15 of Chapter-6 of Final RFP
(after pre bid)
63 56 Table 5.3
Technical Qualification Criteria: Hard Copy of presentation & a
document (max 10 pages) detailing the Technical qualification
criteria mentioned at S. No 1 & 2 of Table 5.3
Please confirm whether 10 pages of each presentation and document separately
required.
Please refer amended Table
5.3 of Chapter 5 of Final RFP
(after pre bid)
64 39 4.13 (3.j)Implementation support/ assistant (as and when needed for
deploy and configure the application at other locations)
Kindly suggest number of locations and details for better understanding of Project
implementation.
Will be intimated to selected
bidder well in time.
Page 10 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
65 75 6.9 (3)
Delivery & Installation: The Supplier/ Selected Bidder shall
arrange to supply, install and commission the software/
system as per specifications within the specified delivery/
completion period at various departments and/ or their
offices/ locations mentioned in the PO/ WO
Kindly suggest number of locations and details for better understanding of Project
implementationAt RSDC only.
66 86 6.24 (2.d.iv)
That the products and technology delivered to RISL during the
contract term or on expiry of the contract duration should not
be sold or re-used or copied or transferred by selected bidder
to other locations apart from the locations mentioned in this
bidding document without prior written notice and approval
of RISL.
Kindly suggest number of locations and details for better understanding of Project
implementationNo Change
67 43 4.15 Project Deliverables, Milestones & Timelines
Timeline of delivery is very stiff in respect to scope of work. Kindly request to
provide more time for requirement gathering (at least 3 months) and due diligence
phase. This will help the bidder to build the solution as per exact requirement
Please refer amended clause-
4.15 (Table 4.3) of Chapter-4 of
Final RFP (after pre bid)
68 91 7.1 (1) Table 7.1: Payment Terms & Schedule
Software Application Development -
We request you to please release Payment on the following stages
SRS stage: 15% of total cost of application phase wise.
UAT stage: 50% of total cost of application phase wise.
Go Live: 15% on Go Live stage of total cost of application phase wise. and remaining
in the quarterly payment
No Change
69 10 1INVITATION FOR BIDS (IFB) AND NOTICE INVITING BID (NIB) -
Table
INR 6 crore budget is very low. (32 onsite resource for development and 22 onsite
resource for support)
This is an estimated cost.
Bidder may quote as per its
own assessment.
70 13 2.1.3 (4.a)
Perform detail study of selected State Government
Departments/ Offices of different type to understand the
requirements of each modules & features proposed to cover
in Integrated Raj e-Office Application.
Do we have a list of selected department/offices? Or is there any list according to
preference?
Please refer amended clause-
8.16 of Annexure-16 of Final
RFP (after pre bid)
71 14 2.1.3 (4.d)
Assist RISL in assessing the current status of existing data/ old
records w.r.t. digitisation and define the strategy of Data
digitisation (if applicable) of legacy data required to be migrate
into the proposed database.
It's always a good practice to go for Document Management System (DMS) to store
digitized legacy data. Database can be used to store metadata of the same. Please
confirm if there is any plan to consider DMS.
DMS is a component of overall
solution.
Page 11 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
72 14 2.1.3 (4.d)
Brief Technical solution requirements and Scope of Work
"Assist RISL in assessing the current status of existing data/ old
records w.r.t. digitisation and define the strategy of Data
digitisation (if applicable) of legacy data required to be migrate
into the proposed database"
Which (or how many) departments data need to be migrated and checked for
digitization.
Please refer amended clause-
2.1.3(4.d) of Chapter-2 of Final
RFP (after pre bid)
73 14 2.1.3 (4.d)
Brief Technical solution requirements and Scope of Work.
"Migration of all digitized records & Data of Legacy application
(if any) into the proposed database and maintaining the
database in coordination with RISL."
An estimate of the volume of the data digitization can help in the data migration
strategy and costing component in terms of manpower deployed.
Please refer amended clause-
2.1.3(4.d) of Chapter-2 of Final
RFP (after pre bid)
74 14 2.1.3 (4.d)
Migration of all digitized records & Data of Legacy application
(if any) into the proposed database and maintaining the
database in coordination with RISL
As stated in the "Section 2.1.7 Roles & Responsibilities >> 3a & 3b", integration with
legacy application will be done with the help of Third Party Vendor. Why do we need
to migrate data of legacy application?
Please refer amended clause-
2.1.3(4.d) of Chapter-2 of Final
RFP (after pre bid)
75 16 2.1.7 (3.e) Provide the support in data migration and data digitization
After data has been migrated, will these application point to new database or they
will still point to their respective old data source. In latter case, what would be
future data migration? Will it be periodic sync up process?
Would be finalized during SRS
Stage
76 17 2.2.2 (2)
The proposed Integrated Raj e-Office application would be a
comprehensive centralized reusable software suite based on
Service-Oriented Architecture (SOA) and would be accessed by
all the users (Employees of various Government Departments -
Administrative, Works, Service, and Corporations) across the
state.
For in-house usage by various employees of govt department, will it be required to
be internet application or intranet will be suffice?Both Internet & intranet
77 18 2.2.2 (4.a)
Integrated Raj e-Office Application services shall be accessed
online through Web and Kiosks via several end-user devices
(PC, Tablets, Smartphones, etc.).
Will it be accessible via app of Smartphone or tab? If yes, as per assumption,
development of such app is out of scope. Please clarify.
Please refer amended clause
8.1 (Note) of Annexure-1 of
Final RFP (after pre bid)
78 18 2.2.2 (4.b) Single Sign On (SSO)
User authentication & authorization will be provided by custom .Net based
application. E-Office application just need to integrate with that application via
API/web service. Please confirm.
API with re-usable methods,
which would be provided
during integration.
Page 12 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
79 18 2.2.2 (4.b) Single Sign On (SSO)User data upload, role mapping will be done by custom .Net application & is outside
the scope of e-Office application.
Selected Bidder will access &
finalise the scope of
integration of proposed
Integrated Raj e-Office
Application with Raj SSO in
consultation with SSO
implemenation team during
System Study & SRS phase.
80 19 2.2.2 (4.b.v)
The audit trail of all the actions performed by an
authenticated user on Rajasthan SSO would be maintained in a
separate database.
Maintaining audit trail in a separate database is in the scope of the custom .Net
application. It will NOT be done by e-Office application. Please confirm.
The audit trial for all the
functions/ operations
pertaining to the Integrated Raj
eOffice application shall be
maintained within the eOffice
application only.
81 19 2.2.2 (4.d) Workflow EngineWill the workflow execution rule is fixed across various departments or it would be
varying? Please confirm.
The workflow execution rule
may varying from department
to department.
82 32 4.5 & 4.6
Procurement & Deployment of High end Infrastructure at
Rajasthan SDC
Integration with 3rd Party Application and other e-gov.
applications
At many places including the cited clauses, it is mentioned
that: "Bidder has to extend support"
It would help if the exact scope of support is quantified. No Change
83 33 4.7Software Solution Testing:
Performance and Load testingWill the department provide tools and licenses required for testing? Please clarify Yes, at RSDC only.
84 34 4.9
Data Digitization and Migration: "The Selected Bidder shall be
responsible to migrate the data from existing database and
applications (if any) of at least 2 government organisations
and associated offices to new
application and database of Integrated Raj e-Office
Application"
1.> When will the 2 government organizations be finalized? Are the organizations
already shortlisted?
2.> In case the TPA is not able to complete digitization till the time of migration, then
that event needs to be factored in.
1) Will be intimated to selected
bidder well in time.
2) Please refer amended clause-
6.18 (3.c) of Chapter-6 of Final
RFP (after pre bid)
Page 13 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
85 37 4.12 (2)
Training:
Training shall be conducted either at Purchaser office in Jaipur
or any other location identified by Purchaser in Jaipur only.
Training may be divided into multiple sessions as per the need
and requirement of the project/ application.
Quantifying the number of training sessions and batch size would help in factoring
the training costs.
The bidder shall provide hands-
on training to the team of
selected trainers & end-users
(approx. 100 users) designated
by Purchase. The preferred
batch size is 25-30 persons in a
batch.
86 43 4.15 Project Deliverables, Milestones & Timelines
Timelines for SRS preparation and submission for Phase I , II III are quite stringent
and need to be revised upwards; the remaining associated timelines to be
accordingly adjusted
Please refer amended clause-
4.15 (Table 4.3) of Chapter-4 of
Final RFP (after pre bid)
87 61 5.24
Right to vary quantity: At the time of award of contract, the
quantity of goods, works or services originally specified in the
bidding documents may be increased, but such increase shall
not exceed 50% of the quantity specified in the bidding
documents. It shall be without any change in the unit prices or
other terms and conditions of the Bid and the bidding
documents
It is assumed that if there is an increase in quantity ordered due to which there is
requirement of additional hardware/licenses / system software/other items, then
the increase in these costs will be paid additionally to the bidder.
No such clause exist in the RFP
88 61 5.24
Right to vary quantity: If the procuring entity does not procure
any subject matter of procurement or procures less than the
quantity specified in the bidding documents due to change in
circumstances, the bidder shall not be entitled for any claim or
compensation
Suggestion: There should be a Minimum Commitment e.g. 80% of the project value.
We must have separate rates for software or hardware installationNo Change
89 91 7.1 (1) Table 7.1 Payment Terms and Schedule
Payment terms are very stringent.
Suggestion:
(a) At T+140, please make payment as 20% instead of 10% and reduce in later stages
preferably in O&M phase.
(b) The payment to be released after 1 month instead of 3 months (sr. nos. 12, 16,
23, and 30) and 1 month instead of 6 months (sr. no. 31).
(c) In case there is a delay in conducting acceptance / UAT, then payment to bidder
should not be delayed beyond 2 months (after completion of the milestone by the
bidder).
No Change
90 101-103 7.2 (7)
Penalty Clauses:
Clause d. Penalty for attrition of key resources during the
O&M period:
Clause c. Penalty for non-availability of deployed personnel/
resources/ manpower during O&M Period.
Since the timelines of the deliverables are to be met by the IA, it should be at IA's
discretion to deploy suitable resources and ensure milestones are achieved on time.
To levy penalty on resources is not required as it is not a T&M based project.
No Change
Page 14 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
91 102 7.2 (7.d)
Penalty for attrition of key resources during the O&M period:
The Selected Bidder shall make sure that the key personnel
involved in the study, design, development, testing,
deployment and operation & maintenance of the software
solution are designated to the project for the entire project
duration. In case, any key person listed below leaves the
project without one months’ notice and approval from RISL,
the following penalties shall be applicable
Suggestion - Approval should be replaced by intimation. No Change
92 100 7.2 (7.a) Penalty for Downtime of Application S/w
7 a. Penalty for Downtime of Application S/w > 48 is mentioned as " No payment for
the Quarter " However as per 7f. It is mentioned that "The maximum total penalty in
any quarter (excluding non-availability of deployed manpower/ resources/
personnel) shall not be more than 20% of the total amount due for the quarter."
Clarity to be provided on this
Please refer amended clause-
7.2(Table 7.3) of Chapter-7 of
Final RFP (after pre bid)
93 100 7.2 (7.a) Penalty for Downtime of Application S/w
7 a. Penalty for Downtime of Application S/w > 48 is mentioned as " No payment for
the Quarter " This is quite stringent considering a quarter of operation of the
application software.
Please refer amended clause-
7.2(Table 7.3) of Chapter-7 of
Final RFP (after pre bid)
94 120 8.2ANNEXURE-2: RESOURCE DEPLOYMENT: Requirement of
"Resource on Bidders payroll"
While the project manager may be required from the bidding firm, the rest of the
resources can be made optional. This will help in optimization from cost perspective.
Also, since responsibility lies with the bidder, the bidder will ensure appropriate and
relevant people are deployed.
No Change
95 GeneralThere is a dependency on different govt offices for finalization
of SRS and for implementation.
While the bidder will make all efforts to ensure discussions and coordination with all
stakeholders, there has to be a risk mitigation required if the different govt offices
do not provide information on time or delay the implementation of the project.
Please refer amended clause-
6.18(3.c) of Chapter-6 of Final
RFP (after pre bid)
96 17 2.2.2 (2)
The bidder shall develop Integrated Raj e-Office Application
using proposed Technology Stack specified in Annexure - 3 of
this RFP.
We understand that the RISL wants to utilize its existing software technology stack
available with them in order to reduce cost. Is RISL open to have open source
database like PostgreSQL or MySQL for the implementation of integrated Raj e-
Office solution.
Please refer amended clause-
8.3(3) of Annexure-3 of Final
RFP (after pre bid)
97 56 5.14 (3.f)
In case of contract being awarded to a prospective bidder, the
resources proposed by the bidder during technical
presentation for deployment under the said project shall
essentially become the part of project development team.
We would propose resources as per the skills set and qualification mentioned in the
RFP. But the resources would be allotted to the project based on their availability at
the time of award of contract to the bidder. Please confirm.
Please refer amended clause-
5.14(3.f) of Chapter-5 of Final
RFP (after pre bid)
Page 15 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
98 76 6.15
The copyright in all drawings, design documents, source code
and other materials containing data and information furnished
to the Purchaser by the Supplier/ Selected Bidder herein shall
remain vested in the Purchaser.
IPR of the Core solution which is already available and matured over the years will
be the owned by the Bidder. Any customization or new development can be owned
by the purchaser
Please refer amended clause-
6.15 of Chapter-6 of Final RFP
(after pre bid)
99 98 7.2 (1)
Critical: Incidents which impact the overall solution like outage
of Integrated Raj e-Office Application and which has a high
impact on service delivery to end user of respective
Departments. No workaround is available. Any incident which
is affecting a majority of users (over 80% of users including
concurrent users).
What would be expected total number of Users accessing the solution?
Please refer amended clause-
8.3(4.ii) of Annexure-3 of Final
RFP (after pre bid)
100 99 7.2 (3)
The Helpdesk Call Management System should be operational
24x7x365. However, the helpdesk manpower support should
be available for 16 Hrs (9 Hrs shift on roaster basis) from 7:00
AM to 11:00 PM on all 7 days in a week
1) We understand that Helpdesk Management System would be the part of the
application software and users would be able the log the tickets in the Helpdesk
Management System. Please confirm.
2) Also Helpdesk Call Management System would be integrated with Helpdesk
Management System and IVRS system for attending the calls of the Users. Please
clarify.
3) We understand that the infrastructure required to setup the Helpdesk Centre
would be provided by RISL. Please confirm
Please refer amended clause-
4.13 (5.d & 5.e) of Chapter-4 of
Final RFP (after pre bid)
101 100 7.2 (7) Penalty for Downtime of Application S/wWill the Penalty be calculated on the number of incidents in a quarter or on the total
downtime hrs in a quarter? Kindly provide it in more detail.
Total downtime hrs in a
quarter.
102 104 8.1 FUNCTIONAL REQUIREMENT SPECIFICATION
As per the Functional Requirement specification table stated in the RFP, the details
about the source system for eOffice, HRMS and Payroll is provided in the
requirements. Do we need to only integrate these applications with integrated Raj e-
Office OR we need to provide all these applications in Raj e-Office taking reference
from all these existing applications?
Does RISL has any plans to discontinue with these existing applications and shift to a
single integrated Rajasthan e-Office solution? Please clarify.
Please refer amended clause-
8.3(4) of Annexure-3 of Final
RFP (after pre bid)
103 104 8.1 HRMS and Payroll
Please provide the expected total numbers of users for whom the HRMS would be
used and total number of employees for whom Payroll will be generated from the
system.
Please refer amended clause-
8.3(4.ii) of Annexure-3 of Final
RFP (after pre bid)
104 119 8.1In addition to application portability for different smart
devices the bidder would also require developing mobile apps.
Kindly provide the List of all the Mobile Apps which needs to be delivered as a part
of scope.
Would be finalized during SRS
Stage
Page 16 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
105 123 8.2
The above mentioned development team shall work from
onsite. The selected bidder shall increase the team size as per
requirement and ensure compliance to the prescribed Project
timelines. The selected bidder may depute additional
resources to work from offshore, if needed.
To leverage to our experience of wider pool of resources with similar
implementation we proposed an optimal Onsite and Offshore delivery model where
major technical development team (Senior Developer and Developer) will be based
at Offshore location. Project Manager, Business Analyst, System Administrator,
Database Administrator, Test Lead, Tester, Helpdesk Manager, Helpdesk resources
will be based at Onsite. Please confirm.
We would ensure an excellent collaboration with the RISL, TCS Onsite Team and
Offshore Team.
No Change
106 34 4.9 Data Digitization and Migration
As per the RFP, Data Digitization would be carried out by Third Party and will provide
the Soft Copy of the Data. After this, Bidder will have to migrate the data to actual
database.
We propose there should be defined SLAs between the Third Party and RISL.
We assume that there will be no impact on bidder’s payment terms and conditions
with respect to Third Party Vendor's performance.
Kindly provide the size and volume of records which need to be digitized and
migrated
Please refer amended clause-
4.9(1) of Chapter-4 of Final RFP
(after pre bid)
107 32 4.6Integration with 3rd Party Application and other e-gov.
applications
Bidder will provide the solution with Good integration capability. However the
integration with the third party system depends upon
1) License arrangement of the Third Party system if any
2) Technology Stack
3) Required Technical support and knowledge of third party system etc.
So while the Bidder's solution would provide the integration capability we propose
the effort of integration should be evaluated on case by case basis and considered
through change management procedure.
We suggest GO-LIVE Certificate for the entire project should be independent of the
Third Party system integration.
No Change
Page 17 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
108 38 4.13 (2)
The selected bidder shall be responsible for doing any kind of
new development including:
a. Addition of new functionalities/ features/ modules
envisaged by the procuring entity
b. Third-party Application integration
c. Modification/ up-gradation/ enhancement in the Process or
functionality to fix some complex problem requests or defect
fixing to upgrade the application performance.
d. Update Web-portal & Application: design & content, layout,
colour schema, input forms, etc.
e. Business Intelligence Analytics & MIS Reports as per new
format defined by procuring entity as per their requirement
We propose to have mentioned clause valid in implementation period only. After Go
Live any new requirement/customization will be considered through Change
Management Procedure. Please confirm.
No Change
109 34 4.8
The Selected Bidder shall configure the deployed application
for the offices of at least 2 government organisations and
associated offices.
As per the details provided in the RFP, the scope of the Bidder is to configure and
deploy the solution for 2 Government Organizations only. So does it mean that after
implementation in 2 Government Organization, Client would provide Bidder the GO-
LIVE Certificate? Require more clarity on it.
On addition of more than 2 Government organizations, additional efforts and cost
would be incurred through Change Management Procedure during the 3 Years of
Support Phase. Please confirm.
No change
110 126 8.3
Integrated Raj e-Office Application shall leverage the following
technology stack available with RISL as part of RSDC
Infrastructure.
Is this available technology stack is used by any existing system?
Please refer amended clause-
8.3(2) of Annexure-3 of Final
RFP (after pre bid)
111 126 8.3
Integrated Raj e-Office Application shall leverage the following
technology stack available with RISL as part of RSDC
Infrastructure.
We assume that the OEM Support for the available technology stack would be taken
care by RISL for the entire implementation and support period of Integrated Raj e-
Office solution. Please confirm
Please refer amended clause-
8.3(2) of Annexure-3 of Final
RFP (after pre bid)
112 126 8.3
Integrated Raj e-Office Application shall leverage the following
technology stack available with RISL as part of RSDC
Infrastructure.
We assume that RISL will provide the necessary licenses for using the mentioned
available technology stack at development center of the Bidder. Please confirm.At RSDC only.
113 19 2.2.2 (4.d) Workflow EngineDoes RISL expect any software technology stack for the implementation of the
Workflow engine?
Please refer amended clause-
8.3 of Annexure-3 of Final RFP
(after pre bid)
Page 18 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
114 43 4.14
It is mentioned that Go-live will happen within 12 months
from issuance of work order. It is also mentioned that
Operation & Maintenance phase will start from the Date of Go-
live of Phase-II (9 months from issuance of work order) and
will continue for 3 years from Date of Go-live of Phase-II of
Integrated Raj e-Office Application.
It is understood from this clause, that total contract period will be 3 years 9 months
(comprising of 12 months Go-live + 3 years support), which indicates that 3 months
period for Go-live and support will run parallel. Please confirm the understanding to
avoid any confusion in total contract period, Go-live duration & support duration.
Please refer amended clause-
4.14 & 4.15 (Table 4.3) of
Chapter-4 of Final RFP (after
pre bid)
115 10 & 50 1 & 5.8
Bid Security of Rs. 12 lacs is required in the form of Banker
Cheque / Demand Draft / Bank Guarantee from Scheduled
Commercial Bank and should be valid for 30 days beyond
original or extended validity period of bid.
It is recommended to waive this requirement for submission of Bid Security as TCS
can't submit the same.No Change
116 61 5.24
It is mentioned that Repeat orders for extra items or
additional quantities may be placed on the rates and
conditions given in the contract.
It is recommended that given prices are valid for quantities mentioned in the
contract. Prices for any additional requirement shall be mutually discussed
between the buyer and TCS.
No Change
117 61 5.25
Performance Security equivalent to 5% of amount of supply
order, is required in the form of Banker Cheque / Fixed
Deposit Receipt / Bank Guarantee from Scheduled Bank and
should be valid for 60 days beyond the date of completion of
all contractual obligations.
It is recommended to waive this requirement for submission of Performance
Security as TCS can't submit the same.No Change
118 81 6.2
It is mentioned that "Aggregate liability of supplier / selected
bidder to the purchaser, under this contract, shall not exceed
the amount specified in the contract" under Limitation of
liability clause.
It is recommended that liability of TCS should not exceed 10% of contract value
under this clause.No Change
119 91 7.1 (1) Payment Methodology are mentioned under this clause.
It is recommended to change the payment terms as mentioned below, because RFP
terms given in clause 7.1 are not favourable to TCS.
- 100% payment for Hardware and Software on delivery and Installation.
- 100% payment for Implementation Services till Go-live
- 100% payment of training cost upon completion of training
- Payment for Infra AMC as equated quarterly instalment in Advance.
- Payment for Services AMC as equated monthly instalment in Arrears.
No Change
120 138 8.11 Financial Bid Format
It is understood from Financial Bid Format "that prices to be quoted by bidder are
inclusive of all taxes and duties".
It is recommended that TCS prices shall be tax exclusive only and taxes shall be
payable @ rates prevailing on the date of invoicing.
No Change
Page 19 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
121 143 8.13 Bank Guarantee Format - Performance Security (PBG)
It is recommended to add below paragraph in BG format of Performance Security.
"This Bank Guarantee issued by ____________________Bank, on behalf of Tata
Consultancy Services Limited / Vendor /Bidder /Service Provider / System Integrator
in favor of _____________________________/Customer/Client is in respect of a
new Contract / extension of Contract dated________________.
As communicated by Tata Consultancy Services Limited / Vendor /Bidder /Service
Provider / System Integrator, on the date of execution of this Bank Guarantee an
amount of Rupees ______________ (Rupees ______________________________
only) is outstanding and payable to Tata Consultancy Services Limited / Vendor
/Bidder /Service Provider / System Integrator by
_____________________________/Customer/Client , in respect of pervious
contracts between Tata Consultancy Services Limited / Vendor /Bidder /Service
Provider / System Integrator and
_____________________________/Customer/Client
As communicated by Tata Consultancy Services Limited / Vendor /Bidder /Service
Provider / System Integrator on the date of execution of this Bank Guarantee , there
are no outstanding disputes related to any pervious contracts / between Tata
Consultancy Services Limited / Vendor /Bidder /Service Provider / System Integrator
No Change
122 Credit Period
Credit Period is nowhere given in RFP.
It is recommended to pay the invoices raised by TCS within 30 days of receipt of
invoices, failing which interest @ 2% per month shall be charged.
No Change
123 Ownership of Equipments
There is no clause for transfer of ownership for H/W & S/W to customer. It is
recommended that ownership of H/W, S/W and equipments shall be transferred to
customer upon delivery.
Please refer clause-6.24 of
Chapter-6 of Final RFP (after
pre bid)
124 35 4.10. User Acceptance Testing
We request addition of a detailed clause on deemed acceptance if the Purchaser
does not provide review comments or sign off within a period of one (1) week from
the date of delivery of the deliverables or if the Purchaser starts using the
deliverables for production purposes without communicating the acceptance of such
deliverables to Bidder.
Also request that the cost of correction/ reworking of the deliverables shall be to the
account of the Purchaser if the failure is determined to be due to reasons not solely
and entirely attributable to the Bidder.
No Change
125 36, 41 4.12, 4.13 (5) Training
We request that all training under the Agreement shall be mutually agreed
costs.Training materials to be provided in 3 hard copies and the rest in soft copies
only.
Please refer amended clause-
4.12 (4.e) of Chapter-4 of Final
RFP (after pre bid)
Page 20 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
126 40, 864.13.4.b,
6.24.2.b
1. Performance Monitoring & Enhancement:
2. Exit Management
All audits shall be with a prior written notification of at least 15 days at the cost of
Purchaser during the regular working hours of the Bidder and subject to Purchaser
or third party agency (which shall not be a competitor of the Bidder) complying with
the confidentiality and security terms of the bidder.
No Change
127 51 5.8 (9) Bid SecurityWe request that the bid security shall be forfeited 5.8.9(b) and 5.8.9(c) if the failure
is for reasons solely and entirely attributable to Bidder.No Change
128 60 5.20 (3.b) Exclusion of Bids/ Disqualification We request deletion of this provision. No Change
129 60, 63 5.21 (7), 5.26 Acceptance of the successful Bid and award of contract
We request that the agreement format mentioned in the provision must be mutually
agreed to by the parties.
Also request that the period of 15 days may be mutually extended by the parties if
they are unable to finalise the agreement within the aforementioned period of 15
days.
No Change
130 62 5.25 (5) Forfeiture of Security Deposit: We request deletion of this provision. The Purchaser shall have recourse to the
security deposit after exhausting all the remedies provided for in the Agreement.No Change
131 63 5.26 (3) Execution of agreement
We request that if the bidder, who’s Bid has been accepted, fails to sign a written
procurement contract for reasons solely and entirely attributable to it then the
procuring entity shall take action against the successful bidder as per the provisions
of the bidding document and Act.
No Change
132 66 5.29 (3.f)
Code of Integrity for Bidders
Debarment from participation in future procurements
We request deletion of the provision. No Change
133 69 5.35 Debarment from Bidding We request deletion of the provision. No Change
134 71 5.36 (6) Sub contractorWe request that the permission for sub contracting shall unreasonably not be
withheld by the Purchaser.No Change
135 76 6.13 (2) Recoveries from Suppliers/ Bidders
We request deletion of the provision of withholding of amount to the extent of short
supply, liquidated damages/ penalties, as applicable. Liquidated damages/ penalty (if
any) shall be deducted from the bills).
No Change
136 76 6.14 (3) Taxes & Duties
We request that all fees payable to Bidder are exclusive of any sales, use, value
added tax, service taxes, GST or taxes of a similar nature measured by the services,
deliverables or charges thereon. Purchaser shall be responsible to pay or reimburse
Bidder the amount of such taxes.
No Change
Page 21 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
137 76 6.15 Copyright
We request deletion of the word “source code” from the clause. Also request that
the clause shall be subject to the following:
Bidder shall retains all rights to its pre-existing intellectual property including any
modification customization, enhancement, interface development etc. thereto.
To the extent any pre existing intellectual property of the Bidder is incorporated in
any deliverable the same shall be under a separate license agreement to be
executed between the parties.
Similarly all the Intellectual Property Rights (IPR) in the third party software used in
providing services including those forming part of or incorporated into the
deliverables shall remain with the respective third party owners/ contractor’s
licensor and Purchaser shall have user rights in accordance with end user license
agreement (EULA) as applicable to use of such software.
Each Party shall be entitled to use in the normal course of its business and in
providing same or similar services or development of similar deliverables for its
other clients, the general knowledge and experience gained and retained in the
unaided human memory of its personnel in the performance of this Contract.
Please refer amended clause-
6.15 of Chapter-6 of Final RFP
(after pre bid)
138 77 6.16 (4) Confidentiality
We request addition of the following exclusions to confidentiality:
e. is independently developed by or for the receiving party without the use of
confidential Information.
f. is required to be provided under any law, or process of law duly executed.
No Change
139 77 6.16. (6) ConfidentialityWe provisions of confidentiality shall survive completion or termination of the
Contract for a period of 2 years thereafter.No Change
140 77 6.17 Sub-contractingWe request that the permission for appointment of the sub contractor shall not
unreasonably be withheld by the Purchaser.No Change
141 78 6.18.1 – 6.18.3 Extension in Delivery Period and Liquidated Damages (LD)
We request that liquidated damages shall be imposed for reasons solely and entirely
attributable to the Bidder.
We also request that Delivery and installation/ completion period shall be extended
with liquidated damages, if the delay in the supply of goods or service is on account
of hindrances beyond the control of the supplier/ selected bidder.
Also request that imposition of liquidated damages shall be the exclusive remedy
available to the Purchaser if the Bidder fails to deliver any or all of the Goods or
perform the Related Services within the period specified in the Contract.
Please refer amended clause-
6.18(3.c) of Chapter-6 of Final
RFP (after pre bid)
142 79 6.18 (4) Extension in Delivery Period and Liquidated Damages (LD)We request that the penalty mentioned in points (a) to (d) shall be 1%, 2%, 3%, and
5% of the delayed Services.No Change
Page 22 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
143 79 6.18 (5) Extension in Delivery Period and Liquidated Damages (LD)
We request deletion of the penalty provisions if the bidder fails to depute/ ensure
the availability of development team. As Bidder shall already be liable to penalty for
late delivery under clause 6.18.4.
No Change
144 80 6.18 (6) Extension in Delivery Period and Liquidated Damages (LD)We request that maximum amount of liquidated damages shall not exceed 10% of
the total fees paid by the Purchaser to the Bidder under the Contract.No Change
145 80 6.19 (1.b) Patent IndemnityWe request deletion of the provision “the sale in any country of the products
produced by the Goods” as it is not applicable.No Change
146 806.19 (1-2
nd
para)Patent Indemnity
We request addition of the following indemnity exclusions:
(ii) any change, not made by Bidder, to some or all of the Goods; or (iii) if the
deliverables have been tampered with, altered or modified by the Purchaser without
the written permission of Bidder; or (iv) defects in components or materials
provided to Bidder by Purchaser in connection with the preparation of the Goods.
No Change
147 81 6.20.
Limitation of Liability
Except in cases of gross negligence or wilful misconduct: -
1. neither party shall be liable to the other party for any
indirect or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the supplier/
selected bidder to pay liquidated damages to the Purchaser;
and
2. the aggregate liability of the supplier/ selected bidder to the
Purchaser, whether under the Contract, in tort, or otherwise,
shall not exceed the amount specified in the Contract,
provided that this limitation shall not apply to the cost of
repairing or replacing defective equipment, or to any
obligation of the supplier/ selected bidder to indemnify the
Purchaser with respect to patent infringement.
We request the clause to be modified as follows:
Except in cases of gross negligence or wilful misconduct: -
1. neither party shall be liable to the other party for any special, incidental,
exemplary, punitive indirect or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs or loss of revenue or loss of data,
whether in contract, tort or other theories of law, even if such party has been
advised of the possibility of such damages.; and
2. the aggregate liability of the supplier/ selected bidder to the Purchaser, whether
under the Contract, in tort, or otherwise, shall not exceed the amount paid by the
Purchaser to the Bidder under the relevant statement of work in the last 12 months
for the services that gives rise to such liability as of the date such liability arose,
provided that this limitation shall not apply to indemnify the Purchaser with respect
to patent infringement.
Bidder shall not be responsible for any delay or failure, to the extent that such delay
or failure has arisen as a result of any delay or failure by BPCL or its employees or
agents or third party service providers to perform any of its duties and obligations as
set out in this Contract. Vendor shall be entitled to invoice BPCL for additional costs
incurred in connection with correction or remedy the delay or failure at time &
No Change
148 82 6.21 Force MajeureWe request that the Bidder shall be entitled to all the payments till the termination
of the Contract pursuant to a Force Majeure event.No Change
149 83 6.22 (4) Change Orders and Contract Amendments
We request deletion of the words “shall not exceed the prevailing rates charged to
other parties by the supplier/ selected bidder for similar services” from the sub
clause.
No Change
Page 23 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
150 83 6.23 (1.a) Termination for Default
We request that the Purchaser shall exercise the right of termination for default if
the Bidder fails to rectify the breach/ default within 30 days of written notification
by the Purchaser.
Also request deletion of the words “in the judgment of the Purchaser” from
6.23.1.a.iii.
No Change
151 83 6.23 (1.b) Termination for Default
We request deletion of the provision that if RISL terminates the contract in whole or
in part, amount of PSD may be forfeited.
We also request addition of a ground for termination for default by the Bidder if the
Purchaser is in breach of any of the terms of the Contract and fails to rectify the
same within 30 days of written notification by the Bidder.
No Change
152 83 6.23 (2) Termination for InsolvencyWe request deletion of the provision that termination for insolvency will be without
compensation to the Bidder.No Change
153 84 6.23 (3) Termination for Convenience
We request that termination for convenience shall be with a written notice of at
least 90 days to the bidder.
Also request that for Clause 6.23.3.c, the period for delivery of the Good shall be
mutually agreed to by the parties and not 28 days.
No Change
154 83 6.23 TerminationWe request that in case of termination of the Contract the bidder shall be entitled to
all the payments for the services rendered till such date of termination.No Change
155 85 6.24 (2)Exit Management
Transfer of Assets
We request clarification as to whether these assets referred to the assets provided
by the Purchaser to the Bidder?
We request that the transfer of assets shall be subject to reasonable wear and tears.
6.24.2.d.ii We request that expenses occurred during transfer of assets shall be
borne by the Purchaser.
6.24.2.d.iv We Supplied hardware (if any), software & documents etc., used by
selected bidder specifically for Purchaser shall be the legal properties of Purchaser
on payment of all fees to the bidder.
No Change
156 86 6.24 (4) Exit Management We request deletion of 6.24.4.a No Change
157 87 6.24 (5) Transfer of Assets
We request that transfer shall be made only on respect of those agreements which
are executed specifically for the Purchaser. It shall be subject to the consent of the
third party vendor and at agreed costs.
No Change
Page 24 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
158 906.25 (3), 6.25
(4)Transfer of certain agreements
We request deletion of clauses 6.25.3 and 6.25.4 and be replaced by arbitration. The
arbitration shall be carried by a Board of 3 arbitrators, each party shall appoint an
arbitrator each and third arbitrator is to be appointed by the two arbitrators. The
arbitration shall be carried on according to the procedure laid down under the Indian
Arbitration and Conciliation Act of 1996.
No Change
159 97 7.1 (7) Payment Terms and Schedule
We request that all payments shall be made by the Purchaser within 30 days of
receipt of invoice. All payments due for more than thirty (30) days will attract an
interest at the rate of 2 percent per month on the invoice amount. Purchaser also
reserves the right to withhold the provision of services till such time all the
payments due to it under this Contract have been made by Purchaser.
No Change
160 100 7.2 (7)Service Level Requirements/ Agreement for Operations &
Maintenance (O&M)
Penalty Clauses
We request addition of standard uptime exclusions.
Also request that the imposition of penalties shall be for reasons solely and entirely
attributable to the Bidder.
Also imposition of penalties shall be exclusive remedy available to the Purchaser in
case of breach of service level by the bidder.
Also request for the purposes of clause 7.2.7f that total cumulative penalty shall not
exceed 5% of the fees paid by the Purchaser to the bidder in the quarter in which
the service level default arises. Also request deletion of the provision “The tendering
authority may also forfeit the PSD and also debar the Selected Bidder from bidding
(for all types and form of bids) for at least three years in RISL and DoIT&C.”
Further, we request deletion of 7.2.7c and 7.2.7d as the Purchaser has adequate
remedies under clauses 7.2.7a and 7.2.7b.
Please refer amended clause-
7.2(7.a & 7.f) of Chapter-7 of
Final RFP (after pre bid)
161 129 8.6 Para 3
Annexure-6: COVERING LETTER OF THE BID
I/ we hereby submit our token of acceptance to all the tender
terms & conditions without any deviations. Hence, we are
hereby submitting our Bid and offer to provide services to
Purchaser for carrying out the project in accordance with your
RFP.
We request the paragraph to be modified as follows:
I/ we hereby submit our token of acceptance to all the tender terms & conditions
and along with the recommendations and comments made in the bid document and
accepted by RISL. Hence, we are hereby submitting our Bid and offer to provide
services to Purchaser for carrying out the project in accordance with your RFP.
No Change
Page 25 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
162 134 8.9, Para 2
Annexure-9: CERTIFICATE OF CONFORMITY/ NO DEVIATION
Also, I/ we have thoroughly read the bidding document and by
signing this certificate, we hereby submit our token of
unconditional acceptance to all the terms & conditions of the
bidding document without any deviations.
We request the paragraph to be modified as follows:
Also, I/ we have thoroughly read the bidding document and by signing this
certificate, we hereby submit our token of unconditional acceptance to all the terms
& conditions of the bidding document along with the recommendations and
comments made in the bid document and accepted by RISL.
No Change
163 137 8.11, Last para
Annexure-8.11: FINANCIAL BID COVER LETTER & FORMAT
We agree to all the terms & conditions as mentioned in the
bidding document and submit that we have not submitted any
deviations in this regard.
We request the paragraph to be modified as follows:
We agree to all the terms & conditions as mentioned in the bidding document and
submit that we have not submitted any deviations in this regard other than the
recommendations and comments made in the bid document and accepted by RISL.
No Change
164 140 8.13 Annexure-8.13: BANK GUARANTEE FORMAT- BID SECURITYWe request that the period mentioned in Para 8 to be made 45 days after the Bid
validity date.No Change
165 143 8.13Annexure-8.13: BANK GUARANTEE FORMAT – PERFORMANCE
SECURITY (PBG)
We request addition of the following with Para 8:
b) This Bank Guarantee shall remain in force up to and including _________
(including claim period of forty five days)
Also we request addition of the following at the end of the PBG:
As communicated by Contractor, on the date of execution of this Bank Guarantee
an amount of Rupees ______________ (Rupees
______________________________ only) is outstanding and payable Contractor by
RISL , in respect of pervious contracts between Contractor and RISL.
As communicated by Contractor on the date of execution of this Bank Guarantee,
there are no outstanding disputes related to any pervious contracts between
Contractor and RISL.
No Change
166 146 8.14, Para 5 Annexure-8.14: DRAFT AGREEMENT FORMAT
We request that the penalty mentioned in points (a) to (d) shall be 1%, 2%, 3%, and
5% of the delayed Services.
We request Para 5.iii. to be modified as follows:
Delivery period may be extended without liquidated damages if the delay in the
delivery of services in on account of hindrances beyond the control of supplier.
No Change
167 1468.14, Para 6
and 7Annexure-8.14: DRAFT AGREEMENT FORMAT
We request deletion of Para 6 as Bidder shall already be liable to penalty for late
delivery as stated in Para 5 above.No Change
168 147 8.14, Para 8 Annexure-8.14: DRAFT AGREEMENT FORMATWe request that total liquidated damages shall not exceed 5% of the fees paid by
the Purchaser to the bidder under the Contract.No Change
Page 26 of 27
S. No.
RFP
(before
pre bid)
Page No.
Clause No Clause Details Query/ Suggestion/ Clarification Response
169 No Change
170 43 4.15 Project Deliverables, Millstone and Timeline
Schedule: The duration of the Development and UAT for Phase 1 (6 Months) and
Phase 2 & 3 months each are very short timelines looking at the complexity of the
system and functional requirements.
Suggestion: These timelines must be extended.
Please refer amended clause-
4.15 (Table 4.3) of Chapter-4 of
Final RFP (after pre bid)
171 43 4.15 Project Deliverables, Millstone and Timeline
Data Migration: There is Phase wise data migration for Phase I,II & III.
Question
1. What is the legacy system database and how much is data size.
2. What is quantum of the Legacy Data
3. Who will be responsible for Data digitations which is not there is any database or
not in compatible export format.
Please refer amended clause-
4.9(1) of Chapter-4 of Final RFP
(after pre bid)
172 32 4.6Integration with 3rd Party application and Other eGov
application
Question: Who will provide the web service for all kind of integrations as
mentioned?
Note: Delay in getting the web services or access to Deepened system might lead to
schedule variance of the project.
Please refer clause-2.1.7(3) of
Chapter-2 of Final RFP (after
pre bid)
173 91 7.1 (1) Payment Terms
Payments terms are not in line with Delivery Schedule and terms.
Suggestion : Payment schedule should be considering the milestone of SRS and
Design Approvals
No Change
We request addition of the following sub clauses:
General Indemnity
Purchaser indemnify and hold Bidder harmless from any loss, injury, claim or damage resulting from any death or injury to any person or property of Bidder arising out of the
use or possession of the equipment or location of Purchaser by Bidder or its personnel, unless caused by the negligence of Bidder personnel and the limitation or liability
provided herein shall not apply to such loss, injury, claim or damages.
Nonexclusively
Bidder shall be free to do similar business either for itself or for any other party or offer similar services to any third parties but without in any way affecting the services agreed
to be offered by Bidder under this Contract.
Non-employment
Purchaser will neither offer to employ nor employ, directly or otherwise, any Bidder employee, associated for the purpose of, or with the Contract, during the period between
the date of this Contract and two years from the completion of the assignment arising here from.
Entire Understanding
This Contract executed by the parties hereto constitutes the entire understanding between the parties hereto with respect to the subject matter hereto and supersedes and
cancels all previous negotiations thereof. To the extent permitted by applicable law, a party is not liable to another party in contract or tort or in any other way for a
representation or warranty that is not set out in this Contract.
Page 27 of 27
Top Related