Académique Documents
Professionnel Documents
Culture Documents
Corrigendum - 4
2 Volume I: Clause 3.7 Consortiums 3.7.1 No consortium is allowed for this project. Clause 3.7.1 may be read as:
& Sub‐ Contracting Page No. 11 “Bidder may be a single entity or a consortium. In case of consortium, consortium
comply to the following additional requirements:
a. Number of members in a consortium shall not exceed 2 (two);
b. OEM/SI can be member of a consortium;
c. Subject to the provisions of clause (a) above, the Proposal should
contain the information required for each member of the Consortium;
d. Members of the Consortium shall nominate one member as the lead
member (the "Lead Member"). The nomination(s) shall be supported by
a Power of Attorney, as per the format at Form 13 of Appendix I, signed
by all the other members of the Consortium;
e. The Proposal should include a brief description of the roles and
responsibilities of individual members, particularly with reference to
financial, technical and O&M obligations;
f. An individual Bidder/SI/OEM cannot at the same time be member of any
other Consortium applying for the qualification. Further, a member of a
particular Bidder Consortium cannot be member of any other Bidder
Consortium applying for the qualification;
g. Members of the Consortium shall enter into a binding Joint Bidding
Agreement, substantially in the form specified at Form 14 of Appendix I
(the "Jt. Bidding Agreement"), for the purpose of submitting a Bid. The
Jt. Bidding Agreement, to be submitted along with the Proposal, shall,
inter alia:
i. Convey the intent to a Consortium to perform all
commitment(s) in accordance with this RFP, which would enter
into the Agreement and subsequently perform all the
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
obligations of the Agreement, in case the Project is awarded to
the Consortium;
ii. Clearly outline the proposed roles and responsibilities, if any,
of each member;
iii. Commit the minimum equity stake to be held by each member.
Lead member to commit and maintain minimum 51% but not
more than 74% stake in the consortium;
iv. Include a statement to the effect that All Members of the
Consortium shall be liable jointly and severally for all
obligations in relation to the Project in accordance with the
Agreement; and
h. Except as provided under this RFP and the Bidding Documents, there
shall not be any amendment to the Jt. Bidding Agreement without the
prior written consent of the Authority.
i. Lead Member shall be the authorized signatory and CSCL will
communicate with him regarding any matter with regard to this project.”
3 Volume I: Clause 4.1 Pre- Should be Company registered under Companies Act, 1956 or The same may be read as
Qualification (PQ) criteria point 3 a partnership firm registered under LLP Act, 2008 “Should be Company registered under Companies Act, 1956/2013 or a
Page No. 13 partnership firm registered under LLP Act, 2008”
4 Volume I: Clause 4.1 Pre- Average annual sales turnover generated from services related The same may be read as under:
Qualification (PQ) criteria point 4 to System Integration during each of the last three financial "Average annual sales turnover generated from services related to System
Page No. 13 years i.e. FY 2017-18, 2016-17 and 2015-16 (as per the last Integration during the last three financial years i.e. FY 2017-18, 2016-17 and
published Balance sheets), should be at least Rs. 60.00 Cr. 2015-16 (as per the last published Balance sheets), should be at least Rs. 60.00
Cr..."
5 Volume I: Clause 4.1 Pre- Sales turnover Average annual sales turnover generated from The same may be read as under:
Qualification (PQ) criteria point 5 services related to Development, Implementation and "Average annual sales turnover generated from services related to
Page No. 14 Integration of e – Governance Services for Urban Local Development, Implementation and Integration of e – Governance Services for
Bodies during each of the last three financial years i.e. FY Urban Local Bodies/Central Government /State Government/PSUs during the
2017‐18, 2016‐17 and 2015‐16 (as per the last published last three financial years i.e. FY 2017-18, 2016-17 and 2015-16 (as per the last
Balance sheets), should be at least Rs. 15.00 Cr. published Balance sheets), should be at least Rs. 15.00 Cr."
6 Volume I: Clause 4.1 Pre- Bidder should have experience of implementing e-Governance The same may be read as under:
Qualification (PQ) criteria point 8 solution in more than 250 Urban Local Bodies (awarded and "Bidder should have experience of implementing e-Governance solution in
Page No. 14 completed in last 7 years from bid due date) OR Under more than 250 Urban Local Bodies (awarded and completed in last 7 years from
implementation at least 2 cities out of 100 Smart Cities that bid due date) OR Under implementation at least 2 cities out of 100 Smart Cities
have recently been declared as Smart Cities by Government of that have recently been declared as Smart Cities by Government of India OR
India OR Implemented and Integrated similar work for Implemented and Integrated similar work for minimum 3 Urban Local Bodies
minimum 3 Urban Local Bodies with population more than 10 with population more than 5 Lakh as per census of India 2011(awarded and
Lakh completed in last 7 years from bid due date).
OR
implemented e-governance solution of similar work of minimum Rs. 15 cr. for
ULB/Central Government /State Government/PSUs (awarded and completed in
last 7 years from bid due date"
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
7 Volume I: Clause 4.1.1.1 Similar Implementation and Integration of e – Governance Services for The same may be read as under:
Work Page No. 15 Urban Local Bodies. Each such project should involve at least "Similar Work:
5 of following modules for Urban Local Bodies Implementation and Integration of e – Governance Services for ULB/Central
Government /State Government/PSUs. Each such project should involve at least
5 of following modules..."
8 Volume I: Clause 4.1.3 Scoring Company profile The same may be read as under:
Model Criteria point 1 Page No. Average annual sales turnover generated from services "Average annual sales turnover generated from services related to
15 related to Development, Implementation and Development, Implementation and Integration of e – Governance Services for
Integration of e – Governance Services for Urban Local Urban Local Bodies/ central Government/State Government/PSUs during the
Bodies during each of the last three financial years i.e. FY last three financial years i.e. FY 2017-18, 2016-17 and 2015-16 (as per the last
2017‐18, 2016‐17 and 2015‐16 (as per the last published Balance sheets), should be at least Rs. 60.00 Cr.
published Balance sheets), Greater than or equal to Rs. 120.00 Cr.: 10 marks
should be at least Rs. 60.00 Cr. Between Rs.100.00 Cr. and Rs. 119.99 Cr.: 9 marks
Basis of Evaluation Between Rs.80.00 Cr. and Rs.99.99 Cr.: 8 marks
Greater than or equal to Rs. 120.00 Cr.: 10 marks Between Rs.60.00 Cr. and Rs.79.99 Cr.: 7 marks
Between Rs.100.00 Cr. and Rs. 119.99 Cr.: 9 marks Less than Rs. 60.00 Cr.: 0 marks…"
Between Rs.80.00 Cr. and Rs.99.99 Cr.: 8 marks
Between Rs.60.00 Cr. and Rs.79.99 Cr.: 7 marks
Less than Rs. 60.00 Cr.: 0 marks
Max Marks 10
9 Volume I: Clause 4.1.3 Scoring Systems implementation and Integration agency must have The same may be read as under:
Model Criteria point 2b Page No. successfully completed (achieved Go‐Live) similar work for "Systems implementation and Integration agency must have successfully
16 Urban Local Bodies, Projects in past 7 years, of value more completed (achieved Go‐Live) similar work for Urban Local Bodies/ Central
than Rs. 3.0 Cr. Government/ State Government/ PSUs, Projects in past 7 years from bid due
Basis of Evaluation date, of value more than Rs. 3.0 Cr.
Equal to or more than 5 projects : 30 marks equal to 4 Basis of Evaluation
projects : 27 marks Equal to or more than 5 projects : 30 marks
equal to 3 projects: 24 marks Equal to 4 projects: 27 marks
equal to 2 projects: 21 marks Equal to 3 projects: 24 marks
Less than 2 projects: 0 marks Equal to 2 projects: 21 marks
Max Marks 30 Less than 2 projects: 0 marks
Documents Required Max Marks 30"
Completion certificates from the client;
10 Volume I: Clause 4.1.3 Scoring Experience in providing post implementation support for The same may be read as under:
Model Criteria point 2c Page No. Municipal e‐ Governance software project for any single Urban "Bidder should have Experience of providing post implementation support for
16 Local Body having population of 10 Lakh of more for the minimum one year:
period of 3 years or more. e-Governance solutions / Services in more than 250 Urban Local Bodies
Basis of Evaluation (awarded and completed in last 7 years from bid due date)
Equal to or more than 5 projects: 30 marks OR
equal to 4 projects: 27 marks minimum 1 Urban Local Bodies with population more than 5 Lakh as per census
equal to 3 projects: 24 marks of India 2011 (awarded and completed in last 7 years from bid due date).
equal to 2 projects: 21 marks OR
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
Less than 2 projects: 0 marks E-Governance Solutions/ Services for atlesat one project of central government
Max Marks 30 /state government /PSUs (awarded and completed in last 7 years from bid due
Documents Required Completion certificates from the client; date)…"
11 Volume I: Clause 4.3 Combined a. The technical and financial scores secured by each The same may be read as
and Final Evaluation Page No. 18 Bidder will be added using weightage of 80% and a. “The technical and financial scores secured by each Bidder will be added
20% respectively to compute a Composite Bid Score. using weightage of 70% and 30% respectively to compute a Composite
b. The Bidder securing the highest Composite Bid Score Bid Score.
will be adjudicated as the most responsive Bidder for b. The Bidder securing the highest Composite Bid Score will be adjudicated
award of the Project. The overall score will be as the most responsive Bidder for award of the Project. The overall score
calculated as follows: - will be calculated as follows: -
Bn = 0.80 * Tn + 0.20* Fn > Bn = 0.70 * Tn + 0.30* Fn >
[In case of 80% weightage to the technical score] [In case of 70% weightage to the technical score]
Where Where
Bn = overall score of Bidder Bn = overall score of Bidder
Tn = Technical score of the Bidder (out of maximum Tn = Technical score of the Bidder (out of maximum of 100 marks)
of 100 marks) Fn = Normalized financial score of the Bidder
Fn = Normalized financial score of the Bidder In the event the bid composite bid scores are ‘tied’, the Bidder securing the
c. In the event the bid composite bid scores are ‘tied’, highest technical score will be adjudicated as the Best Value Bidder for award of
the Bidder securing the highest technical score will the Project.”
be adjudicated as the Best Value Bidder for award of
the Project.
12 Volume I: Appendix 2 Financial 3.06 Document Management System 3.06 Deleted
proposal
Form 2; financial proposal
Design, Development, 3.08 E-office 3.08 The Same may be read as
Customization and Deployment “DAK”
of Web Portal and E- Governance
Services (C2A), serial number 5 4.04 Workflow Management System 4.04 the same may be read as
“Workflow Management System/BPM”
4.05 Dashboard
13 Volume II: Clause 2.10 Support & The bidder will operate and maintain all the components of The same may be read as
Maintenance for 5 Years Page the proposed System for a period of three (5) years after Go‐ "The bidder will operate and maintain all the components of the proposed
No. 70 Live date. System for a period of Five (5) years after Go‐Live date. During O&M phase, the
SI shall ensure that service levels are monitored on continuous basis; service
levels are met and are reported to CSCL"
14 Volume II: Clause 2.2 CSCL Web The SI should provide four or more design templates for the The same may be read as
Portal Page No. 59 new Web portal for Authority from which one of the design "The SI should provide 2-3 design templates for the new Web portal for
template would be selected by Authority. Authority from which one of the design template would be selected by
SI will provide 2-3 design of Web Portal front end page as well Authority"
as back office pages and submit it to CSCL for approval. CSCL
will approve the design of the Web Portal.
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
15 Volume II: Clause 2.3 Back Office Workflow Management system: There will be a workflow The same may be read as
System Page No. 61 management system which will enable admin to set the “Workflow Management system/Business Process Management(BPM): There
workflow for each department & for each service for e- will be a workflow management system which will enable admin to set the
Governance where it is needed. System should be flexible workflow for each department & for each service for e-Governance where it is
enough to change the number of approval level from n to needed. System should be flexible enough to change the number of approval
N+M and there should be facility to decrease the number of level from n to N+M and there should be facility to decrease the number of
approval level if required. One admin login at the Sr. Level approval level if required. One admin login at the Sr. Level official of MCC/CSCL
official of MCC/CSCL (or any other department) for each (or any other department) for each department would be required to
department would be required to configure/Change/Delete configure/Change/Delete workflow for each department if required. System
workflow for each department if required. System shall provide shall provide configurable workflow up to N level. This Sr. Level may be
configurable workflow up to N level. This Sr. Level may be Executive Engineer E.E or S.E of particular department. Purpose for this login will
Executive Engineer E.E or S.E of particular department. Purpose be to do workflow configuration department wise.
for this login will be to do workflow configuration department The additionally following features are required:
wise. • The Business Process Management (BPM)/Workflow Management
System should have the capabilities of graphically modelling the
processes or workflows, in built Form designer, process simulator,
configurable Business Activity Monitoring tool (Dashboards).
• The system shall support multiple databases.
• The system shall enable process designers to design multiple sub-
processes. This includes mapping of the existing process instance
to the newly created process instance as per mapping defined in
the route.
• The system shall provide inbuilt facility to design Custom forms that
can be attached at one or more stages of workflow.
• The system shall provide facility to define custom triggers like
Emails, Word template or launching executable etc. on predefined
conditions
• Apart from the web portal applications, the proposed workflow
platform should provide rule engine and report designer
functionalities for the processing of back office processes, master
data management. The system must be modular and easily
configurable to accommodate CSCL’s future changes including
integration with any application.”
16 Volume II: Clause 2.5 Cloud Based Provide a robust, fault tolerant infrastructure with enterprise The same may be read as
Data Center & Disaster Recovery grade SLAs with an assured uptime of 99.999 %, SLA measured "Provide a robust, fault tolerant infrastructure with enterprise grade SLAs with
Page No. 67 at the VM Level & SLA measured at the Storage Levels an assured uptime of 99.99 %, SLA measured at the VM Level & SLA measured
at the Storage Levels ..."
17 Volume II: Clause 4 Responsibility 5 Lakh SMS for first year. The Same may be read as
Matrix "5 Lakh SMS per year"
7.Transactional SMS Page No. 80 Similar Changes on Volume 3 , Annexure E- Bill of Material, Page 250, Cloud
Hosting & Transactional SMS (C2D)-
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
Point No. 2 - "Transaction SMS (5 Lakh) per year" and "No. of Months" should
be read as "60" "
18 Volume II: Clause 6.2.1 Functional System should have Integration and Interface with workflow The Same may be read as
requirements Page No. 152, 156 / document management system "System should have Integration and Interface with workflow Management
System/BPM"
19 Volume II: Clause 6.2.1 Functional Cremation Certificate The Same may be read as
requirements "Non Availability Certificate"
BD 8 Non Availability certificate
Page No. 96
20 Volume II: Clause 7 Milestones All payments to the Master Systems Integrator (SI) shall be The Same may be read as
and Payment Schedules 7.1 Note made upon submission of invoices along with necessary "All payments to the Systems Integrator (SI) shall be made upon submission of
Section Page No. 177 approval certificates from concerned Authorities invoices along with necessary approval certificates from concerned Authorities."
21 Volume II: Clause 9.1 Security Monitor Vendor Service level agreement for annual end-to- The Same may be read as
Controls for Cloud Services Page end service availability of 99.999 percent. The end to end "Monitor Vendor Service level agreement for annual end-to-end service
No. 184 service agreement should be in place for minimum period of availability of 99.99 percent. The end to end service agreement should be in
six years form the date of operations of the systems place for minimum period of six years form the date of operations of the
systems"
22 Volume II: Clause 9.1 Security System Security Add the following(s)"
Controls for Cloud Services Page "CSP should be SOC1, SOC2 and SOC 3 compliant for higher security."
No. 184
23 Volume III: Annexure F-Roles and Roles and Responsibilities of System Integrator The Same may be read as:
Responsibilities of System "Roles and Responsibilities of System Integrator
Integrator 1. Preparation of Detailed Project Plan in line with the overall plan provided in
Roles and Responsibilities of this Agreement. The same should be prepared in consultation with CSCL.
System Integrator 2. Procure, develop, install, commission, operate and maintain:
a) Requisite solution as per the requirements mentioned in this Agreement.
b) Data Center- To set up application on the cloud based DC and ensure the
backup & DR as per the scope mentioned in the document.
c) Meet the defined SLAs for the performance of the system.
3. Addressing technology obsolescence by appropriate upgradation,
replacement and / or replenishment of systems deployed at various locations
(data center, DR and other locations).
4. Keep all system software i.e. OS, antivirus, office applications etc., for Servers
etc. at Data Centre and various locations, up to date by installing regular
upgrades / patches.
5. Rectification of system software problems due to crashing or malfunctioning
of the OS, RDBMS or front end within the time limits to meet the SLAs as
defined in this Agreement.
6. Develop / customize, deploy and maintain the requisite Software Solution as
per the requirements of the Authority at appropriate locations.
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
7. Ensure adequate security of software system from all kinds of cyber threats
including but not limited to viruses, Trojan horses, spyware, worms, Denial of
Service (DoS) attack, natural disaster, man-made disaster etc.
8. Provide necessary support for the resolution of bugs, patches, updates &
upgrades of the software solution.
9. Provide necessary manpower for managing the Change Requests.
10. Design various manuals like User manual, Trouble Shooting manual etc. for
the system.
11. Submit the source code of any Bespoke software development to the CSCL.
12. Provide computer basic skills training and advanced training on application
modules to the staff members and stakeholders of the Authority.
13. Maintain the business continuity, as per agreed business continuity plan.
14. Deploy requisite manpower and infrastructure for the digitization of the
existing data.
15. Deploy the required manpower for requisite operation for database and
Application management, Monitoring Report generation during the operation
and Maintain phase as per the scope of work defined in this RFP
16. Ensuring the SLAs for downtime of system, software development /
customization, procurement and delivery of software, errors in
data entry as defined in the Agreement are met.
17. Management and quality control of all services and infrastructure.
18. Any other services which is required for the successful execution of the
project.
19. Regular Backup as per the schedule and Disaster Recovery.
20. Generation of MIS reports as per the requirements of CSCL.
21. Generation of the report for the monitoring of SLAs.
22. Meet the defined Technical Specifications for the IT Infrastructure keeping in
mind the application and future requirements of the CSCL.
23. Requirement Analysis & Gap Identification
24. Design & Development of CSCL web portal(Multilingual).
25. Design & Development of Back Office System & E-governance services
26. Data Centre and Disaster Recovery on Cloud.
27. Development of hybrid mobile applications.
28. Data Migration and Digitization as per requirement specified in the RFP.
29. Testing and Acceptance Phase
30. Training & Capacity Building."
24 General It is very important that the bidder submits those projects Refer to the Appendix 1: Addition to Corrigendum in this regard.
where the bidder itself has executed the shown experience.
With this background, below note should be relevant for Pre-
qualification and Evaluation criteria. If this is not considered,
any vendor that has been a Lead bidder in some project, but
not having actual experience of executing software
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
implementation would qualify and get marks which would not
be in interest of CSCL in view of ensuring project success.
Please insert below note for PQ and EQ: