Vous êtes sur la page 1sur 14

Annexure II

Corrigendum - 4

SELECTION OF SYSTEM INTEGRATOR FOR IMPLEMENTATION OF E-GOVERNANCE SERVICES FOR


CHANDIGARH SMART CITY
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
1 Volume I: Clause 2 Request for Sealed tenders are invited from eligible, reputed, qualified The same may be read as
Proposal Information Technology (IT) firms with sound technical and “Online tenders are invited from eligible, reputed, qualified Information
financial capabilities for design, development, implementation Technology (IT) firms with sound technical and financial capabilities for design,
and maintenance of an end to end solution along with the development, implementation and maintenance of an end to end solution along
establishment and operation of e-Governance Services with the establishment and operation of e-Governance Services identified by
identified by [Company] as detailed out in the scope of work Chandigarh Smart City Limited as detailed out in the scope of work under Section
under Section 2.7 of this RFP document. This invitation to bid 2.7 of this RFP document. This invitation to bid is open to all bidders meeting the
is open to all bidders meeting the minimum eligibility criteria minimum eligibility criteria as mentioned in Section 2.6.1 of this RFP document.”
as mentioned in Section 2.6.1 of this RFP document.

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:

Note: Projects submitted by the bidder as part of experience


towards eligibility and technical evaluation should have been
done by the bidding entity as a sole bidder or as a consortium
member responsible for specific work experience. The bidder
must submit the documentary evidence/agreement showing
roles and responsibilities division among consortium
members.
25 Appendix I: Pre-Qualification & The Bidders are expected to respond to the RFP using the The Bidders are expected to respond to the RFP using the forms given in this
Technical Bid Templates forms given in this section and all documents supporting Pre- section and all documents supporting Pre-Qualification / Technical Evaluation
Qualification / Technical Evaluation Criteria. Criteria.
Pre-Qualification Bid & Technical Proposal shall comprise of Pre-Qualification Bid & Technical Proposal shall comprise of following forms:
following forms: Forms to be used in Pre-Qualification Proposal
Forms to be used in Pre-Qualification Proposal Form 1: Compliance Sheet for Pre-Qualification Proposal
Form 1: Compliance Sheet for Pre-Qualification Proposal Form 2: Particulars of the Bidder
Form 2: Particulars of the Bidder Form 3: Undertaking for Debarment/ Black Listing
Form 3: Undertaking for Debarment/ Black Listing Form 13: Power of Attorney for lead member of consortium
Forms to be used in Technical Proposal Form 14: Joint Bidding Agreement
Form 4: Compliance Sheet for Technical Proposal Forms to be used in Technical Proposal
Form 5: Letter of Proposal Form 4: Compliance Sheet for Technical Proposal
Form 6: Project Citation Format Form 5: Letter of Proposal
Form 7: Proposed Solution Form 6: Project Citation Format
Form 8: Proposed Work Plan Form 7: Proposed Solution
Form 9: Team Composition Form 8: Proposed Work Plan
Form 10: Curriculum Vitae (CV) of Key Personnel Form 9: Team Composition
Form 11: Deployment of Personnel Form 10: Curriculum Vitae (CV) of Key Personnel
Form 12: Deviations Form 11: Deployment of Personnel
Form 12: Deviations

26 Appendix I: Pre-Qualification &


Technical Bid Templates Add row number 13 and 14 as given below:
Form 1: Compliance Sheet for
Pre-Qualification Proposal
13 Power of Attorney for Power of Attorney in Yes/No
lead member of the name of lead
consortium member.
14 Joint Bidding Executed on stamp Yes/No
Agreement paper of appropriate
value.
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
27 Appendix I: Pre-Qualification & Please refer to Form 2 provided in Annexure 1: Addition to Corrigendum
Technical Bid Templates
Form 2: Particulars of the Bidder
28 Corrigendum 1 for Building Plan Volume II: Clause No. 2.4: E-Governance Services, Citizen The same may be read as:
approval Centric Services, (h) Fire Service, bullet point 4; “Volume II: Clause No. 2.4: E-Governance Services, Citizen Centric Services, (h) Fire
may be read as” Automated Approval of Building Plan / Service, bullet point 4;
Drawings” may be read as” Automated Approval of Building Plan / Drawings”
For more clarity under Automated Approval of Building Plan / For more clarity under Automated Approval of Building Plan / Drawings, the
Drawings, the empanelled Architect/Citizen will upload the empanelled Architect/Citizen will upload the digital drawings in a particular file
digital drawings in a particular file format on the E- format on the E- Governance Web Portal and the software in the backend will
Governance Web Portal and the software in the backend will automatically read the plan and check the compliance with DCR (Development
automatically read the plan and check the compliance with Control Regulation)/Chandigarh Building Bye-Laws and update the status of
DCR (Development Control Regulation)/Chandigarh Building approval/denial of Building Plan/Drawings
Bye-Laws and update the status of approval/denial of Building Building Plan Approval Module Process Flow:
Plan/Drawings Applicant of building plan approval will be an architect (registered by Council
Building Plan Approval Module Process Flow: of Architecture(COA)/empanelled by UT Administration)
Applicant of building plan approval will be an architect  The Drawing is proposed to be submitted in .dwg or other supported
(registered with COA or Empanelled with MCC or Indian file format used by Architects for submitting plans and creating
Institute of Architecture (IIA) certified) drawings. applicant will upload the data in the web portal/ mobile app
a. The Drawing is proposed to be submitted in .dwg or such as ID Proof, Address proof, building drawing and other important
other supported file format used by Architects for documents as required. System will associate documental data with
submitting plans and creating drawings. applicant drawing.
will upload the data in the web portal/ mobile app  Applicant shall be able to apply for approval of drawings for new
such as ID Proof, Address proof, building drawing construction/ renovation/alteration/demolition etc.
and other important documents as required. System  The system will read data from drawing and establish relationship
will associate documental data with drawing. between various entities.
b. Applicant shall be able to apply for approval of  Analysis will be done in accordance with the applicable DCRs
drawings for new construction/ (Development Control Regulations) as per the master plan along with
renovation/alteration/demolition etc. amendments and Building plan bylaws of Chandigarh.
c. The system will read data from drawing and establish  Tables with respect to Area statements (Plot Area / Built Up Area/FSI/
relationship between various entities. Area calculations etc.), and building component calculations (such as
d. Analysis will be done in accordance with the opening schedule, parking calculations, water tank capacities etc.) and
applicable DCRs (Development Control Regulations) calculation for all other parameters as mentioned in the applicable
as per the master plan along with amendments and DCRs/Architectural controls and Building plan bylaws of Chandigarh
Building plan bylaws of Chandigarh. shall be generated in the drawing. Complete requirement will be studied
e. Tables with respect to Area statements (Plot Area / by the bidder(SI) at the time of preparation of SRS. Bidder (SI) will take
Built Up Area/FSI/ Area calculations etc.), and approval of SRS from CSCL.
building component calculations (such as opening  After scrutiny following reports shall be generated – Scrutiny Report,
schedule, parking calculations, water tank capacities Failed List Report, Check List Report.
etc.) and calculation for all other parameters as
mentioned in the applicable DCRs and Building plan
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
bylaws of Chandigarh shall be generated in the  The work flow management with administrative controls, hierarchical
drawing. Complete requirement will be studied by login, and integration with Dak application have to be mapped and
the bidder(SI) at the time of preparation of SRS. implemented as and when required.
Bidder (SI) will take approval of SRS from CSCL. Core Functionalities
f. After scrutiny following reports shall be generated –  The drawings in .dwg file format or other widely accepted formats to be
Scrutiny Report, Failed List Report, Check List Report. mapped and evaluated against the prevailing Building bye laws, DCR
g. The work flow management with administrative and other norms as prevalent to the Chandigarh.
controls, hierarchical login, and integration with Dak  A computerized and automated scrutiny report indicating the
application have to be mapped and implemented as required/permissible parameters and the proposed parameters is to be
and when required. tabled including status of each rule whether passed or failed.
Core Functionalities  There should be system generated list highlighting the points on which
 The drawings in .dwg file format or other widely the plan is failing, thereby enabling all authorities to prepare objection
accepted formats to be mapped and evaluated list and inform the applicant to take necessary actions. The applicant will
against the prevailing Building bye laws, DCR and be informed by email/SMS and through the web portal at each step of
other norms as prevalent to the Chandigarh. approval.
 A computerized and automated scrutiny report  The acknowledgment letters, approval letters, deviation or the rejection
indicating the required/permissible parameters and letters etc. should be system generated.
the proposed parameters is to be tabled including  System should address automated building scrutiny of preformatted
status of each rule whether passed or failed. .dwg file or other widely accepted format drawings along with Building
 There should be system generated list highlighting plan approval process management in an integrated manner.
the points on which the plan is failing, thereby  System should Auto-Detect structures in the drawing based on usage
enabling all authorities to prepare objection list and (e.g. Residential, Commercial or Residential- Commercial Mixed) and
inform the applicant to take necessary actions. The also auto detection of high-rise buildings or low-rise buildings. This
applicant will be informed by email/SMS and through detection should be in accordance with color codes designated for
the web portal at each step of approval. various land uses. For
 The acknowledgment letters, approval letters,  example: yellow for residential, blue for commercial etc.
deviation or the rejection letters etc. should be  The System should define the color coding table for the layers that have
system generated. to be followed in the drawings/document being submitted.
 System should address automated building scrutiny  System should Auto generate Floor Area Ratio(FAR), Area statement
of preformatted .dwg file or other widely accepted and Schedule of opening by reading preformatted .dwg file or other
format drawings along with Building plan approval widely accepted format drawings.
process management in an integrated manner.  System should Auto-generate of plot area & plot area calculation for
 System should Auto-Detect structures in the cross verification with system entered value by triangulation.
drawing based on usage (e.g. Residential,  System should Auto hatch particular objects as per building control
Commercial or Residential- Commercial Mixed) and rules.
also auto detection of high-rise buildings or low-rise  System should Auto detect site margins and verification of coverage
buildings. This detection should be in accordance area.
with color codes designated for various land uses. For  System should Auto-generate failed entity report and marking the same
 example: yellow for residential, blue for commercial on the drawing
etc.  System should make Plotting of drawing submitted by Architect and
processed through software in non-editable format.
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
 The System should define the color coding table for  The information of the pending application at each stage shall be
the layers that have to be followed in the available through the system to the stakeholders.
drawings/document being submitted.  The system should guide the applicant about the regulations and
 System should Auto generate Floor Area Ratio(FAR), generate scrutiny report.
Area statement and Schedule of opening by reading  It should ensure an easier integration of 3rd Party Applications using
preformatted .dwg file or other widely accepted web services or APIs
format drawings.  The solution should manage the content lifecycle (drawings, certificates,
 System should Auto-generate of plot area & plot note sheets etc.) related to each proposal so as to maintain complete
area calculation for cross verification with system traceability
entered value by triangulation.  System should have the facility to submit payment online i.e. module
 System should Auto hatch particular objects as per will be integrated with payment gateway. applicant shall pay fee online
building control rules. for building plan approval.
 System should Auto detect site margins and  System should be integrated with workflow management system (as
verification of coverage area. defined in RFP “Selection of System Integrator for implementation of e-
 System should Auto-generate failed entity report Governance Services for Chandigarh Smart City”).
and marking the same on the drawing  System should have facility to set the different workflow or Same
 System should make Plotting of drawing submitted workflow approval level for MCC, CHB & UT administration. There
by Architect and processed through software in non- should not be restriction that workflow approval level for all authority
editable format. will be same.
 The information of the pending application at each  It will also help in attaining the e-Governance by supplying all electronic
stage shall be available through the system to the versions of the documents and in standardizing the building drawing
stakeholders. plan process.
 The system should guide the applicant about the  The system shall read .dwg file or other widely accepted format and
regulations and generate scrutiny report. produce scrutiny reports by mapping all the Building plan Bylaws of the
 It should ensure an easier integration of 3rd Party Chandigarh to the drawing entities. This will reduce occurrence of
Applications using web services or APIs manual errors during scrutiny.
 The solution should manage the content lifecycle  An automated solution shall associate documental data with Building
(drawings, certificates, note sheets etc.) related to drawings for automatic scrutiny of building proposal by reading .dwg
each proposal so as to maintain complete traceability file or other widely accepted format drawings. It shall automate the
 System should have the facility to submit payment lengthy and cumbersome manual process of checking the development
online i.e. module will be integrated with payment regulations, thus reducing paper work, valuable time and effort of MCC,
gateway. applicant shall pay fee online for building UT Administration & CHB.
plan approval.  The same module can be used for any other stakeholder apart from
 System should be integrated with workflow MCC, CHB, UT administration as and when required by CSCL, SI will make
management system (as defined in RFP “Selection of provision for the same.
System Integrator for implementation of e-  The system will facilitate communication between applicants via E-Mail,
Governance Services for Chandigarh Smart City”). SMS.
 System should have facility to set the different  System should be capable enough to compare approved building
workflow or Same workflow approval level for MCC, plan with actual building plan
CHB & UT administration. There should not be  System should calculate penalties/ compounding for any deviation
restriction that workflow approval level for all resulting from changings in approved building plan/violation.
authority will be same.  System should be integrated with property tax system.
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
 It will also help in attaining the e-Governance by  System should allow online registration of Architect
supplying all electronic versions of the documents (registered/empanelled by COA/UT Administration), all the architect
and in standardizing the building drawing plan shall be authenticated using API on the basis of their enrolled ID while
process. registration. Minimum fields required for registration are
 The system shall read .dwg file or other widely  Architects enrolled ID
accepted format and produce scrutiny reports by  Name
mapping all the Building plan Bylaws of the  Address
Chandigarh to the drawing entities. This will reduce  Contact Number
occurrence of manual errors during scrutiny.  Email ID
 An automated solution shall associate documental  Corporate Information
data with Building drawings for automatic scrutiny of  Certificate from Council of Architecture/Empanelled with UT
building proposal by reading .dwg file or other widely Administration”
accepted format drawings. It shall automate the
lengthy and cumbersome manual process of
checking the development regulations, thus reducing
paper work, valuable time and effort of MCC, UT
Administration & CHB.
 The same module can be used for any other
stakeholder apart from MCC, CHB, UT administration
as and when required by CSCL, SI will make provision
for the same.
 The system will facilitate communication between
applicants via E-Mail, SMS.
 System should allow online registration of Architect
(Only certified architect from Council of Architecture
or empanelled with MCC or certified from IIA), all the
architect shall be authenticated using API on the
basis of their enrolled ID while registration. Minimum
fields required for registration are
i. Architects enrolled ID
ii. Name
iii. Address
iv. Contact Number
v. Email ID
vi. Corporate Information
vii. Certificate from Council of
Architecture/IIA/Empaneled with MCC

29 Volume III “4 A. Constitution of Consortium


Clause 4 A (i) For the purpose of fulfilment of its obligations as laid down under the
Contract, where the Authority/CSCL deems fit and unless the Contract
requires otherwise, Lead Bidder shall be the sole point of interface for
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
the Authority/CSCL and would be absolutely accountable for the
performance of its own, the other member of Consortium and/or its
Team’s functions and obligations.
(ii) The Consortium member has agreed that Lead Member is the prime
point of contact between the Consortium member and the
Authority/CSCL and it shall be primarily responsible for the discharge
and administration of all the obligations contained herein and, the
Authority/CSCL, unless it deems necessary shall deal only with Lead
Member. Lead Member along with all consortium members shall be
jointly and solely responsible for the project execution.
(iii) Without prejudice to the obligation of the Consortium member to
adhere to and comply with the terms of this Contract, the Consortium
member has executed and submitted a Power of Attorney in favour of
Lead Member authorizing him to act for and on behalf of such member
of the Consortium and do all acts as may be necessary for fulfilment of
contractual obligations.
(iv) The Authority/CSCL reserve the right to review, approve and require
amendment of the terms of the Consortium Contract or any contract or
agreements entered into by and between the members of such
Consortium and no such agreement/contract shall be executed,
amended, modified and/or terminated without the prior written consent
of the Authority. An executed copy of each of such
agreements/contracts shall, immediately upon execution be submitted
by Lead Member to the Authority/CSCL.
(v) Where, during the term of this Contract, Lead Member terminates
any contract/arrangement or agreement relating to the performance of
Services, Lead Member shall be responsible and severally liable for any
consequences resulting from such termination. Lead Member shall in
such case ensure the smooth continuation of Services by providing a
suitable replacement to the satisfaction of the Authority at no additional
charge and at the earliest opportunity.”
30 Volume III Section 1: Definitions “Consortium Member(s) means each entity who have come together to form a
and Interpretation Consortium for the purpose of submitting a joint bid in response to this RFP.
Clause 1.1: Definitions OEM/SI can be member of consortium.”
“System Integrator (SI) means the Bidder who is selected by the Authority/CSCL
at the end of this RFP process for the execution of the project. The SI shall carry
out all the services mentioned in the Scope of the Work of this RFP.”
31 Volume I: Clause 4.1 Pre- The following certifications should be valid on the date of bid The same may be read as under:
Qualification (PQ) criteria point 9 submission: The following certifications should be valid on the date of bid submission:
Page No. 14  ISO 9001  ISO 9001
 ISO / IEC 20000  ISO 27001
 ISO 27001
Sr. No. Reference Particulars as per Bid Documents Corrigendum & Addendum
 (SEI) CMMi Level 3 OR Above for software  (SEI) CMMi Level 3 OR Above for software implementation OR
implementation OR development development
32 Volume I: Appendix II Financial Form 3: Format for Affidavit of Self Certification regarding Deleted.
Proposal Template Domestic Value Addition in an Electronic Product
33 Volume II Section 3.3 Security, Security Information and Event Management System (SIEM) Deleted.
Page no. 77, Table Point no. 13.
34 Volume II Section 3.3 Security, Database Activity Monitoring The same may be read as:
Page no. 77, Table Point no. 14. SI should use DAM or any other tool/software to audit all activities and
transactions, identifying anomalous activities (such as viewing sensitive data, or
creating new accounts with authorized privileges), reconciling observed activities
(such as adding or deleting tables) with authorized change requests on database.

Vous aimerez peut-être aussi