request for proposal for supply, implementation & …...4 tender notice maharashtra jeevan...

90
Request for Proposal for Supply, Implementation & Post Implementation Support of Water Management System Maharashtra Jeevan Pradhikaran

Upload: others

Post on 13-Mar-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

Request for Proposal

for

Supply, Implementation

& Post Implementation Support of

Water Management System

Maharashtra Jeevan Pradhikaran

Page 2: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

2

Table of contents

1 Data Sheet ........................................................................................................ 6

2 Introduction ...................................................................................................... 8

2.1 Preface ............................................................................................ 10 2.2 Project Objectives ............................................................................. 10 2.3 Existing IT scenario in MJP ................................................................. 11 2.4 Existing Network ............................................................................... 11 2.5 Existing Software .............................................................................. 11 2.6 Brief Description of Existing Hardware ................................................. 11 2.7 Brief Description of Existing Applications .............................................. 11 2.8 Client side IT infrastructure ................................................................ 12 2.9 Certain Departmental Statistics ........................................................... 13

3 Qualification of the Bidder .............................................................................. 15

3.1 Qualification of the Proposed Solution .................................................. 15 3.2 Earnest Money Deposit ...................................................................... 15 3.3 Manufacturer’s Authorization form (MAF) .............................................. 16

4 Instructions to Bidders ................................................................................... 17

4.1 Advice to the bidders ......................................................................... 17 4.2 Tender Form and Tender Fee .............................................................. 17 4.3 Submission of Tender Offers ............................................................... 17 4.4 Method of Submission of Tender ......................................................... 18 4.5 Late Tender Offers ............................................................................ 18 4.6 Cost of Bidding ................................................................................. 18 4.7 Erasures or Alterations and signing of tender offers ............................... 18 4.8 Pre-bid conference ............................................................................ 18 4.9 Pre-bid Queries ................................................................................ 18 4.10 Amendment of RFP Document .......................................................... 18 4.11 Offer Validity ................................................................................. 19 4.12 Modification & Withdrawal of Offer .................................................... 19 4.13 Clarification of Offers ...................................................................... 19 4.14 Tender Opening ............................................................................. 19 4.15 Technical Offer ............................................................................... 19 4.16 Commercial Offer ........................................................................... 20 4.17 Qualifying Criteria .......................................................................... 20 4.18 Evaluation Framework ..................................................................... 20 4.19 Commercial Bid Evaluation .............................................................. 23 4.20 Total Bid Evaluation ........................................................................ 23 4.21 Terms and Conditions ..................................................................... 24 4.22 Conditional offers by the Vendors ..................................................... 24 4.23 Address of Communication .............................................................. 24 4.24 MJP’s right to accept any Bid and to reject any Bid or all Bids ............... 24 4.25 Costs & Currency............................................................................ 24 4.26 Security Deposit ............................................................................. 24 4.27 Performance Bank Guarantee ........................................................... 24

5 Project Scope .................................................................................................. 26

5.1 Supply (Customisation & Development) and Installation of Application,

Database and related Software ................................................................... 27

Page 3: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

3

5.2 Supply and Installation of the requisite Server Side Hardware and related

software and implementation of managed enterprise wide connectivity solution 27 5.3 Project Implementation Services ......................................................... 28 5.4 Post Implementation Services ............................................................. 32

6 Terms and Conditions of the Tender ................................................................ 37

6.1 Work Completion / Payment Terms ..................................................... 37 6.2 Annual Technical Support (ATS) .......................................................... 38 6.3 Service Level Agreement.................................................................... 38 6.4 Indemnity ........................................................................................ 38 6.5 Publicity .......................................................................................... 38 6.6 Guarantees ...................................................................................... 38 6.7 Force Majeure .................................................................................. 39 6.8 Resolution of Disputes ....................................................................... 39 6.9 Right to Accept Any Offer and to Reject Any or All Offers ........................ 39 6.10 Risk Purchase Clause ...................................................................... 39 6.11 Data Ownership ............................................................................. 39 6.12 Intellectual Property Rights .............................................................. 40 6.13 Exit Management ........................................................................... 40

7 Service Level Agreement ................................................................................. 42

7.1 Penalty for delay in project execution .................................................. 42 7.2 SLA for Uptime of Server Side Infrastructure Components ...................... 42 7.3 SLA for Software Support ................................................................... 42 7.4 Response Time Performance Criteria .................................................... 43 7.5 Confidentiality .................................................................................. 43 7.6 Penalties.......................................................................................... 44 7.7 Team Profiles for Post Implementation Support ..................................... 44

8 Annexure I : Format for Technical Bid ............................................................. 45

9 Annexure II : Format for Commercial Bid ....................................................... 54

10 Annexure III : Minimum Specifications for IT Infrastructure Components .. 60

11 Annexure IV : Draft Master Service Agreement ........................................... 69

12 Annexure VI :Functional Requirement Specifications ................................... 78

12.1 Technical Overview ......................................................................... 78 12.2 Indicative Solution Architecture ........................................................ 78 12.3 Non Functional Requirements and Technical Standards ........................ 78 12.4 Functional requirements specifications ............................................... 82

Page 4: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

4

Tender Notice

Maharashtra Jeevan Pradhikaran, Mumbai - 400 021

The Maharshtra Jeevan Pradhikaran invites sealed tender offers (Technical and Commercial) for Supply, Implementation & Post Implementation Support of Water

Management System.

The tender document is available on Website maharashtra.etenders.in. This can be

downloaded. The filled tender form shall accompany a scanned copy of crossed Demand Draft for an amount equal to tender fee drawn on any scheduled bank in

favour of the Executive Engineer, IT Division Mumbai Maharashtra Jeevan

Pradhikaran, payable at Mumbai at par without which tender will be taken as

incomplete and non responsive and shall not be considered. The D.D. shall be

submitted at MJP along with the Bid security in person on or before the last date of submission. The tender fee shall be non refundable.

Summary of the tender notice is as follows:

Tender Reference Tender Notice 1 /IT/2012-13

Tender fee Rs. 10,000 + 4% VAT

Bid Security (Earnest Money

Deposit)

Rs. 4,00,000

Pre-bid Conference date & place On August 29th, 2012 at 3.00 PM

Chief Engineer, Central Planning,

A – wing, 3rd Floor, Mittal Towers,

Nariman Point.

Address of Communication Chief Engineer, Central Planning,

4th Floor, Express Towers,

Nariman Point.

Telephone Numbers and email IDs

for contact

Phone: 022-22826816 Fax: 022-22826837

eMail ID: [email protected]

[email protected]

The Chief Engineer, Central Planning, Maharashtra Jeevan Pradhikaran reserves the

right to accept or reject or cancel any tender or relax any part of the tender offer

without assigning any reason thereof.

Dated: 15, August, 2012

-Sd-

Executive Engineer, IT Division

Maharashtra Jeevan Pradhikaran.

Page 5: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

5

GLOSSARY OF TERMS

Sr.

No. Acronym Full Form

1 CAPEX Capital Expenditure

2 CPU Central Processing Unit

3 GIS Geographic Information System

4 GoM Government of Maharashtra

5 ICT Information and communication Technology

6 ISP Internet Service Provider

7 IT Information Technology

8 LAN Local Area Network

9 NPV Net Present Value

10 O&M Operation and Maintenance

11 OPEX Operating Expenditure

12 OS Operating System

13 PC Personal Computer

14 RFP Request for Proposal

15 SI Systems Integrator

16 COTS Commercial-Off-The-Shelf

Page 6: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

6

1 Data Sheet Event Target Date

Non-refundable Tender

cost

Rs.10,000/- through demand draft / bankers pay order

from a nationalized / scheduled bank, drawn in favour

of Executive Engineer, IT Division, MJP, payable at Mumbai.

Sale of tender 15-08-2012 16:00 Hrs To 6-09-2012 17:00 Hrs

EMD Rs. 4,00,000/- in the form of Demand Draft / Pay

Order / Bank Guarantee (of Nationalised or Scheduled Bank) in favour of Executive Engineer, IT Division,

MJP, payable at Mumbai.

Last Date and Time of

Submission of Demand

Draft for Tender Document

Fees & EMD

A day before the last date for submission of bids

Date ,Time and Place of

Pre Bid Meeting

On August 29th, 2012 at 3.00 PM

Chief Engineer, Central Planning,

A – wing, 3rd Floor, Mittal Towers, Nariman Point.

Last date for submission of bids

07-09-2012 14:01 Hrs To 11-09-2012 17:00 Hrs

Opening of Pre

qualification bids

12-09-2012 11:00 Hrs To 20-09-2012 17:00 Hrs

Presentation by short-

listed bidders, if required

To Be Declared Later

Declaration of short-list of

bidders for commercial bid

To Be Declared Later

Opening of commercial

bids

To Be Declared Later

Venue of online opening of

tender

Chief Engineer, Central Planning,

A – wing, 3rd Floor, Mittal Towers,

Nariman Point.

Address for Communication

Chief Engineer, Central Planning,

4th Floor, Express Towers,

Nariman Point.

e-Tendering Helpline Support: Monday to Friday-09:00 AM - 08:00 PM Saturday - 09:00 AM - 06:00 PM

Telephone:

020 - 253 155 55 / 56

022 - 266 111 17 (Ext 25 / 26) Email:

[email protected]

Schedule of Activities in the e-tendering portal

Sr. No. Activities Start Date & Time -- Expiry Date & Time

1 Online Tender Release 13-08-2012 10:00 Hrs To 15-08-2012 15:00 Hrs

2 Online Tender Document Download 15-08-2012 15:00 Hrs To 06-09-2012 17:00 Hrs

3 Online Bid Preparation & Hash

Generation 15-08-2012 15:00 Hrs To 06-09-2012 17:00 Hrs

Page 7: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

7

4 Super Hash Generation of Technical

Envelope 06-09-2012 17:01 Hrs To 07-09-2012 14:00 Hrs

5 Super Hash Generation of

Commercial Envelope 06-09-2012 17:01 Hrs To 07-09-2012 14:00 Hrs

6 Online Submission of Bid

(Decryption & Re-encryption) 07-09-2012 14:01 Hrs To 11-09-2012 17:00 Hrs

7 Online Tender Opening(Technical) 12-09-2012 11:00 Hrs To 30-09-2012 17:00 Hrs

8 Online Tender

Opening(Commercial) 12-09-2012 11:00 Hrs To 30-09-2012 17:00 Hrs

Activities to be performed by the Department

Activities to be performed by the Bidders

Page 8: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

8

2 Introduction The Maharashtra Jeevan Pradhikaran (MJP) was incorporated as a statutory

Authority under the special enactment of the Govt of Maharashtra passed by the

legislature as Maharashtra Jeevan Authority Act, 1976. The MJP is deemed to be a

local authority under the Bombay General Clauses Act, 1904. The MJP has 15 Circle

offices covering 45 divisions spread across the length and breadth of Maharashtra. The primary objective of MJP is to promote portable water supply and satisfactory

sanitation facilities so as to achieve and maintain clean environment. Briefly the

MJP’s activities cover the following aspects:

Plan, investigate, design and execute Rural Piped water supply schemes sponsored by Govt of India and Govt of Maharashtra costing more than Rs. 50

million

Plan, investigate, design and execute the Municipal water supply and

sewerage schemes and to facilitate the technical advice and technical clearance

to municipal councils for works carried out by them

To facilitate implementation of reforms in water supply system management

The MJP is maintaining water management services to 25 water works in urban

area in Maharashtra. It supplies water for both retails as well as bulk requirements

for its customers. Total number of retails consumers of 25 water works in urban

cities is ~ 2.75 lakhs which varies from 3000 to 60000 consumers per water work depending upon the population of the city. The list of the 25 water works in urban

areas and the 30 Regional rural water supply schemes at the various sub division is

as follows:

Sl. No Division Sub Division Urban

Water

Works

Rural Water

supply scheme

1. Nagpur Gondia No.1 Gondia

2. Tiroda

3. Gondia No.2 Bangaon

4. Goregaon

5. Chandrapur

No.3 Ballarpur Aheri

6. Nagpur No.3 Venna Mahadula

7. Wardha Arvi

8. Nashik Pimpri meghe

9. Nashik No.1 Igatpuri Ozar-Sakora

10. Sakora

11. Nashik No.3 Chandwad

12. Naygaon

13. Malegaon

No.1

Malmatha

14. Dahival

15. Yavatmal Yavatmal No.1

Yavatmal Malpathar 40 Vill.

16. Mahur Devasthan

17. Akola Akot

18. Patur

19. Khamgaon

20. Jalgaon

Jamod

21. Karanja Karanja Langhapur

Page 9: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

9

22. Manora 28 Vill

23. Satara Satara

No.1,3 Satara

24. Satara No.2 Pachgani

25. Pune No.3 Dehu Chakan

26.

Dongargaon

Kusgaon

27. Sangli Kolhapur No.6

Panhala Hatkanangale

28. Amboli Tope

29. Ghandhinagar

30. Madhavnagar

31. Tanang

32. Sangola Shirbhavi

33. Amravati Amravati No.3,2

Amravati

34. Daryapur 156 vill & 2

towns

35. Achalpur Chikhaldara

36. Panvel

Karjat Matheran

37. Panvel U-3 Nava-Sheva

38. Vangaon Govane

39. Ambarnath Badlapur Kulgaon-

badlapur

40. Ambarnath Ambarnath

41. Latur Latur Latur Dhoki

42. Ajanthaleni

43. DongaonDaregaon

44. Soygaon & 3 villages

45. Jambhai

46. Bahulkheda

47. Bharadi Undan

gaon

Total

9 Divisions

28 Sub

Divisions

25 urban

water works

30 Regional

Rural water supply schemes

The billing is carried out at the sub division level. The collection for the bill is

carried out at the sub division office and at other collection centres. The collection

centres are either owned by MJP or may be outsourced to private agencies like the

Banks. The meter reading, billing and collection is carried out differently for each

water work. MJP currently runs localized billing and collection solutions at various water works

and the status of implementation of these solutions is given below:

Name of the water works Agency providing application Status

Anjangaon- Surji Synergy Completed

Chikhaldara Synergy Completed

Gondia Synergy Completed

Tiroda Synergy Completed

Ballarpur Synergy In progress

Matheran Neerja Consulting Completed

Igatpuri KDMC In progress

Page 10: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

10

Badlapur ADCC Completed

Ambarnath

Yaotmal Synergy Completed

Akot Synergy In progress

Patur Synergy Completed

Karanja Synergy Completed

Khamgaon Synergy In progress

Jalgaon Jamod Synergy Completed

Satara Synergy In progress

Panchgani Synergy In progress

Panhala Synergy In progress

However, the following challenges are being faced by MJP on account of the

localized billing & collection solutions: Billing & Collection process at different water works is not standardized

Significant manual effort in the management of the billing & collection

process

No centralized MIS is available

Customer grievance redressal system does not exist and the citizen services which could be offered online, could be availed only at the individual water work

office

2.1 Preface

MJP is looking for a system that can provide a centralized web based water management application system to meet its customer care, meter data

management, billing, collections management and grievance redressal

management. The system should generate various MIS reports required by the

various Regional Offices and the MJP head office for better financial control and

control on Non revenue water. MJP envisages that this application would streamline

their business processes for meter data collection, billing and collection across all the divisions.

2.2 Project Objectives

The implementation of the water management system should enable MJP to

achieve the following benefits: Improving customer satisfaction

Easy access of customer information

Quick customer request/ complaint redressal

Consumer to get latest billing detail from anywhere

Consumer to pay their bill from anywhere Increase customer service efficiency

Billing information to be sent by SMS alert in mobile

Bringing in operational efficiency

Reduce commercial losses and improve revenue

The NRW report to be generated per billing cycle in the different components such as rising main, transmission main and DMAs wise in distribution system.

The necessary devices for sending data from the field such as flow meters,

pressure meters which can communicate online will be installed by MJP

separately. However the application should have the provision to collect this

data at the frequency specified, analyse it and generate reports.

Improve billing and collection efficiency Reduce cost to serve

Improve workforce productivity

Page 11: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

11

Streamline O&M

Improve Employee Productivity

Automate Business Process Increase decision support

Information on finger tip

Exception Handling

Automated re-billing on back

2.3 Existing IT scenario in MJP

MJP has an IT Cell and its function currently is restricted to managing the IT

policies and Information centrally. It is now been decided that the IT cell would be

actively involved in the maintenance of the central IT infrastructure also. In this

regard a space has been identified in 3rd Floor, Mittal Towers which would be used

as the server room for hosting the applications of MJP.

2.4 Existing Network

MJP does not have its own wide area network however many of the divisions are

connected to Internet with the bandwidth varying from 56 kbps to 2 Mbps.

2.5 Existing Software

At present MJP has two dedicated servers for hosting the Online accounting system.

The application are built using the Oracle Application builder with the Oracle 11g as

the backend database. The Oracle dataguard is also available for taking periodic

back up of the database. The servers have a Linux operating system. Arc GIS application is available with MJP and the survey & digitization of the

consumer maps have been completed in certain divisions. The Arc GIS application

is deployed locally and there is no central database available.

A web portal (www.mjp.gov.in) built on ASP.Net platform is currently the official

website of MJP. The hosting& maintenance of the website is outsourced. The email

solution and performance monitoring system for the various projects are also available with MJP but are hosted and maintained by third party.

2.6 Brief Description of Existing Hardware

Sr.

No.

Item Technical Specification Usage

1 Database

Server

HP DL-180 X 2 Currently being

used

2 Firewall Cyberoam c35i Currently being

used

3 Switch Unmanaged Switch Currently being

used

4 UPS 20 KVA X 2 Emerson make of UPS with

one hr power back up

Currently being

used

2.7 Brief Description of Existing Applications

Sr.

No.

Name of the

Applicatio

n

Technology Used

Functionality

Front-end

Midd

le-

tier

Backend

Page 12: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

12

1

Online

Accountin

g System

Orac

le

Apex

Oracl

e 11g

The system covers the finance,

accounting and paybill functionalities

2 Web

Portal

ASP.

Net

MS

SQL

2.8 Client side IT infrastructure

The indicative client side infrastructure available at the various division offices

where the project is to be implemented is presented below:

Name of

Office

Server Computer Printer Connectivity UPS

Ambernath Intel Xeon

Server X 1, Windows

3003 R2

Intel Core 2

duo X 5 Intel P IV X

4

Windows XP

Dotmatrix-

A4 Dotmatrix-

A3

Laser A4

56 Kbps 2 KVA

Badlapur Intel Xeon

Server X 1,

Windows

2003 R2

Intel Core 2

duo X 3

Intel P IV X

3 Windows XP

Dotmatrix-

A4

Dotmatrix-

A3 Laser A4

56 Kbps 800 VA

Gondia - Intel Pentium

Dual Core

X1

Windows XP

- -

Tirora Intel

Pentium

Dual Core X1

Windows XP

Laser A4 - -

Ballarpur Intel P IV X

1

Windows XP

Dotmatrix-

A4

- -

Satara - - - 1 Mbps -

Panchgani Intel Core 2

duo X 1

Windows XP

Laser A4 1 Mbps -

Sakora - - - - -

Igatpuri - - - - -

Amravati - - - 2 Mbps -

Daryapur-

Anjangaon

- - - 1 Mbps -

Chikaldhara - Intel Core 2

duo X 1

Windows 7

Inkjet 2 Mbps 800 VA

Yavatmal Intel Xeon

Server X 1,

Windows

2008 R2

Laser A4 1.6 Mbps 2 KVA

Karanja Intel Core 2

duo X 1

Dotmatrix - -

Page 13: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

13

Windows XP

Jalgaon-

Jamod

Intel Core 2

duo X 2

Windows 7

Laser A4 - -

Khamgaon Intel Core 2

duo X 1

Windows 7

Laser A4 - -

Patur Intel Core 2

duo X 1

Windows 7

Laser A4 - -

Akot Intel Core 2

duo X 1 Windows 7

Laser A4 - -

2.9 Certain Departmental Statistics

Division Sub

Division Urban Water Works

No of Connections

No of collection centres

No of Users

Rural Water supply scheme

No of connections

No of Users

Nagpur Gondia

No.1

Gondia 10175 2 4

Tiroda 1982 1 2

Gondia

No.2

Bangaon 41 1

Goregaon 1129 1

Chandrapur

No.3 Ballarpur

7123 1 3 Aheri

1496 1

Nagpur

No.3 Venna

3594 1 3 Mahadula

1061 1

Wardha Arvi 2815 1

Nashik Pimprimeghe 10242

Nashik

No.1

Igatpuri 40 1 2 Ozar-Sakora 7 1

Sakora 3594 1 3 SAkora 4 1

Nashik

No.3

Chandwad 52 1

Naygaon 300 1

Malegaon

No.1

Malmatha 2754 1

Dahival 2229 1

Yavatmal Yavatmal

No.1 Yavatmal

23971 2 4 Malpathar 40

Vill.

3767 1

Mahur

Devasthan

1

Akola Akot 7700 1 3

Patur 1729 1 1

Khamgaon 1 0 1

Jalgaon

Jamod

1978 1 2

Karanja Karanja 7156 1 3 Langhapur 4573 1

Manora 28 Vill 1160 1

Latur Latur Latur 40500 5 7 Dhoki 4758 1

Ajanthaleni 12 1

Dongaon

Daregaon

228 1

Soygaon 947 1

Jambhai 179 1

Bahulkheda 764 1

Bahradi-

Undangaon

474 1

Satara Satara

No.1,3 Satara

13018 4 6

Satara

No.2 Pachgani

2137 1 2

Pune No.3 Dehu 1890 1 2 Chakan 137 1

Dongargaon

Kusgaon

1383 1

Sangli Kolhapur

No.6

Panhala 645 1 2 Hatkanangale 3787 1

Amboli 141 1 2 Tope 2273 1

Ghandhinagar 9 1

Madhavnagar 1

Page 14: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

14

Tanang 1722 1

Sangola Shirbhavi 72 1

Amravati Amravati

No.3,2 Amravati

71677 17 20

Daryapur 156 vill & 2

towns

40807 16 19

Achalpur Chikhaldara 634 1 2

Panvel

Karjat Matheran 1110 1 2

Panvel U-3 Nava-

Sheva

35 1 2

Vangaon Govane 20 0 1

Ambarnath Badlapur Kulgaon-

badlapur

15079 2 3

Ambarnath Ambarnath 18869 4 6

Total 275605 68 107 48375 30

Note : Volumes indicated give current status. Solution should be scalable to meet

requirements for atleast next 10 years.

Page 15: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

15

3 Qualification of the Bidder

The bidder should be a company registered under the Companies Act, 1956

since last 5 years.

The Bidder’s cumulative annual turnover should be at least Rs. 100 Crores in

last 3 financial years ending 31st March 2012 from IT projects and should be

profitable in each of these 3 years. Bidders should be IT companies / organizations and should have positive net

worth as on 31st March 2012.

The Bidder should have atleast 100 permanent software professionals

working in India.

The Bidder MUST have a ISO 9001:2008 Certification / CMMi Level 3 for software design & software services covering implementation, maintenance,

consulting and technical Support. This certificate should be valid as of date of

this Tender submission

Bidder should have software development / support center in Maharashtra

preferably in Mumbai.

Bidder should have successfully implemented atleast one e-Governance project in Water Management Domain in India. The application should be in

current use by the client. The Bidder shall provide the details of the projects in

the format mentioned in Annexure.

The Bidder should have successful experience in providing Post

Implementation Support services to any ULB / Water boards / Govt. organizations in India in last 5 years

The bidder should not have been blacklisted/ banned/ suspended by any

government organization at the time of submission of the Tender

Consortium is not allowed to bid or meet the above pre-qualification criteria

3.1 Qualification of the Proposed Solution

MJP aims to implement the project in a time bound manner and thus would prefer a

well-proven readymade Water Management, Grievance Redressal & Customer

Relationship Modules, being successfully used by other Government / Semi-

Government organizations in India. The Bidder must substantiate the same by

attaching necessary proofs (Project Completion Certificate or testimonial signed by a competent authority), which MJP may choose to verify directly from such

customer. The Bidder shall provide the details of the project in the format

mentioned in Annexure.

3.2 Earnest Money Deposit Bidders are required to give a Demand Draft / Pay Order / Bank Guarantee (of

Nationalised or Scheduled Bank) drawn in favour of Executive Engineer, IT Division,

MJP, payable at any branch of any scheduled or nationalized bank situated in

Mumbai and valid for 120 days from the due date of the tender for Rs 4,00,000/-

(Rupees Four Lakhs only) as Earnest Money Deposit (EMD) along with their offer. The bidders are supposed to submit the physical copy of the EMD at MJP office one

day before the last date of submission of the bids and bids would be rejected in

case the EMD is not received in hard copy.

The earnest money deposit shall be non-interest bearing and is refundable to

unsuccessful tenderers. The successful tenderer's EMD will be discharged upon the tenderer executing the Contract and furnishing the Security Deposit of 5% of the

total work order.

The EMD may be forfeited -

Page 16: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

16

a) If a tenderer withdraws its tender during the period of bid validity

b) Or in case of a successful tenderer, if the tenderer fails

i) To sign the contract in accordance with terms and conditions; ii) To furnish Bid Security Deposit as specified in terms and conditions.

3.3 Manufacturer’s Authorization form (MAF)

Bidders, other than sole agents in India of the quoted packaged software solution,

IT Equipments, etc. must submit a letter of authority from the OEM that they have authorised the bidder to quote for the solution.

Page 17: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

17

4 Instructions to Bidders 4.1 Advice to the bidders

Bidders are advised to study this RFP document carefully before participating. It

shall be deemed that submission of Bid by the bidder have been done after their

careful study and examination of the RFP document with full understanding to its

implications. Bidders are also expected to visit MJP and understand the requirements to allow them to propose the best fit solution.

Bid is to be submitted as per enclosed format only. Attach the certificates,

brochures & other documents asked for in the RFP document.

4.2 Tender Form and Tender Fee

The tender document is available on Website maharashtra.etenders.in. This can be

downloaded. The filled tender form shall accompany a scanned copy of crossed

Demand Draft for an amount equal to tender fee drawn on any scheduled bank in

favour of the Executive Engineer, IT Division, Maharashtra Jeevan Pradhikaran,

Government of Maharashtra, payable at Mumbai at par without which tender will be taken as incomplete and non responsive and shall not be considered. The D.D. shall

be submitted at MJP along with the Bid security in person a day before the last date

of submission. The tender fee shall be non refundable.

The interested contractors / bidders will also have to make online payment (using credit card/debit card/net banking) of Rs. 1038/- (inclusive of all taxes) per bid per

tender to online service provider of e-Tendering system (Sify NexTenders) at the

time of entering Online Bid Submission stage of the tender schedule.

4.3 Submission of Tender Offers

Sealed Tender offers shall be received by the Chief Engineer, Central Planning,

Maharashtra Jeevan Pradhikaran through the eTendering system before the time

and date specified in the schedule of the tender notice. In the event of the specified

date for the submission of tender offers being declared a holiday, the offers will be

received up to the appointed time on the next working day. The Chief Engineer, Central Planning, Maharashtra Jeevan Pradhikaran may, at its

discretion, extend this deadline for submission of offers by issuing corrigendum and

uploading the same on eTendering system

Telex, cable or facsimile offers will be rejected.

To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender

and subsequently purchase the Tender Document and its supporting documents,

kindly visit following e-Tendering website https://maharashtra.etenders.in

The Contractors participating first time for e-Tenders on the e-tendering portal will have to complete the Online Registration Process for the e-Tendering portal. A link

for enrollment of new bidders has been provided on

https://maharashtra.etenders.in

All bidders interested in participating in the online e-Tendering process are required

to procure Class II or Class III Digital e-Token having 2 certificates inside it, one for Signing/Verification purpose and another for Encryption/Decryption purpose. The

tender should be prepared & submitted online using individual’s Digital e-Token.

Page 18: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

18

e-Tendering Tool Kit for Bidders (detailed Help documents, designed for

bidders) has been provided on e-Tendering website in order to guide them through

different stages involved during e-Tendering such as online procedure for Tender Document Purchase, Bid Preparation, Bid Submission.

4.4 Method of Submission of Tender

The two bids system shall be followed. Technical and Commercial Offers shall be

uploaded separately through the eTendering system.

4.5 Late Tender Offers

Late submission will not be entertained and will not be permitted by the eTendering

system.

4.6 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its

bid and MJP shall in no event or circumstance be held responsible or liable for these

costs, regardless of the conduct or outcome of the bidding process.

4.7 Erasures or Alterations and signing of tender offers The original Tender Offer shall be signed by the Bidder or a person or persons duly

authorized using his / her digital certificate through the eTendering system. Such

authorization shall be indicated by power-of-attorney accompanying the tender

offer.

The Tender Offer shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in that case such corrections shall

be initialed by the person or persons signing the offer.

4.8 Pre-bid conference

A Pre-Bid conference of all the interested bidders will be held at the scheduled date

and time. The bidders will have to submit their queries to the email indicated in the tender notice at least two days prior to the pre-bid meeting. In pre-bid meeting

problems of general nature will be entertained. Any change decided in the pre-bid

shall be uploaded on the eTendering system as corrigendum. This will form a part

of this bid document.

Training Workshop on e-Tendering procedure will also be held after the pre-bid conference

4.9 Pre-bid Queries

Bidders are requested to submit their queries on the company letter head and in

the following format on or before 27/08/2012:

Sr

. No

Section

No.

Clause

No.

Reference/

Subject Clarification Sought

.. .. .. .. ..

The queries not adhering to the above mentioned format shall not be responded to.

4.10 Amendment of RFP Document

At any time before the deadline for submission of bids, MJP may, for any reason, whether at its own initiative or in response to a clarification requested by a

prospective Bidder, modify the RFP Document by amending, modifying and/or

supplementing the same.

Page 19: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

19

The amendments shall be published on website (maharashtra.etenders.in).

Prospective bidders are advised to periodically browse this website to find out any

further corrigendum / addendum / notice published with respect to this tender.

In the event of any amendment, MJP reserves the right to extend the deadline for

the submission of the bids, in order to allow prospective Bidders reasonable time in

which to take the amendment into account while preparing their bids.

4.11 Offer Validity

The tender offer must be valid for 120 days from the date of opening of the tender.

However, the Chief Engineer, Central Planning, MJP may extend this period for

another 30 days, if the bidder accepts the same in writing.

4.12 Modification & Withdrawal of Offer No offer can be modified by the Bidder, subsequent to the closing date and time for

submission of offers. If date of submission is extended due to some reasons,

modification in offer is possible till extended period provided bid has not been

opened.

Withdrawal of Offers is not permissible after its submission. If the offer is

withdrawn before the validity period, the EMD will stand forfeited.

4.13 Clarification of Offers

To assist in the scrutiny, evaluation and comparison of offers, the MJP may, at its discretion, ask some or all the Bidders for clarification of their offers on any of the

points mentioned therein and the same may be sent through email, facsimile.

However, in such cases, original copy of the technical clarifications shall be sent to

MJP through courier or in person. The request for such clarifications and the

response shall be in writing.

4.14 Tender Opening

The technical bids will be opened before the committee on the eTendering system

and the same will be evaluated as per the qualification criteria and relevant

documents in support of them. Commercial bids of only technically qualified bidders

will be opened before the committee on the eTendering system. Decision of the committee will be final.

Bidders those have secured the minimum 70% in the Technical Evaluation will be

advised of the location, date, and time set for opening of commercial proposal.

Adequate notice will be given to allow interested bidders or their representatives to attend the opening of the commercial proposals.

4.15 Technical Offer

The Technical Offer (T.O.) shall be complete in all respect and contain all

information and documents asked for, except prices. It must not contain any price information.

During the activity of Bid Preparation, the tenderer is required to upload all the

documents of the technical bid by scanning the documents and uploading it in the

PDF format. This activity of uploading the documents as well as preparation of

commercial bid and other Annexures enclosed with the tender (if any) should be

completed within the pre-scribed schedule given for bid preparation.

After Bid Preparation, the tenderer is required to complete Bid Submission

activity within pre-scribed schedule without which the tender will not be submitted.

Page 20: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

20

The list of documents to be uploaded as part of Technical offer can be found at the

eTendering system and at the checklist table in Annexure

4.16 Commercial Offer

Bidder shall submit their prices only in the eTendering system. Price quoted

elsewhere shall be liable to rejection.

4.17 Qualifying Criteria Prior to the detailed evaluation of the Technical Bids, MJP shall determine whether

each bid is (a) complete, (b) is accompanied by the required information and

documents and (c) is substantially responsive to the requirements set forth in the

RFP document. Only those bidders, who fulfill all the qualifications mentioned in the

section “qualification criteria” of the tender, shall be eligible and qualified for further

technical scrutiny as per the Evaluation Framework given below.

Bidders should obtain minimum 70% in the technical evaluation to qualify for

opening of the Commercial Bid. MJP’s evaluation in this regard shall be final and

binding on the Bidder.

MJP may at its sole discretion, waive any minor informality or non-conformity or

irregularity in a Bid Document, which does not constitute a material deviation,

provided such a waiver does not prejudice or affect the relative ranking of any

Bidder.

4.18 Evaluation Framework

MJP will form evaluation committee to evaluate both technical & commercial bids.

Technical Evaluation conducted by the MJP Technical Evaluation Committee shall be

final and binding on all the bidders.

Bidders who have qualified as per the Section 3 (Qualification Criteria) of this RFP document shall be evaluated and scored by the RFP Evaluation Committee based on

a weighted point system, assessing each bidder’s ability to satisfy the requirements

set forth in the RFP Document. Broad criteria for the evaluation are as follows :

Fit to the Requirements MJP shall high weightage to the quality and fit of the solution with respect to the

Functionality

A. Best Fit to the Proposed Functionality :

Detail Software Functionality Scope is given in the Annexure. MJP shall evaluate the

excellence of the proposed Software Modules on these functionality requirements. In case of bespoke development, the corresponding module would get 100% score.

The weightages given for the different modules are specified below :

Module Name

Module

Weightage

(A)

Best Fit to the proposed

Functionality and

Integration with other

modules (B)

Total =

(B*

A)/100

Customer Relationship Module 20

Grievance Redressal module 20

Water Billing Module 60

Total 100

Page 21: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

21

B. Proposed Solution :

MJP would prefer Proven Packaged Solution, since such solutions are successfully tested and have best practices incorporated. Along with low risk of failure, such

solutions can also be deployed faster compared to Bespoke developed solutions.

MJP would thus follow the weightage matrix given below :

Type of Module Weightage

Packaged Solution (for each module) 1

Bespoke Developed 0.5

For the Packaged Solution to qualify, it should score minimum 70 % marks

individually (module-wise). In case the packaged solution / module doesn’t score

70 % marks, it shall be considered as Bespoke Solution for Technical Evaluation

purpose.

C. Quality of Proposed Methodology

MJP shall also evaluate the quality of the proposed methodology to implement the

solution. Various parameters to be considered under this section are:

Project Management Methodology

o Pre-Implementation

o Implementation o Post-Implementation

Quality of the Software Engineering methodology proposed for Bespoke

Development Modules

Risk Management Methodology proposed

Weightage matrix for this criteria of evaluation will be :

Evaluation Criteria Max Score

Bidders understanding level of proposed scope of work

& Technical solution including sizing of the hardware & connectivity

30

Project Management Methodology for Pre-

Implementation 15

Project Management Methodology for Implementation 20

Project Management Methodology for Post-Implementation

15

Quality of the Software Engineering methodology proposed for Bespoke Developed Modules

10

Risk Management Methodology Proposed 10

Total 100

The Technical solution document and the presentation to be made by the bidders would be considered for the above evaluation.

D. People

MJP will evaluate the information submitted by the Bidder with regard to Bidder’s

proposed team, especially, the Project Manager, Business Analyst, Programmer, Implementer, etc. and the team size. The details of minimum two personnel for

each of the category mentioned except in case of Project Manager where details of

only one personnel may be provided. The average of the marks scored by the two

personnel would be considered for evaluation. The Bidder must put forth the best

team that has the relevant Software Development & Implementation experience,

government domain knowledge and the ability to meet the stringent deadlines. The

Page 22: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

22

Bidder cannot subcontract the work at any stage without prior expression of

approval from MJP. Any change in the actual team will be allowed only after

expressed written approval from the Project Manager, MJP.

People details need to be submitted in formats given in Annexure.

Scoring matrix for this criteria of evaluation will be :

Evaluation Criteria Max

Score

Supporting Documents to be

provided

Strength of IT Manpower

in company

20

Letter from the HR head of the

company indicating strength of

IT manpower and EPF certificate/ Challan indicating total employee

strength

Strength of Manpower in

the company with Water

Management Domain

Knowledge

20

Letter from the HR head of the

company indicating the list of

employees having water

management domain knowledge

Quality of IT Manpower

proposed for the project

Implementation Project Manager’s total

experience, relevant

experience, qualification

Project Team’s total

experience, relevant experience, qualification

50

Details need to be submitted in

formats given in Annexure.

Quality of IT Manpower proposed for the Post-

Implementation

Project Team’s total

experience, relevant

experience, qualification

10

Total 100

E. Bidders’ Competence: Qualifying criteria for bidders is given in Section 3. Over and above these criteria

bidders shall be rated on following parameters:

Parameters Max Score

Supporting

Documents to

be submitted

Bidder’s cumulative Turnover from IT Projects in last 3 financial

years ending 31st March 2012

20

CA certificate/

Copy of the Annual

Financial

Statements

Nos. of years bidder has been in

operation in the area of IT

software & software services as a

registered company in India as of

31st March 2012

15

Copy of the

Company

Registration

certificate

Page 23: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

23

Bidder’s experience in

implementing e-Governance

projects in India / Abroad

(Total Value of the Project, No of

Implementation locations, No of Projects with post implementation

support)

30

Copy of the

work order/

client

testimonial/

Agreement

Bidder’s experience in

implementing e-Governance

application covering Water

module in any ULBs / Water

boards in India (No of ULBs/ Water boards, Value

of the Project, post

implementation services

provided)

35

Copy of the

work order/

client

testimonial/

Agreement

Total 100

For each of the above mentioned criteria, weightages assigned are given in the

following table.

Sr. No Criteria Weightage

A Proposed solution 40 %

B Quality of Proposed Methodology 15 %

C People 15 %

D Bidders’ Competence 30 %

Total 100%

Vendor may be asked to give presentation (Appx. duration of 30 minutes) with

respect to Quality of proposed methodolgy during the Technical Bid Evaluation Process. MJP reserves right to take detail demonstrations of the proven packaged

solution proposed and / or visit vendor’s customer where such a similar project

execution has taken place.

4.19 Commercial Bid Evaluation Commercial envelope of only those bidders who obtain minimum 70% score in

Technical Evaluation shall be opened. Total Cost of ownership shall be calculated

based on cost matrix given in Annexure. Each of the Commercial bids shall be

evaluated on a score of 100 points on the basis that points obtained are inversely

proportional to the Price quoted and vice- versa. The methodology of scoring will be

as follows.

Bidder Commercial Score = 100 * (L1 Total Cost of Ownership / Bidder Total Cost

of Ownership).

4.20 Total Bid Evaluation The Technical bid shall have a weightage of 70% in the overall evaluation of the bid

and the Commercial bid shall have a weightage of 30% in the overall evaluation.

Total Score = 0.7 * Bidder’s Technical Score + 0.3 * Bidder’s Commercial Score

Page 24: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

24

4.21 Terms and Conditions

Terms and conditions for vendors who participate in the tender are specified in the section called “Terms and Conditions”. These terms and conditions will be binding

on all the vendors. These terms and conditions will also form a part of an

agreement to be signed with the purchase order, to be issued to the successful

vendor(s) on the outcome of the tender process.

4.22 Conditional offers by the Vendors

The vendor should abide by the terms and conditions specified in the RFP

Document. If vendors submit conditional offers it shall be liable for outright

rejection.

4.23 Address of Communication Offers should be addressed to the Chief Engineer, Central Planning, MJP at below

given address:

Chief Engineer,

Central Planning,

4th Floor, Express Towers Nariman Point

4.24 MJP’s right to accept any Bid and to reject any Bid or all Bids

Notwithstanding anything stated herein, MJP reserves the right to accept full or part

of the Bid or reject any Bid, and to cancel/annul the bidding process and reject all Bids at any time before the award of the Contract, without assigning any reason

and thereby without incurring any liability to the affected Bidder or Bidders or any

obligation to inform the affected Bidder or Bidder’s of the grounds for MJP’s

action/decision.

4.25 Costs & Currency The offer must be made in Indian Rupees only. Taxes and levies as applicable at

the time of submission of bids to be mentioned separately.

4.26 Security Deposit

Within 15 days of the communication by MJP (by Letter / Fax / E-mail) successful bidder will have to sign an Agreement Contract with MJP & submit Security Deposit

equal to 3% of the Order value in the form of a Bank Guarantee from any

Nationalized or Scheduled Bank, valid for the period of 8 month.

This Security deposit will be forfeited if the project milestones are not adhered to as per the deadlines given in Section 5 (ref. no. 1). MJP will release Security Deposit

only after successful completion of project and submission of the Performance Bank

Guarantee.

4.27 Performance Bank Guarantee The performance bank guarantee of 10% of the Operational expenditure for 1 years

cost, from the Nationalised Bank, valid for 12 months from the completion of

successful Mock go live run, shall be required to be given to MJP after mock go live

run. At least 15 days prior to the end of the validity of the performance bank

guarantee, the vendor would submit a fresh PBG of the equivalent amount &

validity/ shall extend the existing PBG for another one year. This revolving PBG would be submitted to cover the entire period of the operations & Maintenance.

Page 25: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

25

The proceeds of the performance bank guarantee shall be payable to MJP as

compensation for any loss / penalties / liquidated damages resulting from the

vendors failure to complete its obligations under the contract for post implementation support.

The performance guarantee shall be discharged by MJP to the vendor within 15

days of the expiry of the warranty period.

Page 26: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

26

5 Project Scope The proposed water management system for MJP is a comprehensive water management system and envisages end-to-end computerization of the water

management functioning. It is envisaged to undertake Enterprise Wide Resource

Planning approach, enabling MJP to use various data in most optimal way and

provide services to citizens in efficient and effective manner.

Summary of Services Components to be delivered under this project is given

below:

One time

o Either Packaged Solution (with required customisation) Or bespoke development of proposed modules

o Server Side infrastructure:

Supply of required RDBMS, Application Server Software,

Web Server Software

Supply of required Server Side Hardware with system

software Database / Application / Web Servers/ Active

directory – LDAP Servers / Test Servers

Backup Media

o Security Systems (Firewall, IPS, Antivirus etc)

o Managed Enterprise Connectivity solution (Broadband Internet/ P2P/ MPLS) and the network equipments for it (Router,

switches, modems etc)

o Data Porting / Creation of Master Files

o Integration with existing GIS application, Accounting System,

web portal o User Acceptance Testing (UAT)

o Training

o User Documents

o Mock go live implementation

o Onsite Handholding support

The Training, Mock go live implementation and onsite handholding support would

be provided at the Division level and all other activities would be carried out

centrally. Currently, the application is planned to be implemented at 28 divisions of

the MJP. However, in future if MJP wishes to implement the solution in any division

other than the ones indicated in this tender, MJP may place the orders for the additional divisions using the base rates quoted for a division in this tender.

Recurring (Post Implementation)

o Annual Technical Support for 3 years

For Application Software For RDBMS / Application Server / Web Server

For Server Side Hardware Supplied under this project

o Annual managed enterprise connectivity charges for 3 years

o Man month based Post Implementation Software Enhancements

/ Customisation

Various functional modules to be covered under this project are given below along

with the expected number of users:

Page 27: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

27

Sr.

No. Module

Expected

no. of Total Users

Expected

no. of

concurrent

users

Customer Relationship Module 2500 50

Grievance Redressal module 2500 50

Meter entry 75 45

Water Billing Module 55 30

Collection Module 55 30

Note :

Expected number of users is based on present volume which may increase. System

should be capable of taking additional load.

Software Functionality Scope is given in Annexure

Requirement of actual integration will be finalized in To-Be phase

Bidders, other than sole agents in India of the quoted packaged solution, must

submit a letter of authority from the packaged solution owner that they have been

authorized to quote for the solution.

In order to give more clarity on the Scope of Work, it can be primarily divided into four main elements a) Supply and Installation of Application b) Project

Implementation services and c) Post Implementation Services

5.1 Supply (Customisation & Development) and Installation of

Application, Database and related Software The bidders will be responsible for the following:

Proposing the Proven Packaged Solution (including third party bolt-on

applications required to meet MJP’s requirements if not available in the

Packaged Solution), indicating specific modules, tools etc. suitable to meet the

functional and technical specifications laid down in this Tender Document, giving justifications where ever necessary;

Developing certain departmental modules which are not available as

Packaged solution

Supplying the application, database and related software, integration tools

and describing the process to be followed for installing the same. MJP currently

has an application with Oracle as the RDBMS. MJP would prefer if the bidder proposes latest version of Oracle RDBMS for the convenience of the database

management and maintenance for MJP.

Audit / Validation by Packaged Solution OEM to ensure that the best possible

methodology has been deployed for implementation of the given Packaged

Solution. Audit / Validation should cover the following (but not limited to) : o Hardware sizing

o Certification of Installations

o System Integration Tests, training, methodology

o Customisation, workaround

o Solution quality

5.2 Supply and Installation of the requisite Server Side Hardware and

related software and implementation of managed enterprise wide

connectivity solution

The bidders will be responsible for the following:

Sizing of the following Server Side Hardware and Software. Server side requirement given below needs to be considered to offer complete solutions,

Page 28: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

28

however, bidder needs to suggest any further requirement to implement and

maintain the project.

o Database / Application / Web Servers Servers / ADS – LDAP Servers / Test Servers

o Operation System and Anti Virus

o Backup Media

Sizing, Supply, Installation & Maintenance of the Enterprise wide connectivity solution. The Server side requirement & the requirement at each individual

office location in terms of both the bandwidth, network equipments desired and

recommended appropriate type of connectivity and based on which the security

systems (Firewall/ IPS) are to be identified, implemented and maintained.

Sizing, Supply, Installation & Maintenance of the connectivity with DR

location so that the objectives defined in business continuity policy of MJP is successfully achieved

Note : Bidder to give details of product with version details and also include it

as a part of AMC. AMC should be for line items at group level. For all supplied

and installed hardware and Operating systems / Software. Indicative specifications for above mentioned IT equipments is given in

Annexure.

The servers will be centrally located at MJP office at Nariman Point. The

bidder should include a list of the proposed hardware elements as part of their

response to the Tender. MJP may also choose to opt for co-location of the servers at some third party

data centre. In that event work order may not be placed for certain

infrastructure elements like UPS, Rack etc

For Servers, network devices, security devices and Backup Device, the bidder

need to quote one of the top 5 OEMs as per the latest IDC / Gartner report.

Successful bidder would ensure that the current investment of MJP in IT Infrastructure is protected and would utilize the same in the best possible and

effective manner.

The Disaster Recovery site for the application would be the State Data

Centre, 4th Floor, New Administrative Building, Opp Mantralaya.

The following items/ services would be made available at SDC and the bidder has to provide all other components for successful operation of the solution.

o Virtual instance of server for the web/application/database

o RDBMS (DB2/MS SQL/ Oracle)

o ~ 1 TB of SAN Storage

o Internet Security- Firewall, IPS o Internet connectivity (48 Mbps each from MTNL and Tulip).

However this is shared Internet connectivity

o LAN within SDC

The successful bidder would have to provide the necessary support in the

operationalisation of the DR solution.

5.3 Project Implementation Services

It is expected that the successful bidder shall conduct the Gap Analysis Study with

the Expert Committee appointed by MJP. The packaged software will be

demonstrated to the Expert Committee and detailed study and discussion will be

done. Software requirements will be frozen in this Business Blue Print Study phase.

Page 29: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

29

Once the bidder completes the software changes, User Acceptance Testing (UAT)

will be done with Expert Committee at a centralized location. The software once

successfully certificated after UAT will be rolled-out at locations of MJP.

Following activities will be centralized activities:

Business Blue Print (BBP) / Gap Analysis Study

User Acceptance Test (UAT)

Following activities are envisaged to be carried out at each sub-division of MJP

under the scope of this project:

Fitment of frozen software at respective Sub Divisions

User Training Mock Go-Live

On site Help Desk Support for 2 months (One Implementer for each site /

location)

As a part of implementation services, the successful bidder shall undertake the following :

A. Project Plan

Bidder shall prepare & submit the project-plan for the implementation of the

application indicating the following details:

Detailed activity schedule

Time lines for each activity

Team composition with Roles & responsibilities of each member

Dependencies on MJP or any other organisation for each of the major tasks

envisaged in the project Deployment schedule at each location

Management and control mechanism for the project

Project Risks & Mitigation Plans

B. Business Blueprint study MJP will form an Expert Committee comprising maximum 8-10 members- Engineers

and Users from selected Division, Sub-Divisions for the purpose of standardization

of the business processes. The successful bidder shall assist MJP in standardizing

the business processes and shall prepare and submit a To-Be process document

duly highlighting the gaps and incorporating the best practices. The document will indicate the additions/ modification that need to be made to the business process in

view of application implementation. This exercise would freeze the scope and

functionality of the software that needs to be replicated across various divisions on

MJP. The bidder shall also identify the customizations/ workaround that need to be

made to the product & submit a document on the Gap analysis/ customization requirements. The bidder would prepare and submit the Software Specification

Document (SSD) for review and sign-off. Once the SSD is signed-off, the bidder

would carry out the further activities of customisation and UAT. The scope of

customisation at Division level would be restricted to changes in the report formats.

C. Application configuration & customization The successful bidder shall commission a development environment inclusive of

hardware, network & software so that the development work could be initiated as

soon as possible. The bidder shall supply, configure all the required modules along

Page 30: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

30

with any add-on module and with any third party tool required to implement the

approved Software specification document. The bidder shall develop interfaces for

the application with other application to ensure exchange of data on a real time/ batch processing basis. The interfacing should involve minimum manual

intervention & only required data should be transferred to the application from the

external system or vice versa.

D. User Acceptance Testing (UAT) The primary goal of Acceptance Testing is to ensure that the proposed System

meets requirements, standards, and specifications as set out in this RFP and as

needed to achieve the desired outcomes. Successful Bidder shall prepare the UAT

criteria document and sample data for UAT, and take approval from MJP, well in

advance before start of the UAT process.

MJP reserves it’s right to undertake this exercise of Testing, Acceptance and

Certification through a third party.

The basic approach for UAT will be ensuring that the following are associated with

clear and quantifiable metrics for accountability: Functional requirements

Infrastructure Compliance Review

Performance Testing (Full load/ Stress test) using suitable tools which would

be provided by the successful bidder

Security Project Documentation

Data Quality Review

Any defect/s arising out of the UAT shall be notified in writing and the

bidder shall resolve the defects and release appropriate patches &

demonstrate the effect to MJP.

MJP would provide the UAT signoff on successful acceptance of the application. The

software would be considered as frozen and all additional requirements would be

addressed through change request during the post-implementation phase.

E. Application roll out at Division office

Once centralised UAT is completed, the process of software Roll out across 28

Divisions will begin. The bidder would map the process at each Sub-Division with

the centrally agreed functionality and processes. The current processes of Divisions

will have to be fine tuned to fit centrally agreed and finalised processes. The bidder would suggest business process re-engineering points for and implementation by

Divisions.

F. Training

The bidder is expected to provide training to identified users of MJP on usage of modules as well as commissioning of these modules for day-to-day use in the

agreed IT infrastructure to be provided by MJP. Training would be provided at

respective Division offices of MJP. User Manuals each in Soft Copy will be provided

to MJP during training. Application Software Training for user level, management

level and administration level will be conducted.

Application Software Training to End-Users The users of MJP should be given training in the application software and this will

comprise a general overview of the system, including the required changes in the

Page 31: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

31

work procedures and the benefits of the system. The Hands-on Training should be

provided on the relevant functionality of the software to the concerned employees.

The Application Training will comprise following: – Technical

Menu & Application Navigation Options

User Interface Forms

Reports Generated

Procedural Do’s and Don’ts

Changeover from Manual to Computerized Systems

Controls & Checks to be followed

A simulated setup should be created in the training room where users can be

trained on the modules relevant to them followed by practice session resembling to the live run. Such simulation exercise would help in generating a level of confidence

amongst users, which will enable in smooth changeover from manual to

computerized system. Users should be provided with the soft copy of user manuals

as course material.

Training to Application / System Administrators

Two designated System Administrators should be trained in the below

mentioned System Administration activities.

Application Installation, Configuration

Application Database Backup, Restoration & Data Recovery Application Configuring System Settings & Parameter Settings

Support to the field offices in problems related to transmission of data

Support to other employees in application usage & minor technical problems

G. Mock Go-live

This exercise would be carried out by MJP and would be based on actual data of Division.

Billing and related data for about 50 connections would be utilized and all relevant

reports/ register to be verified by MJP. This exercise will validate that the software

results (outputs) are in line with the SSD and as per agreed output formats.

Successful completion of this stage will imply that the software modules in totality are ready for use. The duration for the completion of this stage would be of 8

working days. This activity will involve test data entry of about 50 connections and

ensuring that the entire process from connection to billing and collection along with

other support functions of Customer Relationship module and Grievance module are

being executed properly.

H. Data Digitisation / Data Migration

Bidder shall perform the data digitization & migration from the existing systems

being used by any sub-division to the Database implemented for the proposed

System. The Data digitization & migration to be performed by the bidder needs to be preceded by an appropriate data migration methodology, prepared by the bidder

and approved by MJP.

Data Entry if any for legacy data will be done by the MJP and bidder should provide

required formats or tools for data entry to MJP.

Data Migration Requirements: Carry out the migration of legacy electronic data

Page 32: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

32

Provide checklists from the migrated data to MJP for verification, including

number of records, validations (where possible), other controls / hash totals.

Highlight errors, abnormalities and deviations.

I. System Documents, User Documents

The Successful Bidder will provide documentation as the project undergoes various

stages of implementation. Indicative list of documents include:

Project Commencement Documentation : Project Plan in giving out micro level activities with milestones & deadlines.

Equipment Manuals : Original Manuals from OEMs.

User Manuals : For all the Application Software Modules, required for

operationalisation of the system.

System Manual : For all the Hardware equipments covering detail

information required for it’s administration. Installation Manual

Note : The successful bidder will ensure Upkeep & Updataion of all documentation

and manuals.

5.4 Post Implementation Services

Bidder shall provide following man-power to MJP during 3 years Post

Implementation Support services at centralized location of MJP.

Project Co-ordinator-1

Server Administrator-1 Database Administrator-1

Programmer-1

Help Desk staff-2

As a part of Post-Implementation services, the successful bidder shall undertake

the following services for the period of 3 Years from the date of Completion of Mock go live:

A. On site hand holding support

The successful bidder would provide On-site Hand-holding support (one

implementer at one location) for a period of 2 months from the date of Mock go-live

completion certification. The bidder would resolve any defects arising in the application software during the hand holding phase.

B. Supply of Additional Licenses for Packaged Solution Modules (if

required)

Successful Bidder is required to give a regular feedback to MJP on the overall usage

of the Application Software to understand the Usage of the already procured Licenses. Based on this usage statistics, if required by MJP, Successful Bidder would

have to supply additional licenses for the Packaged Solution Modules. Bidder would

ensure that MJP gets same or higher level of discount over the list price as given in

response to this tender.

C. Annual Technical Support (ATS) for Application Software Successful Bidder would be completely responsible for the defect free functioning of

the application software and would undertake following as part of ATS for

Application Software:

Resolve any issues including error/bug fixing, improvements in presentation

and/or functionality and others within a duration mentioned in Service Level

Agreement. Shall Identify and resolve application problems like system malfunctions,

performance problems and data corruption

Page 33: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

33

Provide the latest updates, patches / fixes, version upgrades relevant for the

software components.

Any changes/upgrades to the software performed during the post implementation phase shall be subjected to the comprehensive & integrated

testing by the successful bidder to ensure that the changes implemented in the

system meets the desired and specified requirements of MJP and does not

impact any other function of the system

For any changes to the software, bidder shall submit a document indicating proposed changes, impact to the system in terms of functional

outcomes/additional features added to the system etc

All planned changes to application systems shall be coordinated within

established Change Control processes to ensure that:

o Appropriate communication on change required has taken place

o Proper approvals have been received o Schedules have been adjusted to minimize impact on the

production environment

Shall define the Software Change Management & Version control process and

obtain approval for the same

Software version management, and software documentation management reflecting features and functionality of the solution.

D. Annual Technical Support (ATS) for RDBMS / Application Server /

Web Server / System Software Supplied under this project

Provide the latest updates, patches / fixes, version upgrades, etc. Software version management, and software documentation management

reflecting features and functionality of the solution.

Database / Application Software tuning to enhance the performance of the

overall system

Undertake regular, proactive Database Management activities.

E. Help Desk management

The successful bidder shall establish a Help Desk facility which will be the

one point of contact for reporting issues/ problems with the application and the

bidder shall also set up the communication channels (email, Telephones) for the

incident reporting. The successful bidder would deploy at least one full time executive to man the Help desk and the Help desk would function from the

successful bidder’s premises.

The Help Desk shall carry out the following activities

o Issue ID number to each complaint/issue logged

o Assign severity to the complaint/issue in lines with the severity levels mentioned in the SLA

o Track each complaint/issue using the ID number

o Escalate the complaints as per the mutually agreed escalation

matrix

o Provide Functional & Technical support for resolving the complaint/ issue

o Confirm resolution with end user & close the complaint/ issue

log

o Analyze the complaints/ issue handled by the Help desk for call

volumes & problem trends & resolution times and prepare a

Knowledge base for the frequently reported problems

F. Infrastructure Management

Page 34: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

34

This includes the design of an appropriate System Administration policy with

precise definition of duties and adequate segregation of responsibilities and

obtaining the approval for the same from MJP. System Administration includes the following activities:

Overall management and administration of infrastructure solution.

The vendor has to co-ordinate with other vendors, wherever

required/applicable

Performance tuning of the system as may be needed to enhance system’s performance and comply with SLA requirements on a continuous basis.

System management includes but not limited to managing server

configuration, monitoring and optimizing server performance, installing/ re-

installing server software or other software in event of system failure, carrying

out database administration activities like startup, shutdown, recovery when

required, performance tuning and problem resolution. Application management includes but not limited to monitoring the

availability/ response time of application

G. Infrastructure Maintenance

The IT Infrastructure Maintenance Services, in respect of hardware and other IT infrastructure for MJP includes the preventive maintenance & repairs the details of

which are given below:

The successful bidder shall carry out preventive maintenance, repairs and

replacement of parts wherever needed to keep the performance levels of the

equipment/uptime in tune with the requirements of the SLA. The preventive maintenance shall not be attended during working hours of

the MJP, unless inevitable and approved by MJP.

The successful bidder shall also prepare & submit a document on the

Preventive maintenance schedules & procedures for the same. The Preventive

maintenance shall include, but not limited to the following

o Run diagnostic tests o Checking wear & tear of equipment

o Checking loose connections

o Cleaning & removal of dust from interior & exterior of

equipments

o Update wiring diagrams when they are modified The successful bidder shall provide the following services as part of the

Repairs

o The successful bidder shall rectify hardware problems within the

time limits prescribed in the SLA

o The successful bidder shall stock spare parts to ensure the uptime as per the SLA is met. The successful bidder shall have

back to back arrangement with OEM to provide this service &

copy of such agreement should be submitted by the successful

bidder to MJP

o Wherever a component has to be replaced, it shall be replaced with a component of the same make and configuration. In case

the component of same make and configuration is not available

for any reason, the replacement shall be of a new branded one

and shall be of a higher configuration specifically approved by

the MJP. The successful bidder shall take the approval of MJP for

all brands which will be used by successful bidder as replacement.

o It shall be the responsibility of the successful bidder to ascertain

or assess the MTBF (Mean Time Between Failures) Values of

Page 35: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

35

these components and quote appropriately in the commercial

bid.

o The successful bidder, may, if so advised by MJP, get a dysfunctional hardware component repaired in lieu of its

replacement, subject to ensuring the overall compliance of the

requirement of uptime specified in the SLA

o The successful bidder shall maintain a log book/ soft copy of

reports using automated system of all the Maintenance and Repair activities carried out in the System. The log book shall be

inspected any time by MJP.

o The essence of the hardware maintenance contract is to ensure

that all the components of hardware work perfectly in unison

and deliver rated performance during the period covered by the

agreement between the successful bidder and MJP and that the systems uptime is upto the standards prescribed in the RFP.

H. Data backup management

The successful bidder shall design a detailed Data Storage and Backup policy

& procedures (SOP), which highlights the data storage, retrieval process, data backup requirements including frequency and process of data backup

management, type of backup (incremental or full) etc to ensure that all the data

related to MJP is available in a backup media/solution

The successful bidder shall carry out the data back up & data restoration

activities as per the Data Backup policy The successful bidder shall perform the data restoration tests at regular

intervals as agreed in the SOPs

The successful bidder shall also manage the storage media including, but not

limited to tagging, cross-referencing, testing & vaulting

The successful bidder must enable the necessary audit trails on the IT

infrastructure at Data Centre/DR site, which tracks the data backup and restoration activities performed by the bidder. Such audit trails shall be verified

for measuring the performance of the bidder

I. Business continuity Planning

The successful bidder shall design a detailed business continuity policy for recovery/ continuation of technology infrastructure after a natural or human-

induced disaster. The successful bidder would carry out a business impact

analysis and based on it recommend the Recovery Point Objective (RPO) and

the Recovery Time Objective (RTO) for each service. The Business continuity

policy including the key matrices of RPO and RTO would be submitted to MJP for approval.

The successful bidder would demonstrate successful backup and restore of

facility and process once in a year.

The successful bidder will be required to commence restoration of IT

infrastructure following disaster within the RTO specified in the business continuity policy upon receipt of a request from MJP for restoration.

J. IT Security Management

The successful bidder shall monitor & manage various tools like the firewall,

HIPS, antivirus solution, identify the vulnerabilities & install necessary patches

for the identified vulnerability The successful bidder shall respond to security breaches & coordinate with

the respective OEM in case a new threat is detected to ensure that patch is

made available for it

Page 36: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

36

The successful bidder shall analyze the audit logs for the server/system

activities at regular intervals & identify security issues and address them.

K. Application Software Enhancements / Customisations The functional changes to system, which deviates from the Functional

Requirements Specifications, shall be carried out through a separate Change

Control Note (CCN) prepared by bidder. The successful bidder shall provide one

fulltime programmer who would be based out of the successful bidders premises

and would carry out the required customizations/ enhancements in any of the modules.

Programmer (with minimum 2 years of relevant programming experience)

L. Transition Management

At the end of the post implementation period or during the post

implementation period, if any other agency is identified or selected by MJP for providing O & M Services for water management system, the successful bidder

selected through this bid is required to provide necessary handholding and

transition support which shall include but not limited to, conducting detailed

walk-through and demos for the solution, handing over the entire software

(including source code, program files, configuration files, setup files, project documentation etc), addressing the queries/clarifications of the new agency and

conducting training sessions etc.

The ownership of the assets (including soft and hard components existing

and procured through this tender), at any point of time during the warranty or

expiry of the warranty, shall rest with MJP. During the exit/transition management process, successful bidder shall

ensure that the water management system is handed over to MJP in a complete

operational condition to the satisfaction of MJP. In case successful bidder is

unable to address such issues, MJP may levy penalty.

During the contract period, the successful bidder shall ensure that all the

documentation including polices, procedures, asset registers, configuration documents etc are kept up to date and all such documentation is handed over to

MJP during the exit management process.

Page 37: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

37

6 Terms and Conditions of the Tender 6.1 Work Completion / Payment Terms

Project Delivery / Work Completion milestones given below is from the date

of Work Order.

% of the Payment Milestone given is the percentage of the Total Pre-

Implementation Cost as per the Annexure (Commercial Bid).

Pre-Implementation

Time

line Milestone Deliverables Payment

T Award of Contract &

Team Mobilization

Security Deposit of

5% of the order

value

5 % of cost of system

integration services

T+ 1 weeks

Detailed Project Plan

for Implementation

of Solution

Project Plan for Implementation

T+ 8

weeks

Business Blue Print

Study

Software

Specification

Document Infrastructure Design

document

15% of cost of system

integration services

T + 16

weeks

Supply & Installation

of Server Side

Hardware &

Software

Document on the IT

component procured

& configuration

90 % of IT

Infrastructure cost

T + 18

weeks

Enterprise wide

networking

Document on the network component

procured &

configuration

-

T +20

weeks

Bespoke

Development or

Application

Configuration & Customization

UAT criteria

document

T+ 22

weeks

Acceptance testing Infrastructure

Compliance

UAT of the Software

Modules including

performance testing

Report on various tests performed with

results

Report on resolution

of issues identified

during testing

10 % of IT Infrastructure Cost, 50

% of Application

software cost & 30% of

Cost of system

integration services

T+ 28 Weeks

Submission of

System

Documentation &

User Documentation

Data Migration

Operational manual

Procedure for installation &

configuration of

infrastructure

components

Manufacturers

technical document Security Policy

T + 30

weeks

Training at Divisional

offices

Training/ User

manual & course

Page 38: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

38

materials

T+ 32

weeks

Mock go Live

Completion Certificate by MJP

+

10% Performance

Guarantee

30 % of the cost of

system integration

services would be paid

on a pro- rata basis for

each division

40 % of the application

software cost on completion of Mock go

live

T+ 40 weeks

On site hand holding

20 % of the cost of

system integration

services would be paid

on a pro- rata basis for

each division

10 % of the application

software cost

Post-Implementation

Annual Maintenance Contract (for 3 years after Implementation Completion Certificate by MJP)

The total AMC amount would

be divided into 60 equal monthly installments to be

paid after every month

Programmer cost for 3 years

The total programmer would

be divided into 60 equal

monthly installments to be

paid after every month

6.2 Annual Technical Support (ATS)

The offer must include a minimum five year on-site ATS from the date of acceptance of the system by MJP.

6.3 Service Level Agreement

MJP is looking at a very professional approach in the project implementation and

it’s operations. Bidders will have to match to the expectations of the service levels given in Section 7.

6.4 Indemnity

Vendor shall indemnify, protect and save MJP against all claims, losses, costs,

damages, expenses, action suits and other proceeding, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in

respect of all the hardware / software supplied by him.

6.5 Publicity

Any publicity by the vendor in which the name of MJP is to be used should be done only with the explicit written permission of the Chief Engineer, Central Planning,

MJP.

6.6 Guarantees

Vendor should guarantee that the hardware systems delivered to MJP are brand

new, including all components. In the case of software, the vendor should guarantee that the software supplied to MJP is licensed and legally obtained. All

hardware and software must be supplied with their original and complete printed

documentation.

Page 39: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

39

6.7 Force Majeure

The vendor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that its delay in

performance or other failure to perform its obligations under the contract is the

result of an event of force Majeure. For purposes of this Clause, “Force Majeure”

means an event beyond the control of the Vendor and not involving the vendor’s

fault or negligence and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their

sovereign capacity, acts of war, either in fires, floods, strikes, lock-outs and freight

embargoes.

If a Force Majeure situation arises, the Vendor shall promptly notify the Chief

Engineer, Central Planning, MJP in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by the Chief Engineer,

Central Planning, MJP in writing, the Vendor shall continue to perform it’s

obligations under the Contract as far as it is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force Majeure

event.

In such a case, the time for performance shall be extended by a period(s) not less

than the duration of such delay. If the duration of delay continues beyond a period

of three months, MJP and the vendor shall hold consultations with each other in an

endeavor to find a solution to the problem.

Not withstanding above, the decision of the Chief Engineer, Central Planning, MJP,

shall be final and binding on the vendor.

6.8 Resolution of Disputes

Chief Engineer, Central Planning, MJP and the vendor shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute

arising between them under or in connection with the contract. If after thirty days

from the commencement of such informal negotiations, Chief Engineer, Central

Planning, MJP and the Vendor have been unable to resolve amicably a contract

dispute, the matter will be referred to the Member Secretary, MJP, and his decision will be final and binding on both the parties.

6.9 Right to Accept Any Offer and to Reject Any or All Offers

Chief Engineer, Central Planning, MJP, reserves the right to accept or reject any

tender offer, and to annul the tendering process and reject all tenders at any time prior to award of control, without thereby incurring any liability to the affected

vendor(s) or any obligation to inform the affected vendor(s) of the grounds for the

Chief Engineer, Central Planning, MJP’s action.

6.10 Risk Purchase Clause In case the selected vendor fails to execute the project as stipulated in the delivery

schedule, Chief Engineer, Central Planning, MJP, reserves the right to procure

similar services from alternate sources at the risk, cost and responsibility of the

vendor. Before taking such a decision, MJP would give a notice period of 1 month.

6.11 Data Ownership All the data created as the part of the project would be owned by MJP. Successful

Bidder shall take utmost care in maintaining security, confidentiality and backup of

this data.

Page 40: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

40

6.12 Intellectual Property Rights

In case of the Bespoke Development, the Successful Bidder shall transfer the Source Code to MJP along with all the rights and privileges. Successful Bidder shall

also submit all the necessary instructions for incorporating any modification /

changes in the software and its compilation into executable / installable product.

6.13 Exit Management

A. Exit Management Purpose

This Schedule sets out the provisions, which will apply on expiry or termination of

the contract. The Parties shall ensure that their respective associated entities carry

out their respective obligations set out in this Exit Management Schedule.

B. Transfer of Assets

Successful Bidder shall be entitled to use the Assets for the duration of the exit

management period, which shall be the four month period from the date of expiry

of contract, or termination of the contract.

C. Confidential Information, Security and Data

Successful Bidder will promptly on the commencement of the exit management

period, supply to the MJP or its nominated agencies the following:

Information relating to the current services rendered and performance data

relating to the performance of the services; Documentation relating to Project, Project’s Intellectual Property Rights; any other data and confidential

information related to the Project;

Project data as is reasonably required for purposes of the Project or for

transitioning of the services to its Replacing Successful Bidder in a readily

available format.

All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable the MJP

and its nominated agencies, or its Replacing Vendor to carry out due diligence in

order to transition the provision of the Services to MJP or its nominated

agencies, or its Replacing Vendor (as the case may be).

D. Employees

Promptly on reasonable request at any time during the exit management

period, the Successful Bidder shall, subject to applicable laws, restraints and

regulations (including in particular those relating to privacy) provide to MJP a list

of all employees (with job titles and communication address) of the Successful Bidder, dedicated to providing the services at the commencement of the exit

management period;

To the extent that any Transfer Regulation does not apply to any employee

of the Successful Bidder, MJP or Replacing Vendor may make an offer of

employment or contract for services to such employee of the Successful Bidder and the Successful Bidder shall not enforce or impose any contractual provision

that would prevent any such employee from being hired by the MJP or any

Replacing Vendor.

E. Rights of Access to Information

At any time during the exit management period, the Successful Bidder will be obliged to provide an access of information to MJP and / or any Replacing Vendor in

order to make an inventory of the Assets (including hardware / Software / Active /

Page 41: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

41

passive), documentations, manuals, catalogs, archive data, Live data, policy

documents or any other material related to the Project.

F. Exit Management Plan

Successful Bidder shall provide MJP with a recommended exit management

plan ("Exit Management Plan") which shall deal with at least the following

aspects of exit management in relation to the SLA as a whole and in relation to

the Project Implementation, the Operation and Management SLA and Scope of work definition.

o A detailed program of the transfer process that could be used in

conjunction with a Replacement Vendor including details of the

means to be used to ensure continuing provision of the services

throughout the transfer process or until the cessation of the

services and of the management structure to be used during the transfer;

o Plans for the communication with such of the Successful Bidder,

staff, suppliers, customers and any related third party as are

necessary to avoid any material detrimental impact on Project’s

operations as a result of undertaking the transfer; o Plans for provision of contingent support to Project and

Replacement Vendor for a reasonable period (minimum one

month) after transfer.

Successful Bidder shall re-draft the Exit Management Plan annually thereafter

to ensure that it is kept relevant and up to date. Each Exit Management Plan shall be presented by the Successful Bidder to

and approved by MJP or its nominated agencies.

The terms of payment as stated in the Terms of Payment Schedule include

the costs of the Successful Bidder complying with its obligations under this

Schedule.

During the exit management period, the Successful Bidder shall use its best efforts to deliver the services.

Payments during the Exit Management period shall be made in accordance

with the Terms of Payment Schedule.

This Exit Management plan shall be furnished in writing to Successful Bidder

or its nominated agencies within 7 days from the receipt of notice of termination or three months prior to the expiry this Agreement.

Page 42: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

42

7 Service Level Agreement The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service to be provided by the successful bidder to MJP

for the duration of this contract.

7.1 Penalty for delay in project execution

For any delay in installation and commissioning of the project, MJP will charge penalty @ 0.5% of the corresponding milestone value per week or part thereof,

subject to a maximum of 10% of the project value. MJP reserves the right to

terminate the contract if the penalty reaches 10% of the project value.

7.2 SLA for Uptime of Server Side Infrastructure Components If reported to be non-functional or identified with some bug / problem, MJP

would report the same to the successful bidder through telephone / email / fax /

letter / verbally.

Resolution time expected for various IT Components is given in the table

below. Penalty shall not be considered for the time period 10pm to 7am.

Vendor need to either fully repair or replace the equipment by temporary substitute (of equivalent configuration) and make it functional (from the entire

system perspective) within the expected resolution time.

In case of temporary substitute, the original components needs to be

replaced within 7 days. Else the penalty amount shall be considered. In case of

major, damage, vendor needs to replace the equipment with the brand new equipment of same or better configuration and capacity.

IT Infrastructure Components bug / problem

resolution time Penalty Amount

Server 4 hours Rs. 1000/- (per

hour)

Backup Device 8 hours Rs. 100/- (per

hour)

Network devices 4 hours Rs. 1000/- (per

hour)

Security devices 8 hours Rs. 100/- (per

hour)

7.3 SLA for Software Support

Any patch released by the OEM needs to be applied to the corresponding

product within 7 working days. Any delay in applying the patch will attract penalty of Rs. 500/- per day.

Any Software bug identified by MJP / citizen / vendor’s service engineer, will

be classified in types :

o Critical : Having bearing on the day-to-day functioning of the

respective system / availability of application (full functionality or part functionality) for the MJP users / citizens

o Non-critical : Not-having bearing on the day-to-day functioning

of the respective system

In case of dispute between MJP and the successful Bidder with respect to

classification of bugs as Critical or Non-Critical, decision of the Member

Secretary, MJP, shall be final and binding on the Successful Bidder. Resolution time & the penalty component for the bug fixing is given below

(applicable on 24 / 7 basis):

Type of Bug Bug / problem resolution Penalty Amount

Page 43: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

43

time

Critical

8 hours

Rs. 500/- (per

hour)

Rs. 1000/- per hour

beyond 8 hours 4 hour if the bug /

problem has re-occurred within 7 days of the earlier

resolution

Rs. 2000/- per hour

beyond 24 hours

Non-critical

5 working days Rs. 500/- (per day)

Rs. 1000/- per day

beyond 7 days 3 working day if the bug /

problem has re-occurred within 15 days of the

earlier resolution

Rs. 2000/- per day

beyond 10 days

If the entire Module is down, following is the SLA :

Module Resolution

Time

Penalty Amount

beyond resolution

time (Rs. per hour)

Customer Relationship Module

8 hours

5000

Grievance Redressal Module 5000

Meter Data Management Module 10000

Billing & Collections Module 10000

7.4 Response Time Performance Criteria

Response time: Response time is the time interval between the instant at

which the LAN user at a terminal enters a request for a response from the Database server and the instant at which the response is received completely at

the terminal.

The successful factors for an effective business transaction processing are

end-to-end system response - comprising the server and networks; user

demand or load during peak periods; and capacity usage Server response for a transaction call will be defined on the performance of

CPU utilization, I/O response, and memory utilization

Network response for a transaction will be defined on the performance of

network architecture, related to bandwidth use, throughput, and ping tests.

The system response from the two components, server and network, will play a critical role when aggregated with system responses arising from

business application and database.

The Server (I/O response time) and network system response time (ping

test), combined, should be limited to 30 seconds. Any system response measure

exceeding 30 seconds will adversely impact the overall response time of the

business processing of a transaction. Non-adherence to the above-mentioned response time would be considered

as a bug and the penalty would be levied as per the table in section 7.3 for the

non-resolution.

7.5 Confidentiality The successful bidder will have to maintain strict Privacy and confidentiality of all

the data it/its staff gets access to. Adequate provisions to be made not to allow

unrestricted access to the data to people in the organization who have not got

necessary permissions. Successful Bidder cannot sell or part with any data in any

Page 44: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

44

form. Penalty of Rs. 1,000/- to Rs. 100,000/- would be charged on default of this

service condition. The exact amount of the penalty will be decided by MJP based

upon severity of the default.

7.6 Penalties

The Penalty shall be calculated on a monthly basis. The successful Bidder

shall provide the tool for monitoring of the Software SLAs.

All above mentioned penalties are exclusive to each other Three consecutive monthly deductions totaling to more than 25 % of the

applicable payment for the corresponding month will be deemed to be a

sufficient condition for termination.

In the event of any of the above happening, it shall be governed by the

terms & conditions of the agreement.

Planned Down-time (during non-working hours) is not considered for penalty calculation. Vendor will have to take atleast 3 days prior permission from MJP

for the planned down-time. Planned Down-time won’t be allowed for more than

two times in a month.

7.7 Team Profiles for Post Implementation Support The successful bidder has to deploy a specialized and trained on-site team for the

post implementation support. It is therefore desirable that the key personnel in the

team have the following minimum qualification and work experience.

Project Coordinator: Masters degree in Computer Science/ Physics / Maths / Statistics / Economics /Operations Research and one year’s experience on

software project operations and maintenance, OR B.Sc. in Computer Science

Physics / Maths / Statistics / Economics / Operations Research and two years

experience on software project operations and maintenance.

Server Administrator: BE / BTech / MCA with specialization in computers with

one year experience in Server administration OR M.Sc. in computer science and two years experience in Server administration. Should have OEM certification in

Server administration (Windows/ Linux).

Database Administrator: BE / BTech / MCA with specialization in computers

with one year experience in Database administration OR M.Sc. in computer

science and two years experience in Database administration. Should have OEM certification in Database administration (Oracle)

Network Engineer: BE / BTech / MCA with specialization in computers with

one year experience in network implementation OR M.Sc. in computer science

and two years experience in network implementation. Should have CCNA

certification. Programmer: BE / BTech / MCA with specialization in computers with one

year experience in software development OR M.Sc. in computer science and two

years experience in software development OR Masters degree in Physics/ Maths/

Statistics/ Operations Research/ Economics with Post graduate Diploma in

Computer science and two years experience in software development. The Programmer would operate out of the vendors office.

Help Desk: Two resources should be provided by the bidder who would

operate out of vendors office for providing the help desk services.

Note :

Please note that the above team specified is the bare minimum required. Bidders

need to do their own assessment of the types of different skill-sets and numbers of personnel, to meet the SLA criteria specified in the sections above.

Page 45: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

45

8 Annexure I : Format for Technical Bid

A. Covering Letter for Technical Bid

Date: dd/mm/yyyy

To,

Chief Engineer, Central Planning,

4th Floor, Express Towers

Nariman Point

Reference: Tender Number ……. Dated ……

Sir,

We hereby offer to provide the supply, implementation and post implementation

support for water management system as specified in this RFP at the prices

specified in the commercial bid.

In the event of acceptance of our bid, we do hereby undertake that:

To supply, implement and post implement services as stipulated in the time

schedule of deliverables as specified in this RFP

We affirm that the prices quoted are inclusive of design , development, delivery,

installation, commissioning and support charges and all sales/service taxes. (Octroi

and any local levies will be charged on actual on submission of proof of remittance.)

We agree to abide by our offer for a period of 120 days from the last date of

submission of commercial bid prescribed by MJP and that we shall remain bound by a communication of acceptance within that time.

Bid Security in the form of a Demand Draft / Pay Order / Bank Guarantee issued by

______________ (bank), valid till ___/___/_____ (dd/mm/yyyy), for an amount of

Rupees Three Lakhs is enclosed.

We have carefully read and understood the terms and conditions of the tender and

the conditions of the contract applicable to the tender. We do hereby undertake to

provision as per these terms and conditions.

The deviations from the requirement specifications of tendered items and schedule of requirements are only those mentioned in our response

The deviations from the terms and conditions of the tender are only those

mentioned in our response

We hereby certify that the Bidder is a Directorate and the person signing the tender

is the constituted attorney.

We do hereby undertake, that, until a formal contract is prepared and executed,

this bid, together with your written acceptance thereof and notification of award of

contract, shall constitute a binding contract between us.

Signature of Bidder (with official seal)

Page 46: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

46

Date

Name

Designation

Address

Telephone

Fax

E-mail address

Page 47: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

47

B. Technical Bid check list

Sr.

No. Criteria / Sub-criteria Documents to be submitted

1 Bidders company registration Certificate of incorporation /

registration

2 The Bidder’s cumulative annual turnover

should be at least Rs. 100 Crores in last 3 financial years ending 31st March 2012 from

IT Projects and should be profitable in each

of these 3 years

Copy of the annual financial

statements of the company for last three years ending

31st March 2012.

3 Bidders should be IT companies /

organizations and should have positive net worth as on 31st March 2012

Copy of the annual financial

statements of the company for year ending 31st March

2012.

4 The Bidder should have atleast 100

permanent software professionals working in

India.

Certificate from bidder’s HR

Department for number of

Technically Qualified

professionals employed by

the company alongwith the list. EPF certificate/ Challan

indicating total employee

strength

5 Bidder MUST have a ISO 9001:2008

Certification / CMMi Level 3 for software

design & software services covering

implementation, maintenance, consulting

and technical Support. This certificate should be valid as of date of this Tender submission

Copy of the valid certificate

6 Bidder should have software development /

support center in Maharashtra preferably in

Mumbai.

Copy of the office location

registered under Bombay

Shops & Establishments act

7 Bidder should have successfully implemented

atleast one e-Governance project in Water

Management Domain in India. The

application should be in current use by the client

Project Completion

Certificate or testimonial

signed by a competent

authority

8 The Bidder should have successful experience in providing Post Implementation

Support services to any ULB / Water boards

/ Govt. organizations in India in last 5 years

Copy of work order / client certificates/ agreement

9 The bidder should not have been blacklisted

by any government organization at the time

of submission of the Tender

Notarized affidavit on stamp

paper stating that bidder is

not black listed/ banned/

suspended

10 OEM authorization form Authorization form in the

specified format for all OEMs proposed in the bid

Page 48: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

48

11 Covering letter in the Format given in the

Annexure

12 Power of Attorney Board resolution or the

letter from the CEO/ MD of

the company authorizing the

person to submit the bid on

behalf of the company

13 Scanned copy of the EMD & Tender fee

14 Bidder’s experience in implementing e-Governance projects in India / Abroad

Copy of the work order/ client testimonial/

Agreement

15 Bidder’s experience in implementing e-

Governance application covering Water

module in any ULBs / Water boards in India

Copy of the work order/

client testimonial/

Agreement

C. General Profile of the Company

Name and Address of the Company with Telephone Nos., Fax, E-mail and

website

Date of Incorporation (with document evidence for Certificate of

Incorporation)

Offices situated at different locations

Address of Software Development facilities in India

Address of Office in Maharashtra (Mumbai)

Turn over for last three years (Audited Annual Accounts and Annual Reports of

three accounting years to be submitted)

Cumulative Turn over for last three years from IT Projects (with document

evidence)

Sales Tax / Service Tax Registration Number (with document evidence)

PAN NO (with documental evidence)

Number of Software Professionals with the organization as on 31st March 12

(with document evidence)

----------------------------

Authorized Signatory <Name>

Seal

D. Project Details

The bidder should provide details of the projects executed in following format :

Sr.

No.

Name, Address and

Ph No. of client

Brief

project

details

Period/ Date

of contract

and tenure

Module Deployed

for the

project

Total Value of

the

Contract

Page 49: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

49

Note: - Please also upload the Work-orders/ Completion Certificates / Client's Testimonial/ agreement given by concerned organizations.

E. Quality Certificate

Sr.

No.

Name of the

certificate Certified by

Date of getting

certification

Certificate Valid

upto date

(Upload copies of the certificate)

F. Awards/Certificates for products/services

Sr.

No.

Name of the

certificate

Certified by/

Awarded by

Date of getting

certification/award

Field of

award

(Software/ Hardware

etc)

G. Name and Details of the person to whom all references shall be made

regarding the tender

Name: Telephone:

Fax No.: E-mail:

Mobile:

Place: Signature:

Date:

H. Proposed Methodology

The Bidder is required to submit the proposed Technical Solution in detail.

Following should be captured in the explanation:

o Understanding of the requirements o Un priced bill of material and bill of quantity

o Clear description of the proposed solution covering each module

and how integration would be undertaken

o Extent of compliance to technical requirements specified in the

scope of work o Strength of the Bidder to provide services including examples or

case-studies of similar solutions deployed for other clients

The Bidder should provide detailed design of the system. Various other

details need to cover following.

o IT Components design

Configuration & sizing of: Computing (Servers, OS, Databases etc.) infrastructure

Page 50: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

50

Storage infrastructure

Managed Enterprise Connectivity

Other infrastructure

o Operations & Maintenance

Help Desk Services

System/ Database Administration

Backup & Restoration Strategy

Project Plan addressing the following subject:

o Project Implementation Plan;

o Risk Management Plan

o Sustenance Plan

o Technical Support Plan

I. Proposed Resource Deployment

Sr.

No Resource Level Responsibility

No. of Resources deployed

at the proposed level

Bidder needs to provide details of resources proposed for the project

including the Project Execution Team and Post-Implementation Team

Please provide details for each Core Project Team Member in following format

:

Sr.

No

.

Item Details

1 Name

2 Specify role to be played by him/her

3 Current job title

4 Date of Birth

5 Gender

6 Languages Known

7 Educational Background

8 Training / Certifications

Page 51: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

51

9 Total Experience in

years.

10 Experience in e-

Governance in years

11 Details of Experience

Name of Organisation From Date

To Date

Role

12 Current job

responsibilities

13 Summary of Professional / Domain

experience

14 Skill sets

15

Highlights of e-

Governance assignments handled

Name of the Assignment Client Name

Project Brief

Role Played

Period

Activities Undertaken by the personnel

16

Highlights of water

billing module

assignments handled

Name of the Assignment

Client Name Project Brief

Role Played

Period

Activities Undertaken by the personnel

J. Authorisation Letters from OEMs

Date: dd/mm/yyyy

To,

Chief Engineer,

Central Planning, 4th Floor, Express Tower

Nariman Point

Reference: Supply, Implementation and Post implementation support for the Water

Management System of Maharashtra Jeevan Pradhikaran

Sir,

We _______________________, (name and address of the manufacturer) who

are established and reputed manufacturers / developers of __________________ having factories / development centers at __________________ (addresses of

manufacturing / development locations) do hereby authorize M/s

_______________________ (name and address of the bidder) to bid, negotiate

and conclude the contract with you against the above mentioned tender for the

above equipment manufactured / developed by us.

Page 52: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

52

We undertake to provide support to _____________________ (name and address

of the bidder) for the period of 6 years from dd/mm/yyyy (mention tender

submission date).

Yours faithfully,

For and on behalf of M/s __________________________(Name of

the manufacturer) Signature

Name

Designation

Address

Date

Note: This letter of authority should be on the letterhead of the concerned

manufacturer and should be signed by a person competent and having the power of

attorney to bind the manufacturer. Bidder is expected to submit the Authorisation Letters from all the OEMs of the Packaged Software / Hardware supplied.

In case the Bidder is an Authorized Partner/ Reseller of the OEM, then the

necessary documentary proof for the same may be submitted and the authorization

letter indicated above need not be provided.

K. Statement of Deviation from Tender Requirements, Terms &

Conditions

Date: dd/mm/yyyy To,

Chief Engineer,

Central Planning,

4th Floor, Express Towers

Nariman Point

Reference: Supply, Implementation and Post implementation support for the Water

Management System of Maharashtra Jeevan Pradhikaran

Sir,

Following are the deviations from the terms and conditions of the tender. These

deviations and variations are exhaustive. Except these deviations and variations, all

other terms and conditions of the tender are acceptable to us.

S.

No.

Section

No.

Page No. Para Statement of deviations and

variations

_________________

Page 53: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

53

Authorized Signatory

Name : Designation:

L. Specifications of the IT Infrastructure Components

Sr.

No

Name /

Description OEM Make & Model

Compliance to the

requirements

mentioned in RFP (Y / N)

.............

.............

M. Module-wise Functionality Compliance Matrix

Please follow coding to answer the compliance matrix given as below :

F = Fully meets requirement “out-of-the box”

T = Meets through Third-party software C = Customization / change of source code would be required

Sr.

No. Module Functionality

(F/T/C)

1

2

.

.

N

Compliance Matrix needs to be specified for all the modules given in Annexure.

Compliance score shall be calculated for each module as per following formula

Total Score = sum of (1.0 * F + 0.7 T + 0.6 C) / n X 100

Page 54: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

54

9 Annexure II : Format for Commercial Bid

A. Commercial Bid Letter

To

Chief Engineer,

Central Planning, 4th Floor, Express Towers

Nariman Point

Sir/ Madam,

Subject: Supply, Implementation and post implementation support for the Maharashtra Jeevan Pradhikaran Water Management System

Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

We, the undersigned Bidder, having read and examined in detail all the Tender

documents in respect of Appointment of an Agency for Supply, implementation and

post implementation of the MJP Water Management System do hereby propose to provide services as specified in the Tender documents number <TENDER

REFERENCE NUMBER> Dated <DD/MM/YYYY>

PRICE AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as specified in the Tenderd documents. All the prices and other terms and conditions of this

Tender are valid for a period of 180 calendar days from the date of opening of the

Tenders.

We hereby confirm that our Tender prices include all taxes. However, all the taxes

are quoted separately under relevant sections. We have studied the clause relating to Indian Income Tax and hereby declare that

if any income tax, surcharge on Income Tax, Professional and any other corporate

Tax in altercated under the law, we shall pay the same.

UNIT RATES

We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of payment as well as for price adjustment in case of any

increase to / decrease from the scope of work under the contract.

EARNEST MONEY DEPOSIT (EMD)

We have enclosed an EMD in the form of a Demand Draft for a sum of Rs. 4,00,000/- (Rupees Four Lakhs only). This EMD is liable to be forfeited in

accordance with the provisions of the terms and conditions of this tender

DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender documents except for the variations and deviations, all of which have been

detailed out exhaustively in the following statement, irrespective of whatever has

been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in the Tender documents,

other than those stated in deviation schedule, shall not be given effect to.

TENDER PRICING

We further confirm that the prices stated in our bid are in accordance with your

Instruction to Bidders included in Tender documents.

QUALIFYING DATA

Page 55: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

55

We confirm having submitted the information as required by you in your Instruction

to Bidders. In case you require any other further information/documentary proof in

this regard before evaluation of our Tender, we agree to furnish the same in time to your satisfaction.

BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the

Schedule of Requirements and Tender documents. These prices are indicated in

Format 2 of this Section attached with our Tender as part of the Tender. Contract Security Bond

We hereby declare that in case the contract is awarded to us, we shall submit the

contract security bond in the format specified by MJP.

CONTRACT PERFORMANCE GUARANTEE BOND

We hereby declare that in case the contract is awarded to us, we shall submit the

contract performance guarantee bond in the format specified by MJP. We hereby declare that our Tender is made in good faith, without collusion or fraud

and the information contained in the Tender is true and correct to the best of our

knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to

accept a Tender you receive. We confirm that no Technical deviations are attached here with this commercial

offer.

Thanking you,

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal.

Date:

Place: Business Address:

Page 56: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

56

B. Commercial Bid formats

General Intructions : Bidder should provide all prices as per the prescribed format under this

Annexure. Bidder should not leave any field blank. In case the field is not filled,

it would be assumed that the item would be provided at zero cost.

All the prices (even for taxes) are to be entered in Indian Rupees ONLY

(%age values are not allowed) It is mandatory to provide breakup of all Taxes, Duties and Levies wherever

applicable and/or payable.

MJP reserves the right to ask the Bidder to submit proof of payment against

any of the taxes, duties, levies indicated.

MJP shall take into account all Taxes, Duties & Levies for the purpose of

Evaluation The Bidder needs to account for all Out of Pocket expenses due to Boarding,

Lodging and other related items.

C. Summary of Cost Components

D. Details of Cost Components

Note : MJP reserves it right to alter the scope (increase quantity / remove certain items)

IT Infrastructure Cost

Sr.

No Description Qty

Unit

Rate

(INR)

Discount % over

the list

price

Total

Amou

nt

(INR) (A)

Tax

(B)

G. Total

(INR)

(A+B)

Database Server (Hardware) 1

Application (Hardware) 1

Item Total

Price Total Price in words

Capital Expenditure

IT Infrastructure Cost (a)

Application Software Cost (b)

System integration Services (c)

Total Capital Expenditure (d = a+b+c)

Operational Expenditure for 3 Years

Annual Maintenance Cost for 3 Years (e)

Man-month rates for Programmer / System Analyst (f)

Annual cost for Managed Enterprise wide Connectivity solution (g)

Total Operational Expenditure (h=e+f+g)

Total Project Cost (d+h)

Note:

All unit rates indicated in the schedules shall be inclusive of (not limited to supply),

installation, duties, transport, packing and transit insurance charges etc. Taxes

should be indicated under the relevant column in the schedules.

Page 57: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

57

Web Server (Hardware) 1

LDAP Server 1

Backup Server 1

Test Server 1

Backup Devise 1

Backup Media 10

Oracle RDBMS

Application Server

(Software)

Web Server (Software)

Networking Devices

Security Devices

Rack

KVM module

Hand held devices 50

Any other component to

address the requirements of

MJP

Application Software Cost

Modules Name

License

Cost

(A)

% of Discount

given on

List

Price

Customisation

/

Development Cost (B)

Total

Cost (A

+ B)

Tax

(B)

Grand

Total

(A+B)

Customer Relationship Module

Grievance Redressal

Module

Water Billing Module

Total

In case of Bespoke Developed Modules, License Cost shall be Zero, while the

Development, Testing Cost shall be mentioned in Column B

MJP would prefer the bidders to specify ‘% Discount given on List Price’, however

this column is not compulsory. Conditions for discounts if any to be specified

explicitly by the bidder. With respect to the ‘License Cost’ for each of the modules in sub-section (b),

bidders may decide to keep the License Cost for Line item) as ‘nil’ for certain

modules if it has been already covered in some other module. In such cases,

Bidders should specify the parent module name where the License Cost has been

considered.

System Integration services

The cost of the following services is to be provided as part of the system integration

services.

It is expected that the successful bidder shall conduct the Gap Analysis

Study with the Expert Committee appointed by MJP. The packaged software will be

demonstrated to the Expert Committee and detailed study and discussion will be

done. Software requirements will be frozen in this Business Blue Print Study phase.

Page 58: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

58

Once the bidder completes the software changes, User Acceptance Testing (UAT)

will be done with Expert Committee at a centralized location. The software once

successfully certificated after UAT will be rolled-out at locations of MJP.

Following activities will be centralized activities:

Business Blue Print / Gap Analysis Study

User Acceptance Test

Following activities are envisaged to be carried out at each Division of MJP under

the scope of this project:

Fitment of frozen software at respective Sub Divisions

User Training Mock Go-Live

On site Hand holding Support

The detail scope of these milestones is given in the point no. 5.3 – Project

Implementation Services of this Tender document.

Services Rate (A) Qty

(B)

Cost (D)

= A X B

Tax

(E)

Total

(D+E)

Centralized services- Blue print

study, UAT

1

Integration with:

Payment Gateway, Online

services on centralized web portal

of MJP

SMS alerts

Hand-held Device for Receipt & Collection

Accounting system, GIS

1

Services at each Sub Division-

User Training and Mock Go-live

28

Services at each Sub Division- On site hand holding

28

Total

Annual Maintenance Cost

Year Amount (INR) (A) Tax (B) Total (A+B)

First

Second

Third

Fourth

Fifth

Total

* Bidder shall give item-wise break-up of the AMC in a separate sheet

Annual cost for Managed Enterprise wide Connectivity solution

Type of Service Number of Units Connectivity

charges Total Charges

Server Side connectivity 1

Connectivity at each 28

Page 59: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

59

division

Connectivity with the DR

site 1

Grand Total

The number of man months given in the above table is indicative and for calculation

purpose only (for arriving at total cost of project) and are not guaranteed.

Actual deployments of the man-power would happen as per the requirements

during post-implementation stage. These requirements would be applicable only for the additional scope that will be approved by MJP, and is additional to the scope

agreed by MJP during SRS stage.

Man Power charges for Programmer/ System analyst

Type of Service Number of Man

Months

Unit Man month

charges Total Charges

Programmer 12

System Analyst 12

Grand Total

Page 60: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

60

10 Annexure III : Minimum Specifications for IT

Infrastructure Components

All the Hardware including the server, network equipments, Security devices should

be of an OEM make which is among the top 5 companies in the India region as per

any of the recent two published IDC/ Gartner/ Frost and Sullivan Report. The specifications provided below are the minimum specifications and the bidder may

offer higher/ better/ latest configuration of product based on their assessment of

the requirements and to meet the SLAs defined in the RFP.

A. Racks : For housing of all the Server Components 42U racks, to be mounted on the floor with proper floor mounting kits and all

necessary accessories.

The racks should conform to EIA-310 Standard for Cabinets, Racks, Panels

and Associated Equipment and accommodate industry standard 19” rack mount

equipment.

Front and Back doors should be perforated with atleast 63% or higher perforations.

All racks should be OEM racks with Adjustable mounting depth, Multi-

operator component compatibility, Numbered U positions, Powder coat paint

finish and Protective grounding provisions.

All racks should have dual power strips, and redundant cooling fan sets. All racks must be lockable on all sides with unique key for each rack.

All racks should have Two Modular Power Distribution Units for a minimum

off 10 number of devices, Mounting Hardware 2 Packs, Blanking Panel.

Server Racks should have the following things in addition to the above

mentioned hardware Rack mount Keyboard and Monitor

USB Interface adapter

Serial Interface (RS232)

Redundant power supply

The racks must have steel (solid / grill / mesh) front / rear doors and side panels. Racks should NOT have glass doors / panels.

Both the front and rear doors should be designed with quick release hinges

allowing for quick and easy detachment without the use of tools.

Racks should have Rear Cable Management channels, Roof and base cable

access

Racks should be compatible with floor-throw as well as top-throw data centre cooling systems.

KVM Switch should be IP based and 1 KVM switch per cluster of racks is

required

Physical Specifications

Enclosure dimensions, rack mounting compatibility and weight load ratings:

Internal

Height

EIA-

310

External

Height

External

Width

External

Depth

Static

Rating

Dynamic

Rating

42U 19” 1991mm

(78.40”)

600mm

(23.62”)

1070mm

(42.13”)

1364kg

(3000lbs)

1023kg

(2250lbs)

The servers shall be sized by Bidder independently considering the business

requirements and workload details provided. The servers shall be sized such that it

shall not utilize more than 70% of its resources (CPU and I/O) in normal course

(with an exception to the batch processes). The utilization shall not exceed 70%

for a sustained period of more than 15 minutes. Bidder shall provide requisite

Page 61: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

61

licenses for all the software required for the respective servers including, but

not limited to, Operating System.

B. Database Server

Latest series/ generation of RISC/EPIC/CISC processors with 2.6 GHz clock

speed or higher clock frequency

32 GB DDR3 -1333 SDRAM

4 X 300 GB SAS (15k rpm) in RAID 5 configuration 2 * Gigabit Server NICs & 2 nos. of single port Fibre channel adapters

Redundant Power Supply

Integrated RAID 0, 1, 5

Certified for latest version of Linux/Unix/Microsoft Operating system

Form factor - 19” Rack mountable/ Blade

C. Application / Web/ LDAP/ Back up/ NMS/ UAT Server

Latest series/ generation of RISC/EPIC/CISC processor with at least 2.6 Ghz

clock frequency

32 GB DDR3 -1333 SDRAM

2 X 300 GB SAS (15k rpm) 2 * Gigabit Server NICs & 2 nos. of single port Fibre channel adapters

Redundant Power Supply

Integrated RAID 0, 1, 5

Certified for latest version of Linux/Unix/Microsoft Operating system

Form factor - 19” Rack mountable/ Blade

D. Back Up Device

Disc Library/ VTL

With 4TB usable capacity with RAID 5/6 on SATA drive Array

Should be able to provide both LAN B2D backup and VTL backup at the same

time Should have an easy management console

Should support block based data duplication

Should have integration with LDAP/AD

Should support 4 Gbps architecture

Should support capacity on demand feature that allows storage allocation associated with a virtual tape cartridge to be consumed upon write and not

creation

Should support upto 64 virtual ibraries, 160 virtual tape drives and 9000

virtual tape cartridge

Should support 1 TB SATA II drives

E. KVM Module

Keyboard, Video Display Unit and Mouse Unit (KVM) for the IT Infrastructure

Management. 19” rack mountable with minimum 8 ports. It should support both

USB and PS/2 connections to server. It should be capable to auto scan servers. It should support local user port for rack access. The KVM switch should be SNMP

enabled. It should be operable from remote locations. It should support multiple

operating system. It should have dual power with failover and built-in surge

protection. It should support multi-user access and collaboration.

F. Networking Devices The equipments listed below are only indicative and the bidder may or may not

propose all of the equipments based on the type of the enterprise wide connectivity

solution proposed by the bidder.

Page 62: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

62

Primary Router

The router should have 2 LAN & 2 WAN slots loaded with minimum one 2-

port sync/async Serial Interface card and cable for connectivity to Internet / other offices.

The sync / async port should support data rates of up-to 128Kbps in sync

mode.

Should support speeds upto 2Mbps.

Must have support for TCP/IP, PPP, X.25, Frame relay and HDLC. Must support VPN. Routing protocols of RIP, OSPF, and BGP and must be SNMP

manageable.

Secondary Router

The router should have 2 LAN & 5 WAN slots loaded with minimum one 4-

port sync/async Serial Interface card or 4- port channelized E1 card with cable

for connectivity to Internet / other offices. The sync / async port should support data rates of up-to 128Kbps in sync

mode.

Must support speed upto 100 Mbps.

Must have support for TCP/IP, PPP, X.25, Frame relay and HDLC.

Must support VPN. Routing protocols of RIP, OSPF, and BGP and Support IPV4 & IPV6. Must be SNMP manageable.

Should deliver multiple IP services over a flexible combination of interfaces.

The router should be scalable. For each slot multiple modules should be

available.

Traffic Control and Filtering features for flexible user control policies. Bandwidth on demand for cost effective connection performance

enhancement.

Remote access features.

Redundancy in terms of CPU, Power supply.

The security feature of MD5 encryption for routing protocol, NAT, URL based

Filtering, RADIUS Authentication, Management Access policy, IPSec / Encryption, L2TP etc should be available.

QoS features of RSVP, Priority Queuing, Policy based routing, Traffic shaping,

Time-based QoS Policy, Bandwidth Reservation / Committed Information Rate

should be available.

Core Switch Ports: 48 10/100/1000 Base-TX Ethernet ports and extra 2 nos of Base-

SX/LX ports, All ports can auto-negotiate between 10Mbps/ 100Mbps/

1000Mbps, half-duplex or full duplex and flow control for half-duplex ports

MAC: Support 8K MAC address

Backplane: 56 Gbps or more Switching fabric capacity Packet Forwarding Rate should be 70.0 Mpps

Must support Port Mirroring, Port Trunking and 802.3ad LACP Link

Aggregation port trunks

Support IEEE 802.3x flow control for full-duplex mode ports

Support 802.1D, 802.1S, 802.1w, Rate limiting Support 802.1Q VLAN encapsulation, IGMP v1, v2 and v3 snooping

802.1p Priority Queues, port mirroring, DiffServ

Support based on 802.1p priority bits with at least 8 queues

DHCP support & DHCP snooping/relay/optional 82/ server support

Shaped Round Robin (SRR) or WRR scheduling support.

Support for Strict priority queuing & Sflow Support for IPV6 ready features with dual stack

Support upto 255 VLANs and upto 5000 VLAN IDs

Support port security

Page 63: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

63

Support 802.1x (Port based network access control).

Support for MAC filtering.

Should support TACACS+ and RADIUS authentication Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

The switch must support dynamic VLAN Registration or equivalent

Dynamic Trunking protocol or equivalent

Network Time Protocol or equivalent Simple Network Time Protocol support

Switch should support traffic segmentation Traffic classification should be based on user-definable application types:

TOS, DSCP, Port based, TCP/UDP port number

Switch needs to have RS-232 console port for management via a console

terminal or PC

Must have support SNMP v1,v2 and v3

Should support 4 groups of RMON Should have accessibility using Telnet, SSH, Console access, easier software

upgrade through network using TFTP etc. Configuration management through

CLI, GUI based software utility and using web interface

G. Security Devices The equipments listed below are only indicative and the bidder may or may not

propose all of the equipments based on the type of the enterprise wide connectivity

solution proposed by the bidder. The performance of the equipments in terms of

the throughput and concurrent connections should be sized adequately by the

bidder. Firewall

Should be mountable on 19” Rack, Modular Chassis with Internal redundant

power supply

4 x GE port, upgradable to 8 GE and Console Port 1 number

Simultaneous VPN tunnels: 100

Routing protocol: Static Routes, RIPv1, RIPv2, OSPF Other protocol: TCP/IP, PPTP, RTP, L2TP, IPSec, GRE, DES/3DES/AES,

PPPoE, EAP-TLS, RTP, FTP, HTTP, HTTPS, SNMP, SMTP, DHCP, DNS, Support for

IPv6

Other support: 802.1Q, NAT, PAT, IP Multicast support, Remote Access VPN,

Time based Access control lists, URL Filtering, support VLAN, Layer 2 Firewall, Virtual Firewall, Radius/ TACACS

QoS features like traffic prioritization, differentiated services, committed

access rate. Should support for QoS features for defining the QoS policies

Management: Console, Telnet, SSHv2, Browser based configuration,

SNMPv1, SNMPv2 Intrusion Prevention System

IPS performance should not reduce by enabling Layer 7 attacks filters by

optionally offloading Layer 7 string search on separate dedicated ASICs.

IPS should have Dual Power Supply

IPS system should be transparent to network, not default gateway to Network

IPS system should have Separate interface for secure management

IPS system should have 4-1GE, 4 FE

IPS system should be able to protect Multi Segment in the network, should

be able to protect 4 segments.

Real time protection: Web Protection, Mail Server Protection, Cross Site Scripting, SNMP Vulnerability, Worms and Viruses, Brute Force Protection, SQL

Injection, Backdoor and Trojans

Page 64: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

64

Stateful operation: TCP Reassembly, IP Defragmentation, Bi-directional

Inspection, Forensic Data Collection, Access Lists

Signature Detection: Should have provision for Real Time Updates of Signatures, IPS Should support Automatic signature synchronization from

database server on web Device should have capability to define User Defined

Signatures

Block attacks in real time: Drop Attack Packets, Reset Connections, Packet

Logging, Action per Attack Alerts: Alerting SNMP, Log File, Syslog, E-mail

Management: SNMP V1, 2C, 3, HTTP, HTTPS, SSH, Telnet, Console

Security Maintenance: IPS Should support 24/7 Security Update Service, IPS

Should support Real Time signature update, IPS Should support Provision to add

static own attack Signatures, System should show real-time and History reports

of Bandwidth usage per policy, IPS should have provision for external bypass Switch

H. Online UPS

Adequate capacity to cover all above IT Components

Output wave form should be Pure Sine wave Input Power Factor at Full Load should be > 0.90

Should support an input of Three Phase 3 Wire in case the proposed UPS is

over 5 KVA UPS

Input voltage range should be 305-475VAC at Full Load and Input frequency

should be 50Hz +/- 3 Hz The output voltage should be 400V AC, Three Phase for over 5 KVA UPS and

output frequency should be 50Hz+/- 0.5% (Free running); +/- 3% (Sync. Mode)

The inverter efficiency should be > 90 % and the over all AC-AC efficiency

should be > 85 %

UPS should shutdown with an alarm and indication on following conditions

1)Output over voltage 2)Output under voltage 3)Battery low 4)Inverter overload 5)Over temperature 6)Output short

Battery backup should be 60 minutes on full load

Battery should be VRLA (Valve Regulated Lead Acid) SMF (Sealed

Maintenance Free)

Indicators for AC Mains, Load on Battery, Fault, Load Level, Battery Low Warning, Inverter On, UPS on Bypass, Overload, etc Metering for Input Voltage,

Output Voltage and frequency, battery voltage, output current etc should be

available

Audio alarm for Battery low, Mains Failure, Over temperature, Inverter

overload, Fault etc. should be available The operating temperature should be 0 to 50oC

I. Hand Held Device

The bidder is expected to procure and maintain handheld reading devices for

collections and receipt generation during the contract period. Number of Handheld Devices required is mentioned in earlier section. The water billing module solution

is expected to integrate with the proposed handheld devices and bidder is required

to develop necessary adaptor/ utility to facilitate the communication between the

two systems.

The following functionalities shall be available on both ONLINE (GSM based) and

OFFLINE mode: Should have secured biometric access to the device

Should store data for atleast 300 consumers at a time

Page 65: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

65

Should be able to create payment receipt / acknowledge on the receipt of

payment from the customer. The MJP official shall be able to collect payment at

customers’ premises. Should be able to import/export the customer data and bill data from/into

the water billing module.

Should have in-built printing system

Should have in-built Bar code scanner for reading the bar code printed on the

bills so that there is no requirement of data entry pertaining to the customer and bill

Formats for bills / receipts / acknowledgements etc shall be decided by

the Purchaser including the logo to be printed. The format may change

periodically. The Bidder shall ensure that all such format changes are done on

the request of the purchaser at no extra cost to the purchaser

Bidder to develop the application for the Handheld device and provide UAT and testing services. Bidder should provide software development kit

(SDK) for development of application for handheld device

All damages to the hardware, software and accessories of the devices

(including wear and tear as part of regular usage) shall be covered as

part of comprehensive onsite warranty for the contract period. Any forced breakage / damage to the device shall be the responsibility of MJP

J. Bar coding software

The bidder should provide bar-coding printing on the bills for Automatic Identification and Data Capture

The barcode software shall integrate with the water billing module to record

and track bill generation and payments

K. Back up, Replication and Recovery Software

Scheduled unattended backup using policy-based management for all Server and OS platforms

The software should support on-line backup and restore of various

applications and Databases

The backup software should be capable of having multiple back-up sessions

simultaneously The backup software should support different types of backup such as Full

back up, Incremental back up, Differential back up, Selective back up, Point in

Time back up and Progressive Incremental back up

The backup software should support different types of user interface such as

GUI, Web-based interface

L. Database Server Software

Class of Database – Enterprise Edition.

Should be open and current latest version, which is commercially available

The support should be provided with patches and updates available from OEM.

Database Server should be available and function in multiple operating

systems like Linux, Unix, and Windows.

Database License should be un-restricted, to prevent any non compliance in

an event of customization & integration

Should support UNICODE character set Database should provide standard SQL Tool for accessing the database. The

tool should be able to monitor, maintain and manage the database instance,

objects, and packages.

Page 66: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

66

Must ensure inter-dependency of user concurrency and data consistency.

Should provide non-escalating lock mechanism and multi version read

consistency for the transaction processing. Database should support terabyte and petabyte scaling.

Should provide connectivity using native connectivity, JDBC, ODBC and

connectivity to various technologies like .NET, ASP, Java etc.,

The database should have built-in parallelism to utilize the multiple

processors in the system Database should have built-in backup and recovery tool, which can support

the online, incremental backup. The tool should facilitate the media recovery,

partial recovery and full recovery

Should be able to provide database level storage management mechanism,

which should enable the availability by means of creating redundancy,

automatically balance the data files across the available disks, i/o balancing across the available disks for the database for performance, availability and

management.

Database should have a DR solution to replicate the changes happening in

the database across multiple DR sites

Database should provide functionality to replicate / propagate the data across different databases.

Should support DWH capabilities like caching the query join results,

parallelism, OLAP, Data Mining capabilities

Should provide security mechanism at foundation level of the database, so

that the options and additions to the database confirm the security policy of the organization without changing the application code. Shall confirm to security

evaluations and conformance to common criteria.

Should support for enhanced authentication by integrating tokens and

biometric technologies.

Should be having native auditing capabilities for the database.

Should be having built-in provision to Administer database, Monitor performance, Maintain database, Backup and recovery, Recovery management

Disaster recovery management.

The management tool should provide optional tools for proactive diagnosis of

the database – providing the root cause analysis, active sessions’ history, top

queries, performance issues and advisories. The Management should provide advisory-based performance tuning tool

which help to tune the queries or objects, SQL analysis, SQL access.

The DR site should be in READ ONLY mode for quick turnaround during

disaster and to maintain data sanctity at all the times

The database should be provided with at least 128 bit encryption for data protection

Should support native Database compression and should support

compression OLTP operations as well as bulk loads

M. Application Sever Software Must support multiple OS /Platforms e.g. UNIX – AIX, Solaris, Linux,

Windows, etc

Must support all type of available messaging protocol out of the box

Support for FastSwap iterative development,without application

redeployment

Support for premium clustering capabilities,automatic failover,replications,whole server migration and additional load balancing

schemes

Page 67: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

67

"Support for side-by-side/production redeployment. Can newer versions of

application be deployed side-by-side with older version in same JVM"

Support for automatic retirement - graceful or timeout for older versions of the application

GUI based configuration of server resources, prebuilt templates etc

Easy to manage multi-domain, multi version enterprise environment

Full Support for jeEE standards and components like EJB, Servlets and JCA

Single application console to manage multiple instances, clusters and other j2EE components

Support for Webservices standards like WS-I Basic Profile, WSDL, SOAP,

UDDI 2.0, WS-Reliability etc

Support for third party databases and JMS providers like DB2, SQLServer,MQ

Series etc

Single Sign On (SSO) support out of the box in application server so that a client signs onto the application once and be automatically authenticated for

other components within the application server

Provision for end to end lifecycle management of user identities across all

enterprise resources both within and beyond firewall

Provide support for creating message oriented distributed applications via an Enterprise class Service Bus

Support for ensuring regulatory compliance, central access

management,policy based authorization and auditing with rich identity

management functionality

N. Anti virus Software

Shall be able to scan through several types of compression formats.

Must update itself over internet for virus definitions, program updates etc

(periodically as well as in push-updates in case of outbreaks)

Able to perform different scan Actions based on the virus type (Trojan/

Worm, Joke, Hoax, Virus, other) Shall be able to scan only those file types which are potential virus carriers

(based on true file type)

Shall be able to scan for HTML, VBScript Viruses, malicious applets and

ActiveX controls

Shall provide Real-time product Performance Monitor and Built-in Debug and Diagnostic tools, and context- sensitive help.

The solution must support multiple remote installations

Shall provide for virus notification options for Virus Outbreak Alert and other

configurable Conditional Notification.

Should be capable of providing multiple layers of defense Shall have facility to clean, delete and quarantine the virus affected files.

Should support scanning for ZIP, RAR compressed files, and TAR archive files

Should support online update, where by most product updates and patches

can be performed without bringing messaging server off-line.

Should use multiple scan engines during the scanning process Should support in-memory scanning so as to minimize Disk IO.

Should support Multi-threaded scanning

Should support scanning of nested compressed files

Should support heuristic scanning to allow rule-based detection of unknown

viruses

Updates to the scan engines should be automated and should not require manual intervention

All binaries from the vendor that are downloaded and distributed must be

signed and the signature verified during runtime for enhanced security

Page 68: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

68

Updates should be capable of being rolled back in case required

File filtering should be supported by the proposed solution; file filtering

should be based on true file type. Should support various types of reporting formats such as CSV, HTML and

text files

Shall scan at least HTTP, FTP traffic (sending & receiving) in real time and

protect against viruses, worms & trojan horse attacks and other malicious code.

O. Directory Services

Should be compliant with LDAP v3

Support for integrated LDAP compliant directory services to record

information for users and system resources

Should provide integrated authentication mechanism across operating

system, messaging services Should provide directory services for ease of management and

administration/replication

Should provide support for Group policies and software restriction policies

Should support security features, such as Kerberos, Smart Cards, Public Key

Infrastructure (PKI), etc Should provide support for X.500 naming standards

Should support Kerberos for logon and authentication

Should support that password reset capabilities for a given group or groups

of users can be delegated to any nominated user

Should support that user account creation/deletion rights within a group or groups can be delegated to any nominated user

Should support directory services integrated DNS zones for ease of

management and administration/replication.

Specifications and Infrastructure Layout and design for balance components shall

be provided by Bidder as part of Bid along with the Technical brochures / details for all offered and suggested hardware.

The bidder must be able to address the high uptime and performance using

standard Load Balancing and Cluster technology. Details of same to be provided by

Bidder.

Page 69: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

69

11 Annexure IV : Draft Master Service Agreement

This AGREEMENT is made at __________, Maharashtra, on this ____ day of _____,

2012,

BETWEEN

Maharashtra Jeevan Pradhikaran, hereinafter referred to as "MJP", of the FIRST

PART;

AND

-----------------------------, a company registered under the Companies Act, 1956,

having its registered office at -----------------------------, hereinafter referred to as

“Systems Integrator”, (which expression shall include its successors,

administrators, executors and permitted assignees), of the SECOND PART.

Whereas MJP has envisaged automating Water management across all divisions in

the State (hereinafter referred to as the “said Project”);

And whereas MJP has published the RFP to seek services of a reputed IT firm as a System Integrator for Supply, Implement & Maintain (for 3 years) the water

management system at MJP;

And whereas M/s. ------------------------- has submitted it’s proposal to Supply,

Implement & Maintain the required water management system for MJP;

And whereas MJP and M/s. --------------------------- have decided to enter into this

Agreement on the terms and conditions stipulated hereinafter.

NOW, THEREFORE, THIS AGREEMENT WITNESSETH and the parties hereto hereby

mutually agree as follows:-

(1) Definitions :-

In this Agreement, the following terms shall be interpreted as indicated, -

“MJP” means Maharashtra Jeevan Pradhikaran

“Contract” means this Agreement entered into between MJP and the Systems

Integrator including all attachments and annexures thereto and all documents

incorporated by reference therein;

“Systems Integrator” means M/s. ----------------- (names of Consortium members,

if any) interchangeably referred to as “SI” in the contract.

“RFP” means the Tender Published by MJP (Ref. No. ------) and the subsequent

Corrigendums / Clarifications issued.

(2) MJP hereby covenants to pay the SI in consideration of the provision of the

Services as specified in Section 5 of the RFP (Annexed with the contract as

Annexure 1) hereto to be rendered by SI, and remedying of defects therein, the

Page 70: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

70

Contract Price or such other sum as may become payable under the provisions of

the Contract at such time and in the manner as specified in the Contract.

(3) The RFP document shall be deemed to form and be read and construed as part

of the contract.

(4) Time Schedule :

The Systems Integrator shall render its services for the total period of five years from the date of Implementation Completion Certificate by MJP.

(5) Fees :

Total fees to be paid to the Systems Integrator for the services mentioned in the

contract is Rs. ------------------------.

(6) Work Completion Timelines And Payment Terms

Project Delivery / Work Completion milestones given below is from the date of

Work Order.

% of the Payment Milestone given is the percentage of the Total Pre-

Implementation Cost as per the Annexure I (Commercial Bid), (Annexed with the contract as Annexure 2) .

Pre-Implementation

Time

line Milestone Deliverables Payment

T

Award of Contract

& Team

Mobilization

Security Deposit of

5% of the order

value

5 % of cost of system integration services

T+ 1

weeks

Detailed Project

Plan for

Implementation of Solution

Project Plan for

Implementation

T+ 8 weeks

Business Blue Print Study

Software

Specification

Document

Infrastructure

Design document

15% of cost of system integration services

T + 16

weeks

Supply &

Installation of Server Side

Hardware &

Software

Document on the IT component

procured &

configuration

90 % of IT Infrastructure

cost

T + 18

weeks

Enterprise wide

networking

Document on the

network component

procured & configuration

-

T +20

weeks

Bespoke Development or

Application

Configuration &

Customization

UAT criteria

document

T+ 22

weeks

Acceptance testing

Infrastructure

Compliance

Report on various

tests performed

with results

10 % of IT Infrastructure

Cost, 50 % of Application

software cost & 30% of

Page 71: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

71

UAT of the

Software Modules

including

performance

testing

Report on

resolution of issues

identified during

testing

Cost of system integration

services

T+ 28 Weeks

Submission of

System

Documentation & User

Documentation

Data Migration

Operational manual

Procedure for installation &

configuration of

infrastructure

components

Manufacturers technical document

Security Policy

T + 30

weeks

Training at

Divisional offices

Training/ User

manual & course

materials

T+ 32

weeks

Mock go Live

Completion

Certificate by MJP

+

10% Performance Guarantee

30 % of the cost of system

integration services would

be paid as a monthly

payment on a pro- rata basis (number of divisions

completed in a month

would be claimed in that

month)

40 % of the application

software cost on

completion of Mock go live

T+ 40

weeks

On site hand

holding

20 % of the cost of system

integration services would be paid as a monthly

payment on a pro- rata

basis (number of divisions

completed in a month

would be claimed in that month)

10 % of the application software cost

Note :

Phase wise implementation will be allowed, vendor will have to implement key

modules in phase – 1 & other modules will have to be implemented in later phases.

However, the Successful Live Run milestone for the entire project needs to

achieved as per above mentioned timelines.

Post-Implementation

Annual Maintenance Contract (for 3 years after

Implementation Completion Certificate by MJP)

The total AMC amount would

be divided into 36 equal

monthly installments to be

paid after every month

Man-month based supply of Programmer /

System Analyst Monthly

Page 72: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

72

(7) Commercial Terms :

MJP will release the payment within 30 days of submission of invoice subject to the condition that invoice and all supporting documents produced are in order.

(8) Annual Technical Support (ATS)

The Annual Technical Support (ATS) to be provided by the Systems Integrator is for

the period of five years from the date of acceptance of the system by MJP. Scope of ATS is as per the Section 5 of the RFP (Annexed with the contract as Annexure 1).

(9) Service Level Agreement

MJP is looking at a very professional approach in the project implementation and

it’s operations. Bidders will have to match to the expectations of the service levels

given in Section 7 of the RFP (Annexed with the contract as Annexure 3).

(10) Indemnity

Vendor shall indemnify, protect and save MJP against all claims, losses, costs,

damages, expenses, action suits and other proceeding, resulting from infringement

of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the hardware / software supplied by him.

(11) Publicity

Any publicity by the vendor in which the name of MJP is to be used should be done

only with the explicit written permission of the Chief Engineer, Central Planning, MJP.

(12) Guarantees

Vendor should guarantee that the hardware systems delivered to MJP are brand

new, including all components. In the case of software, the vendor should

guarantee that the software supplied to MJP is licensed and legally obtained. All hardware and software must be supplied with their original and complete printed

documentation.

(13) Force Majeure

The vendor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that its delay in

performance or other failure to perform its obligations under the contract is the

result of an event of force Majeure. For purposes of this Clause, “Force Majeure”

means an event beyond the control of the Vendor and not involving the vendor’s

fault or negligence and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their

sovereign capacity, acts of war, either in fires, floods, strikes, lock-outs and freight

embargoes.

If a Force Majeure situation arises, the Vendor shall promptly notify the Chief Engineer, Central Planning, MJP, in writing of such conditions and the cause thereof

within twenty calendar days. Unless otherwise directed by the Chief Engineer,

Central Planning, MJP in writing, the Vendor shall continue to perform it’s

obligations under the Contract as far as it is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force Majeure

event.

In such a case, the time for performance shall be extended by a period(s) not less

than the duration of such delay. If the duration of delay continues beyond a period

Page 73: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

73

of three months, MJP and the vendor shall hold consultations with each other in an

endeavor to find a solution to the problem.

Not withstanding above, the decision of the Chief Engineer, Central Planning, MJP,

shall be final and binding on the vendor.

(14) Resolution of Disputes

Chief Engineer, Central Planning, MJP and the vendor shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute

arising between them under or in connection with the contract. If after thirty days

from the commencement of such informal negotiations, IT Cell, MJP and the Vendor

have been unable to resolve amicably a contract dispute, the matter will be

referred to the Member Secretary, MJP, and his decision will be final and binding on

both the parties.

(15) Risk Purchase Clause

In case the selected vendor fails to execute the project as stipulated in the delivery

schedule, Chief Engineer, Central Planning, MJP, reserves the right to procure

similar services from alternate sources at the risk, cost and responsibility of the vendor. Before taking such a decision, MJP would give a notice period of 1 month.

(16) Data Ownership

All the data created as the part of the project would be owned by MJP.

Successful Bidder shall take utmost care in maintaining security, confidentiality and backup of this data.

(17) Intellectual Property Rights

In case of the Bespoke Development, the Successful Bidder shall transfer the

Source Code to MJP along with all the rights and privileges. Successful Bidder shall

also submit all the necessary instructions for incorporating any modification / changes in the software and its compilation into executable / installable product.

(18) Exit Management

Exit Management Purpose

This Schedule sets out the provisions, which will apply on expiry or termination of the contract. The Parties shall ensure that their respective associated entities carry

out their respective obligations set out in this Exit Management Schedule.

Transfer of Assets

Successful Bidder shall be entitled to use the Assets for the duration of the exit management period, which shall be the four month period from the date of expiry

of contract, or termination of the contract.

Confidential Information, Security and Data

Successful Bidder will promptly on the commencement of the exit management period, supply to the MJP or its nominated agencies the following:

Information relating to the current services rendered and performance data relating

to the performance of the services; Documentation relating to water management

system, Project’s Intellectual Property Rights; any other data and confidential

information related to the Project;

Project data as is reasonably required for purposes of the Project or for transitioning of the services to its Replacing Successful Bidder in a readily available

format.

Page 74: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

74

All other information (including but not limited to documents, records and

agreements) relating to the services reasonably necessary to enable the MJP and

its nominated agencies, or its Replacing Vendor to carry out due diligence in order to transition the provision of the Services to MJP or its nominated agencies, or its

Replacing Vendor (as the case may be).

Employees

Promptly on reasonable request at any time during the exit management period, the Successful Bidder shall, subject to applicable laws, restraints and regulations

(including in particular those relating to privacy) provide to MJP a list of all

employees (with job titles and communication address) of the Successful Bidder,

dedicated to providing the services at the commencement of the exit management

period;

To the extent that any Transfer Regulation does not apply to any employee of the Successful Bidder, MJP or Replacing Vendor may make an offer of employment or

contract for services to such employee of the Successful Bidder and the Successful

Bidder shall not enforce or impose any contractual provision that would prevent any

such employee from being hired by the MJP or any Replacing Vendor.

Rights of Access to Information

At any time during the exit management period, the Successful Bidder will be

obliged to provide an access of information to MJP and / or any Replacing Vendor in

order to make an inventory of the Assets (including hardware / Software / Active /

passive), documentations, manuals, catalogs, archive data, Live data, policy documents or any other material related to the water management system.

Exit Management Plan

i. Successful Bidder shall provide MJP with a recommended exit management

plan ("Exit Management Plan") which shall deal with at least the following aspects

of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and Scope of work definition.

A detailed program of the transfer process that could be used in conjunction with a

Replacement Vendor including details of the means to be used to ensure continuing

provision of the services throughout the transfer process or until the cessation of

the services and of the management structure to be used during the transfer; Plans for the communication with such of the Successful Bidder, staff, suppliers,

customers and any related third party as are necessary to avoid any material

detrimental impact on water management system’s operations as a result of

undertaking the transfer;

Plans for provision of contingent support to water management system and Replacement Vendor for a reasonable period (minimum one month) after transfer.

SI shall re-draft the Exit Management Plan annually thereafter to ensure that it is

kept relevant and up to date.

Each Exit Management Plan shall be presented by the Successful Bidder to and approved by MJP or its nominated agencies.

The terms of payment as stated in the Terms of Payment Schedule include the

costs of the Successful Bidder complying with its obligations under this Schedule.

During the exit management period, the Successful Bidder shall use its best efforts

to deliver the services.

Payments during the Exit Management period shall be made in accordance with the Terms of Payment Schedule.

Page 75: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

75

This Exit Management plan shall be furnished in writing to Successful Bidder or its

nominated agencies within 7 days from the receipt of notice of termination or three

months prior to the expiry this Agreement.

(19) Miscellaneous

Confidentiality

The SI recognizes that during the term of this Agreement sensitive data will be

procured and made available to it. Disclosure of the data to any third person may cause harm not only to MJP whose data is used but also to Citizens & Businesses.

SI, its agents and employees should demonstrate utmost care, sensitivity and strict

confidentiality. Any breach of this Article will result MJP and its nominees receiving

a right to seek injunctive relief and damages without any limit, from the SI.

Personnel Personnel assigned by SI to perform the services shall be employees of SI, and

under no circumstances will such personnel be considered employees of MJP. SI

shall have the sole responsibility for supervision and control of its personnel and for

payment of such personnel's entire compensation, including salary, withholding of

income taxes and social security taxes, worker's compensation, employee and disability benefits and the like and shall be responsible for all employer obligations

under all applicable laws.

SI shall ensure that number and qualification of personnel employed to perform the

services, are in line with the resource plans and CVs provided with the bid. In case

of named CVs in the bid, the SI shall ensure that the specific personnel named in the bid shall be available to perform the services specific to the Project. Chief

Engineer, Central Planning, MJP shall have the right to require the removal or

replacement of any SI personnel performing work under this Agreement. In the

event that MJP requests that any personnel be replaced, the substitution of such

personnel shall be accomplished pursuant to a mutually agreed upon schedule but

not later than 30 working days. In the event MJP identifies any personnel of SI as "Key Personnel", then the SI shall

not remove such personnel without the prior written consent of Chief Engineer,

Central Planning, MJP.

SI should not employee any person below eighteen years of age

Independent Contractor

Nothing in this Agreement shall be construed as establishing or implying any

partnership or joint venture between the Parties to this Agreement. Except as

expressly stated in this Agreement nothing in this Agreement shall be deemed to

constitute any Party as the agent of any other Party or authorizes either Party (i) to incur any expenses on behalf of the other Party, (ii) to enter into any engagement

or make any representation or warranty on behalf of the other Party, (iii) to pledge

the credit of or otherwise bind or oblige the other Party, or (iv) to commit the other

Party in any way whatsoever without in each case obtaining the other Party's prior

written consent.

Standards of Performance

The SI shall provide the services and carry out their obligations under the Contract

with due diligence, efficiency and professionalism / ethics in accordance with

generally accepted professional standards and practices. The SI shall always act in

respect of any matter relating to this contract as faithful advisor to MJP. The SI shall abide by all the provisions / Acts / Rules etc. of Information Technology

prevalent in the country. The SI shall conform to the standards laid down in RFP

and the corrigendums in full conformance.

Page 76: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

76

Notices

Any notice or other document, which may be given by either Party under this Agreement, shall be given in writing in person or by pre-paid recorded delivery

post.

In relation to a notice given under this Agreement, any such notice or other

document shall be addressed to the other Party's principal or registered office

address as set out below MJP :

The Chief Engineer

Central Planning,

4th Floor, Express Towers

Nariman Point

Tel: ------------------------ Fax: -----------------------

Systems Integrator:

------------------------------

------------------------------ Tel: ------------------------

Fax: -----------------------

Any notice or other document shall be deemed to have been given to the other

Party when delivered (if delivered in person) if delivered between the hours of 9.30 am and 5.30 pm at the address of the other Party set forth above or on the next

working day thereafter if delivered outside such hours, and 7 calendar days from

the date of posting (if by letter).

(20) Applicable Law:

The contract shall be governed by the laws and procedures established by the Government of India, within the framework of applicable legislation and enactment

made from time to time concerning such commercial dealings/processing. All legal

disputes are subject to the jurisdiction of Mumbai courts only.

(21) The stamp duty payable for the contract shall be borne by the Systems Integrator.

IN WITNESS whereof the parties hereto have signed this on the day, month and

year first herein above written.

Signed, sealed and delivered

By -------------------------

Chief Engineer, Central Planning, For and on behalf of Maharashtra Jeevan Pradhikaran

Signed, sealed and delivered

By ----------------------------- For and on behalf of the “Systems Integrator”,

----------------------------------------------

Page 77: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

77

Witnesses :

(1)

(2)

Page 78: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

78

12 Annexure VI :Functional Requirement Specifications 12.1 Technical Overview

The water management system shall be deployed in web based model. The

web based system should have the following capabilities.

The Web Based Software shall be based on robust and scalable architecture

that provide scalability and redundancy both at the front-end and the back-end tier of the architecture. The system should be accessible in a secured manner

via the internet / intranet by MJP employees and other users.

The software should thus be accessible through different types of interfaces.

The web tier should include provision for load balancing.

The data storage and applications should be on a scalable database platform with provision for high availability.

The system must remain online, functional and accessible to all users at all

times of day and night (24x7) via Internet and intranet.

The system should have adequate load-balancing features to cater to peak

demands of system usage.

The software must be cross-browser accessible. Performance of the system should not be degraded as traffic, number of

users, number of content records increase.

12.2 Indicative Solution Architecture

The user interface provides means by which users would interact with the system. The user interface provides means of providing inputs to the system

and receiving outputs from the system.

The business logic would define functional algorithms which handle

information flow between the user interface and the database.

Data access would typically refer to software and activities related to storing, retrieving, or acting on data housed in a database or any other repository.

Separating the responsibilities of an application into multiple tiers makes it

easier to scale the application. The basic concept of a tiered architecture

involves breaking up an application into logical chunks, or tiers, each of which is

assigned general or specific roles. Tiers can be located on different machines or

on the same machine where they are virtually or conceptually separate from one another. Web based application gives an opportunity to access information from

anywhere in the world at anytime. It also facilitates to save time & money and

improve the interactivity with stakeholders.

12.3 Non Functional Requirements and Technical Standards General requirements

It is expected that the proposed software solution meets the mandatory functional

and non functional requirements mentioned below. Tender also mentions the

additional requirements that are desirable.

Mandatory Non Functional Requirements and Standards

The Application should be web-based solution (having Web-based front-end

for users as well as for system administrative functions.

The Application should be easily scalable to handle growing loads with

Minimal changes to code and without compromising on the response time.

The solution should have Test environment. The Test environment should be provided by the successful bidder & would be needed to support testing and

trainings.

All components of the solution should be based on standards to avoid

compatibility issues.

Page 79: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

79

The infrastructure technology stack (database, application server & other

components) used by the application should be commonly used for developing

custom applications that are not part of or are an extension of the proposed package.

The solution should have the ability of client to run the entire functions

through browser.

The solution shall run on native browser with additional plug in's that should

be downloaded automatically. The solution should run on native browser without additional plug-in

The future versions of the solution should support functionalities provided in

earlier versions.

The solution should be supported on TCP/ IP network.

Special mention must be made whether the solution proposed includes any

proprietary components. The proposed solution should have a unified, common database platform for

all transactions and reporting requirements.

The Bidder must clearly mention the underlying software architecture, which

modules are interfaced etc.

For the software supplied by the bidder as part of system, the following shall apply:

The system software must be licensed to MJP and OEM must stand by their

products through indemnification.

Patches and Updates of proposed software must be provided for the duration

of the project. Should be compatible with all leading Web Browsers in India, especially with

Microsoft Internet Explorer 6.0 or above and/or Mozilla Firefox etc

Should adopt the technical standards for e-governance applications as

provided in the http://egovstandards.gov.in/

The system’s development environment and databases should be from an

OEM with presence in India (and easy availability of skilled resources for the product in India) and should not restrict MJP from using the application or data

or database structure in any future requirement.

The application & system software must provide interface & data input in

Unicode format especially in English or Marathi

The system Database must be capable of storing Unicode data formats, for multilingual language support.

The system software must provide perpetual & full use licenses.

The proposed solution should have the operating flexibility. Accommodate

multiple levels of Organization structure.

Multiple financial years processing capabilities. It should be possible to modify and reorganize all menus.

Multi-user logging in remote location Open work group environment where

users can access same information at the same time.

Modularity: The solution will initially be required to cover a range of business process modules

as detailed in this tender, but it should allow addition of more modules as and when

required, which should seamlessly integrate into the core system.

Flexibility:

The solution should be adaptable to changing practices of MJP & in case need arise to customize to specific needs, it should be possible to do the same in the form of

add-ons and routines that can be plugged/unplugged from the base product as the

situation arises

Page 80: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

80

Integration & Interfacing:

The solution shall provide application architecture which can be integrated with third party/ legacy applications using a middleware technology.

The solution should be remote access integration compatible for remote

operation of System administration, Security Management & Diagnostics/ Fine

tuning tools.

The solution should support interfacing with mobile devices like Palm Top, Mobile Phones, PDA.

The solution should be able to provide XML based web services which can be

used by other applications.

The solution should be capable to be enhanced to serve mailing requirements

using third party mail server.

Up-gradation:

The upgrades should not affect the current version adversely.

The solution architecture should be with minimum package modifications so

as to preserve the package upgrade.

The implementation procedure for the proposed solution must ensure that to the largest possible extent no changes are required to be incorporated in the

base product's source code. This will ensure smooth migration to later versions

of the base product.

Network: The solution should support the following network types

LAN & WAN

Leased Lines

ASDL lines

VPNs

User Interface:

The solution should have unified, easy, flexible and user friendly interface

The user interfaces should be friendly and GUI/browser based.

It should have facility to display confirmation / warning windows for deletes, changes etc.

The system should provide consistent screen layouts and access methods

across all modules so that they look and behave the same.

The Solution should provide user friendly interfaces for transactions, screen

navigation, query, generation of reports etc. The system should have “Pull down menus”, “command buttons”, “short-cut

keys”, “and pop-up windows” and use other navigation aids wherever possible

to make the system efficient and easy to use.

The system should use standard drop-down lists wherever possible for

standard values to be selected by the User. The system’s user interface should make use of horizontal and vertical scroll

bar feature wherever needed, depending on the layout of the window.

Certain design features with reference to Customer Interface are described

below:

Simplification of the Application Forms: Application forms for all the customer

services will be simplified and will have common design. These will be available even on MJP Web Portal for customers to fill them up and submit electronically.

Page 81: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

81

Multiple Channels for Service Delivery: Customer will be able to avail various

MJP services through multiple channels as listed below:

i. Online Portal ii. Customer Relationship Module

Help:

The solution should provide context based help facilities wherein the users

can obtain system specific technical/ functional help online. The system should provide online context-based help facilities at field level

and also online help at function, screen and field level.

User Access Management:

The system should have the functionality to:

Assign the users a role and privileges in the applications Assign the menus/ forms/ functionalities in the system to the users

Grant / impose data-based access / restrictions to the users

Define menus and attach such menus to users

Disable/re-enable users / groups from the system

Disable / re-enable modules within application The system should store all authentication credentials of users in an

encrypted format

The system should suspend the user in case of a specified number of

unsuccessfully attempts to logon to the system and these suspended user IDs

should only be reactivated by system administrator

System Control and Audit:

The system should be able to provide audit trails, audit logs and transaction logging

requirements (what, when, who has changed)

The system should allow recovery of data in case of hardware failure and data

corruption. It should be able to perform recovery to a point of time, to known backup database

The solution should be capable of providing Audit Trail: Audit trail of Time Stamp &

User ID stamp for the following

Transactions

System should maintain following categories of logs: System access logs

System health logs

System error logs

The system should time-out after a stipulated period of idle time

Data Migration:

The solution should support export and import of data possible from different

legacy systems/ other systems/ databases in different file formats & on specified

time intervals

Security:

The solution should be capable of providing Authorization by the User Name,

User Role

The solution should be capable of providing automatic timeout for transaction

entry.

The solution should be capable of providing automatic timeout for user (log out).

The solution should be capable of providing Time restriction on transaction.

The solution should be capable of providing user login with Time restriction.

Page 82: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

82

The solution should support password encryption while passing on wire.

Ability to handle data updation/deletion/creation only through application

layer Users should not be allowed to access the database directly.

The application should be capable of supporting SSL & digital certificate.

Work Flow:

The workflow should be integral part of the solution The workflow should allow multi-step approval routing.

The workflow should allow for multiple levels of management approval.

The workflow should have a rules engine that allows rules to be created to

define approval hierarchies.

There should be no limit on the hierarchy levels that can be defined.

Search:

Search for different entities such as customers and viewing the corresponding

details should be provided in the application. The search feature shall be linked to

all modules of the application.

Reporting Tools:

The solution should permit viewing of reports through web

The solution should have interface to search and filter the data of the report

The solution should be able to enhanced to provide Senior Management

Dashboards The solution should be able to convert reports to PDF format directly

Granularity:

The solution architecture should be highly granular & loosely coupled. The solution

should be interoperable in nature and based on Service Oriented Architecture.

Data Migration:

The solution should have automatic way of migrating the data of existing

database in case of data structure change during transfer to new versions of the

proposed solution

The solution should support export and import of data possible from different legacy systems/ other systems/ databases in different file formats & on specified

time intervals

The solution should support import of data in various formats ( Text, Excel,

MS-Word, XML)

The solution should support import of data from various RDBMS

12.4 Functional requirements specifications

General Requirements:

The services available on web should be integrated with the MJP portal (www.mjp.gov.in)

The system should be able to integrate with the accounting system being

used in MJP

The integration with the ArcGIS application should be possible and the

mapping of the geo-cordinates with the address should be the integration point.

There should be a two way exchange of data and information between GIS and application system though geo coding.

Page 83: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

83

The system should generate various MIS reports required by MJP head office

and various Regional/ Other Offices for better financial control and control on

Non revenue water (NRW) The system should have functionality to import Property tax data available in

the software being used by Urban Local Bodies if required in future.

The system should integrate with the payment gateway, SMS gateway and

mail gateway

The module wise Functional requirements are presented below. The stage

wise functional requirements have been described, wherein stage 1

requirements should be readily available in the product and would be used for

the product evaluation indicated earlier technical evaluation section of this

tender document and the stage 2 requirements are also required but may not

be readily available and the successful bidder should develop these requirements before the product is implemented. The stage 2 requirements

would not be considered for evaluation.

Stage 1

Customer Relationship Module 1. The system should facilitate the following transactions:

New Connection

Change of usage

Disconnection

Re-connection Change of ownership

2. Capture of various details of the Water Connection

Consumer Details- Property Details, Owners Details, mobile number, email

Metered/ Non Metered Connections

Multiple Usage type - Domestic, Commercial, etc. Tariff Category

Connection Details- Connection Size, Distribution Line, Pressure

Meter Information - Meter No. / Make / Cost

3. The system should generate token for application acceptance which could be

used for tracking application status

4. The citizen Relationship Module should have the citizens charter, Check-list for

documents to be submitted along-with application for new connection/ re-

connection, Fees details

5. The application received should be categorised division wise

6. Customer Relationship Module should allow view of application status, update

customer information, consumption overview, Invoice overview.

7. The module should provide a quick and complete view of all information related

to a customer from customer details, invoices, payments, complaints.

8. The customer can have more than one connection.

9. Facility to Check Status of complaints

Page 84: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

84

10. Rejection note should be generated indicating inadequacy of the application

11. Application received from Customer Relationship Module should be tracked for

internal departmental work-flow to the logical completion i.e. Approval/Rejection of

the Service 12. Work Order Printing for new connections, re-connections and closing of

connections

13. The system should generate the following reports:

Service Statistics

Daily Collection Reports

Grievance Redressal Module

1. The System should facilitate the following transactions:

Lodge a complaint

Listing of complaint

Action Taken Report Transfer of Employee

Complainant Feedback

2. The system should have the functionality to define the complaint types,

complaint escalation charter, escalation path, organization structure and

organization holidays

3. The citizen self service portal should allow the citizen to lodge a complaint

4. The system should facilitate to record a complaint lodged by the customer

5. The system should help in monitoring the complaint status and ensure the pre-

defined escalation path is followed

6. The system should generate alerts on violation of citizen charter

7. Facility to accept citizen feedback on the Administration Action

Facility to mark a complaint as fake / invalid (for not considering it in the normal

reports or report for Project System)

8. The system should have the functionality of recording the transfer of the

employees 9. The citizen self service portal should allow tracking the status of the complaint.

10. The system should generate the following reports:

Complaint Escalation charter

Complaint Escalation path

Complaint Type and Sub Types Complaint Escalation Details

Category wise complaint Escalation Details

Employee wise complaint Escalation Details

Division wise complaints detail Report

Responsibility Center wise Complaints Detail Report Complaint Lodged Report Division wise

Complaint Closure Intimation report

Complaint Feedback Report

Complaint Lodged Report Type wise

Complaint & Redressal Performance Division wise

Complaint & Redressal Performance Employee wise

Water Billing Module

1. The system should facilitate the following transactions:

Page 85: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

85

Meter Reading recording

Meter Cut-off restoration

Bill Generation Bill Printing

Bill Distribution

Bill Deletion Tool

Receipt Query

Adjustment Entry Receipt Deletion Tool

Issuance of Plumber license

Renewal of Plumber license

2. The solution should support Individual meter data entry

3. The module should have set of pre-defined formula for estimating consumption

values and should also allow creation of new formulas.

4. The calculation module should support the calculation of unmeasured

consumption. This functionality allows estimating water consumption for a

connection that is not measured.

5. The module should support generation of a single bill generation for a customer

having more than one connection

6. The billing engine should use a set of predefined yet adaptable billing inputs from

various sources such as consumption, advance amounts, reductions, billing

frequency, one time costs etc and calculate the invoice

7. The module should allow defining the billing frequency (monthly/ bi monthly/

quarterly etc) which indicates a period during which the periodical invoice is to be

calculated and posted.

8. The module should allow the handle corrections

9. The module should allow defining the calculation formula based on which the

Invoice lines would be generated.

10. The system should support many different types of invoices:

Advance

Periodical Invoice Credit Note

11.The system should identify missing values and use average consumption figures

in their place

12. The system should allow creating a list of the costs that the customer already

paid in advance to the MJP. The system should ensure that already paid advances

are subtracted from the periodical invoice afterwards.

13. The system should allow the user to define which invoices need to be generated

and at what time. Through the batch scheduling functionality, the billing invoice

run can be started periodically or manually (via the user interface), for all

customers or for a limited set of customers or by other filter criteria.

Page 86: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

86

14. The system should allow defining an item and the tariff rate for the item and

applicability conditions of the tariff rates.

15. Parametric setup of Tarrif Category, Type of Connections, Tarrif applicable for various types of premises, charges for various services, Deposits, Road Digging

charges etc. The system should facilitate defining the telescoping charges.

16. The system should have built in bar-coding software to provide bar-coding

printing on the bills for Automatic Identification and Data Capture

17. The system should allows the user to easily create, alter and reverse payment

or reverse invoices in combination with done payments.

18. Besides costs, also all kinds of interests on pending payments should be calculated and linked with billing cycles or customer groups.

19. The monitoring on the progress of collections should be possible.

20. The system should allow to update, on daily basis, assessment and recovery of

bills received and to produce outstanding payments statements

21. The system should generate statistical information as a part of Management Information System (MIS) reports related to assessment and collection records

22. Facility to generate Demand Notice in case of non payment of dues and no dues certificate

23. The module should have facility to record the dishonoured cheque

24. The system should facilitate integration with bar code readers for recording the

payments and generation of receipts

25. The system should generate the following reports: Meter Reading Entry Status

List of Consumer for Water Bill

Bill Status for Bill Generation

Billing Summary (Billing Cycle wise)

Work Order Printing for new connections, re-connections and closing of connections Connection Outstanding

List of connections

List of closed connections

List of Consumers Ward, Category & Size wise

Category wise No. of Connections sanctioned during given period

List of Disconnected Water Connections with Arrears List of Reconnections for Inspection Purpose

Demand/ Collection/ Outstanding Register

Top Defaulters List

Receipt

Dishonor Cheques List Connections with Arrears

Stage 2

Customer Relationship Module

Page 87: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

87

1. The module should supports multiple customer interaction channels such as

phone/IVRS / call centre, kiosks, SMS and web portal etc.

2. The following functionalities should be available Customer Relationship Module: Customer detail overview,/ consumption graphs, downloading the consumption

information, Invoice download and Payment gateway for payment acceptance

3. SMS alerts to applicants upon decision

4. Online Submission of form for new connections

5. Calculate dues for unpaid dues of the connections 6. SMS alerts to customers & officials for the new connection

7. Inspection report

8. Start generating bill of all completed connections

9. Expiry of temporary connections-dues pending

10. Regularization of unauthorized connection

11. Alerts for disconnection due to non payment

Grievance Redressal Module

1. The system should generate SMS for the complaint feedback

2. Delegate alternate users in absence of assigned user 3. The system should generate a SMS alert for the concerned employee

Reports:

1.Complaint Trend Analysis Month Wise

2.Complaint Trend Analysis For Last 5 Years

3.Complaint Trend Analysis Division Wise 4.Complaint Trend Analysis Center Wise

5.Top / Least Performance

6. Employee wise Report

Water Billing Module

1. The system should facilitate the following transactions: Meter Master entry

Meter Maintenance Entry

Provision to Capture Bulk

Meter Reading to calculate NRW

2. The solution should support processes for entering metering data- bulk

entering- import data from MS Excel, CSV file

3. The meter data entry processes should offer intelligence about the data

collection process- data collection errors should be highlighted using a

comprehensive set of predefined import errors

4. The module should interfaces with mobile devices like PDAs for meter readers

5. The system should have built-in rules for meter data validation on both source

and calculated values and should also allow the user to add own rules.

6. It should also have facility to have record of details of meter such as meter type,

make, date of installation, complaints by consumer or meter reader regarding

replacement of meter

7. The module should facilitates the calculation of exact consumptions or

extrapolate using a certain set of variables and parameters such as new and old

consumption data (e.g. linear extrapolation)

Page 88: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

88

8. MDM should provide the necessary basis for all other custom analysis like

consumption analysis, flow analysis, water balance, NRW analysis. It should have

facility to enter pumping information, hour of pumping, facility to enter bulk water or flow meter reading. It should give report of NRW as per billing cycle in different

component such as rising main, transmission main and DMAs wise in distribution

system. Give report of NRW as per billing cycle in different component such as

rising main, transmission main and District Metering areas (DMAs) wise in

distribution system

9. The module should allow the user to recalculate bills and write off bills

10. The billing module should support “collective billing” or “bundling”. Often

required by municipalities, or housing associations, these invoices feature several

elements that are grouped based on certain criteria (user, location etc.). This bundling however should not be reflected in the ledgers and detailed ledgers should

be matched to each element of the bundled invoice

11. The module should facilitate providing bill data in the form of soft copy for

consumers who have demanded the same and in case of consumers being billed

manually or new connection, the bill data should be provided in the form of manuscript as per standard provided by MJP

12. The system should be able to calculate the advance amount based on the

historical consumptions or historical invoice data.

13. Based on the configuration the billing invoice run should started periodically as a background process. This process would be responsible for gathering the

necessary calculated invoice lines, verifying, validating and bundling them and

posting the pre-calculated lines to actual free-text invoices.

14. The system should includes the functionalities of generating PDF files, printing

the invoice, e-mailing the PDF file to a customer.

15. The system should SMS the invoice details to the consumer

16. The system should allow configuring different types of reminders regarding pending payments.

17. The system should have a functionality of posting prohibitive notes on dubious

debtors’ accounts

18. The system should have the functionality for external collection agency interfacing, penalty management, etc.

19. The system should permit the Consumer to pay their bill from anywhere

through we portal and through kiosks like ‘Any Time payment’ Kiosks

20. The system should allow the credit/ debit reversal

Page 89: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

89

21. The system should facilitate account reconciliation with banks/ collection

centers/ head office etc

22. The system should facilitate integration with hand held devices for recording payments & generation of receipts

23. Allocate staff for meter installation

24. Generate work order

25. Allocate staff for meter reading

26. Status of meter 27. Capture faulty meter status and replacement

28. Disconnection

29. Applicable due on disconnection

30. Issue disconnection work order on payment

31. Issue disconnection work order on payment of dues

32. Assign staff for disconnection

33. Customer can view bill, meter reading on the website

34. Reports on Permanent, Temporary connections/ disconnections, status of application, pending applications,

35. Report on connections with variation in meter reading

36. Report on cases where meter readings not taken

37. Comparative report on meter reading based on previuous readings and

readings in same season

38. Query based ad- hoc reports

39. Tariff for bulk water works

40. Reports on meter reads failed/ passed validation

41. Manual entry of Tariffs and Taxes for select customers

42. Bill should segregate the consumption & arrears amount clearly

43. Exception handling- Negative bill

44. Duplicate bill generation

45. Bill template design & changes through GUI interface

46. Generate single bill for society wherein summary of individual bills given

47. Generate PDF of Bill which could be emailed (auto emailing)

48. Sequence of bill printing could be selected based on ease of distribution

49. Assign staff for bill distribution

50. Update status of bill distribution against consumers

51. Seggregate zones- bill zones/

52. Report on consumer not paying bills for x cycles

53. Report on revenue collection - collection centre wise

54. SMS alerts to customers on bill generation

55. Support payment gateway & capability to interface with various payment

options like CSC

56. generate acknowledgement

57. Reconcile payment received with bank depsoits 58. Levy automatic fees for dishonoured cheques & bar customer fro cheque

payment for next few billing cycles

59. Report on full payment/ partial payment and non payment

60. Define debt tolerance & monitor customers against it

61. Generate notice letter

62. Initiate disconnection processing & support autoamtic. Manual write off

The system should generate the following reports:

Meters Master

Page 90: Request for Proposal for Supply, Implementation & …...4 Tender Notice Maharashtra Jeevan Pradhikaran, Mumbai - 400 021 The Maharshtra Jeevan Pradhikaran invites sealed tender offers

90

List of Hotels & Dhabas and consumption pattern, swimming pools, star Hotels -

consumer type wise list

Meter History Report with Complaints, repairs Report to show NRW – Billed Consumption v/s Bulk Meter reading

Financial Year wise Meter Reading

List of Defective/Stopped/Faulty

Age Analysis Of Arrears

Performance Of Rebate Schemes