selection of agency for providing manpower to design

47
Selection of Agency for Providing Manpower To Design, Development, Implementation and Maintenance of Various initiatives of RTGS Real Time Governance Society, Government of Andhra PradeshNovember 2020 Prepared by Real Time Governance Society (RTGS) 1 st Block, AP Secretariat, Velagapudi, Guntur Dist. Andhra Pradesh, India

Upload: others

Post on 17-Jan-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Selection of Agency for Providing Manpower

To

“Design, Development, Implementation and Maintenance of

Various initiatives of RTGS – Real Time Governance Society,

Government of Andhra Pradesh”

November 2020

Prepared by

Real Time Governance Society (RTGS) 1st Block, AP Secretariat,

Velagapudi, Guntur Dist.

Andhra Pradesh, India

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 2 of 47

Proprietary & Confidential

No part of this document can be reproduced in any form or by any means, disclosed or distributed to any

person without the prior consent of RTGS (Real Time Governance Society) except to the extent required for

submitting bid and no more. The guidelines referred are indicative; the bidder is bound by other appropriate

guidelines related to the subject.

The information contained in this “Tender Document” or subsequently provided to Bidder(s), whether

verbally or in documentary or any other form by or on behalf of the RTGS or any of its employees or advisors,

is provided to Bidder(s) on the terms and conditions set out in this Tender Document and such other terms

and conditions subject to which such information is provided.

This Tender Document is not an agreement and is neither an offer nor invitation by RTGS to the prospective

Bidders or any other person. The purpose of this Tender Document is to provide interested parties with

information that may be useful to them in making their technical/ financial proposals [“Bid(s)”] pursuant to

this Tender Document.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 3 of 47

Contents

1 INVITATION FOR TENDER ..................................................................................................................................................5

2 PRE-QUALIFICATION CRITERIA ...........................................................................................................................................6

3 PROJECT PROFILE ...............................................................................................................................................................7

3.1 BACKGROUND: ...................................................................................................................................................................... 7

4 SCOPE OF WORK ................................................................................................................................................................9

4.1 INTRODUCTION ...................................................................................................................................................................... 9 SCOPE OF WORK: ............................................................................................................................................................................ 9 TECHNOLOGY ................................................................................................................................................................................. 9

4.2 KEY TASKS ...................................................................................................................................................................... 11

4.3 TIMELINES ...................................................................................................................................................................... 12

4.4 ROLES AND RESPONSIBILITIES OF TEAM MEMBERS: ........................................................................................................... 12 4.5 ROLES AND RESPONSIBILITIES OF RTGS DEPARTMENT ...................................................................................................... 17 4.6 ROLES AND RESPONSIBILITIES OF BIDDER ........................................................................................................................... 17

STATEMENT OF IMPORTANT LIMITS/ VALUES RELATED TO BID ................................................................................................ 18

5. INSTRUCTIONS TO BIDDERS ............................................................................................................................................. 19

5.1 ELIGIBILITY CRITERIA ............................................................................................................................................................ 19 5.2 COMPLETENESS OF RESPONSE ................................................................................................................................................ 19 5.3. PROPOSAL PREPARATION COSTS & RELATED ISSUES ....................................................................................................... 19 5.4. RIGHT TO TERMINATE THE PROCESS: .............................................................................................................................. 19 5.5. PREPARATION OF PROPOSALS: ........................................................................................................................................ 19 5.6. SUBMISSION OF RESPONSES: ........................................................................................................................................... 19 5.7. BID SUBMISSION FORMAT .............................................................................................................................................. 20 5.8. VENUE, DEADLINE FOR SUBMISSION AND LATE BIDS ..................................................................................................... 20 5.9. SHORT LISTING CRITERIA ............................................................................................................................................... 21 5.10. EVALUATION PROCESS ................................................................................................................................................... 21 5.11. TECHNICAL QUALIFICATION EVALUATION CRITERIA ..................................................................................................... 21 5.12. TQ EVALUATION CRITERIA: ............................................................................................................................................ 21 5.13. TECHNICAL PRESENTATION ............................................................................................................................................ 23 5.14. COMMERCIAL BID EVALUATION ..................................................................................................................................... 24 5.15. OVERALL EVALUATION .................................................................................................................................................. 24 5.16. AWARD CRITERIA ........................................................................................................................................................... 25 5.17. RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) ............................................................ 25 5.18. NOTIFICATION OF AWARD .............................................................................................................................................. 25 5.19. CONTRACT FINALIZATION AND AWARD .......................................................................................................................... 25 5.20. PERFORMANCE GUARANTEE AND APTS CHARGE FOR EPROCUREMENT ......................................................................... 25 5.21. SIGNING OF CONTRACT ................................................................................................................................................... 26 5.22. FAILURE TO AGREE WITH THE TERMS AND CONDITIONS OF THE RFP ............................................................................. 26 5.23. CONTRACT PERIOD ......................................................................................................................................................... 26 5.24. PAYMENT TERMS ............................................................................................................................................................ 26 5.25. SERVICE LEVEL AGREEMENT (SLA)............................................................................................................................... 26 5.26. DEFINITIONS ................................................................................................................................................................... 27 5.27. GENERAL ELIGIBILITY .................................................................................................................................................... 27 5.28. BID FORMS ...................................................................................................................................................................... 28 5.29. COST OF BIDDING ............................................................................................................................................................ 28 5.30. CLARIFICATION OF BIDDING DOCUMENTS ....................................................................................................................... 28 5.31. AMENDMENT OF BIDDING DOCUMENTS ........................................................................................................................... 28 5.32. PERIOD OF VALIDITY OF BIDS .......................................................................................................................................... 28 5.33. SUBMISSION OF BIDS ....................................................................................................................................................... 29 5.34. DEADLINE FOR SUBMISSION OF BIDS ............................................................................................................................... 29 5.35. LATE BIDS ....................................................................................................................................................................... 29

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 4 of 47

5.36. MODIFICATION AND WITHDRAWAL OF BIDS .................................................................................................................... 29 5.37. GENERAL BUSINESS INFORMATION ................................................................................................................................. 29 5.38. BID SECURITY I.E. EARNEST MONEY DEPOSIT (EMD) ................................................................................................... 29 5.39. PREPARATION OF FINANCIAL BID .................................................................................................................................... 30 5.40. BID CURRENCY ............................................................................................................................................................... 30 5.41. TAXES ............................................................................................................................................................................. 30 5.42. TERM AND EXTENSION OF CONTRACT ............................................................................................................................ 30 5.43. SUSPENSION OF WORK .................................................................................................................................................... 30 5.44. FORCE MAJEURE ............................................................................................................................................................. 30 5.45. TERMINATE THE CONTRACT ........................................................................................................................................... 31 5.46. TERMINATION ................................................................................................................................................................. 31 5.47. TERMINATION FOR INSOLVENCY ..................................................................................................................................... 31 5.48. TERMINATION FOR CONVENIENCE................................................................................................................................... 32 5.49. EXIT MANAGEMENT PLAN .............................................................................................................................................. 32 5.50. RIGHT OF MONITORING, INSPECTION AND PERIODIC AUDIT ........................................................................................... 32 5.51. RISK MANAGEMENT ....................................................................................................................................................... 32 5.52. PUBLICITY ...................................................................................................................................................................... 32 5.53. RESOLUTION OF DISPUTES .............................................................................................................................................. 33 5.54. GOVERNING LANGUAGE.................................................................................................................................................. 33 5.55. APPLICABLE LAW ............................................................................................................................................................ 33 5.56. NOTICES ......................................................................................................................................................................... 33 5.57. TAXES AND DUTIES ......................................................................................................................................................... 33 5.58. ARBITRATION (AS PER THE STATE GOVERNMENT RULES).............................................................................................. 33

5.58.1. Confidentiality and Intellectual Property Rights (IPR) ........................................................................................ 34

6. MODEL FORM OF CONTRACT AGREEMENT ...................................................................................................................... 36

7. BID SECURITY (EMD) FORM ............................................................................................................................................. 38

8. PRE-QUALIFICATION SUBMISSION FORMS ...................................................................................................................... 39

8.3. PRE-QUALIFICATION EVALUATION FORM: ..................................................................................................................... 39

APPENDIX I - TECHNICAL PROPOSAL SUBMISSION FORMS ....................................................................................................... 40

1. CHECK LIST -COMPLIANCE/ AGREED/ ENCLOSED/ DEVIATION STATEMENT ............................................................................. 40 BID LETTER FORM - FORM - TQ1 .............................................................................................................................................. 41 FORM TQ#2 - GENERAL INFORMATION OF BIDDER ....................................................................................................................... 42 FORM TQ#3- PROJECT EXPERIENCE .............................................................................................................................................. 43 FORM- TQ#4 - UNDERSTANDING OF DESIGN, DEVELOPMENT, IMPLEMENTATION AND MAINTENANCE OF VARIOUS INITIATIVE OF

RTGS PROJECT ............................................................................................................................................................................. 44

APPENDIX- II - COMMERCIAL PROPOSAL SUBMISSION FORMS ................................................................................................. 45

FORM C#1- COMMERCIAL PROPOSAL SUBMISSION FORM ............................................................................................................ 45 FORM-C#2 - COMMERCIAL FORM ................................................................................................................................................. 46

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 5 of 47

1 Invitation for Tender Dear Sir / Madam,

Sub: “Selection of Man Power Agency for Design, Development, Implementation and Maintenance of

various initiatives of RTGS”

(Real Time Governance Society) – Reg.

1. You are hereby invited to submit technical and financial proposals for “Selection of Man Power

Agency for Design, Development, Implementation and Maintenance of various initiatives of RTGS”

2. The following documents are enclosed to enable you to submit your proposal:

a. Tender Document

b. A sample format of the contract

c. Brief scope of the project

3. The Submission of Proposals: The proposals shall be submitted in three parts, viz., Pre-qualification,

Technical, and Financial and should follow the form given in the "Formats."

4. We would appreciate if you inform us by mail/email:

a. Your acknowledgment of the receipt of this letter of invitation; and

b. Whether or not you will be submitting the proposal.

5. Important Dates & Contacts

RFP Ref. No. RTGS/Manpower Agency/2020, November 2020

Bid calling date 02-11-2020

Bid Submission date/time 09-11-2020 at 16:00 hours

Bid opening date/time 09-11-2020 at 17:00 hours

Contact Person N Suresh Kumar, Ph: 98666 01105

Email: [email protected]

CHIEF EXECUTIVE OFFICER

REAL TIME GOVERNANCE SOCIETY

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 6 of 47

2 Pre-Qualification Criteria

Solution providers desirous of bidding for the project shall meet the following pre-qualification criteria.

1. Legal Entity: Company shall be registered under Companies Act, 1956 in India and should have been

in the business in India at least for five (5) years as on bid calling date.

2. The bidder should be in the business of system integrator/software development in mobile and web

applications, MIS, analytics, AI/ML and RPA, etc. at least for three (3) years as on bid calling date

for any of the Public Sector organizations.

3. The bidder should have experience in providing the following solutions:

a. User Interface & User Experience Design

b. Mobility (Mobile / Smartphone or Tablet)

c. Responsive web applications

d. Integration with ERP or other large-scale systems like SAP, Oracle, Microsoft platforms

e. AI/ML and Data Science

f. Data Analytics and Predictive Analytics

g. Emerging technologies like Augmented and Virtual Reality (AR/VR), and intelligent Robotic

Process Automation (RPA)

4. The turnover of the firm is at least Rs. Twenty (20) crore each in the financial years of 2017-2018

through 2019-2020 in India. The bidder should submit IT returns for the last 3 years to support the

claim.

5. The bidder must have a net worth of Rs. Ten (10) crore as of latest financial year (March 2020).

6. The responding firm must have a minimum number of 500 IT Staff of technically qualified resources

on its rolls in the domains of mobile and web design/development, digital transformation, data

analytics, automation, and systems integration, etc. as on bid submission date.

7. The bidder shall not have been blacklisted by any State Government, Central Government or any other

Public Sector undertaking or any other Autonomous Organization of Central or State Government.

8. Bidder must be an active APTS empaneled vendor.

9. The responding firm should be ISO 9000:2015 certified and ISO 27001 or equivalent certified.

Note:

1. Relevant documents in support of the above Pre-Qualification Criteria should be furnished in the Pre-

Qualification bid.

2. If local office is not available in Vijayawada/Visakhapatnam, the bidder will create a local office to be

based in Vijayawada/Visakhapatnam with AP GST, within 15 days of award notification.

3. Proposals of bidders who do not conform to above pre-qualification criteria will be treated as non–

responsive at the pre-qualification stage and shall be summarily rejected.

4. All bid based correspondence should be with RTGS contact person in writing only.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 7 of 47

3 Project Profile

3.1 Background:

Andhra Pradesh envisions being amongst top states in India and the Government of Andhra Pradesh is

determined to impact lives of each and every citizen of the state by adopting appropriate and dynamic

frameworks, investing in and nurturing the required physical, human and intellectual resources and most

importantly through sustaining effort from community involvement hence sequentially achieving its Vision

2029. The established vision hopes to impact the lives of every citizen in the State, enriching and

transforming it through well-coordinated small, large and mega scale development program. Inter relation

of schemes, outcome based strategic integration, KPIs based execution, citizen centric feedback

characterization etc. are incorporated in to prospectus of Vision 2029.

Multitude of diverse public services lacking robust user/beneficiary feedback mechanism along with

challenges in monitoring the delivery mechanism and at the core of hindering efficient service delivery and

reflects poorly on the state especially during this hyper connected era. Expectations and aspirations of the

polity simply cannot be met through incremental improvements to governance rather meta-level trends

needs to be accessed and a cognitive governance mechanism has to be developed.

Rapid transformation initiative has to be institutionalized along with collectivizing efforts of all

departments for achieving better coordination, enhancing decision support systems through leveraging on

the strength of ICT while encouraging innovation and crowd sourcing calls for paradigm shift in governance

mechanism and is essential to achieve the goal of Swarna Andhra Pradesh. Information costs hinder

collation of data on efficiency of multitude of developmental and welfare schemes and hence asymmetry

of information is the underling requisite for a sturdy governance.

Monolithic and rigid structures are eroding organizational capacity for effective delivery of services and

redtapism lead to paucity of accountability. Distorted information and paucity of accountability leads to

under gauging of citizens’ needs and efficiency. Absence of inclusive participatory governance coupled

with the above-mentioned lacunas percolates into unproductive programs and suboptimal use of public

resources. Internalization of ineffective service delivery stems from best case practices wherein institutions

with a binary of better efficiency are hauled. Such preconceived norms need to be eradicated and effective

citizen centric service delivery needs to be normalized.

Departments albeit have developed citizens’ charter in an attempt to institutionalize the services to be

delivered and its quality, the same has failed to translate into effective instruments due to lack of justifiable

nature of the charters. Good governance at an institutional level implies effective provision of public

services to meet the needs of the citizens. As resources are scarce, it is imperative that these services are

provided efficiently at the least possible cost.

Increasingly Government departments and agencies are aligning towards optimizing and focusing on

internal process, procedures, allocation, expenditures and achieving physical targets rather than evaluating

their impact on the citizens. New structure of KPIs has to be formulated which address the problem of

input-output orientation which results in wastage of effort and resources. The central theme that furthers

this paradigmatic shift is to focus on results i.e. social impact rather than on inputs and outputs that go into

delivering these results. All this with an underlying motto of ‘People First’.

Substantiating the above argument, an independent performance measurement system at state level is need

of the hour, which focuses on dispensing feedback to officials at multiple levels on achievement of impact

at periodic intervals during the year. For example, an outcome based public service delivery should focus

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 8 of 47

on amount of water that reaches households and not on the amount of water that enters the water supply

mains. Outcome based approach towards service delivery increases the efficiency, credibility and weeds

out laggards at multiple levels which in turn results in optimal utilization of public funds.

Participatory governance envisages citizens as partners of the institutions and hence primary focus should

revolve around ascertaining their needs while designing and implementing services. To achieve such a

participatory approach there is, therefore, an urgent need to reorient and re-imagine the structure and

functions of public service delivery organizations.

Real time governance leverages e-Governance tools to establish institutional framework to achieve

maximum governance with minimum government along with ensuring performance indicators system in

real-time for effective and efficient public delivery.

Andhra Pradesh Government has issued order for setting up of the temporary state command control centre

with necessary technical support from the department of IT&C while drawing the required manpower from

line departments.

A Committee has been constituted called as “Real Time Governance Committee” (RTGC) under the

Chairmanship of Administrative Head of Command and Control Centre for taking decisions for

procurement of CC Cameras, Drones, Bio-metric Projects, Augmented Reality and Virtual Reality

technologies, Artificial Intelligence & Machine Learning technologies or any other new technologies.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 9 of 47

4 Scope of Work

4.1 Introduction

As an Operational Wing of RTGSD, Real Time Governance Society (RTGS) is formed and Registered as

a Society under the Andhra Pradesh Societies Registration Act 2001. The objective of the formation of

RTGS is to implement Real Time Governance by leveraging e-Governance, technology and electronic

communication. The functioning of People Hub, PSS & SeMT along with their teams and Citizen

Experience Management Call Center, shall be aligned with and report to RTGS. State Command and

Control Centre (SCCC) and 13 District Command Control Centers (DCCC) shall also be a part of the

RTGS. The Core team operates from State Command and Control Centre with data input from CC Cameras,

Drones, Biometric augmented technology and virtual reality, machine learning technology, Call Center etc.

It aims at adopting the most advanced technology of international standards for governance.

Real Time Governance functions directly under the Chief Secretary, Prl. Secretary (RTG) and Chief

Executive Officer of RTGS as per the direction of Advisory Council.

Scope of Work:

In order to have an efficient functioning and integration of various channels in terms of streamlining the

governance, ‘Citizens’ and ‘Households’ data services RTGS wishes to house a dedicated team to

implement and manage the technical requirements of Real Time Governance Society.

RTGS shall recruit its technical manpower through this tender. The various verticals in

RTGS will have the teams as indicated below:

DESCRIPTION No. of Resources

Program Managers 02

SME Big Data/ Data Engineering/ Machine Learning &

Artificial Intelligence

08

Data Analytics / Scientists / ETL Development 10

Systems Integration 02

QA – Manual & Automation Testing 03

Compliance Head 01

Technology Expert / Developers 12

Project Managers 02

SysAdmin/ IT Networking 02

TOTAL: 42

Technology

Latest technology will be used for the development of MIS software. RTGS shall arrange required

hardware and server/cloud infrastructure for application hosting and deploy resources for long term

maintenance.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 10 of 47

Following are the indicative technologies that shall be used for the development of MIS software.

a. Open source language and frameworks shall be preferred for development of software. Vendor

dependency is not desirable in respect to proprietary tools/frameworks.

b. Open APIs will be ingrained in the designs of the software.

c. Appropriate security measure by means of data encryption or equivalent means shall be taken

for in transit and at rest data.

d. Implementation of Citizen Services MIS application using latest technologies:

The System Integrator (SI) under the said scope will be required to facilitate deployment of necessary web

services/API for accessing data sources for the eServices/ Applications. For better Citizen Services reporting

KPIs, host a reporting layer in a modern data warehouse and a data lake. This task has to be time bound and

the SI will be required to submit a report defining the understanding of the solution requirements and

proposed timeframe to complete the task.

Design, Development and Go Live of MIS software

SI will have to design a solution considering end to end MIS Software covering both reporting needs, better

experience of Citizen services using advanced analytics & emerging technologies.

Build quality application and portals with structure of modern enterprise Web applications: the user

interface, application server, and database. Service-Oriented Architecture (SOA) enables technology to be

more responsive to the demands of the business because flexible, standards-based components can be

developed, combined, modified, integrated, and deployed rapidly.

Build a modern DWH for reporting & a data lake for applying machine learning & AI techniques for better

actional data insights with predictive, preventive analytics. Additionally, develop enterprise chatbots using

latest AI frameworks with local language support through which users can interact with knowledge sources,

for which data lake will be used to store all knowledge base.

The SI under this case will have to perform all the activities as defined above in this section for efficient MIS

Software. Considering the identified latest technologies to implement MIS Software for which the SI will

have to design, develop, deploy and rollout. The SI will be required to submit a report defining the

understanding of the solution requirements and proposed time frame to complete the task. RTGS will be at

sole discretion to assign work to the SI

RTGS has developed a concept note on Centralized Digital Identity & Entitlement Platform where it has

broadly defined the Vision and objectives of the proposed system and how it intends to implement service

delivery reforms using Aadhaar as the base platform to build upon the holistic system where all the

departmental applications will converge to deliver seamless and issue free services.

The SI will be responsible to study the concept and after detailed discussions and deliberations with the

concerned stakeholders develop a complete solution taking into consideration all the existing departmental

applications. The key deliverables expected from the SI under this phase are:

a. Detailed Project Report including Timeline, Resource Estimation, Gap Analysis.

b. Solution design & development using Agile methodology

c. Implementation

d. Impact Assessment Report of Project

e. User manuals on MIS software

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 11 of 47

RTGS Services Operations & Management

Following are the indicative list of activities expected from the successful bidder during the operation and

management phase for RTGS services:

a. Manage day to day integrations with People Hub at the State

b. Provide support to RTGS for enhancement / improvement in the remaining databases for

successful seeding with other databases.

c. Define and implement the synchronization mechanism of databases i.e. between external and

RTGS databases.

d. Build and release modern enterprise applications; this may include software to be installed in

the distributed environment like mobile phones, servers, desktops, individual laptops etc.

e. Perform data and predictive analytics as required to provide actionable insights.

f. Introduce and implement cutting edge technologies such as AI/ML, RPA, chatbots, etc.

g. Foster innovation by adapting the concepts of continuous delivery and deployment.

h. Proactively liaison with the support team, departmental staff and external technical & support

teams for day to day activities.

4.2 Key Tasks

a. System study for various initiatives of RTGS: The selected service provider shall undertake

detailed system study by examining the process manuals, existing systems, infrastructure,

abilities, activities and come out with the detailed functional requirement for the software

application and Software Requirement Specifications (SRS).

b. Prototype presentation & detailed design: In consultation with RTGS the service provider

will obtain the approval for each Software Requirement Specifications (SRS) for the design of

the application. Based on that, it will prepare an application prototype and present before the

RTGS for approval. On approval of the prototype the detailed design will be developed by the

service provider as per priority of RTGS.

c. Data migration: The selected service provider will plan for the data migration of existing,

available data in electronic modes.

d. User manual & training: The service provider has to prepare user manual and arrange for

training of end users. The Project staff and master trainers are to be trained thoroughly. Staff is

to be trained in entering the data and report generation and review.

e. Installation and field testing: The selected service providers will install application at the

central servers and at the end user devices.

f. Maintenance and Change Request: The service provider will provide request for changes for

each project during the contract period provided by RTGS.

g. Advanced Analytics: Various data analyses as required to provide useful insights which can be

actioned upon by the department(s) to improve performance of GoAP.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 12 of 47

4.3 Timelines

The project team deployed by the selected vendor shall be based at RTGS Headquarter at Vijayawada

area and/or Visakhapatnam. Travel may be required for the consultation and requirement gathering with

various stakeholders and users including trainees, center administrators, trainers etc.

The commencement date will be determined by a Commencement Order (T) to be issued by the RTGS.

The indicative timelines are as under:

SN. Milestone Expected time

(Each Requirement) Deliverable/Solution

1 Project planning and submission of project plan T+1 week Project Charter

2 a. System and software requirements

specifications/FRS

b. Detailed requirement architecture and design

documentation

c. Test plans and test cases, automated test suit

d. Change management and training plan

e. Data digitization and migration plan

T+2 weeks System and software

requirements specification

document

Test Plan

Training, Data Migration

plan if necessary.

3 Specification of IT infrastructure T+1 week IT and infrastructure

specifications document

4 Development of solutions T+ 4 weeks Application software

including other requirements

such as source code, library

files, setup programs,

documentation etc.

5 Application testing T+ 1 week Testing certification

6 User Acceptance Testing & Go-Live T+ 2 weeks UAT test cases, testing

reports with fail/pass results

and plans to fix the defects

7 Change Management and Technical Support T+ 4 Weeks Change requests and Support.

4.4 Roles and Responsibilities of Team Members:

Program Manager:

a. Ensure IT Services Delivery for various projects of RTGS for End-to-End Delivery.

b. SPOC for escalations coming from External Databases.

c. Interface with RTGS team for day to day operations and new activities like function

improvement, version launch etc.

d. Good knowledge of IT infrastructure and working in a high-value production environment.

e. Proven ability to plan and execute workload in a demanding & dynamic environment

f. Able to work with stake holders to achieve the best solution for the customer

g. Project Documentation, Process definition, Planning & Execution.

SME Big Data Analytics/ Data Engineering/ Machine Learning & Artificial Intelligence:

Big Data Analytics:

a. Coordinate with customers and staff and provide support to all data analysis.

b. Perform data analysis on all results and prepare presentations for clients.

c. Perform audit on data and resolve business related issues for customer base.

d. Coordinate with engineering and product management team and ensure accuracy on all

deliverables and prepare summaries.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 13 of 47

e. Administer all data for customer and provide metrics.

f. Monitor and resolve all customer data issues and coordinate with various vendors and manage

all issues.

g. Organize all consumption anomalies and determine defects for data and prepare appropriate

resolutions.

h. Supervise process management tools and ensure compliance to all cycle guidelines.

i. Maintain and document library of information and resolve all issues in same.

Data Engineering:

a. Pentaho, DWH, ETL, Data Model, RDBMS Systems, Oracle, Hadoop.

b. As data integration engineer you are responsible for the design, development, maintenance and

documentation of our new Pentaho data integration (ETL) engine. Specialize in data modeling

data warehouses, writing data flows, converting requirements into schemes, etc.

c. Architect, supervise and design the technical setup of the ETL process.

d. Develop proof-of-concept, estimate workloads to support the commercial process.

e. Assisting the BI analyst on technical questions and assessing his proposals, estimate feasibility

and complexity. Ensuring systems meet business requirements.

f. Mapping the data from the different source systems, make the data available for the

information flow (API).

g. Creating tests and assures quality of the data.

h. Documenting the central repository (as build).

i. Offering support during the investigation and solving of incidents and problems.

j. Thinking along constructively about the improvement of data flows and processes.

Machine Learning/Artificial Intelligence:

a. Responsible for artificial intelligence/machine learning technology and application analysis,

understand latest industrial and academic developments in AI/ML.

b. Understand Client problems/areas of improvement and potential Solutions using AI/ML.

c. Design competitive AI/ML services and user experience for next generation devices and create

prototypes for demonstration.

d. Collect, synthesize, and propose requirements and create effective product/feature roadmaps.

e. Work with the rest of the team to integrate these ideas into potential IT solutions.

f. Create business case and value proposition for clients due to Automation and AI/ML/Statistics.

g. Technical knowledge on existing AI/ML platforms, Statistical tools as R, Python, SaaS (at

least one technology platform).

Data Analyst / Scientists:

i. Oracle Business Intelligence Suite (OBIEE) & OACS Developers:

a. Experience in Analysis, Design Development of OACS and OBIEE 11g and 12c based

reporting solutions.

b. Hands-on experience in RPD modeling, OBIEE Answers, Dashboards and iBots.

c. Expert in OBIEE Admiration and configuring integrated security set up.

d. Strong knowledge of PLSQL and Query language.

e. Good understanding of Data warehouse and ETL concepts.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 14 of 47

f. Experience in migrating to OACS complex reports, supporting minimum 2years OACS

applications is preferred

ii. Database Administrator:

a. Undertake end-to-end management of database on an on-going basis to facilitate smooth

functioning and optimum utilization.

b. Regular database backup and periodical testing of backup data.

c. Conducting configuration review to tune database.

d. Maintaining the necessary documentation and managing schemes to database schema, disk

space, user roles, and storage.

iii. Oracle PL/SQL Programmers:

a. Hands-on Experience required on Oracle PL SQL.

b. Database Development, Design, Modeling and Management.

c. Reading and Writing SQL Scripts and PL/SQL Code.

d. Experience in Data Ware housing.

e. Experience in UNIX & shell scripting.

iv. Compliance Head:

a. Ensure compliance of the project.

b. Ensure industry standards and regulations are followed.

c. Ensure reporting procedures and record keeping is done as per standards.

d. Effective business acumen partner with as dedication to legality methodical and diligent with

outstanding planning abilities.

e. Must have an analytical mind able to “see” the complexities of procedures and regulations.

v. Project Manager:

a. Ensure to deliver committed services and service levels to internal & external customers.

b. Ensure efficient Service Management (Cost, Time, and Resource management).

c. Coordinate end-to-end delivery of complex customer requirements.

d. Ensure that systems, organization processes & unit practices adhere to quality policies.

e. Effective management of clients, management, and team expectations.

f. Conduct periodic reviews with customer(s), management, and the team.

Technology Expert / Developers:

vi. Android Application Developers:

a. Integration of Aadhaar Services in the mobile application

b. Experience in development of Aadhaar PID blocks for utilizing Aadhaar services.

c. Develop android applications supporting the requirements of the Client

d. Build quality applications with modern techniques and updated techniques.

e. Usage of quality logic and algorithms in developing the android applications

f. Continuous change management as per client requirements

vii. Developers using .Net and Java Technologies:

a. Write clean, well-engineered code that complies with accepted standards, and web-based

application development

b. Build quality applications and portals with structure of modern enterprise Web

applications: the user interface, application server, and database.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 15 of 47

viii. Testing:

a. Preparation of test cases, test scripts and test plan

b. Execution of test scripts

c. Able to identify and develop test cases for smoke test and regression test

d. Reporting compliance to the test scenarios

e. Work closely with the QA Lead and Development team

ix. Windows/IIS administrator/Networking:

a. Installing and configuring Windows 2012 servers.

b. Installing & Configuring ADS, DNS & DHCP servers

c. Migrating DC, ADC, DNS & DHCP

d. Installing and configuring the ISA 2000.

e. Publish the website and mail server.

f. Check the proxy utilization.

g. Installing, configuring the Antivirus and schedule updates for all clients and server.

h. Creating and resetting the user passwords.

i. Applying new group policies for clients.

j. Configuring remote and routing access for ELOAD application servers.

k. Monitor the network traffic on router.

l. Scheduling backups, creating file systems as per requirements

x. Systems Integrator

a. Facilitate deployment of necessary web services/API for accessing People Hub for the

eServices/ Applications.

b. Submit a report defining the understanding of the solution requirements and proposed

timeframe to complete the task.

Resource to be deployed at Project Location, RTGS, Vijayawada/ Visakhapatnam:

SNo Description No. of

Resources

Educational

Qualification

Years of Experience

1. Program Manager 2 B.Tech/ BE/

MCA/MSc/BSc/BCA

5 yrs and Above

3 years of experience in Execution of software

development/e-governance/ Mobile Governance

Projects in Government departments. Aadhaar project

execution experience.

2. SME Big Data

Analytics/ 1.Sr Programmer

2.Jr Programmer

Data Engineering

1.Sr Programmer

2.Jr Programmer

ML & AI

1.Sr Programmer

2.Jr Programmer

2

1

1

1

2

1

B.Tech/ BE/

MCA/MSc/BSc/BCA

Sr. –4 yrs and Above

Jr. – 2-3yrs

Experience in handling Big data/ Oracle BI Tools

/Oracle Data Integration Tools / Data Management /

Data Synchronization Tools / Implementation of

Machine Learning Techniques.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 16 of 47

3. Data Analyst /

Scientists

10 B.Tech/ BE/

MCA/MSc/BSc/BCA

Sr. 4 Yrs and above

Jr. 2-3 Yrs

Experience in Data analytics and proficient in using

Java Script, XML, Excel and Statistical language

techniques.

i Intelligent RPA

1. Sr. Developer

2. Jr. Developer

1

1

B.Tech/ BE/ MCA/MSc/BSc/BCA

Sr. – 4 yrs and Above

Jr. – 2-3 Yrs

ii Oracle Business

Intelligence Suite

(OBIEE)

Developers

1. Sr programmers

2. Jr. programmers

2

1

B.Tech/ BE/ MCA/

MSc(Comp)/

BSc(Comp)/ BCA

Sr. –4 yrs and Above

Jr. – 2-3yrs

Experience in Analysis, Design Development of

OBIEE 11g and 12c based reporting solutions.

iii. Oracle Data Base

Administrators

1. Senior DBA

2. Junior DBA

1

1

B.Tech/ BE/ MCA/

MSc(Comp) /

BSc(Comp)/ BCA

Sr. – 4 yrs and Above

Jr. – 2-3 Yrs

Experience as Oracle Database Admin, relevant to the

latest Technology. Hands on Oracle Exadata Machine

would be an added advantage,

iv. Oracle PL/SQL

Programmers

1. Senior PL/SQL

programmers

2. Junior PL/SQL

programmers

1.

2

1

B.Tech/ BE/ MCA/

MSc(Comp) /

BSc(Comp)/ BCA

Sr – 4 Yrs and Above

Jr. – 2 -3 Yrs

Experience in Oracle PL/SQL programming, DB

Functions, Procedures and Complex Queries.

4. Compliance Head 1 B. Tech / BE/ MBA /

MCA / MSc / BSc /

BCA/BA

5 Years Exp in relevant domain

Experience with all standards of Govt of A.P &

Govt of India Depts, UIDAI Rules and other

standard operating procedures. Excellent

communication skills BSc /BA in law, business

administration or related field certified

compliance professional is preferred. 5. Project Managers 2 B. Tech / BE/ MBA /

MCA / MSc / BSc /

BCA

Sr. – 4 yrs

Minimum 4 years of IT Service management

Experience in leading the team in Government Public

Sector

Strong technical skill in Android, Dot net & PL/SQL.

6. Technology

Expert /

Developer

12

Sr – 4 Years and Above

Jr – 2-3 Yrs

Experience in .Net, Java & Web Designing Full Stack

Technologies and other technologies requested by

RTGS. i. Android Mobile

Application

Developers

1.Senior Android

Programmer

2. Junior Android

Programmer

3. Senior iOS

Programmer

1

1

1

B.Tech/ BE/ MCA/

MSc(Comp)/

BSc(Comp)/ BCA

Sr. – 4 Years and Above

Jr. – 2-3 yrs

Experience in android application development

IDEs: Eclipse, Android Studio

Integrations: All kind of intent callings, Bio metric

(Finger Print, IRIS) SDK integrations, UIDAI

integrations.

UIDAI Security: UIDAI Lvel-0, Lvel-1 Encryptions

and PID generations.

ii. Dot Net / Java

Programmers

1.Senior

2.Junior

3. UI/UX Senior

4

3

2

B.Tech/ BE/ MCA/

MSc(Comp)/

BSc(Comp)/ BCA

Sr. – 4 Years and Above

Jr. – 2-3 yrs

Dot Net. ASP. NET, C#.NET with MVC Architecture

Preferably JQuery, Angular JS Scripts and Web

Services like SOAP, REST

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 17 of 47

7. Tester

Web Application,

Mobile

Application

2

1

B.Tech/ BE/ MCA/

MSc(Comp)/

BSc(Comp)/ BCA

Sr. – 4 Years and Above

Experience in Testing of Mobile Apps & Web services

and Certification in Testing Tools are preferable.

Testing Methodologies: Manual & Automation.

Testing Types: Functional Testing, SDK Testing,

Integrity Testing, Module Testing, Load Testing,

Device compatibility testing.

▪ Writing test cases, preparation of test scripts, use

of Tools indicated in the Solution proposed by the

bidder 8. Windows/ IIS

administrator

2 B. Tech/BE/

MCA/

Msc(IT/Comp)/

Bsc(Comp)

Sr. – 4 Years and Above

Experience in System Administration,

Server Management.

Any Hardware Certification / MCSE/

CCNA will be added advantage.

9. System Integrators 2 B. Tech/BE/

MCA/

Msc(IT/Comp)/

Bsc(Comp)

4 years and above in Systems Integration, APIs and

APKs

TOTAL

NUMBER OF

RESOURCES

42

4.5 Roles and Responsibilities of RTGS Department

a. Appoint a dedicated project Coordinator/ Manager to assist the data collection/ report generation

and monitoring the execution of the project.

b. Project Management - work extraction from the team.

c. Approval of budget and releasing the funds.

d. Facilitate existing service providers to share documentation of web services, database access and

other requirements that are required by bidder to carry out the assignment.

e. Releasing the payments as per the contract deliverables

f. Mobilization of the team and take up the work

g. Assistance for Data migration for the data (if needed) of departments

h. Ensure the deliverables as per the contract terms and conditions and acceptance of the

deliverables.

i. Provision the hardware and other required software.

4.6 Roles and Responsibilities of Bidder

a. Understanding the Scope of Work & requirements of RTGS.

b. Submission of valid bid along with supporting documents as per RFP.

c. Submission of PBG, on receipt of the Award notification.

d. Submit valid contact address, contact person, phone/ mobile number, e-mail ID etc. to the RTGS

& Department for easy communication.

e. Deployment of resources & completion of work as per the requirement of RTGS.

f. Interacting with the concerned department officials for collecting the data/ data models for

preparation of predictive & prescriptive reports as per the requirements, deliverables and

milestones etc.

g. Submission of deliverables.

h. Attend the reviews of RTGS.

i. Submit invoices.

j. Transition and KT to RTGS on completion of the contract.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 18 of 47

Statement of Important Limits/ Values related to bid

SNo Item Description

01

EMD

Rs. 20,00,000/-- (Twenty lakh only)

Note: The EMD in the form of Demand Draft (DD)/ Bank Guarantee (BG)

in favor of “The CEO, RTGS”, payable at Velagapudi or Vijayawada.

The Original EMD should be submitted along with the TQ Bids in a sealed

cover superscripted “Tender Reference No. & Name”.

02 Tender

Processing fee

Rs. 25, 000/- (Rupees Twenty Five Thousand only).

The Tender Processing fee shall be submitted in the form Demand Draft

(DD)/ Banker’s Cheque (BC) in favor of “The CEO, RTGS”, payable at

Vijayawada or Velagapudi.

The Original DD/ BC should be submitted along with the Bid in a sealed

cover superscripted “Tender Reference No. & Name”.

03 Bid Validity

Period

180 days from the date of opening of financial bid

04 EMD Validity

Period

180 days from the date of submission of bid

05 Period for

furnishing

performance

security

Within 10 working days from date of receipt of Notification of Award

06 Performance

security value

for Schedule

Performance Bank Guarantee of 10% of Contract Value in favor of “The

CEO, RTGS”, from any Nationalized Bank/ Scheduled Banks. The EMD of

successful bidder will be returned back on submission of PBG.

07 Performance

security validity

period

90 days beyond Project Completion period

08 Period for

signing contract

Within 10 working days from date of receipt of Notification of Award

09 Mobilization

period

Within 15 days from date of receipt of Notification of Award or 5 days from

the date of contract signing, whichever is earlier

10 Penalties As per RFP

11 Payment Terms As per RFP

12 Conditional and

Late bids

Not acceptable and liable for rejection

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 19 of 47

5. Instructions to Bidders

5.1 Eligibility Criteria a. This invitation for bids is open to APTS empaneled firms who fulfill the prequalification criteria.

b. Bidders marked/considered by RTGS to be ineligible to participate for non-satisfactory past

performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

c. Breach of general or specific instructions for bidding, general and special conditions of contract

with RTGS or any of its user organizations may make a firm ineligible to participate in bidding

process.

5.2 Completeness of Response

a. Bidders are advised to study all instructions, forms, requirements and other information in the

RFP documents carefully. Submission of the bid shall be deemed to have been done after careful

study and examination of the RFP document with full understanding of its implications.

b. The response to this RFP should be full and complete in all respects. Failure to furnish all

information required by the RFP documents or submission of a proposal not substantially

responsive to this document will be at the Bidder's risk and may result in rejection of its Proposal.

5.3. Proposal preparation costs & related issues

a. The bidder is responsible for all costs incurred in connection with participation in this process,

including, but not limited to, costs incurred in conduct of informative and other diligence

activities, participation in meetings/discussions/presentations, preparation of proposal, in

providing any additional information required by facilitating the evaluation process.

b. Will in no case be responsible or liable for those costs, regardless of the conduct or outcome of

the bidding process

c. This RFP does not commit to award a contract or to engage in negotiations. Further, no

reimbursable cost may be incurred in anticipation of award or for preparing this RFP.

5.4. Right to terminate the process:

a. RTGS may terminate the RFP process at any time and without assigning any reason. RTGS makes

no commitment that this process will result in a business transaction with anyone.

b. This RFP does not constitute an offer by RTGS. The bidder's participation in this process may result

in short listing of the bidder.

5.5. Preparation of Proposals:

a. The Proposal as well as all related correspondence exchanged by the bidders and RTGS shall be

written in English language, unless specified otherwise.

b. The Technical Proposals shall contain an Executive summary giving a brief overview of the manner

in which the bidder proposes to achieve the outcomes and the assessment of resources required.

c. The bidder is expected to submit the financial Proposal as per the format given in Appendix II.

Submission of the wrong type of Technical Proposal will result in the proposal being deemed non-

responsive. The Technical Proposal shall not include any financial information.

d. The Financial Proposal shall be prepared as per the format given in Appendix.

5.6. Submission of Responses:

The bidder shall submit the proposal consisting of Pre-qualification, Technical and Financial Proposal in

separate covers and all the covers shall be sealed in fourth cover super scribing as “Selection of Man

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 20 of 47

Power Agency for Design, development, implementation and maintenance of various initiatives of

RTGS”.

a. The original proposal Pre-Qualification, Technical and Financial shall contain no interlineations or

overwriting, except as necessary to correct the errors made by the bidders themselves. The same

authorized representative who has signed the proposal shall initial the corrections.

b. An authorized representative of the bidders shall initial all the pages of the original Prequalification,

Technical and Financial Proposals. The authorization shall be in the form of written power of

attorney accompanying the proposal and supported by any evidence that the representative has been

duly authorized to sign.

c. One copy of the documents necessary for Technical Qualification as per the format given in

Appendix-I, shall be submitted.

d. The bidder shall submit one softcopy of the Technical Proposal online.

e. Bidder must ensure that the information furnished online is identical to that submitted in the original

paper document. In case of any discrepancy, the information furnished in the original paper

document will prevail over the soft copy.

f. The bidder shall ensure that the proposal cost quoted in the Cost Break-up form (Form-C2) matches

with the total cost (inclusive of taxes) quoted in the Commercial Proposal form (Form-C1).

5.7. Bid Submission Format

a. The entire proposal shall be strictly as per the format specified in this Invitation and any deviation

may result in the rejection of the RFP proposal.

b. The documents to be submitted for Technical Proposal are:

i. Bid Security.

ii. Bid processing fee.

iii. Bid Submission Form - Form TQ#1

iv. General Information of the Bidder – Form TQ#2

v. Relevant Project experiences – Form TQ#3

vi. Understanding of the RTGS Project - Form TQ#4

c. The documents to be submitted for Commercial Proposal are:

i. Financial Proposal Cost – Form C#1

ii. Financial Proposal Commercials – Form C#2

5.8. Venue, Deadline for submission and Late Bids

a. Proposals must be submitted at the address given in the Document on or before the given due

date/time.

b. Any proposal received by the RTGS after the above deadline shall be rejected.

c. The bids submitted by telex/telegram/fax/e-mail, etc. shall not be considered. No correspondence

will be entertained on this matter.

d. RTGS reserves the right to modify and amend any of the above stipulated condition/criterion

depending upon assignment/project priorities vis-à-vis urgent commitments.

e. If the outer envelope is not sealed and marked as required above, RTGS will assume no

responsibility for the proposal’s misplacement or premature opening.

f. Proposal shall be submitted online at

https://tender.apeprocurement.gov.in/login.html

or in hardcopy to:

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 21 of 47

The CEO, Real Time Governance Society (RTGS)

Block 1, AP Secretariat,

Velagapudi, Guntur Dist.

Andhra Pradesh, India

5.9. Short listing Criteria

a. RTGS will shortlist bidders who meet the Pre-Qualification criteria mentioned in this RFP.

b. Any attempt by a Bidder to influence the bid evaluation process may result in the rejection of its

bid Proposal.

c. RTGS will constitute a Proposal Evaluation Committee to short-list the bidders according to the

Technical Qualification criteria given in this document for the qualified bidders only.

5.10. Evaluation Process

a. Technical proposal of the bidders will be opened and evaluated only for bidders who meet the

prequalification criteria.

b. The evaluation will be 2 stages i.e., TQ & Commercial of the proposal submitted by the bidders.

c. The bidders have to score a minimum of 45 marks (out of 70) in Technical evaluation to be

considered for Financial Evaluation as per the criteria.

d. If required, Technical Presentation Date, Time & Venue will be informed as per schedule fixed by

the evaluation Committee.

e. The Financial Proposal of those bidders who get more than 45 marks out of a maximum of 70

marks, in the Technical Evaluation shall be considered for commercial bid evaluation.

f. The Financial Proposals of the bidders who have qualified in the Technical Evaluation will be

evaluated as per the criteria defined in this RFP.

5.11. Technical Qualification Evaluation Criteria

a. Technical proposal of the bidders will be opened and evaluated who meets all the prequalification

criteria.

b. The technical evaluation committee chaired by the RTGS nominated committee will evaluate the

Technical Proposals at RTGS on the basis of the technical evaluation criterion as provided below.

Project Evaluation Committee (PEC) will evaluate the Technical Proposals of the bidders as per the following

criteria:

5.12. TQ Evaluation criteria:

S.No Criteria Max Score

1 Experience and qualifications of the firm 15

2 Understanding of “Design, development, implementation and

maintenance of various initiative of RTGS” by the bidder

30

3 Adequacy and Quality of Resources proposed for Deployment 10

4 Certifications 05

5 Employee strength 10

Total Points 70

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 22 of 47

Note: Supporting documents should be submitted

SNo Criteria/

Sub-

criteria

Description Score Points Max.

Score

Remarks

1 Past experience of the responding firm 15

a) Software

development

/manpower/

support

experience

Projects shall include

some or all of below

components:

a) Responsive Web

Applications

b) KPI dashboards & drill

down reports for executive

leadership

c) Predictive analytics &

sentiment analysis using

Machine Learning, feature

engineering & data

engineering/data lake

d) iRPA integration with

ERP (i.e SAP, Microsoft)

e) ERP (i.e SAP,

Microsoft, Oracle)

integration & support

Experience in IT application projects

in design, development, operations

and maintenance of enterprise level

contracts with minimum revenue

(listed in the table below) from any

public or private sector customers

during last three financial years

(2017-18, 2018-19, 2019-20)

Project Annual

Revenue

per

customer

Marks

per

customer

Public

Sector

Rs. 2

Crore or

above

6

Large

Corporate

Rs. 2

Crore or

above

3

12 Proof of Contracts

and completed

Work Orders

b) Experience

with AP

Govt

Current similar Technical

Manpower (software

development area)

contracts with AP Govt

Projects size:

3 cr and above = 3 points

2 cr and above = 2 points

1 cr and above = 1 points

03

Proof of Contracts

and completed

Work Orders

2 Solution requirements and understanding 30

a)

Domain

Understandi

ng

Requirements understanding

of the Design, development,

implementation and

maintenance of Integrated

for various initiatives of

RTGS and the quality of the

solution proposed.

Evaluation Committee will evaluate

whether all the points/ requirements

mentioned in the RFP are addressed

well and award points accordingly, the

important parameters being:

– Understanding of RTGS projects,

architecture, analytics, modern

technologies - 15 points

15

Supported by

Technical

Presentation and

Live demonstration

b)

Implementat

ion

methodology

(Proposed

Solution)

Evaluation Committee will

evaluate whether the

implementation methodology

is in line with the

requirement. The important

parameters being:

- Plan for meeting the project

requirements, vendors past

experience with such

methodology,

- Redundancy and failover

options provided in the

implementation plan.

In this section, the responding firm

should:

– Explain the understanding of the

project requirements, highlight the

expected support from the RTGS,

approach to the services, SLA

management, Agile methodology for

carrying out the activities for expected

output

o 10 points

– Highlight the associated risks/

problems and plans for mitigation and

15

Supported by

Technical

Presentation

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 23 of 47

explain the technical approach it would

adopt to address them.

o 5 points

3 Adequacy

and Quality

of Resources

proposed for

Deployment

CVs to be provided in the Bid, One

resource for each category and all the

resources must be employed by the

firm on date of bid response

submission

10 Supported by CVs

of Resources and

pay slips

4 Certification

s

ISO 9001 Certification

ISO 27001:2013 Certification

CMMI 3 level or above

05 Latest Certification

copies (not expired)

5 Employees

strength

The bidder should have an

employee strength in the

areas of software

development, software

implementation, system

integration, and O&M as

on date of this tender

document.

> 750 technical employees = 07 points

or

> 600 technical employees = 05 points

> 250 technical employees in AP = 03

points

10 Self-Certification

of Company’s

letterhead signed

by authorized

signatory. Copies

of relevant

documents like

EPF challans and

receipts are to be

submitted.

5.13. Technical Presentation

Bidder may have to make presentation at RTGS premises or at a place decided by RTGS to facilitate in

understanding the bidder’s capabilities to execute the project. The date for presentation will be communicated

in advance. Bidder shall ensure that the representative carries an authorization letter from the bidder.

The presentations should cover cases of installations of the software in an environment similar to State Data

Center (SDC) requirements. The objective of the presentation is to benefit the committee to award scores by:

a. Understand software solution’s features in greater detail

b. Approach and Methodology

c. Project plan

d. Technical solution proposed in the technical bid

e. Innovative services proposed in the technical proposal

f. Showcase a live demo of the solution proposed

g. Other important components of the proposal

The technical evaluation of the bid will be based on the bidder’s response to the requirements as

mentioned in the RFP, which will include the Technical Specifications mentioned in RFP.

The bidder with less than 45 score in technical evaluation will be treated as non-responsive. Each bidder

has to present the technical bids for evaluation and scoring. The technical scores will be computed for a

Total Score of 70.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 24 of 47

5.14. Commercial Bid Evaluation

a. The Financial Bids of technically qualified bidders (i.e. above 45 marks) will be opened on

the prescribed date.

b. For any additional resources/ Services apart from the identified services shall be priced as

per the unit rate quoted.

c. Additional resources/services can be asked for as per the requirement of RTGS as per the

unit rate quoted in the bid by the successful bidder.

d. The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned

separately.

e. Any conditional bid would be rejected.

f. Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there

is a discrepancy between the unit price and the total price that is obtained by multiplying the

unit price and quantity, the unit price shall prevail and the total price shall be corrected. If

there is a discrepancy between words and figures, the amount in words will prevail”.

g. If there is no price quoted for certain material or service, the bid shall be declared as

disqualified, unless those material or service is provided at no cost.

h. In the event that there are 2 or more bidders having the same value in the financial bid, the

bidder securing the highest technical score will be adjudicated as the “Best responsive bid”

for award of the Project.

i. The financial bid cost would be considered from the Financial Proposal

5.15. Overall Evaluation

The Bidders shall submit the Commercial Proposal for the entire work. RTGS will perform a detailed

evaluation of the Technical Bids of the Bidders who have qualified in the Pre-qualification stage in order

to determine whether they are substantially responsive to the requirements set forth in the Request for

Proposals. In order to reach such a determination, RTGS will examine the information supplied by the

Bidders, and shall evaluate the same as per the evaluation criteria specified in this RFP.

Based on the technical evaluation, the commercial Bids of only the technically acceptable bidders shall

be opened by RTGS. The commercial evaluation will take into account the information supplied by the

Bidders in the Commercial Proposal, and shall evaluate the same as per the evaluation criteria specified

in this RFP.

The Final evaluation will be done on the technical cum commercial bids as per the total score in the ratio

of 70:30 i.e. 70% on technical qualification and 30% on commercial offer. The commercial bids of only

the technically qualified bidders will be opened and the commercial offers of the unqualified technical

bids shall be returned unopened. The final score would be evaluated:

Final Technical score of the bidder = (Score obtained by the bidder out of 70)

The Financial score of the bidder = (Min. quote/ quote of the bidder) * 30

Final Score of the bidder = (Final Technical score + Final Financial score)

RTGS reserves the right to reject any or all proposal and to waive informalities and minor irregularities

in proposals received if deemed in the best interest of RTGS to do so.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 25 of 47

5.16. Award Criteria

RTGS will award the Contract to the successful bidder whose overall score is highest would be considered it

as substantially responsive as per the process outlined above. To ensure RTGS operations do not depend on

a single vendor, RTGS may select a Second vendor, who scores the 2nd highest under Section 5.15 above.

Resource rates will be negotiated to match the cheaper rates of the two bidders.

5.17. Right to Accept Any Proposal and To Reject Any or All Proposal(s) RTGS reserves the right to accept or reject any proposal, and to annul the tendering process/ Public

procurement process and reject all proposals at any time prior to award of contract, without thereby

incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder

or bidders of the grounds for RTGS action.

5.18. Notification of Award a. Prior to the expiration of the validity period, RTGS will notify the successful bidder in writing

or by email, that its proposal has been accepted. In case the tendering process/ public

procurement process has not been completed within the stipulated period, RTGS may request

the bidders to extend the validity period of the bid.

b. The notification of award will constitute the formation of the contract. Upon the successful

bidder's furnishing of Performance Bank Guarantee, RTGS will notify each unsuccessful

bidder and return their EMD.

5.19. Contract Finalization and award

a. The RTGS shall reserve the right to negotiate with the bidder(s) whose proposal has been most

responsive. On this basis the draft contract agreement would be finalized for award & signing.

b. RTGS may also like to reduce or increase the Scope of Work & Resources contract time period

defined in the RFP. Accordingly, total contract value may change on the basis of the rates

defined in the financial proposal.

5.20. Performance Guarantee and APTS charge for eProcurement

RTGS will request the selected bidder to provide a Performance Bank Guarantee, within 10 days from

the Notification of award, for a value equivalent to 10 % of the Total Value of the Contract. The

Performance Guarantee should be valid for a period of 3 months beyond the contract period. The

Performance Guarantee shall be kept valid till completion of the project and Warranty period. The

Performance Guarantee shall contain a claim period of three months from the last date of validity. The

selected bidder shall be responsible for extending the validity date and claim period of the Performance

Guarantee as and when it is due on account of non-completion of the project and Warranty period. In

case the selected bidder fails to submit performance guarantee within the time stipulated, the RTGS

at its discretion may cancel the order placed on the selected bidder without giving any notice. RTGS

shall invoke the performance guarantee in case the selected Vendor fails to discharge their contractual

obligations during the period or RTGS incurs any loss due to Vendor’s negligence in carrying out the

project implementation as per the agreed terms & conditions.

In addition, the winning bidder shall pay Rs 10,000 to MD, APTS towards the maintenance cost of

eProcurement platform. Method of payment will be notified at the time of award.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 26 of 47

5.21. Signing of Contract

After the RTGS notifies the successful bidder that its proposal has been accepted, RTGS shall enter

into a contract with the successful bidder, incorporating all clauses, pre-bid clarifications,

Corrigendum and the proposal of the bidder. The Draft contract Agreement is provided in this RFP

subjected to changes as per the requirements or recommendation made by RTGS at the time of

entering into contract with the bidder.

5.22. Failure to Agree with the Terms and Conditions of the RFP

a. Failure of the successful bidder to agree with the Draft contract Agreement and Terms &

Conditions of the RFP shall constitute sufficient grounds for the annulment of the award, in

which event RTGS may award the contract to the next best value bidder or call for new

proposals from the interested bidders.

b. In such a case, the RTGS shall invoke the EMD of the most responsive bidder.

5.23. Contract Period

The Successful bidder shall sign contract agreement with the RTGS for a period of 2 years from the

date of signing of agreement. The contract period can be extended at the discretion of the RTGS.

5.24. Payment Terms

a. The Firm shall submit the invoice for payment when the payment is due as per the agreed terms,

the payment shall be released as per the approval of RTGS on Monthly basis.

b. For the purpose of payment, acceptance means; acceptance of the deliverables by the Real Time

Governance Society after submission by the Service Provider.

c. If the deliverables submitted by the Service Provider are not acceptable to RTGS, reasons for such

non-acceptance should be recorded in writing; In such case, the payment will be released to the

Service Provider only after it re-submits the deliverable and which is accepted by RTGS.

d. With the exception of the final payment under (c) above, payments do not constitute acceptance

of the Services nor relieve the Service Provider of any obligations hereunder, unless the acceptance

has been communicated by RTGS to the Service Provider in writing and the Service Provider has

made necessary changes as per the comments/ suggestions of the Department communicated to

the Service Provider.

5.25. Service Level Agreement (SLA)

Service Level Agreement (SLA) is the contract between the purchaser and the successful bidder. SLA

defines the terms of the Successful bidder's responsibility in ensuring the timely delivery of the

deliverables and the correctness of the same based on the agreed Performance Indicators as detailed

in the Agreement. This section defines various Service Level Indicators which will be considered by

the department in the Service Level Agreement with successful bidder.

The successful bidder has to comply with all Service Level Agreements (SLAs) defined below to

ensure adherence to project timelines, quality and availability of services. Non-compliance with the

SLA attracts penalty.

Note: Penalties shall not be levied on the successful bidder in the event of force majeure affecting the SLA

which is beyond the control of the bidder.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 27 of 47

The following is the table providing the indicative SLA for the project:

S.

No Measurement Target Penalty

1.

Completion of Tasks/Activities

and Submission of Deliverables/

Reports as per schedules given in

this RFP

As per

timelines

mentioned

1% of the Total value of the Project for

every 2 weeks of delay in submission of

deliverables, on an incremental basis to

a maximum of 10%. If the penalty goes

beyond 10%, the RTGS reserves the

right to terminate the project contract.

General Instructions to bidders

5.26. Definitions

a. Tender call or invitation for bids means the detailed notification seeking a set of solution(s), service(s),

materials or any combination of them.

b. Specification means the functional and technical specifications or statement of work, as the case may

be.

c. Firm means a Company, Authority, Society, Trust, Co-operative or any other Organization

incorporated under appropriate statute as is applicable in the country of incorporation.

d. Technical bid means that part of the offer that provides information to facilitate assessment by RTGS,

professional, technical and financial standing of the bidder, conformity to specifications etc.

e. Financial Bid means that part of the offer, that provides price schedule, total project costs etc.

f. Three parts Bid means the Pre-qualification, Technical bid and financial bids submitted and their

evaluation are sequential.

g. Composite bid means a bid in which the technical and financial parts are combined into one but their

evaluation is sequential.

h. Goods and services mean the solution(s), service(s), materials or a combination of them in the context

of the tender call and specifications.

i. The word goods when used singly shall mean the hardware, firmware component of the goods and

services.

5.27. General Eligibility

a. This invitation is open to all Indian firms who are eligible to do business in India under relevant

Indian laws as is in force at the time of bidding subject to meeting the pre-qualification criterion.

b. Bidders marked/considered by RTGS to be ineligible to participate for non-satisfactory past

performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

c. Bidder/ Consortium Member debarred/ blacklisted by any Central or State Govt./ Quasi –Govt.

Departments or organizations as on bid calling date for non-satisfactory past performance,

corrupt, fraudulent or any other unethical business practices shall not be eligible.

d. Breach of general or specific instructions for bidding, general and special conditions of contract

with RTGS or any of its user organizations may make a firm ineligible to participate in bidding

process.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 28 of 47

5.28. Bid forms

a. Wherever a specific form is prescribed in the bid document, the bidder shall use the form to

provide relevant information. If the form does not provide space for any required information,

space at the end of the form or additional sheets shall be used to convey the said information.

b. For all other cases the bidder shall design a form to hold the required information.

5.29. Cost of bidding

a. The bidder shall bear all costs associated with the preparation and submission of its bid, and RTGS

will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding

process.

b. Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. Failure to furnish all information required by the bidding documents or to submit a

bid not substantially responsive to the bidding documents in every respect will be at the bidder’s

risk and may result in the rejection of its bid.

c. The participating bidder should purchase the document and enclose a receipt of the same with the

bid document.

5.30. Clarification of bidding documents

a. A prospective Firm /bidder requiring any clarification of the bidding documents may notify RTGS

contact person. Written copies/ e-mail of the RTGS response (including an explanation of the query

but without identifying the source of inquiry) will be sent to all prospective bidders that have

received the bidding documents.

b. The concerned person will respond to any request for clarification of bidding documents which it

receives no later than bid clarification date mentioned in the notice prior to deadline for submission

of bids prescribed in the tender notice. No clarification from any bidder shall be entertained after

the closure of date and time for seeking clarification mentioned in tender call notice. It is further

clarified that RTGS shall not entertain any correspondence regarding delay or non-receipt of

clarification from RTGS.

5.31. Amendment of bidding documents

a. At any time prior to the deadline for submission of bids, RTGS, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective bidder, may modify the

bidding documents by amendment.

b. All prospective bidders those have received the bidding documents will be notified of the

amendment and such modification will be binding on all bidders.

c. In order to allow prospective bidders reasonable time in which to take the amendment into account

in preparing their bids, the RTGS, at its discretion, may extend the deadline for the submission of

bids.

5.32. Period of validity of bids

a. Bids shall remain valid for the180 days or duration specified in the bid document, after the date

of the financial bid opening prescribed by RTGS. A bid valid for a shorter period shall be rejected

as non-responsive.

b. In exceptional circumstances, the RTGS may solicit the bidders’ consent to an extension of the

period of bid & EMD validity. The request and the responses thereto shall be made in writing.

The bid security shall also be suitably extended. A bidder granting the request will not be

permitted to modify its bid.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 29 of 47

5.33. Submission of bids

The bidders shall submit all the bids i.e., Pre-qualification, Technical and Financial Bids

5.34. Deadline for submission of bids

a. Bids must be submitted physically or online not later than the bid submission date and time

specified in the tender call notice.

b. The RTGS may, at its discretion, extend this deadline for the submission of bids by amending the

tender call, in which case all rights and obligations of the RTGS and bidders previously subject

to the deadline will thereafter be subject to the deadline as extended.

5.35. Late bids

Any bid not received by the RTGS contact person after the deadline for submission of bids will be

rejected and returned unopened to the bidder.

5.36. Modification and withdrawal of bids

a. No bid can be modified subsequent to the deadline for submission of bids.

b. No bid can be withdrawn in the interval between the deadline for submission of bids and the

expiration of the period of bid validity. Withdrawal of a bid during this interval will result in

the forfeiture of its bid security (EMD).

5.37. General Business information

The bidder shall furnish general business information to facilitate assessment of its professional,

technical and commercial capacity and reputation.

5.38. Bid Security i.e. Earnest Money Deposit (EMD)

a. The bidder shall furnish, as part of its bid, a bid security for the amount specified in the tender

call notice.

b. The bid security is required by RTGS to:

• Assure bidder’s continued interest till award of contract and

• Conduct in accordance with bid conditions during the bid evaluation process.

c. The bid security shall be in Indian Rupees and shall be a bank guarantee, or an irrevocable letter

of credit or cashier’s certified check, issued by a Reputed scheduled Bank in India and having at

least one branch office in Vijayawada/Visakhapatnam

d. Unsuccessful bidder’s bid security will be discharged or returned as promptly as possible, but

not later than thirty (30) days.

e. The bid security may be forfeited:

• if a bidder withdraws its bid during the period of bid validity or

• in the case of a successful bidder, if the bidder fails:

➢ to sign the contract in time; or

➢ to furnish performance security.

The bidders who qualified in Technical qualification stage will only be short listed and eligible for

participating Commercial opening.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 30 of 47

5.39. Preparation of financial bid

a. Overview of financial bid

The financial bid should provide cost calculations corresponding to each component of the project.

i. Bid prices

a. The bidder shall indicate the unit prices (where applicable) and the total bid price of the

goods/services it proposes to supply under the contract.

b. The bidder shall indicate Basic Prices and taxes, duties etc.,

(if required) in the form prescribed.

c. Bidder’s separation of price components will be solely for the purpose of facilitating the

comparison of bids by RTGS and will not in any way limit the purchaser’s right to

contract on any of the terms offered.

d. Prices quoted by the bidder shall be fixed during the bidder’s performance of the contract

and not subject to variation on any account unless otherwise specified in the tender call.

A bid submitted with an adjustable price quotation will be treated as non-responsive and

will be rejected.

5.40. Bid currency

Prices shall be quoted in Indian Rupees.

5.41. Taxes

Prices shall be inclusive of applicable taxes.

5.42. Term and Extension of Contract

a. The term of this Contract shall be for a period as indicated in the contract and contract shall come

to an end on expiry of such period except when its term is extended by RTGS.

b. RTGS. Shall reserve the sole right to grant any extension to the term mentioned above on mutual

agreement including fresh negotiations on terms and conditions.

5.43. Suspension of Work

The Service Provider shall, if ordered in writing by RTGS representative, temporarily suspend the

works or any part thereof for such a period and such a time as ordered. The Service Provider shall not

be entitled to claim compensation for any loss or damage sustained by him by reason of temporary

suspension of the Works as aforesaid. An extension of time for completion corresponding with the

delay caused by any such suspension of the works as aforesaid shall be granted to the implementation

agency, if request for same is made and that the suspension was not consequent to any default or failure

on the part of the implementation agency. In case the suspension of works is not consequent to any

default or failure on the part of the implementation agency and lasts for a period of more than 3 months,

the Service Provider shall have the option to request the RTGS to terminate the Contract with mutual

consent

5.44. Force majeure

a. The Bidder/bidder 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.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 31 of 47

b. For purposes of this clause, “Force Majeure” means an event beyond the control of the

Bidder/bidder and not involving the Supplier’s fault or negligence and not foreseeable. Such

events may include, but are not restricted to, acts of the State Government in its sovereign

capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight

embargoes.

c. If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the RTGS in writing

of such condition and the cause thereof. Unless otherwise directed by RTGS in writing, the

Bidder/bidder shall continue to perform its obligations under the Contract as far as is reasonably

practical, and shall seek all reasonable alternative means for performance not prevented by the

Force Majeure event.

5.45. Terminate the Contract

a. Retain such amounts from the payment due and payable by RTGS to the Service Provider as

may be required to offset any losses caused to RTGS. Nothing herein shall affect the continued

obligation of the Service Provider / other members of its Team to perform all their obligations

and responsibilities under this Contract in an identical manner as were being performed before

the occurrence of the default.

b. Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce

the Deed of Indemnity, recover such other costs/losses and other amounts from the Service

Provider may have resulted from such default and pursue such other rights and/or remedies

that may be available to RTGS under law.

5.46. Termination

a. RTGS may terminate this contract in whole or in part by giving the Service Provider prior and

written notice indicating its intention to terminate the Contract under the following

circumstances:

• Where it comes to RTGS attention that the Service Provider (or the implementation

agency’s Team) is in a position of actual conflict of interest with the interests RTGS in

relation to any of terms of the implementation agency’s bid, the tender or this Contract

• Where the Service Provider ability to survive as an independent corporate entity is

threatened or is lost owing to any reason whatsoever including inter alia the filing of any

bankruptcy proceedings against the implementation agency, any failure by the Service

Provider to pay any of its dues to its creditors, the institution of any winding up proceedings

against the Service Provider or the happening of any such events that are adverse to the

commercial viability of the implementation agency. In the event of the happening of any

events of the above nature, RTGS shall reserve the right to take any steps as are necessary

to ensure the effective transition of the project to a successor implementation

agency/service provider, and to ensure business continuity

• Termination for Default: RTGS may at any time terminate the Contract by giving 30 days

written notice to the implementation agency without compensation to the implementation

agency in the event of default on the part of the Service Provider which may include failure

on the part of the Service Provider to respect any of its commitments with regard to any

part of its obligations under its bid, the tender or under this contract.

5.47. Termination for insolvency

The RTGS may at any time terminate the contract by giving 30 days written notice to the Bidder/bidder

if the Bidder/bidder becomes bankrupt or otherwise insolvent. In this event, termination will be

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 32 of 47

without compensation to the Bidder/bidder, provided that such termination will not prejudice or affect

any right of action or remedy which has accrued or will accrue thereafter to the RTGS.

5.48. Termination for convenience

a. The RTGS may at any time by giving 45 days written notice to the Bidder, terminate the

Contract, in whole or in part, for its convenience. The notice of termination shall specify that

termination is for the RTGS/Purchaser’s convenience, the extent to which performance of the

Bidder under the Contract is terminated, and the date upon which such termination becomes

effective.

b. The client may in the following events after giving a prior notice and conducting investigations

if required, terminate the contract forfeiting the bid security and any sums due for payment to

the Vendor:

• If the Bidder becomes Bankrupt or financially insolvent during currency of the contract.

• If it is found that the bidder has been convicted for any unlawful activities.

• If it is found that bidder has made gross misconduct or involved in practices injurious to

the image and interest of the client or has failed in performing his duties as per contract.

5.49. Exit management Plan a. The successful bidder will hand over the Systems & other items of the project, as a part of

deliverables of and the documents related to at any time if department demands for transfer

of the whole maintenance and operational support and web site to any other Agency, the

bidder shall help in smooth transition.

b. At the time of exit the successful bidder shall submit all latest documentation in soft and

hard copies as case may be

5.50. Right of Monitoring, Inspection and Periodic Audit

The RTGS shall have the right to conduct, either itself or through another Third Party as it may deem

fit, an audit to monitor the performance by the Third Party of its obligations/functions in accordance

with the standards committed to or required by RTGS and the service provider undertakes to cooperate

with and provide to the RTGS any other agency appointed by RTGS, all documents and other details

as may be required by them for this purpose. Any deviations or contravention identified as a result of

such audit/assessment would need to be rectified by the service provider failing which the client may

without prejudice to any other rights that it may have issue a notice of default.

5.51. Risk Management

Service Provider shall at his own expense adopt suitable Risk Management methodology to mitigate

all risks assumed under this contract. The Service Provider shall underwrite all the risk related to its

personnel deputed under this contract as well as equipment and components and any other belongings

or their personnel during the entire period of their engagement in connection with this contract and

take all essential steps to reduce and mitigate the risk RTGS will have no liability on this account.

5.52. Publicity

The Service Provider shall not make or permit to be made a public announcement or media release

about any aspect of this Contract unless the RTGS first gives the Service Provider its written consent.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 33 of 47

5.53. Resolution of disputes

a. The RTGS and the Bidder/bidder 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.

b. If, after thirty (30) days from the commencement of such informal negotiations, the RTGS and

the Bidder/bidder have been unable to resolve amicably a contract dispute, either party may

require that the dispute be referred for resolution to the formal mechanisms specified here in.

These mechanisms may include, but are not restricted to, conciliation mediated by a third party.

c. The dispute resolution mechanism shall be as follows:

d. In case of a dispute or difference arising between the RTGS and the Firm /bidder relating to any

matter arising out of or connected with this agreement, such disputes or difference shall be settled

in accordance with the Arbitration and Conciliation Act, of India, 1996.

5.54. Governing language

The contract shall be written in English. All correspondence and other documents pertaining to the

contract which are exchanged by the parties shall be written in same languages.

5.55. Applicable law

The contract shall be interpreted in accordance with appropriate Indian Laws.

5.56. Notices

a. Any notice given by one party to the other pursuant to this contract shall be sent to the other

party in writing or by Telex, e-mail, Cable or Fax and confirmed in writing to the other party’s

address.

b. A notice shall be effective when delivered or tendered to other party whichever is earlier.

5.57. Taxes and duties

The Bidder/bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until

delivery of the contracted services to the RTGS, GoAP or as per the terms of tender document if

specifically mentioned.

5.58. Arbitration (As per the State Government Rules)

a. The selected implementing agency shall indemnify state against all third-party claims arising out

of a court order or arbitration award for infringement of patent, trademark / copy right arising from

the use of the supplied services or any part thereof.

b. In the event of any dispute or differences arising under these conditions or any special conditions

of the contract in connection with this contract, the same shall be referred to “The RTGS, Andhra

Pradesh” for final decision and the same shall be binding on all parties.

c. Any other terms and conditions, mutually agreed prior to finalization of the order / agreement shall

be binding on the selected implementing firm.

d. The Selected Service Provider and RTGS shall make every effort to resolve amicably by direct

negotiation any disagreement or dispute arising between them under or in connection with the

purchase order. If any dispute shall arise between parties on aspects not covered by this agreement,

or the construction or operation thereof, or the rights, duties or liabilities under these except as to

any matters the decision of which is specially provided for by the general or the special conditions,

such dispute shall be referred to two arbitrators, one to be appointed by each party and the said

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 34 of 47

arbitrators shall appoint an umpire in writing before entering on the reference and the award of the

arbitration or umpire, as the case may be, shall be final and binding on both the parties. The

arbitrators or the umpire as the case may be, with the consent of parties, may modify the timeframe

for making and publishing the award. Such arbitration shall be governed in all respects by the

provision of the Indian Arbitration and Conciliation Act, 1996 or later and the rules there under

and any statutory modification or reenactment, thereof. The arbitration proceedings shall be held

in Vijayawada/Visakhapatnam, Andhra Pradesh, India.

5.58.1. Confidentiality and Intellectual Property Rights (IPR)

a. Confidentiality

• The selected Bidder must maintain absolute confidentiality of the documents/ maps/ tools

collected in any form including electronic media and any other data/information provided to

him for the execution of the work.

• The bidder should not use the Project data for any purpose other than the scope of work

specified in the document and added/ amended before signing the contract.

• The Bidder must remove/ destroy the entire data from his custody after completion of the

contract period. If at any stage it is found that the bidder is using the data provided by the

client any time during the contract execution or after completion of the contract for any other

purposes, stringent legal action will be initiated as per applicable law of land and the contract

will be terminated without assigning any reasons.

• Bidder shall not disclose to any one, any information marked as confidential and

communicated or made available or accessible by the firm during execution of the work.

b. Intellectual property rights

• The parties agree that the final output dashboard or visualization, by whatever name it may

be called, that will be generated during the course of rendition of service will belong to RTGS.

The parties acknowledge and agree that all work products and all intellectual property rights

relating to the software platform including, but not limited to reports, curricula, specifications,

outlines, drafts, software, map based infrastructure, shape files, source code and any other

materials in any medium, which are prepared and/or developed by Service Provider are the

sole and exclusive property of the Service Provider provided it is licensed to RTGS

c. Use of documents and Information

• The bidder shall not, without prior written consent from RTGS, disclose/share/use the bid

document, contract, or any provision thereof, or any specification, plan, drawing, pattern,

sample or information furnished by or on behalf of the RTGS in connection therewith, to any

person other than a person employed by the bidder in the performance of the contract.

Disclosure to any such employed person shall be made in confidence and shall extend only so

far as may be necessary for purposes of such performance.

• The bidder shall not, without prior written consent of RTGS, make use of any document or

information made available for the project, except for purposes of performing the Contract.

• The vendor will have to submit source code required documentations to RTGS. Will have full

rights over the source code and IPR shall belong to RTGS and vendor will not possess any

rights. On changes in the source code or documentation the vendor will have to provide source

code/ documentation to RTGS from time to time.

d. Indemnification

• The Vendor shall, at its own expense, defend and indemnify the Client against all third-party

claims of infringement of intellectual property rights, including patent, trademark, copyright,

trade secret or industrial design rights arising from use of the products or any part thereof in

the Client’s country.

• The Vendor shall expeditiously extinguish any such claims and shall have full rights to defend

itself there from. If the Client is required to pay compensation to a third party resulting from

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 35 of 47

such infringement, the SSP shall be fully responsible thereof, including all expenses and court

and legal fees.

• The Client will give notice to the Vendor of any such claim without delay and shall provide

reasonable assistance to the Vendor in disposing of the claim.

• The Client shall indemnify and defend the Vendor against all third-party claims of

infringement of Intellectual Property Rights, including patent, trademark, copyright, trade

secret or industrial design rights arising from the use of any information of Software provided

to the SSP by the Client under the contract.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 36 of 47

6. Model Form of Contract Agreement

This contract agreement is made on the [insert: number] day of [insert: month], [insert: year].

Between

(1) [insert: Name of Client], (hereinafter called “the Client”), and

(2) [insert: name of the bidder ], (hereinafter called “the bidder”).

Whereas the Client desires to select a Man Power Agency team for Design, development, implementation

and maintenance of various initiatives of RTGS and have agreed to such engagement upon and subject to the

terms and conditions appearing below in this Contract Agreement.

NOW IT IS HEREBY AGREED as follows:

1. Article 1 - Contract Documents

1.1 Contract Documents

The following documents shall constitute the Contract between RTGS and the Firm, and each shall be

read and construed as an integral part of the Contract:

This Contract Agreement and the Appendices attached to the Contract Agreement.

(a) Notification of Award

(b) The Bid and Price Schedules submitted by the bidder

(c) Special Conditions of Contract

(d) General Conditions of Contract

(e) Pre-bid conference minutes.

(f) Bid document with modification if any

(g) Any other documents

1.2 Order of Precedence

In the event of any ambiguity or conflict between the Contract Documents listed above, the order of

precedence shall be the order in which the Contract Documents are listed in RFP

1.3 Definitions (Reference GCC Clause 1)

Capitalized words and phrases used in this Contract Agreement shall have the same meanings

as are ascribed to them in the General Conditions of Contract.

2. Article 2 - Contract Price and Terms of Payment

2.1 Contract Price

The Client hereby agrees to pay to the Vendor as amount of

Rs.Xxxx/- for the resources mentioned in the Commercial Form. The Contract Price in

consideration of the performance by the Vendor of its obligations under the Contract.

3. Article 3 - Effective Date for Determining Time for Operational Acceptance

3.1 Effective Date

The time allowed for execution, delivering deliverables and Acceptance of the same should be

determined from the date when all of the following conditions have been fulfilled:

(a) This Contract Agreement has been duly executed for and on behalf of the Client and

the Vendor

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 37 of 47

(b) The Vendor has submitted to the Client the performance security.

4. Article 4 – Jurisdiction

4.1. Any legal proceedings arising out of the agreement shall be subject to the appropriate court in

Vijayawada/Visakhapatnam.

5. Article 5 – Appendixes

5.1. The Appendixes listed in the attached List of Appendixes shall be deemed to form an integral

part of this Contract Agreement.

5.2. Reference in the Contract to any Appendix shall mean the Appendixes attached to this Contract

Agreement, and the Contract shall be read and construed accordingly.

IN WITNESS WHERE OF RTGS and the Selected Firm have caused this Agreement to be duly executed

by their duly authorized representatives the day and year first above written.

For and on behalf of the Client (Purchaser)

Signed: _________________

In the capacity of [insert: title or other appropriate designation]

in the presence of ___________________

For and on behalf of the Vendor

Signed: ___________________

In the capacity of [insert: title or other appropriate designation] in the presence of

Place: Signature with seal

Date:

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 38 of 47

7. Bid Security (EMD) form

File. No: …………………………….....

Project Name: ……………………………….

(To be issued by a bank scheduled in India as having at least one branch in Vijayawada/Visakhapatnam)

Whereas...................................... (Here in after called “the Bidder”) has submitted its bid dated ......(Date).

For the execution of........................(Here in after called “the Bid”) KNOW ALL MEN by these presents that

WE ................... of ........................ having our registered office at........................ (Here in after called the

“Bank”) are bound unto the (hereinafter called “THE CEO, RTGS, VIJAYAWADA”) in the sum of ................

for which payment will and truly to be made to the said RTGS itself, its successors and assignees by these

presents.

The conditions of this obligation are:

a. If the bidder withdraws its bid during the period of bid validity or

b. If the bidder, having been notified of the acceptance of its bid by the RTGS during the period of bid

validity:

1) fails or refuses to execute the contract form if required; or

2) fails or refuses to furnish the performance security, in accordance with the bid requirement;

c. bidder submits fabricated documents

We undertake to pay the above amount upon receipt of its first written demand, without the RTGS

having to substantiate its demand, provided that in its demand the will note that the amount claimed by it is

due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee of Rs. ----------will remain in force up to…... and any demand in respect thereof should

reach the Bank not later than the above date.

Place: Signature of the Bank Official

Date: with seal

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 39 of 47

8. Pre-Qualification Submission Forms

Name of the Bidder:

8.3. Pre-Qualification Evaluation Form:

Sn Description Supporting Documents Compliance (Y/N)

1 Legal Entity: Company shall be registered

under Companies Act, 1956 in India and

should have been in the business in India at

least for Five years as on bid calling date.

Should be empaneled with APTS.

Incorporation Certificate,

Date of Incorporation

2 The bidder should be in the business of

system integrator/software development at

least for three years as on bid calling date

for any of the Public Sector entities.

Supporting Work orders or

any relevant document to

support the claim.

3 The bidder must have successfully

developed and maintained web and mobile

applications, MIS, AI/ML, RPA, AR/VR in

last three years in any of the Public Sector

entities.

The certificate from the

client for the successful

implementation shall be

submitted.

4 The turnover of the firm is at least Rs.

Twenty crore each in the financial years

of 2017-2018 to 2019-20. The bidder should

submit IT returns for the last 3 years to

support the claim.

IT Returns, audited

Balance sheet and Profit &

Loss,

5 The net worth of the firm is at least Rs. Ten

crore at the end of the 2019-20 financial

year (as of March 2020)

IT return, audit report or

similar evidence of

financials.

6 The responding firm must have a minimum

number of 500 IT Staff of technically

qualified personnel in the domain of systems

integration, mobile and web applications

development and maintenance, as on bid

calling date on its roll.

Certificate from HR

Department for number of

qualified professionals

employed by the company.

EPF number of employees

to be enclosed.

7 The bidder shall not have been black listed

by any State Government, Central

Government or any other Public Sector

undertaking or any other Autonomous

Organization of Central or State Govt.

A self-certified declaration

letter by the designated

official of the responding

firm

8 Bidder must be currently empaneled with

APTS

Proof of current APTS

empanelment.

9 The responding firm should be:

ISO 9000:2015 or latest certified.

ISO 27001 or equivalent certified.

Copy of certification which

is valid on date of

submission.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 40 of 47

APPENDIX I - Technical Proposal Submission Forms

1. Check List -Compliance/ Agreed/ Enclosed/ Deviation Statement The following are the particulars of compliance/deviations from the requirements of the tender specifications.

Sl.No Bid document reference Remarks

1. EMD

2. Form TQ#1

3. Form TQ#2

4. Form TQ#3

5. Form TQ#4

6. Form C#1

7. Form C#2

The specifications and conditions furnished in the bidding document shall prevail over those of any other

document forming a part of our bid, except only to the extent of deviations furnished in this statement.

Place: Bidder’s signature

Date: and seal

NOTE: For every item appropriate remarks should be indicated like ‘no deviation’, ’agreed’, ’enclosed’ etc.

as the case may be.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 41 of 47

Bid Letter Form - Form - TQ1

Name of the Project:

From:

(Registered name and address of the bidder)

To:

The CEO, Real Time Governance Society (RTGS)

Block 1, AP Secretariat,

Velagapudi, Guntur Dist.

Andhra Pradesh, India

Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to provide

services/execute the works in conformity with the terms and conditions of the bidding document and

amendments there on, for the following project in response to your tender call dated.......................

Project title:

We undertake to provide services/execute the above project or its part assigned to us in conformity with the

said bidding documents for an estimated sum proposed in the Financial Bid in accordance with the schedule

of prices attached herewith and coverage options made by RTGS or its user organization.

If our bid is accepted, we undertake to:

1. Provide services/ execute the work according to the time schedule specified in the bid document,

2. Obtain the performance guarantee of a bank in accordance with bid requirements for the due

performance of the contract, and

3. Agree to abide by the bid conditions, including pre-bid meeting minutes if any, which remain binding

upon us during the entire bid validity period and bid may be accepted any time before the expiration

of that period.

We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason

for the rejection of any bid and that you will not defray any expenses incurred by us in bidding.

Place: Bidder’s signature

Date: and seal.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 42 of 47

Name of the Service Provider (Bidder):

Name of the Project:

Form TQ#2 - General Information of Bidder

1 Name of the Company/ Firm :

2

Date of Incorporation (Registration Number

& Registering Authority) PAN No., GST

(whichever is applicable)

3 Legal Status of the Company in India &

Nature of Business in India

Public Ltd Company/ Private/

Partnership firm/ LLP

4 Address of the Registered Office in India :

5 Date of Commencement of Business

6 Name & e-mail id, phone number, fax of the

Contact Person with address :

Name:

Mobile/ Phone:

Fax:

Email:

Address:

8 Web-Site :

9 EMD details :

Amount:

BG No. & Date

Name of the Bank:

Valid up to:

10 Proof of bid processing fee : DD/ BC No:

Date & Bank:

Place: Bidder’s signature

Date: and seal.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 43 of 47

Name of the Bidder:

Name of the Project:

Form TQ#3- Project Experience Past experiences of firm in Mobile application, Aadhaar Services & Web application development and

maintenance

Note:

1. Please submit supporting documents to support the claim

2. Please attach certificate from the client for the successful implementation of project.

3. Submit One form for each project

Place: Bidder’s signature

Date: and seal.

Description of Project: Supporting

Documents

Name of the Client / Department

Contact address & details of the department

Value of the Project

Date of Start of Work

Date of Completion of Work

Description of Work

Bidder should submit the Work order from client dept. as

supporting documents.

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 44 of 47

Name of the Bidder:

Name of the Project:

Form- TQ#4 - Understanding of Design, development, implementation and

maintenance of various initiative of RTGS Project

Description of the Approach, Methodology and Work Plan for Performing the Assignment (To be submitted

on the Bidder’s Letter Head)

The Bidder shall provide a detailed project plan with timelines, resource allocation, milestones etc. for “Select

a Man Power Agency team for Design, development, implementation and maintenance of various initiative

of RTGS Government of A.P. The bidder has to submit in detail the following points:

1. Bidders understanding of the Project.

2. Bidders Proposed Solution Approach, Methodology & Architecture

3. Innovation adaption process

4. Proposed Services/ Product quality

5. Security and governance standards for business activity

6. Manpower Deployment & Retention strategy.

7. Capacity Building/ Training Plan

8. Any other relevant items related to the project.

9. Overall Project/ Engagements, Level Risks and Mitigation.

10. Issues and Risks in operation &maintenance of the Project.

Clear articulation, description and Extent of compliance to technical requirements specified in the scope of

work to be submitted along with Strength of the Bidder to provide services including examples or case-studies

of similar solutions deployed for other clients

Place: Bidder’s Signature

Date: with Seal

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 45 of 47

APPENDIX- II - Commercial Proposal Submission Forms

Form C#1- Commercial Proposal Submission Form

[Location, Date]

To: [Name and address of Employer]

Dear Sirs:

We, the undersigned, offer to provide the Services for [Insert title of Assignment] in accordance with your

Request for Proposal dated [Insert Date], and our Technical Proposal.

Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures].

This amount is inclusive of the Domestic taxes such as --------- (Indicate the amounts against each).

We hereby confirm that the financial proposal is unconditional and we acknowledge that any condition

attached to financial proposal shall result in rejection of our financial proposal.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract

negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 46 of 47

Name of the Bidder:

Name of the Project:

Form-C#2 - Commercial Form

S No DESCRIPTION No. of

Resources

Price for

Man Month

Total

Resource

Cost Per

Month

Resource Cost

for One Year

(a) (b) (c) (d) (e)=(c)*(d) (f)=(e)*12

1. Program Manager 2

2. SME Big Data Analytics/

PENTAHO Data

Integrator/

Machine Learning &

Artificial Intelligence

8 See below

i. SME Big Data Analytics

Senior Programmer 2

Junior Programmer 1

ii. PENTAHO Data Integrator

Senior Programmer 1

Junior Programmer 1

iii. Machine Learning & Artificial

Intelligence

Senior Programmer 2

Junior Programmer 1

3. Data Analyst /

Scientists/ETL

Development

10 See below

i. Oracle Business Intelligence Suite

(OBIEE) Developers

Senior programmers 2

Junior programmers 1

ii. Oracle Data Base Administrator

Senior DBA 1

Junior DBA 1

iii. Oracle PL/SQL Programmers

Senior PL/SQL programmers 2

Junior PL/SQL programmers 1

iv Intelligent RPA

1.Sr. Developer

2. Jr. Developer

1

1

4. Compliance Head 1

5. Project Manager 2

6. Technology Expert /

Developer

12 See below

Selection of Man Power Agency for Design, Development, Implementation and Maintenance of Various initiatives of RTGS

RFP by RTGS Andhra Pradesh Page: 47 of 47

i. Android Mobile Application

Developers

Sr. Android & iOS

Programmers

2

Junior Android Programmer 1

ii. Java/ Dot Net Programmers

Senior programmers 4

Junior programmers 3

Sr UI / UX designers 2

7. Senior tester Web

Application & Mobile App

2

1

8. System Integrator 2

9.

Sys Admin/ IT Networking 2

TOTAL:

GST 18%:

GRAND TOTAL:

Amount in Words:

Note:

1. The team shall work for RTGS from Vijayawada/Vishakapatnam or designated location as informed

by RTGS.

2. RTGS reserves it right to alter the scope (increase quantity/ remove certain items).

3. All other tasks pertinent to the contract even though may not have been mentioned in the bid document

are assumed to have been included in the work.

4. Deduction of taxes at source will be made as per applicable laws from the payments to be made to

the vendor.

5. Bids will be evaluated excluding Taxes.

Place: Bidder’s signature

Date: and seal.

--End of Document --