Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response...

29
Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________ 1 | Page Response to queries discussed in Pre-bid meeting held on 20 th Dec 2018 w.r.t. “Request for Bids for Selection of a System Integrator for Design, Supply, Install, Integration, Commissioning, Testing, and Maintenance of an Integrated Management Information System (IMIS) for HPPWD & HPRIDC IFB No: PW/SRP/RIDC/HP/ICT/ICB-4 Sr. No. Bidding Document Reference (s) (Section No. & Page No.) Content of Bidding Document Requiring Clarification (s) Points of Clarification Response/Comments 1. Section II - Bid Data Sheet (BDS), ITB 4.1, Page no. 44 Maximum number of members in the JV shall be: The number of joint venture partners including the Prime Bidder cannot exceed two. The joint venture partners should have experience in IT enabled services/IT Solutions/Process Automation Request you kindly amend the clause like: Our understanding is that Joint venture shall be similar to consortium of Partners and there is no need to form any new company of JV The term Joint Venture has been used in accordance with the World Bank observation. However, no new company needs to be formed. 2. Section III, a) Pre- Qualification Criteria Point 3, Page no. 51 In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified. ISO certification from Prime Bidder and CMMi level 3 certification from partner Request you kindly amend the clause like: If the Prime bidder has both ISO:9001(2015) as well as CMMi Level 3 certifications, then kindly allow the partner having either ISO:9001(2015) or CMMI-3 to join as the other partner, as satisfies both the criteria. As per RFP 3. Section -III Detailed break- up of Technical Qualification Criteria: Organization Capability, Page no. 54 The Prime Bidder or JV partner should have implemented minimum 2 ICT Project which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFP We request you to remove hardware supply and installation from the list of requirements from Projects as now a days in Government organizations most of applications/ projects are As per RFP

Transcript of Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response...

Page 1: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

1 | P a g e

Response to queries discussed in Pre-bid meeting held on 20th Dec 2018 w.r.t. “Request for Bids for Selection of a System Integrator for Design, Supply, Install, Integration, Commissioning, Testing, and Maintenance of an Integrated Management Information System (IMIS) for HPPWD & HPRIDC

IFB No: PW/SRP/RIDC/HP/ICT/ICB-4

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

1. Section II - Bid Data Sheet (BDS), ITB 4.1, Page no. 44

Maximum number of members in the JV shall be: The number of joint venture partners including the Prime Bidder cannot exceed two. The joint venture partners should have experience in IT enabled services/IT Solutions/Process Automation

Request you kindly amend the clause like: Our understanding is that Joint venture shall be similar to consortium of Partners and there is no need to form any new company of JV

The term Joint Venture has been used in accordance with the World Bank observation. However, no new company needs to be formed.

2. Section III, a) Pre-Qualification Criteria Point 3, Page no. 51

In case the Prime Bidder is the hardware partner, it should be ISO 9001:2008 certified. In such cases the application partner shall be minimum CMMi level 3 certified. ISO certification from Prime Bidder and CMMi level 3 certification from partner

Request you kindly amend the clause like: If the Prime bidder has both ISO:9001(2015) as well as CMMi Level 3 certifications, then kindly allow the partner having either ISO:9001(2015) or CMMI-3 to join as the other partner, as satisfies both the criteria.

As per RFP

3. Section -III Detailed break-up of Technical Qualification Criteria: Organization Capability, Page no. 54

The Prime Bidder or JV partner should have implemented minimum 2 ICT Project which includes: a) COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFP

We request you to remove hardware supply and installation from the list of requirements from Projects as now a days in Government organizations most of applications/ projects are

As per RFP

Page 2: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

2 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

/Packaged Application/Application Development Implementation & Customization b) Hardware supply, installation c) O&M phase d) Change management & capacity building Minimum 2 projects

deployed on State Data centre or Cloud and there is minimum or no requirement of hardware supply and installation for COTS Software Projects. Hence the bidders who deployed the COTS solution in many Government organization cannot have hardware supply and installation experience.

4. Section-III Detailed break-up of Technical Qualification Criteria: Software Solutions, Page no. 55

The Prime Bidder or JV partner should have implemented at least 3 projects in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 2 of the following modules– 1. Works Module, e-Procurement, Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting & Finance 5. Budget Management & Contractor Management

We request you to amend the clause as below as it is difficult to have most of these modules in one Project. "Each project must have any 2 of the following modules– 1. Works Module/ e-Procurement/ Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting & Finance 5. Budget Management/ Contractor Management

Refer to corrigendum Section III, Sr.no. 2

5. Section III, Detailed break-up of Technical Qualification

Average value of these 3 projects >= 10 Cr=10marks; 8-10Cr=8 marks;

We request you to decrease the average value of project since the

As per RFP

Page 3: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

3 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

Criteria: Software Solutions, Page no. 55

6-8 Cr=6marks; Less than 6Cr =0marks

value of COTS projects excluding hardware will be in the range of Rs 5 Cr only.

6. Section III, a) Pre-Qualification Criteria Point 8, Page no. 52

Two(2) completed/ Substantially completed (In the Go-live phase minimum) projects in IT, each of minimum value INR 5 Crores in Government/ Public Sector Undertaking (PSU). Of these at least 1 project should be in road sector & executed in the last five years as on bid submission date (Responsibilities-Prime Bidder)

We request you to also consider the experience of consortium partners /OEM partner along with experience of Prime Bidder for these criteria.

As per RFP

7. Section-III, Detailed break-up of Technical Qualification Criteria: Sr. No. 8 Technical Support Executive (Field Level), Page no. 59

If all 105 resources proposed by the bidder have minimum essential requirement 5 marks shall be awarded otherwise 0. *Note 1. The bidder should provide the compliance sheet for the technical support executive qualifying the above said criteria in excel format 2. 90% of the proposed resources as technical support executive should be a domicile resident of Himachal Pradesh. If the bidder fails to satisfy the above said criteria, will be treated as non- compliant to the RFP

Since technical support executives in the field shall be hired after the bidder wins this project, an undertaking should be taken from successful bidder that 75% of those executives shall be domicile resident of Himachal Pradesh. Since the bidder will have to send expert resources from his company, who will train the new support executives which are locally hired. Hence the ratio should be 25%:75%. Kindly consider the request.

As per RFP

Page 4: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

4 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

8. Section IX, Special Conditions of Contract D. Intellectual Property Page no. 344

The Purchaser may assign, license, or otherwise voluntarily transfer its contractual rights to use the Standard Software or elements of the Standard Software, without the Supplier’s prior written consent, under the following circumstances: a) To a third party to assist PWD/ RIDC, HP in making a transition from its existing system (s) to the new system (s) b) For use of any department of state Govt./ Govt. of India in similar initiation after approval by competent authority c) if directed, in writing, by the Government of India or any statutory agency to comply with any audit, legal or special investigative proceedings that may arise

Please clarify that in case of COTS software license used in the solution, those could not be used at other departments and will be purchased from respective OEMs, if required. The source code and rights for Software parts exclusively developed for Software parts exclusively developed for HPPWD and HPIRDC shall remain with HPPWD and HPIRDC and could be used for other departments or multiple locations of HP Govt.

Yes, understanding is correct however, HPPWD prefers the bespoke software development over COTS to the extent possible

9. Section-VII, 1.3 Project Scope of Work Point 4 Solution Development Deliverables: Page no. 128

Solution Software including source code, Operational/ Technical manual, library files, setup programs etc., Sign-off from Purchaser.

Bidder may have to use patented or copyrighted COTS (Commercial Off. The Shelf) software products (Such as Microsoft, Adobe, PWIMS etc.) as part of the total solution for faster implementation and cost-effective delivery. Source Code of COTS software products is

Yes, understanding is correct however, HPPWD prefers the bespoke software development over COTS to the extent possible

Page 5: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

5 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

the property of their respective OEMs and bidder will not be able to provide the same. The bidder will be able to provide Source code of the software part exclusively developed for HPPWD and HPRIDC and the source code for the customization & integration layers developed for the COTS products. Request you to consider this point for source code and IPR.

10. Section III, a) Pre-Qualification Criteria Point no. 6 Page no. 50

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 14-15, FY 15-16, FY 16-17) as per the last audited balance sheets of INR 220 Crores or more

Request you kindly amend the clause like: Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 15-16, FY 16-17 and FY 17-18) as per the last audited balance sheets of INR 220 Crores or more

Refer to corrigendum Section III, Sr.No.1

11. Section III, a) Pre-Qualification Criteria Point no. 6 Page no. 51

Two(2) completed/ Substantially completed (In the Go-live phase minimum) projects in IT, each of minimum value INR 5 Crores in Government/ Public Sector Undertaking (PSU). Of these at least 1 project should be in

Request you kindly amend the clause like: Two(2) completed/ Substantially completed (In the Go-live phase minimum) projects in IT, Cumulative Projects value INR

As per RFP

Page 6: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

6 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

road sector & executed in the last five years as on bid submission date

10 Crores in Government/ Public Sector Undertaking (PSU). Of these at least 1 project should be in road sector & executed in the last five years as on bid submission date

12. Section-III Detailed break-up of Technical Qualification Criteria: Software Solutions, Page no. 55

The Prime Bidder or JV partner should have implemented at least 3 projects in COTS/Packaged Application /application development software solution projects (at least project should be Go-Live). Each project must have any 2 of the following modules– 1. Works Module, e-Procurement, Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting & Finance 5. Budget Management & Contractor Management

We request you to amend the clause as below as it is difficult to have most of these modules in one Project. Each project must have any 2 of the following modules– 1. Works Module/ e-Procurement/ Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting & Finance 5. Budget Management/Contractor Management 6. Workflow

Refer to corrigendum Section III, Sr.no. 2

13. Section-III, Detailed break-up of Technical Qualification Criteria: Sr. No. 8 Technical Support Executive (Field Level), Page no. 59

If all 105 resources proposed by the bidder have minimum essential requirement 5 marks shall be awarded otherwise 0. *Note 1. The bidder should provide the compliance sheet for the technical support executive qualifying the above

We assume that at the time of bidding bidder has to submit only compliance in excel format of 90% of the proposed resources as technical support executive should be a domicile resident of Himachal Pradesh and there is

Undertaking from HR department of the Bidder required that 90 % of the proposed resources as technical support executives shall be domiciles of Himachal Pradesh. Although CVs of 105 resources are not asked for submission initially at the time of

Page 7: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

7 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

said criteria in excel format 2. 90% of the proposed resources as technical support executive should be a domicile resident of Himachal Pradesh. If the bidder fails to satisfy the above said criteria, will be treated as non- compliant to the RFP

no need to submit 105 CVs during bid submission. Kindly confirm.

bid submission

14. Section-III, Detailed break-up of Technical Qualification Criteria:, Resource deployment

Domain Specialist Essential Requirements: · B.E. / B. Tech./M.Sc. in civil Engineering ·Minimum 10 year experience, out of which minimum 4 years in Public works domain Proven professional experience in the Public Works Domain · Experience of more than 4 years in PWD domain : 5 point · 3-4 years of Experience: 3 point · Less than 3years: 0 point

Request you kindly amend the clause like: Essential Requirements: · B.E. / B. Tech./M.Sc. in civil Engineering ·Minimum 10 year experience, out of which minimum 4 years in Public works domain Proven professional experience in the Public WorksDomain/eGovernance · Experience of more than 4 years in Public Works Domain/eGovernance: 5 point · 3-4 years of Experience: 3 point · Less than 3years: 0 point

As per RFP

15. Section- VII, 1.3 Project Scope of Work Point 4 Solution Development Deliverables:

Solution Software including source code, Operational/ Technical manual, library files, setup programs etc., Sign-off from Purchaser.

Bidder will have to use patented or copyrighted COTS (Commercial Off. The Shelf) software products as part of

Yes, understanding is correct however, HPPWD prefers the bespoke software development over COTS to the extent

Page 8: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

8 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

Page no. 128 the total solution for faster implementation and cost effective delivery. Source Code of COTS software products is the property of their respective OEMs and bidder will not be able to provide the same. The bidder will be able to provide Source code of the software exclusively developed for HPRIDC and the source code for the customization & integration layers developed for COTS products. Please confirm the same.

possible

16. Section VII, 1.11 DC Infrastructure Requirement, Page no.144

1. The hardware collocated at SDC would be monitored through EMS to be implemented/being implemented at SDC, however the selected SI has to arrange the necessary CAL for the same as per the rate being discovered in SDC tender and SI will be paid on actual basis

Since it is mentioned that Application to be hosted at Cloud Environment at SDC, Shimla, so we understand that Monitoring of those hardware is not in the scope of SI. Also request you to consider the CAL in SDC/Purchaser scope.

As per RFP

17. Section VII, 1.11 DC Infrastructure Requirement, Page no.144

Backup software is also being procured at SDC and selected SI may use the same by arranging requisite licenses.

Please detail out the Name & Version of Backup software available at SDC

To be detailed during the time of MSA signing

18. Section VII, 1.11 DC Infrastructure

Tape library is being procured at SDC under SDC scheme and SI

Please detail out the Make/Model etc. of Tape library

To be detailed during the time of MSA signing

Page 9: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

9 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

Requirement, Page no. 144

needs to arrange necessary LTOs for data backup as per backup policy

available at SDC

19. Section VII, 1.11 DC Infrastructure Requirement, Page no. 144

Antivirus software for servers to be collocated at SDC will be provided by HP SITEG, however Implementation Agency needs to arrange necessary CALs for the same and arrange the antivirus for field offices equipment

Since it is mentioned that Application to be hosted at Cloud Environment at SDC, Shimla, so we understand that Antivirus for server is not in the scope of SI. It is also understood that, if there is no sufficient space at SDC, then purchaser will arrange necessary Hardware at SDC along with necessary Antivirus and requisite CAL. Is our understanding correct?

As per RFP

20. Section IX, Special Condition of contract Terms of Payment Special Conditions of Contract Page no. 340

Terms of payment for the supply of Software Application

The terms of payment for software application is very stringent considering huge initial financial investment in this project. 30% of solution cost in the O&M phase will provide additional burden on bidder to execute this project. Request you to release the major payment during SRS approval, training and deployment stages of Project as well as consider all 100% payment upto Go-Live phase.

As per RFP

Page 10: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

10 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

21. 38.2 (Unbalanced orFront Loaded Bids) & Page no. 37

(b) if appropriate, require that the total amount of the Performance Security be increased at the expense of the Bidder, to a level not exceeding twenty percent (20% of the Contract Price; or

It is suggested to have performancesecurity at10% of the Contract Price only; Since it has a cost impact and thus commercially, we request it to be fixed

As per RFP

22. 48 (Performance Security) & Page no. 42

Performance Security It is suggested to accept performance security and advance payment security from any of the consortium

As per RFP

23. Section VIII,Point no. 14. Taxes and Duties and Page no. 275 together with PRICE SCHEDULE FORMS & Page no. 72

14.2 For Goods or Services supplied locally, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods or Services to the Purchaser. The only exception are taxes or duties, such as value-added or sales tax or stamp duty as apply to, or are clearly identifiable, on the invoices and provided they apply in the Purchaser’s country, and only if these taxes, levies and/or duties are also excluded from the Contract Price in Article 2 of the Contract Agreement and the Price Schedule it refers to.

It is suggested to have Bid price exclusive of Tax/GSTand invoicing will be done as per applicable tax rate at theinvoice or Commercial Format should either ask for separate Tax columns OR its Price should be Tax extra. So, that in case of any change in tax laws/rates the same becarried out accordingly without any misunderstanding

Refer to corrigendum Section IV, Sr.no. 1

24. Section VIII, Point no.14. Taxes and

14.3 If any tax exemptions, reductions, allowances, or privileges

"and vice versa" should be inserted at the end of clause

As per RFP

Page 11: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

11 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

Duties and Page no. 275

may be available to the Supplier in the Purchaser’s Country, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

25. Section III, Detailed break-up of Technical Qualification Criteria: Past Experience of the responding firm Section a Page no. 53

COTS/Open source software & system if it is ensured to provide all the functionalities in the system as per the RFP /Packaged Application/Application Development Implementation & Customization

It is in HPPWD's interest to go in for COTS based solutions only & request you to please amend the clause accordingly

As per RFP

26. Section III, Page no.53

The Prime Bidder or JV partner should have implemented at least 3 projects in COTS/Packaged Application/application development software solutionprojects (at least project should be Go-Live). Each project must have any 2 of the following modules

It is in HPPWD's interest to go in for COTS based solutions only & request you to please amend the clause accordingly

As per RFP

27. Section III, Solution Proposed Page no. 55

Solution proposed _TechnicalSolution_20 Marks

Proposed solution should get maximum marks as the as the success of the project depends on the solutionproposed. Westrongly recommend to go for COTS based approach.

As per RFP

28. Section III, 1.7 Minimum Application Role of each users As per RFP

Page 12: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

12 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

Minimum Application User Requirements Page no. 141

User Requirements also needs to be defined

29. RDBMS … Page no.154

The Database Licenses should be full use and unrestricted.

We recommend to go in for application specific usage of Database license which will actually reduce the overall project cost

As per RFP

30. FRS, Page no. 230

Attachment 3 Functional Requirements and Specifications (FRS)

The way you have given FRS for Application, Technical Requirement Specification for Applicationis missing. Request you to please give that as well

Thedetailed specifications required in the application have already been mentioned in RFP. The bidder shall submit the best possible technical solution keeping in view the same

31. Section VII - B - 1.2.2 Page no. 120

Architecture Design Process, Tender Management

Please provide detailed features of the mentioned modules.

Mentioned in the RFP, pg. 231

32. Section VII - B - 1.2.2 Page no. 121

Asset management As per the clause "Annual Maintenance Plan(Roads)", This is only covers roads not bridge and buildings. Please clarify.

As per RFP. Explained on page 233 of RFP

33. Section VII - B - 1.2.2 Page no. 122

Traffic Information system

Please provide detailed features of the mentioned modules.

The said module is included under RMS application running for the department. Bidder will have to integrate the RMS application with the new ICT application. Detailed study will be carried out by the SI later at the time of requirement gathering

Page 13: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

13 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

34. Section VII - B - 1.2.2 Page no. 122

File Management in PWD

Is e-Office kind of solution required? Please clarify.

The bidder may propose the best solution as per requirement of the RFP

35. Section VII - B - 1.2.2 Page no. 125

Contract Management Please elaborate the module features.

Already mentioned in the RFP, pg. 240

36. Section III - Detailed break-up of Technical Qualification Criteria: - Point b Page no. 54

The Prime Bidder or JV partner should have implemented at least 3 projects in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 2 of the following modules– 1. Works Module, e-Procurement, Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting & Finance 5. Budget Management & Contractor Management

We have done e-Procurement in Nepal, Works module, PMS is Assam, Contractor Management. But We are not being compliant with the combination given here Rather we should ask them any two/ Three modules should be considered rather in this combination.

Refer to corrigendum Section III, Sr.no. 2

37. Section VII, Page no. 160, Features Desktop Ports

Existing Parameters: Front:2 USB 2.0; 2 USB 3.1 Gen 1; 1 Headphone/microphone; 1 Headphone connector Back: 2 USB 2.0; 4 USB 3.1 Gen 1; 1 serial; 2 PS/2 (keyboard & mouse); 1 VGA; 1 audio line in; 1 audio line out; 1 RJ-45

Please help to change it to 10 USB port with minimum 6 USB 3.0 and minimum 4 USB port in front

Refer to corrigendum Section VII, Desktop Specifications

38. Section VII, Page No. 161

EPEAT India certified for given CPU & Monitor

We request you to please mention Only

Refer to corrigendum Section VII, Desktop

Page 14: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

14 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

Compliance & Certifications

Energy star certified for CPU FCC, RoHS, UL Certified, CE Certified

EPEAT. Please remove CE Certification because CE is not required if EPEAT/UL is already demanded. CE marking is a certification mark that indicates conformity with health, safety, and environmental protection standards for products sold within the European Economic Area (EEA Area)

Specifications

39. Section VII - Requirement of the Information system, Page no. 160, Category of Desktop

Memory 4GB (1x4GB) expandable to 64 GB Non-ECC DDR4, 2133 MHz SDRAM Memory, minimum Two DIMM slots

Since you have asked for 2 DIMM slots and with 2 DIMM slots the expandability can go upto 32GB, each DIMM supports 16GB. Thus request you to kindly change it to expandable upto 32GB

Refer to corrigendum Section VII, Desktop Specifications

40. Section VII - Requirement of the Information system, Page no. 161, Ports

Front:2 USB 2.0; 2 USB 3.1 Gen 1; 1 Headphone/microphone; 1 Headphone connector Back: 2 USB 2.0; 4 USB 3.1 Gen 1; 1 serial; 2 PS/2 (keyboard & mouse); 1 VGA; 1 audio line in; 1 audio line out; 1 RJ-45

Since PS2 ports is an obsolete technology and has been replaced by USB ports, which is already asked in the tender. Thus, we request you to kindly remove the PS2 Keyboard and mouse ports.

The PS2 keyboard & mouse ports may be considered optional. Refer to corrigendum Section VII, Desktop Specifications

41. Section VII - Requirement of

3 PCI / PCI Express slots & at least one M.2

We request you to kindly ask for the 2

Refer to corrigendum Section VII, Desktop

Page 15: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

15 | P a g e

Sr. No.

Bidding Document Reference (s) (Section No. & Page No.)

Content of Bidding Document Requiring Clarification (s)

Points of Clarification

Response/Comments

the Information system, Page no. 161, Ports

PCIe slot PCI/PCI Express slots since you have already asked M.2 slot separately

Specifications

Page 16: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

16 | P a g e

Corrigendum

Bid Document issued on 26th Nov 2018 for Selection of a System Integrator for Design, Supply, Install, Integration, Commissioning, Testing, and Maintenance of an Integrated Management Information System (IMIS) for HPPWD and HPRIDC

Section III - Evaluation and Qualification Criteria

Sr. No. RFP Section/Clause Existing Clause Amended Clause 1. Section III, a) Pre-

Qualification Criteria Point No. 6 Page No. 50

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 14-15, FY 15-16, FY 16-17) as per the last audited balance sheets of INR 220 crores or more

Average Annual Turnover of Prime Bidder from its IT and ITES operations during the last three (3) financial years (FY 15-16, FY 16-17 and FY 17-18) as per the last audited balance sheets of INR 220 crores or more

2. Section-III Detailed break-up of Technical Qualification Criteria: Software Solutions, Page No. 54

The Prime Bidder or JV partner should have implemented at least 3 projects in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 2 of the following modules– 1. Works Module, e-Procurement, Asset Management, 2. Project Management System, 3. HRM (Human Resource Management), 4. Accounting & Finance 5. Budget Management & Contractor Management

The Prime Bidder or JV partner should have implemented at least 3 projects in COTS/Packaged Application/application development software solution projects (at least project should be Go-Live). Each project must have any 2 of the following modules– 1. Works Module/ e-Procurement/ Asset Management, Project Management System, 2. HRM (Human Resource Management), Accounting & Finance 3. Budget Management, Contractor Management

Section IV - Bidding Forms

Sr. No. RFP Section/Clause Existing Clause Added Clause 1. Section IV, Price

Schedule Forms, Notes to Bidders on working with the Price Schedules, Pricing, Page No. 71

Pricing Point 8. The Bid price shall be quoted exclusive of Tax/GST and invoicing will be done as per applicable tax rate at the time of invoice.

Page 17: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

17 | P a g e

Section VII - Requirements of the Information System

Existing Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications A. Data Base Server Page no. 150 Sr. No.

Features Specification

1. Form Factor Rack (2U/4U) 2. Processor Minimum 2 No. of

Eight Core Processor with minimum 1.86 GHz or above with 1066 MHz with minimum 4MB L3 cache per processor. The processor should be of latest series generation for the server models being quoted.

3. Processor Scalability

Scalable to 4 processor within same chassis

4. Architecture RISC/EPIC/X86 as per OEM architecture

5. RAM Minimum 256 GB (ECC) using 8 GB or higher module scalable to 512 GB (ECC). Minimum 2 slots should be free for future expansion

6. HDD 4 X 300GB SAS minimum 10K or higher Rpm with Raid 1 with disk mirroring features.

7. Industry Benchmarking

Should have published benchmarks for TPC-C or TPC-H or

Amended Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications A. Data Base Server Sr. No.

Features Specification

1. Form Factor Full/Half height Blade

2. Processor Minimum 2 No. of Eight Core Processor with minimum 1.86 GHz or above with 1066 MHz with minimum 4MB L3 cache per processor. The processor should be of latest series generation for the server models being quoted.

3. Processor Scalability

Scalable to 4 processor within same chassis

4. Architecture RISC/EPIC/X86 as per OEM architecture

5. RAM Minimum 256 GB (ECC) using 8 GB or higher module scalable to 512 GB (ECC). Minimum 2 slots should be free for future expansion

6. HDD 4 X 300GB SAS minimum 10K or higher Rpm with Raid 1 with disk mirroring features.

7. Industry Benchmarkin

Should have published

Page 18: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

18 | P a g e

Qph-H or TPC-E or SPEC available. If no published benchmark result for the offered server & processor is available then the performance offered by the server will be estimated by linear extrapolation of a published result on a higher server model or a lower server model (with the same processor).

8. HBA 2 X dual port 8 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

9. Optical Drive DVD ROM 10. Power Supply Hot

Pluggable/Swappable Dual Redundant Power Supply

11. Fans Hot Pluggable/ Swappable Dual Redundant Fans

12. Operating System

System should support Windows Server Datacenter Edition, Enterprise Linux, VMware ESX Operating systems

13. Networking Dual port 10 Gbps Ethernet Adapter, with no single point of failure

14. Ports 2XUSB 2.0 support 15. Hot Swap

Component Hard Disk Drives, Power supplies and fans

16. RAID RAID 0,1 & 5 with 512 MB battery backed cache

17. Bus Slots Minimum Four PCI-Express slots

g benchmarks for TPC-C or TPC-H or Qph-H or TPC-E or SPEC available. If no published benchmark result for the offered server & processor is available then the performance offered by the server will be estimated by linear extrapolation of a published result on a higher server model or a lower server model (with the same processor).

8. HBA 2 X dual port 8 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

9. Optical Drive DVD ROM 10. Power Supply Hot

Pluggable/Swappable Dual Redundant Power Supply

11. Fans Hot Pluggable/ Swappable Dual Redundant Fans

12. Operating System

System should support Windows Server Datacenter Edition, Enterprise Linux, VMware ESX Operating systems

13. Networking Dual port 10 Gbps Ethernet Adapter, with no single point of failure

14. Ports 2XUSB 2.0 support 15. Hot Swap

Component Hard Disk Drives, Power supplies and

Page 19: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

19 | P a g e

18. Industry Standard Compliance

PCI 2.0 Compliant, PCIe 3.0 Compliant, USB 2.0 Support

19. Server Management

Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

20. Warranty 3 Year on-site Comprehensive warranty & Maintenance

fans 16. RAID RAID 0,1 & 5 with

512 MB battery backed cache

17. Bus Slots Minimum Four PCI-Express slots

18. Industry Standard Compliance

PCI 2.0 Compliant, PCIe 3.0 Compliant, USB 2.0 Support

19. Server Management

Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

20. Warranty 3 Year on-site Comprehensive warranty & Maintenance

21. Blade Chassis

Should have support for full height and half height blades in the same enclosure

Page 20: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

20 | P a g e

Existing Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications B. Application Server / Web Server/ Backup Server (all Other Server) Page no. 152 Sr. No.

Features Specification

1. Form Factor Full/Half height Blade

2. Processor Minimum 2 No. of Quad Core processor with minimum 2.0 GHz or above with 12 MB or higher shared L3 Cache with 1066 MHz speed. The processor should be of latest series generation for all the server models being quoted.

3. Architecture RISC/EPIC/X86 as per OEM architecture

4. RAM Minimum 128 GB (ECC) using 8 GB or higher module scalable to 256 GB (ECC). Minimum 2 slots should be free for future expansion

5. HDD 2 X 300GB SAS hot plug HDD minimum 10K or higher rpm with Raid 0, 1 with disk mirroring

Amended Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications B. Application Server / Web Server/ Backup Server (all Other Server) Sr. No.

Features Specification

1. Form Factor Full/Half height Blade

2. Processor Minimum 2 No. of Quad Core processor with minimum 2.0 GHz or above with 12 MB or higher shared L3 Cache with 1066 MHz speed. The processor should be of latest series generation for all the server models being quoted.

3. Architecture RISC/EPIC/X86 as per OEM architecture

4. RAM Minimum 128 GB (ECC) using 8 GB or higher module scalable to 256 GB (ECC). Minimum 2 slots should be free for future expansion

5. HDD 2 X 300GB SAS hot plug HDD minimum 10K or higher rpm with Raid 0, 1 with disk

Page 21: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

21 | P a g e

features. 6. HBA/SAN

Connectivity Dual port 8 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

7. Operating System

System should support heterogeneous OS platform such as Windows Server Datacenter Edition, Enterprise Linux, SUSE Linux etc.

8. Networking Dual port 10 Gbps Ethernet Adapter, with no single point of failure

9. RAID RAID 0,1 & 5 10. Disk Bays Integrated Four hot

swap bays supporting SAS HDD

11. Industry Standard Compliance

Latest generation PCI/PCIe Compliant,

12. Server Management

Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

13. Warranty 3 Year on-site Comprehensive warranty & Maintenance

mirroring features.

6. HBA/SAN Connectivity

Dual port 8 Gbps Fibre Channel Adapter with external fiber ports for redundant connectivity to external storage.

7. Operating System

System should support heterogeneous OS platform such as Windows Server Datacenter Edition, Enterprise Linux, SUSE Linux etc.

8. Networking Dual port 10 Gbps Ethernet Adapter, with no single point of failure

9. RAID RAID 0,1 & 5 10. Disk Bays Integrated Four

hot swap bays supporting SAS HDD

11. Industry Standard Compliance

Latest generation PCI/PCIe Compliant,

12. Server Management

Firmware Update, Dynamic resource management & utilization capability, Real time System Monitoring

13. Warranty 3 Year on-site Comprehensive warranty & Maintenance

14. Blade Should have

Page 22: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

22 | P a g e

Chassis support for full height and half height blades in the same enclosure

Page 23: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

23 | P a g e

Existing Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications G. Desktop Page no. 159 Sr. No.

Features Specification

1. Processor X-86 Architecture based,64-bit Supported Quad Core AMD A10 latest Generation or higher or Intel Core-i5 latest Generation or higher Processor

2. Motherboard

Compatible OEM chipset

3. Chipset Compatible chipset

4. RAM Memory 4GB (1x4GB) expandable to 64 GB Non-ECC DDR4 2133 MHz SDRAM Memory, minimum Two DIMM slots

5. HardDisk Drive &controller

HDD 500 GB 7200 RPM 3.5" SATA Hard Drive

6. OpticalDrive

OpticalDrive8XMaxDVD+/RW

7. Graphics IntegratedGraphics

8. Audio HighDefinitionAudioCard 9. Ethernet 10/100/1000Mbps 10. Slots 3 PCI / PCI Express slots &

at least one M.2 PCIe slot 11. Ports Front:2 USB 2.0; 2 USB 3.1

Gen 1; 1 Headphone/microphone; 1 Headphone connector Back: 2 USB 2.0; 4 USB 3.1 Gen 1; 1 serial; 2 PS/2 (keyboard

Amended Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications G. Desktop Sr. No.

Features Specification

1. Processor X-86Architecture based,64-bit Supported Quad Core AMDA10 latest Generation or higher or Intel Core-i5 latestGeneration or higher Processor

2. Motherboard

OEM Mother Board with OEM logo embossed on the Mother board

3. Chipset Compatible chipset

4. RAM Memory 4GB (1x4GB) expandable to 64 GB Non-ECC DDR4 2133 MHz SDRAM Memory, minimum Two DIMM slots

5. Hard Disk Drive & Controller

HDD 1TB @ 7200 RPM 3.5" SATA Hard Drive

6. Optical Drive

Optical Drive8XMax DVD+/ RW

7. Graphics Integrated Graphics

8. Audio High Definition Audio Card

9. Ethernet 10/100/1000Mbps 10. Slots 2 PCI / PCI

Express slots & at least one M.2

Page 24: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

24 | P a g e

& mouse); 1 VGA; 1 audio line in; 1 audio line out; 1 RJ-45

12. Keyboard Bilingual Keyboard preferred. If not, sticker of local language

13. Monitor 19.5 " LED Backlit Monitor, TCO 6.0 or higher Certified

14. Mouse Optical

15. Operating System

Preinstalled Windows 10 Pro with latest antivirus to take care of all and latest viruses

16. MS Office 2016 Professional

Bundled

17. Compliance and Certification

EPEAT India certified for given CPU & Monitor Energy star certified for CPU FCC, RoHS, UL Certified, CE Certified

18. Drivers for different Operating systems

Drivers should be freely available on OEM's web site and should be supplied in media along with PC

PCIe slot 11. Ports 10 USB port with

minimum 6 USB 3.0 and minimum 4 USB port in front; 1 Headphone/ microphone; 1 Headphone connector; 1 serial; 2 PS/2 (optional)(keyboard & mouse); 1 VGA; 1 audio line in; 1audio line out; 1 RJ-45

12. Keyboard Bilingual Keyboard preferred. If not, sticker of local language

13. Monitor 19.5 " LED Backlit Monitor, TCO 6.0 or higher Certified

14. Mouse 2 button OPTICAL scroll Mouse, OEM

15. Operating System

Preinstalled Windows 10 Pro with latest antivirus to take careof all and latest viruses

16. MS Office 2016 Professional

Bundled

17. Compliance and Certification

EPEAT India certified desktop model. Energy star certified, FCC/CE certified, RoHS certified, UL Certified

18. Drivers for different Operating systems

Drivers should be freely available on OEM's web site andshould be supplied in media along with PC

Page 25: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

25 | P a g e

19. Warranty 3 Years

Page 26: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

26 | P a g e

Existing Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications H. MFP Page no. 160 Sr. No.

Features Specification

1. Function Print, copy, scan 2. Print Speed 22 ppm 3. Output

Resolution Up to 600 x 600 dpi

4. Monthly Duty Cycle

10,000 pages

5. Processor 600 MHz 6. Copy speed 21 cpm 7. Scan

technology Flatbed

8. Scan resolution

Up to 1200 x 1200 dpi (mono, flatbed)/ 24 bit (color)

9. Formats JPG, RAW (BMP), PNG, TIFF, PDF

10. Paper Support

Legal, A4

11. OS Support & OCR

MS Windows 10, OEM Scanning Software including OCR

12. Accessories Power cable, USB cable

Amended Clause D. Technology Specifications – Supply & Install Items3.1: Computing Hardware Specifications H. MFP Sr. No.

Features Specification

1. Function Print, copy, scan 2. Print Speed 22 ppm 3. Output

Resolution Up to 600 x 600 dpi

4. Monthly Duty Cycle

10,000 pages

5. Processor 600 MHz 6. Copy speed 21cpm 7. Scan

technology Flatbed

8. Scan resolution

Up to 1200 x 1200 dpi (mono, flatbed)/ 24 bit (color)

9. Formats JPG, BMP, PNG, TIFF, PDF

10. Paper Support

Legal, A4

11. OS Support & OCR

Windows 7/8/10/Server 2003/ Server 2008, Linux/Macintosh OS X 10.2.8 - 10.6 or better

12. Accessories Power cable, USB cable

13. Cartridge Included with printer 14. Power and

USB Connecting cables

Included

15. Warranty 3 year

Page 27: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

27 | P a g e

Existing Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications I. Laptop Page no. 161 Sr. No.

Features Specification

1. Processor

CPU-IntelCorei5,3MBL3Cacheand2.2GHz

2. Memory 8GB1600MHz orhigherDDR3RAM

3. HardDiskDrive

500GB5400rpmSerialATAHDD.

4. Display 15.6inch,HDLED,1366x 768pixels

5. Ports

3USBPorts, 2xUSB 2.0, 1 x USB 3.0,1Serial, Audioportsformicrophoneandheadphonein front.

6. OpticalDrive DVDWriter 7.

Networking facility

10/100/1000onboardintegratedNetwork Portwithremote bootingfacilityremotesysteminstallation,remotewakeup.

IPV6Compatible, 8. Power 65W ACAdapter,4 cell 9. GRAPHICS DedicatedGraphicsMe

moryTypeDDR3,DedicatedGraphics MemoryCapacity2GB

10. Product Certifications

Windows8andLinuxCertification,UL,FCC

Amended Clause D. Technology Specifications – Supply & Install Items3.1: Computing Hardware Specifications I. Laptop Sr. No.

Features Specification

1. Processor CPU - Intel Core i5 or latest generation ,4 MB L3 Cache and upto 3.9 GHz

2. Memory 8 GB 1600 MHz or higher DDR3 RAM

3. Hard Disk Drive

500 GB 7200 rpmSerial ATA HDD

4. Display 15.6 inch, HD LED, 1366 x 768 pixels

5. Ports 3 USB Ports, 2xUS B 2 .0, 1 x USB 3 .0,1 Serial, Audio ports for microphone and headphone in front.

6. Optical Drive DVD Writer 7. Networking

Facility 10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up. IPV 6 Compatible

8. Power AC Adaptor, 10 hours battery Backup

9. Graphics Dedicated Graphics Memory Type DDR3, Dedicated Graphics Memory Capacity 2GB

10. Product Certifications

Windows and Linux Certification, UL, FCC

11. Operating System

Preinstalled Windows 10 Pro with latest antivirus to take care of all and latest viruses

12. MS Office 2016 Professional

Bundled

13. Warranty 3 years

Page 28: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

28 | P a g e

Existing Clause D. Technology Specifications – Supply & Install Items 3.1: Computing Hardware Specifications J. Tablet Page no. 161 Sr. No.

Features Specification

1. Processor 2.2 GHz 2. ROM 8GB 3. RAM 1GB

4. Display 10inch,2048x

1536pixels

5. USB Yes,USB2.0

6. Connectivity 3G,SingleSIM

7. Camera 8MPRearCamera

8. Battery 1300hrs.,6700 Lithium

9. OS Android4.4.4(KitKat)

10. InternetConnectivity

4G,3G,Wi-Fienabled

Amended Clause D. Technology Specifications – Supply & Install Items3.1: Computing Hardware Specifications J. Tablet Sr. No.

Features Specification

1. Processor 1.4 GHz or higher 2. ROM 8 GB or above 3. RAM Minimum 2 GB or

higher 4. Display 8 inch (diagonal) or

higher, capacitive touchscreenwith minimum resolution of 1280 x 800 pixels, toughened glass with screen guard

5. USB Micro USB 2.0 or higher

6. Connectivity § 4G LTE § Wi-Fi § Bluetooth § Voice Calling § Single SIM

7. Camera Minimum 8 MP Rear Camera

8. Battery Li-Po/ Li-Ion battery 5000 mAH(if battery capacity is lesser than 5000 mAH, a battery bank of not less than 2000 mAH will be provided free of cost so as to make the total battery backup 5000 mAH or more)

9. OS Android 6.0 (or higher) out of the box/Windows 10 mobile/ iOS operating system and auto upgradable to higher versions of operating systems

10. Warranty 03 years warranty on Tablet including

Page 29: Corrigendum to RFP for development of ICT infrastructure ...himachalservices.nic.in/hpridc/Response to Pre-Bid...development software solution projects (at least project should be

Corrigendum to RFP for development of ICT infrastructure in HPPWD & HPRIDC, Shimla _____________________________________________________________________________________

29 | P a g e

warranty on Battery / Battery Bank

11. Certification BIS Certification for Tablet

12. Accessories

§ Ear phone § Battery Charger

and USB Cable § Folio/Flip cover or

a carrying kit in field

§ User Manual and documentation