Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                
0% found this document useful (0 votes)
352 views419 pages

RFP PDF

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 419

Tender No.

20/2019-20
REQUEST FOR PROPOSAL (RFP)
FOR

Selection of System Integrator for Integrated GIS


Enabled ERP solution, Online Establishment Licensing
Solution, Service Level Benchmarking and creation of
Unique Smart Address for Pimpri Chinchwad city
under Smart City Initiative

Office of Chief Executive Officer,


PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)
TEL NO - 020-97333333, 67331117
FAX - 020 27425600, 67330000
Email ID - smartcity@pcmcindia.gov.in
Website - www.smartcitypimprichinchwad.in
www.pcmcindia.gov.in

Price of the RFP document Rs. 67,200/-(Non Refundable)

PIMPRI CHINCHWAD SMART CITY LIMITED


(PCSCL)

1
INVITATION FOR BID (IFB)

• Name: Pimpri Chinchwad Smart City Limited (PCSCL)


• Address: 4th Floor, Pimpri Chinchwad Municipal
Corporation (PCMC) Main Building, Pimpri, Maharashtra –
Name & Address of the 411018
Procuring Entity Tel: 020 – 67333333, 67331117
Fax: 020 - 27425600, 67330000
e-Mail ID: smartcity@pcmcindia.gov.in
• Name: Nilkanth Poman
Name & Address of • Designation: Joint Chief Executive Officer, PCSCL
the Project Officer In- • Address: 4th Floor, Pimpri Chinchwad Municipal
charge Corporation (PCMC) Main Building, Pimpri, Maharashtra –
411018
• Email: smartcity@pcmcindia.gov.in
Selection of System Integrator for Integrated GIS Enabled ERP
Subject Matter of solution, Online Establishment Licensing Solution, Service
Procurement Level Benchmarking and creation of Unique Smart Address for
Pimpri Chinchwad city under Smart City Initiative

Two Envelope / RFP Response Document (e-bid)


Bid Procedure through http://mahatenders.gov.in
Websites: http://mahatenders.gov.in,
Websites for downloading
www.smartcitypimprichinchwad.in
Bidding Document, www.pcmcindia.gov.in
Corrigendum’s, Addendums Will be available from 13/09/2019, 11:00 AM onwards
etc.

Period of Sale/download of
Bidding Document (Start/ Start: 13/09/2019, 11:00 AM onwards
End Date) End: 07/10/2019, Before 3:00 PM

Critical Dates Refer RFP (Important Dates)

Sd/-
Shravan Hardikar (IAS)
CEO & Director,
Pimpri Chinchwad Smart City
Limited (PCSCL)

2
Request for Proposal (RFP) for selection of System Integrator for Integrated GIS Enabled
ERP solution, Online Establishment Licensing Solution, Service Level Benchmarking and
creation of Unique Smart Address for Pimpri Chinchwad City under Smart City Initiative
Tender No. 20/2019-20

Pimpri Chinchwad Smart City Limited (PCSCL) intends to appoint System Integrator for
Integrated GIS Enabled ERP solution, Online Establishment Licensing Solution, Service Level
Benchmarking and creation of Unique Smart Address for Pimpri Chinchwad City under Smart
City Initiative. System Integrator shall be selected on the basis of lowest prices quoted (L-1)
after successfully clearing Pre-qualification and Technical Qualification.

Interested Bidders may download the RFP document from the website of
http://mahatenders.gov.in & also PCMC i.e. www.smartcitypimprichinchwad.in or
www.pcmcindia.gov.in from 13/09/2019, 11:00 AM onwards.

Non Refundable
No Name of Work Document Fee EMD (Rs)
Incl. GST (Rs)
Request for Proposal (RFP) for selection of System
Integrator for Integrated GIS Enabled ERP solution,
1 Online Establishment Licensing Solution, Service Level 67,200 1,20,00,000
Benchmarking and creation of Unique Smart Address
for Pimpri Chinchwad City under Smart City Initiative

Rights to reject any or all tenders without assigning any reasons thereof are reserved by CEO,
PCSCL and whose decision will be final and legally binding on all the bidders.

Sd/-
PCSCL/01/158/2019 Shravan Hardikar (IAS)
Date: 09/09/2019 CEO & Director
Pimpri Chinchwad Smart City Limited

3
Disclaimer
I. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited
(PCSCL).
II. The information contained in this Request for Proposal document (“RFP”) or
subsequently provided to Bidders, whether verbally or in documentary or any other
form by or on behalf of the PCSCL (the Purchaser) or any of its employees or advisors,
is provided to Bidders, on the terms and conditions set out in this RFP.
III. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the
prospective Bidders or any other person. The purpose of this RFP is to provide
interested parties with information that may be useful to them in the formulation of
their Proposals in pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at, by the Purchaser, in relation to the
project. Such assumptions, assessments and statements do not purport to contain all
the information that each Bidder may require. This RFP may not be appropriate for all
persons, and it is not possible for the Purchaser, its employees or advisers to consider
the objectives, technical expertise and particular needs of each party, who reads or
uses this RFP. The assumptions, assessments, statements and information contained
in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct his own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments
and information contained in this RFP and obtain independent advice from
appropriate sources.
IV. Information provided in this RFP to the Bidders is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Purchaser accepts no responsibility for the
accuracy or otherwise for any interpretation or opinion on the law expressed herein.
The Purchaser, its employees and advisers make no representation or warrants and
shall have no liability to any person including any Bidder under any law, statute, rules
or regulations or tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be incurred or suffered
on account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in this selection process.
V. The Purchaser also accepts no liability of any nature, whether resulting from
negligence or otherwise, however caused, arising from reliance of any Bidder upon
the statements contained in this RFP.
VI. The Purchaser may, in its absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information, assessment or assumption
contained in this RFP. The issue of this RFP does not imply that the Purchaser is bound
to select a Bidder or to appoint the Selected Bidder, as the case may be, for this project
and the Purchaser reserves the right to reject all or any of the proposals, without
assigning any reason whatsoever.
VII. PCSCL or its authorized officers / representatives / advisors reserve the right, without
prior notice, to change the procedure for the selection of the Successful Bidder or

4
terminate discussions and the delivery of information at any time before the signing
of any agreement for the Project, without assigning reasons thereof.
VIII. The RFP Document does not address concerns relating to diverse investment
objectives, financial situation and particular needs of each party. The RFP Document
is not intended to provide the basis for any investment decision and each Bidder must
make its / their own independent assessment in respect of various aspects of the
techno-economic feasibilities of the Project. No person has been authorized by PCSCL
to give any information or to make any representation not contained in the RFP
Document.
IX. The Bidder shall bear all its costs associated with or relating to the reparation and
submission of its Proposal including but not limited to preparation and expenses
associated with any demonstrations or presentations which may be required by the
Purchaser or any other costs incurred in connection with or relating to its Proposal. All
such costs and expenses shall remain with the Bidder and the Purchaser shall not be
liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder, in preparation for submission of the Proposal, regardless of the
conduct or outcome of the selection process.

5
Contents
1 Important Dates ............................................................................................................... 10
2 Acronyms ......................................................................................................................... 11
3 Introduction ..................................................................................................................... 12
3.1 About Pimpri Chinchwad Municipal Corporation ..................................................... 12
3.2 About Pimpri Chinchwad Smart City Limited ............................................................ 12
3.3 GIS Enabled ERP Project as a part of Smart City Initiative ........................................ 13
3.4 Department Overview of PCMC ................................................................................ 13
3.5 PCMC Organizational Setup ...................................................................................... 14
3.6 RFP Format ................................................................................................................ 14
3.7 Datasheet/Factsheet ................................................................................................. 15
4 Instructions to Bidder ...................................................................................................... 16
4.1 General ...................................................................................................................... 16
4.2 Eligible Bidder ............................................................................................................ 17
4.3 Completeness of Bidder ............................................................................................ 17
4.4 Code of Integrity........................................................................................................ 17
4.5 Bidder to Inform ........................................................................................................ 18
4.6 Pre-bid meeting & Clarification ................................................................................. 18
4.6.1 Bidders Queries .................................................................................................. 18
4.6.2 Pre-Bid Conference ............................................................................................ 18
4.6.3 2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum ........................ 19
4.7 Bid Validity Period ..................................................................................................... 19
4.8 Firm Prices ................................................................................................................. 19
4.9 Bid Prices ................................................................................................................... 19
4.10 Submission of Proposal ......................................................................................... 20
4.11 Cost of RFP ............................................................................................................. 20
4.12 Completeness of the RFP....................................................................................... 20
4.13 Consortium Conditions .......................................................................................... 21
4.14 Sub-contracting Conditions ................................................................................... 22
5 Key Requirements of Bid.................................................................................................. 23
5.1 Right to terminate the process ................................................................................. 23
5.2 RFP Document fees ................................................................................................... 23
5.3 Earnest Money Deposit (EMD) .................................................................................. 23

6
5.4 Completeness of Response ....................................................................................... 25
5.5 Bid Submission .......................................................................................................... 25
5.6 Proposal Preparation Costs ....................................................................................... 26
5.7 Authentication of Bids ............................................................................................... 26
5.8 Interlineation of bids ................................................................................................. 26
5.9 Late Bids .................................................................................................................... 27
5.10 Patent Claim .......................................................................................................... 27
5.11 Language ................................................................................................................ 27
5.12 Discount ................................................................................................................. 27
5.13 Only One Proposal and One Solution .................................................................... 27
5.14 Supplementary Information/Corrigendum/Amendment to the RFP .................... 27
5.15 Local Conditions..................................................................................................... 28
5.16 Venue & Deadline for Submission of Proposals .................................................... 28
5.17 Proposals submitted after designated time of submission ................................... 28
5.18 Deviations .............................................................................................................. 29
5.19 Modification and Withdrawal of Bids.................................................................... 29
5.20 Revealing of Prices ................................................................................................. 29
5.21 Address for Correspondence ................................................................................. 29
5.22 Contacting PCMC/PCSCL........................................................................................ 29
5.23 PCMC Visit.............................................................................................................. 29
5.24 Bidder Related Conditions ..................................................................................... 30
5.25 Bid Submission ....................................................................................................... 31
5.26 Contents of Bid on e-Procurement Portal ............................................................. 31
5.27 Technical Proposal ................................................................................................. 32
5.28 Commercial Bid...................................................................................................... 32
5.29 Opening of Bids...................................................................................................... 32
5.30 Technical Envelope ................................................................................................ 33
5.31 Commercial Envelope ............................................................................................ 33
6 Selection Process for Bidder ............................................................................................ 34
6.1 Evaluation of Bids ...................................................................................................... 34
6.2 Opening of Bids ......................................................................................................... 35
6.3 Preliminary examination of Bids ............................................................................... 35
6.4 Clarification on Bids................................................................................................... 36

7
6.5 Evaluation Process .................................................................................................... 36
6.5.1 Stage 1: Pre-Qualification .................................................................................. 36
6.5.2 Stage 2: Technical Evaluation ............................................................................ 36
6.5.3 Stage 3: Financial Evaluation ............................................................................. 37
6.6 Pre-Qualification Criteria .......................................................................................... 38
6.6.1 Pre-Qualification Criteria ................................................................................... 38
6.7 Technical Evaluation Framework .............................................................................. 45
6.8 Requirements of GIS Enabled ERP Solution .............................................................. 57
7 Award of Contract ............................................................................................................ 57
7.1 Right to Accept Any Proposal and To Reject Any or All Proposal(s) ......................... 57
7.2 Notification of Award ................................................................................................ 57
7.3 Negotiations with the successful bidder ................................................................... 58
7.4 Contract Finalization and Award ............................................................................... 58
7.5 Performance Bank Guarantee (PBG)......................................................................... 58
7.6 Warranty & Maintenance ......................................................................................... 59
7.7 Signing of Contract .................................................................................................... 61
7.8 Failure to agree with the Terms & Conditions of the RFP ........................................ 61
7.9 Rejection Criteria ....................................................................................................... 61
7.9.1 General Rejection Criteria.................................................................................. 61
7.9.2 Commercial Rejection Criteria ........................................................................... 62
8 Annexure 1 – Format for Pre-Bid Queries ....................................................................... 63
9 Annexure 2 – Formats for Submission of the Pre-Qualification Bid ................................ 64
9.1 Pre-qualification bid checklist ................................................................................... 64
9.2 Pre-Qualification Bid Covering Letter ....................................................................... 65
9.3 Company profile ........................................................................................................ 67
9.4 Turnover Certificate for Sole bidder/Lead Bidder/ Consortium Members............... 68
9.5 Bidder’s Experience - Client Citations ....................................................................... 69
9.6 IT Certification details ............................................................................................... 70
9.7 Declaration of Non-Blacklisting ................................................................................. 71
9.8 Self-certificate for Project execution experience ..................................................... 72
9.9 No Deviation Certificate ............................................................................................ 74
10 Annexure 3 – Formats for Submission of the Technical Bid ............................................ 75
10.1 Technical Bid Check-List ........................................................................................ 75

8
10.2 Technical Bid Covering Letter ................................................................................ 77
10.3 Credential Summary .............................................................................................. 79
10.4 Bidder’s Experience - Client Citations ................................................................... 80
10.5 Total Responsibility Certificate .............................................................................. 81
10.6 Overview of Proposed Solution ............................................................................. 82
10.7 Project Plan ............................................................................................................ 83
10.8 Manpower Plan ..................................................................................................... 84
10.8.1 Detail of Resources Proposed ........................................................................ 85
10.9 Proposed Unpriced Bill of Material ....................................................................... 86
10.10 Manufacturers'/Producers’ Authorization Form................................................... 87
10.11 Anti-Collusion Certificate ....................................................................................... 88
10.12 Non-Disclosure Agreement ................................................................................... 89
10.13 Self-declaration by Bidder ..................................................................................... 93
10.14 Format for OEM Declaration ................................................................................. 94
10.15 Declaration on Source Code and Intellectual Property Rights .............................. 96
10.16 Undertaking on Patent Rights ............................................................................... 97
10.17 Undertaking on Service Level Compliance ............................................................ 98
10.18 Undertaking on Deliverables ................................................................................. 99
10.19 Undertaking on Support to Third Party Solution acceptance and certification .. 100
10.20 Declaration of activities sub-contracted ............................................................. 101
10.21 Undertaking on Exit Management and Transition .............................................. 102
11 Annexure 4 – Format for Submission of Commercial Bid.............................................. 103
12 Annexure 5 – Performance Bank Guarantee ................................................................. 107
13 Annexure 6 - Consortium Agreement ............................................................................ 109
14 Annexure 7 - Format for Power of Attorney to Authorize Signatory ............................ 111
15 Annexure 8 - Format for Power of Attorney for Lead bidder of Consortium ................ 112
16 Annexure 9 – Bank Guarantee for Earnest Money Deposit .......................................... 114
17 Annexure 10 – Undertaking for Compliance to ERP Definition ..................................... 116
18 Annexure 11 – Undertaking for Compliance to Definition for Other Commercial off the
Shelf Products (GIS, Work Flow and Document Management, BI etc.) ................................ 118
19 Annexure 12 – Undertaking for Compliance to OGC ..................................................... 120

9
1 Important Dates

# Activity Deadline
1. Release of RFP 13/ 09/2019, 11:00 AM
2. Last date for submission of Pre Bid Queries 16/ 09/2019, 05:00 PM
3. Pre bid Meeting date 17/ 09/2019, 11:00 AM
4. CSD publishing and Start date for submission of Bids 23/ 09/2019, 11:00 AM
5. Last date for submission of Bids 07/ 10/2019, 03:00 PM
6. Date of opening of technical bids 10/ 10/2019, 11:00 AM
To be communicated
7. Date of Technical Presentation by the Bidders
later
To be communicated
8. Date of Opening of Commercial bids
later
To be communicated
9. Award of Contract
later
To be communicated
10. Commencement of work
later

10
2 Acronyms
# Term Meaning
1. API Application Programming Interface
2. BPAS Building Permission and Approval System
3. ICCC Integrated Control and Command Center
4. EMD Earnest Money Deposit
5. FRS Functional Requirement Specifications
6. FY Financial Year
7. GIS Geographical Information System
8. GUI Graphical User Interface
9. LAN Local Area Network
10. MoHUA Ministry of Housing and Urban Affairs
11. O&M Operations and Maintenance
12. PCMC Pimpri Chinchwad Municipal Corporation
13. PCSCL Pimpri Chinchwad Smart City Limited
14. PO Purchase Order
15. POC Proof of Concept
16. SCADA Supervisory Control and Data Acquisition
17. SI System Integrator
18. SLA Service Level Agreement
19. SLB Service Level Benchmarking
20. SRS System Requirement Specifications
21. UAT User Acceptance Test
22. USA Unique Smart Address
23. USB Universal Serial Bus
24. WO Work Order

11
3 Introduction
3.1 About Pimpri Chinchwad Municipal Corporation
Pimpri Chinchwad is a modern twin city, situated South-East of Mumbai and in the North-
West quadrant of Pune. Pimpri-Chinchwad also happens to be the fifth-most populated city
of Maharashtra and has long been famous for being one of the most prominent industrial
destinations outside Mumbai.

The twin city (Pimpri Chinchwad) is governed by the Pimpri Chinchwad Municipal Corporation
(PCMC). Pimpri Chinchwad Council was formed on 4 March 1970 covering area of about 87
sq. km which later on was established as Municipal Corporation in 1982, which now covers
an area of approximate 184 square kilometres. As per 2011 census population of Pimpri
Chinchwad is 17, 29,000 souls growing at a rate of 6% annually, with a national average of
2.1%. The city is located on the Deccan Plateau and is surrounded by hills. It is situated 530 m
above the mean sea level. Pavna River traverses the city, while the Indrayani River flows
through the north-western outskirts and Mula River on south side, forms a boundary of Pune
and Pimpri Chinchwad Cities. Various particulars of the city are given in below.

Population (2011) 17,29,359 (As per 2011 census)


Estimated population (2018) 22,41,421 (based on Census 2011)
Slum population 1,47,810 (As per 2011 census)
No. of zone 8
No. of wards 32

The city forms a continuous urban stretch, adding to the overall Pune Metropolitan Region
(PMR), and contains a thriving industrial belt that primarily consists of engineering and
automobile industries. The Information Technology (IT) sector has also got importance in the
recent years because of the formation of the Hinjewadi IT Park.

PCMC and Pune, when viewed as a unified geographical unit, make up one of India's largest
industrial areas. Pimpri Chinchwad has contributed a lot to the fact that Pune is the second
largest industrial city in Maharashtra after Mumbai.

3.2 About Pimpri Chinchwad Smart City Limited


Under Government of India (GoI) Smart Cities Project, the Pimpri-Chinchwad Smart City
Limited (the “Authority”), a Special Purpose Vehicle (SPV) for Pimpri-Chinchwad Smart City
Project has been established as a company under the Indian Companies Act 2013. The
Authority would receive funding from Government of India (GoI) and Government of
Maharashtra (GoM, state government) for the development of smart city in Pimpri-
Chinchwad and proposes to use a part of this funding for the said assignment. The Authority
is a government-owned company with equal shareholding from Pimpri- Chinchwad Municipal
Corporation and the state government.

12
3.3 GIS Enabled ERP Project as a part of Smart City Initiative
Pimpri Chinchwad Smart City Proposal (SCP) was selected by the Government of India (GoI)
under Smart City Mission (SCM). After consultation with citizens, more than 30 projects have
been identified in the Smart City Plan which were packaged into three modules. The first
module talks about institutionalization of Smart City SPV, the second module covers projects
for area based development while the third module includes few selected projects from the
pan-city development component of the Smart City proposal for Pimpri Chinchwad which
involves “Response” as one of the key packages. In order to utilize the data driven and geo
spatial approach for decision making, Pimpri Chinchwad Municipal Corporation (PCMC) has
decided to design and deploy GIS enabled ERP. Under this initiative, the functionalities of GIS
will be interlinked with day to day functioning of departments, so as to update the GIS
database of PCMC continuously.

3.4 Department Overview of PCMC


Pimpri Chinchwad Municipal Corporation (PCMC) has divided its operations into several
departments. Below table shows departments in PCMC:
# Department Name # Department Name
1 Office of Commissioner 22 Citizen's Facilitation Center
2 Office of Additional Commissioner 23 Urban Community Development
3 Administration 24 Sky sign and License
4 Audit 25 Land and Estates
5 Accounts 26 Garden
6 Civil 27 Birth and Death
Building Permission and Unauthorized 28 Fire Brigade
7
Construction control 29 Legal
8 Property Tax 30 Sports
9 Medical 31 Vehicle Workshop
10 Water Supply 32 Election
11 Drainage & Sewerage 33 Veterinary
12 Health 34 Security
13 LBT 35 Labor Welfare
14 Electrical 36 Auditorium
15 Town Planning 37 Information and Public Relation
16 Primary and Secondary Education 38 Slum Development
Department of Information and
17 39 Water purification sector 23
Technology
18 Municipal Secretary 40 Environmental Engineering
19 Central Store 41 Wireless and Telecom
20 ITI 42 Zone Offices
21 Library 43 Record Keeping
More information about the Departments and Processes at PCMC can be accessed at the
PCMC’s webpage (https://www.pcmcindia.gov.in/index.php)

13
3.5 PCMC Organizational Setup
Organizational Setup
# Items No of Items
1 No of Employees in PCMC ~ 7,000
2 No of Pensioners in PCMC ~ 4,200
3 No of Electrol Wards in PCMC 32
4 No of new recruits every year ~ 50
5 No of new retirees every year ~ 100

IT Setup
# Items No of Items
1 No of desktops in PCMC ~ 2000
2 DC Setup Available
3 Current Database size ~ 15 GB
4 Current Database PostgreSQL 8.3 (For majority of applications)

3.6 RFP Format


The intent of this RFP is to invite bids from the Bidders for Selection of System Integrator for
Integrated GIS Enabled ERP solution, Online Establishment Licensing Solution, Service Level
Benchmarking and creation of Unique Smart Address for Pimpri Chinchwad city under Smart
City Initiative
The Request for Proposal (RFP) consists of three volumes viz:
• RFP Volume 1: Structure of Proposal & Bid Process Specifications
Volume 1 details the instructions with respect to the bid process management,
technical evaluation framework, and the technical & financial forms.
• RFP Volume 2: Scope of Work including Functional & Technical Specifications
Volume 2 of the RFP provides information regarding the Project Implementation Plan,
business requirements/applications to be covered and corresponding process related
documentation, scope of work for the selected bidder and functional requirements.
• RFP Volume 3: Legal Specifications
Volume 3 contains the contractual, legal terms & conditions applicable for the
proposed engagement.

14
3.7 Datasheet/Factsheet

Sl # Item Description
The method of selection is L1. The Contract shall be
1. Method of Selection awarded to the bidder quoting the lowest ‘Total Project
Price’ post technical qualification. Prices inclusive of
applicable taxes, levies etc. shall be considered for
arriving at L1 price.
Availability of RFP Download from
2. Documents e-Procurement Portal (https://mahatenders.gov.in)
3. Release of RFP 13/09/2019, 11:00 AM onwards
Tender document fee
4. (Non-refundable and INR 67,200/- through e-Procurement Portal
Not – exempted)

Bid Security/Earnest Total EMD amount is INR 1,20,00,000(One Crores Twenty


Money Deposit (EMD) lakhs only)
5.

6. Pre-bid Meeting date 17/09/2019, 11:00 AM at 3rd Floor, PCMC Head Office

Posting of responses to
7.
queries (on website) e-Procurement Portal (https://mahatenders.gov.in)
Last Date and time for
8. Bid/Bid submission (On 07/10/2019, 3:00 PM
or before)
9. Date of opening of
Technical bids 10/10/2019, 11:00 PM

Bid must remain valid up to 180 (One Hundred & Eighty)


10. Bid validity
days from the actual date of submission of the Bid.
Currency in which the Bidders may quote the price and
11. Currency
shall receive payment is INR only.

The CEO, Pimpri Chinchwad Smart City Limited (PCSCL),

12.
Name and Address for 4th Floor, PCMC Main Building, Pimpri, Maharashtra –
Correspondence 411018 Tel: 020 – 67333333, 67331120
Fax: 020 - 27425600, 67330000
e-Mail ID: smartcity@pcmcindia.gov.in

15
4 Instructions to Bidder

The Chief Executive Officer (CEO), Pimpri Chinchwad Smart City Limited (PCSCL), invites
reputed IT Firms to submit their technical proposals and financial offers for the project of
Selection of System Integrator for GIS Enabled ERP Solution for PCMC under Smart City
Initiatives, in accordance with conditions and manner prescribed in this Request for Proposal
(RFP) document.
NOTE
1. References to “Vendor”, “Bidder”, “SI”, “System Integrator” etc. in this RFP document shall
be construed to refer to the Bidder itself.
2.References to “PCSCL”, “purchaser”, “buyer” in this RFP document shall be construed to
refer to PCSCL (i.e. Pimpri Chinchwad Smart City Limited) while the “User”, “Beneficiary” shall
be referred to Pimpri Chinchwad Municipal Corporation (PCMC)

4.1 General
PCSCL has adopted a three-step process (referred to as the "Bidding Process") for selecting
Bidders for the award of the Project through the e-tendering system. The Bidding Process
shall comprise of two steps, the first relating to qualification of the Bidder and the second
relating to the Commercial Proposal of the Bidder. As part of the Bidding Process, the Bidders
are being called upon to submit their Bids through the e-Procurement Portal
(https://mahatenders.gov.in) in accordance with the terms specified in the Bidding
Documents. Registered bidders should submit their offer through e-Procurement Portal only.
The official shall guide the interested Bidder to document the authorization process & to
obtain the Registration Key.

Notes of e-Tendering:

1. All eligible interested Bidders, who want to participate in e-tendering process should
get enrolled on e-Procurement portal (https://mahatenders.gov.in)
2. Bidder shall contact, for details or any difficulties in submission of online tenders, if
any, the CEO, PCSCL
3. It is compulsory for all participants to submit all documents online.
4. It is compulsory to submit cost of Tender Form Fee and Earnest Money Deposit only
in the prescribed form/mode of payment. Detailed terms and conditions are displayed
on the portal (https://mahatenders.gov.in)
5. Right to reject any or all online bids of work without assigning any reasons thereof are
reserved with the CEO, PCSCL.
6. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own
conclusions about the solution needed to meet the requirements. Bidders and

16
recipients of this RFP may wish to consult their own legal advisers in relation to this
RFP.
7. All information supplied by Bidders may be treated as contractually binding on the
Bidders, on successful award of the assignment by the Purchaser on the basis of this
RFP.
8. No commitment of any kind, contractual or otherwise shall exist unless and until a
formal written contract has been executed by or on behalf of the Purchaser. Any
notification of preferred Bidder status by the Purchaser shall not give rise to any
enforceable rights by the Bidder. The Purchaser may cancel this public tendering at
any time prior to a formal written contract being executed by or on behalf of the
Purchaser.
9. This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.

4.2 Eligible Bidder


Bids may be submitted by a Sole Bidder or by a lead bidder in case of a consortium as per
the eligibility norms set forth in this RFP document.

4.3 Completeness of Bidder


1. Bidders are advised to study all instructions, forms, terms, 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.
2. Failure to comply with the requirements of this paragraph may render the Proposal
noncompliant and the Proposal may be rejected. Bidders must:
a. Include all documentation specified in this RFP;
b. Follow the format of this RFP and respond to each element in the order as set
out in this RFP
c. Comply with all requirements as set out within this RFP.

4.4 Code of Integrity


No official of a procuring entity or a bidder shall act in contravention of the codes, which
includes:
a. Prohibition of:
a. Making offer, solicitation or acceptance of bribe, reward or gift or any material
benefit, either directly or indirectly, in exchange for an unfair advantage in the
Tendering process or to otherwise influence the Tendering process.
b. Any omission, or misrepresentation that may mislead or attempt to mislead so
that financial or other benefit may be obtained or an obligation avoided.
c. Any collusion, bid rigging or anticompetitive behavior that may impair the
transparency, fairness and the progress of the Tendering process.
d. Improper use of information provided by the procuring entity to the bidder
with an intent to gain unfair advantage in the Tendering process or for personal
gain.

17
e. Any financial or business transactions between the bidder and any official of
the procuring entity related to tender or execution process of contract
f. Which can affect the decision of the procuring entity directly or indirectly.
g. Any coercion or any threat to impair or harm, directly or indirectly, any party
or its property to influence the Tendering process.
h. Obstruction of any investigation or auditing of the Tendering process.
i. Making false declaration or providing false information for participation in a
tender process or to secure a contract;
b. Disclosure of conflict of interest.
c. Disclosure by the bidder of any previous transgressions made in respect of the
j. Provisions of sub-clause (a) with any entity in any country during the last three
years
k. Or of being debarred by any other procuring entity.
In case of any reported violations, the procuring entity, after giving a reasonable opportunity
of being heard, comes to the conclusion that a bidder or prospective bidder, as the case may
be, has contravened the code of integrity, may take appropriate measures.

4.5 Bidder to Inform


The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope,
Service Levels, Specifications, and Schedules of this RFP. If bidder has any
doubts/clarifications as to the meaning of any portion of the Conditions or the specifications,
he shall, before the last date for Submission of Pre- Bid Queries, set forth the particulars
thereof and submit to Purchaser in writing so that the doubts may be removed or
clarifications are provided.

4.6 Pre-bid meeting & Clarification


4.6.1 Bidders Queries
a) Any clarification regarding the RFP document and any other items related to this
project can be submitted to PCSCL as per the submission mode and timelines
mentioned in the RFP Datasheet.
b) Any request(s) for clarifications post the indicated date and time shall not be
entertained by PCSCL. Further, PCSCL shall reserve the right to issue clarifications.
c) The queries of only those bidders would be considered, who shall send the same to e-
mail IDs provided in the RFP Datasheet.
d) It is necessary that the pre-bid queries must be submitted in excel sheet format, along
with name and details of the organization submitting the queries as mentioned in
Annexure I.

4.6.2 Pre-Bid Conference


PCSCL shall hold a pre-bid meeting with the prospective bidders as mentioned in the RFP Data
Sheet. The bidders are expected to submit the pre-bid queries one day prior to the date of
Pre-bid conference mentioned in the RFP Datasheet. PCSCL may not respond to the pre-bid
queries posted after the last day, and the bidder shall not claim for non-response of the pre-
bid queries.

18
4.6.3 2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum
a) The Nodal Officer notified by the Purchaser shall endeavour to provide timely
response to all queries. However, Purchaser makes no representation or warranty
as to the completeness or accuracy of any response made in good faith, nor does
Purchaser undertake to answer all the queries that have been posed by the
Bidders.
b) At any time prior to the last date for receipt of bids, Purchaser may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the RFP Document by a corrigendum.
c) The corrigendum (if any) & clarifications to the queries from all Bidders shall be
posted on https://mahatenders.gov.in
d) Any such corrigendum shall be deemed to be incorporated into this RFP.
e) In order to provide prospective Bidders reasonable time for taking the
corrigendum into account, the Purchaser may, at its discretion, extend the last
date for the receipt of Proposals.

4.7 Bid Validity Period

Bid shall remain valid for the time mentioned in the RFP Datasheet. In exceptional
circumstances, at its discretion, PCSCL may solicit the Bidder’s consent for an extension of the
validity period. The request and the response shall be made in writing.

4.8 Firm Prices

a) Prices quoted must be firm and final and shall remain constant throughout the
period of the contract and shall not be subject to any upward modifications, on
any account whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR)
only.
b) The Commercial Bid should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes, duties, fees, levies, works
contract tax and other charges as may be applicable in relation to the activities
proposed to be carried out.
c) The taxes quoted in the offer should be inclusive of all the taxes except GST
d) A proposal submitted with an adjustable price quotation or conditional proposal
shall be treated as non-responsive and the bid may be rejected.

4.9 Bid Prices


a) The Bidders shall indicate the unit rates and total Bid Prices of the equipment/
services, it proposes to provide under the Contract. Prices should be shown
separately for each item as required in the RFP.
b) Bidder should provide all prices as per the prescribed Commercial Bid format
provided in the e-Procurement Portal.
c) The Bidders shall prepare the bid based on details provided in the tender
documents. It must be clearly understood that the Scope of Work is intended to
give the Bidders an idea about the order and magnitude of the work and is not in
any way exhaustive and guaranteed by PCSCL. The Bidders shall carry out all the

19
tasks in accordance with the requirement of the tender documents and it shall be
the responsibility of the Bidders to fully meet all the requirements of the tender
documents.
d) If at any stage, during the contract, if Purchaser identifies that the approach/
project plan/ schedule/ work conducted does not meet the functional
requirements, conceptual design, performance requirements/ SLA, and other
requirements of Tender, the Bidders shall revise the required work plan/
approach/quality of work as required. No additional cost shall be reimbursed for
the bidder for the same.
e) The taxes quoted in the offer should be inclusive of all the taxes except GST

4.10 Submission of Proposal


Bidders shall submit their responses as per the procedure specified in the e-Procurement
Portal https://mahatenders.gov.in being used for this purpose. Generally, the items to be
uploaded on the portal would include all the related documents mentioned in this Model RFP,
such as:

o Tender Fee
o EMD (Original BG document shall be submitted to PCSCL office on technical document
opening date )
o Pre-Qualification Proposal
o Technical Proposal
o Financial proposal

However, each of the above documents must be uploaded in the format specified for this
purpose and as per the specified folder structure in the e-Procurement Portal.

The bidder must ensure that the bid is digitally signed by the Authorized Signatory of the
bidding firm and has been duly submitted (freeze) within the submission timelines. The
PCMC/PCSCL shall in no case be responsible if the bid is not submitted online within the
specified timelines.

All the pages of the Proposal document must be sequentially numbered, signed by
Authority, should have company seal and must contain the list of contents with page
numbers. Any deficiency in the documentation may result in the rejection of the Bidder’s
Proposal.

4.11 Cost of RFP


The Cost of Tender document INR 67,200 to be submitted online.

4.12 Completeness of the RFP


Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of bid shall be deemed to have been
done after careful study and examination of the RFP document with full understanding of its
implications. 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

20
substantially responsive to the RFP documents in every respect will be at the bidder's risk and
may result in rejection of its Proposal.
The purpose of this RFP is to provide interested parties with information that may be useful
to them in making their financial offers pursuant to this RFP (the "Bid"). This RFP includes
statements, which reflect various assumptions and assessments arrived at by PCSCL in
relation to the project. Such assumptions, assessments and statements do not purport to
contain all the information that each bidder may require. This RFP may not be appropriate for
all persons, and it is not possible for the PCMC/PCSCL, its employees or advisors to consider
the investment objectives, financial situation and particular needs of each party who reads or
uses this RFP. The assumptions, assessments, statements and information contained in this
RFP, may not be complete, accurate, adequate or correct. Each bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments, statements and
information contained in this RFP and obtain independent advice from appropriate sources.
PCMC/ PCSCL also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any bidder upon the statements
contained in this RFP. PCSCL may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information, assessment or
assumptions contained in this RFP.

4.13 Consortium Conditions


The Bidders are allowed to form Consortium subject to the following conditions:
1. The number of Consortium members cannot exceed three, including the Lead Member.
2. Only the Lead Member will submit the Proposal and sign the Contract with PCSCL.
3. All the consortium members including Lead bidder are Jointly & Severally responsible for
execution of the Contract
4. No Consortium member can be a part of more than one Consortium. Only one Bid will be
allowed from a Consortium. The partners of a Consortium are not allowed to bid
individually.
5. In case of a Consortium Bid, the Lead Member would also need to submit the Joint
Consortium Agreement, as per format attached Annexure-6 of this RFP between the
Consortium members for the Contract clearly indicating their scope of work, relationship,
roles and responsibilities and stake percentage. Such Agreement should be prepared on a
stamp paper of requisite value and is required to be submitted along with the Pre-
qualification Proposal.
6. All the signatories of the Joint Consortium Agreement shall be authorized by a Power of
Attorney signed by the respective Managing Director or Board resolution and
authorization letters of Board of Directors of the Companies.
7. Each Consortium member shall execute and submit along with the Pre-qualification
Proposal, a registered power of attorney in favor of the Lead Member which shall inter-
alia, authorize the Lead Member to act for and on behalf of such member of the

21
Consortium and do all acts as may be necessary to or for the performance under the
contract.
8. The Consortium Agreement shall provide at least the following information in respect of
the Consortium members that the Bidder will engage to provide any of the services
required under this RFP.
a. Brief description of nature of products/services to be provided by Consortium
member
b. Head and Branch offices (if responsible for work under the contract) (provide
mailing addresses, phone, fax and email)
c. Date, form and state of incorporation of each Consortium member
d. Contract Administrator (Name, business address, fax, phone and email address of
individual responsible for administering any Contract that might result from this
RFP)
e. Company Principals (Name, title and business address)
f. Current or prior successful partnerships with proposed Consortium member
including Client reference (Contact name, phone number, dates when services
were performed).
9. The Consortium Agreement concluded by the Lead Member and Consortium member(s)
should also be addressed to PCSCL clearly stating that the Agreement is applicable to the
contract executed out of this RFP and shall be binding on them for the Contract Period.
Notwithstanding the Agreement, the responsibility of completion of job under the
contract will be with the Lead Member.
10. Change in members of the Consortium of the successful Bidder anytime during the
Contract will be allowed only with prior approval of PCSCL
11. The Lead Member shall be solely liable to and responsible for all obligations towards
PCMC/PCSCL for performance of works/services including that of its partners/associates,
accuracy of data, validation of data etc. under the contract.

4.14 Sub-contracting Conditions


The bidder shall not be allowed to sub-contract / outsource work, except for the following:

a. Only the survey component of the project which may include door to door survey,
collection of information, data entry, LiDAR Survey or equivalent to LiDAR, Total
Station survey, Areal Survey etc. can be sub-contracted with prior approval of the
PCMC/PCSCL

However, even if the work is sub-contracted / outsourced, the sole responsibility of the work
shall lie with the lead bidder. The lead bidder shall be held responsible for any
delay/error/noncompliance etc. of its sub-contracted vendor. The details of the sub-
contracting agreements (if any) between both the parties would be required to be submitted
to Purchaser, if asked.

22
5 Key Requirements of Bid
5.1 Right to terminate the process
PCSCL may terminate the RFP process at any time and without assigning any reason.
PCMC/PCSCL makes no commitments, express or implied, that this process will result in a
business transaction with anyone. This RFP does not constitute an offer by PCMC/PCSCL. The
bidder's participation in this process may result in PCSCL selecting the bidder to engage
towards execution of the contract.

5.2 RFP Document fees


The fee for purchase of this RFP document as detailed below has to be made through online
payment mode. The RFP document can be downloaded from the website:
https://mahatenders.gov.in. The scanned copy of RFP fee paid receipt should be uploaded with
bid documents. Bids that are not accompanied by the RFP fees or accompanied by inadequate
RFP fees, shall be considered non-responsive and will be rejected.

S No Item Details
1 Tender Fees Rs. 67,200/- (Including GST)

5.3 Earnest Money Deposit (EMD)


The qualified bidders are requested to deposit the EMD through Online Payment Gateway as
integrated in the PCMC e-tendering solution.
S.No Item Details
1 EMD Amount Rs.1,20,00,000

1. An EMD for an amount of Rs.1,20,00,000 (INR One Crore twenty Lakhs) shall be
paid as hereunder. The bidders are required to pay Rs. 20,00,000/- (INR Twenty
Lakhs) of the EMD online and the rest either as Bank Guarantee from a
nationalized bank, valid for at least 12 months. The bidder should ensure that the
payment of the EMD is made at least 3 working days prior to submission timeline
to avoid any banking transfer delays and the receipt of the same should/must be
uploaded during the online submission of bid document. Bank details for EMD in
terms of Bank Guarantee (Rs One Crore)
Name of Bank Bank of Baroda
Pimpri Chinchwad
Municipal Corporation ,
Address of Bank Pimpri, Mumbai Pune
Road, Pune 411 018,
Pimpri 411018
Account No 31060200000222
Account Type Current Account

23
BARB0DRCCHI (fifth
IFSC Code
character is zero)
MICR Code 411012025
Branch Code DRCCHI
2. An earnest money deposit of Rs.1,20,00,000 (INR One Crore twenty Lakhs) should
be paid as stated above. Cheque or cash will not be accepted. The EMD is liable to
be forfeited, in case the bidder refuses to enter in to the agreement after receiving
the letter of acceptance from PCSCL.
3. The bid of those who do not deposit earnest money shall be summarily rejected.
4. The amount of earnest money will be refunded to the unsuccessful bidder on
deciding about the acceptance or otherwise of the tender or on expiry of the
validity period whichever is earlier. In case of the successful bidder, it will be
refunded on his paying the initial security deposit and completing the tender
documents or will be transferred towards a part of security deposit to be paid
after awarding of the work. If successful bidder does not pay the security deposit
in the prescribed time limit and complete the agreement, his earnest money
deposit will be forfeited.
5. Exemption certificate will not be accepted in lieu of Earnest Money Deposit.
6. PCSCL shall be entitled to forfeit the full amount of Earnest Money Deposited by
the bidder , without prejudice to any rights and powers of the PCSCL hereunder
or in law, if,
a. The bidder withdraws /modifies the bid after bid opening or otherwise during
the period of Bid Validity.
b. The successful bidder, after the acceptance of his tender fails or neglects to
furnish the Security Deposit in an acceptable form.
c. The successful Bidder fails to sign the agreement as per tender stipulations.
d. Fraudulent practice is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation.
e. Submission of wrongful, ambiguous or misleading information, documents,
certificates intentionally or unintentionally.
7. Bidders should upload scanned copy of EMD paid receipt during bid preparation.
8. EMD shall be non-transferable
9. Bidders should mention the beneficiary details for EMD refund in the Earnest
Money Deposit Form for fields marked as details required for Refund.
PCMC/PCSCL or e-Tendering Service Provider will not be liable for delays caused
in EMD refund due to incorrect beneficiary details.
10. The earnest money deposit of unsuccessful bidders will be refunded through
RTGS, NEFT mode only after finalization of the tender for which the above refund
details are required.
11. The refund account details should be correctly mentioned by the bidder and
should be active at least 180 days from the date of submission of the bid for
appropriate online EMD refund as the case may be.

24
12. The EMD of unsuccessful bidders will be returned by PCMC/PCSCL, without any
interest, as promptly as possible and latest by 120th day of signing of the contract
by the successful bidder or when PCMC/PCSCL cancels the bidding process.
13. The EMD of the successful bidder shall be returned/ adjusted latest by 30th day
of submission of performance bank guarantee by the bidder.
14. The EMD shall be furnished in Indian Rupees only. No interest shall be payable by
PCMC/PCSCL on the EMD.
15. The EMD shall be forfeited and appropriated by PCMC/PCSCL and bid shall be
summarily rejected without prejudice to any other right or remedy that may be
available to PCMC/PCSCL hereunder or otherwise, under the following conditions:
a. If a bidder submits a non-responsive bid
b. If a Bidder withdraws his bid or increases his quoted prices during the period of
bid validity or its extended period, if any.
c. If during the bid process, a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization,
the decision of PCMC/PCSCL regarding forfeiture of the Bid Security shall be final
and binding upon bidders.
d. If during the bid process, any information is found false/fraudulent/mala fide
e. If a bidder engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.
f. In the case of successful bidder, if he/she fails within the specified time limit
i. to sign and return the duplicate copy of LOA in accordance with the terms
thereof;
ii. to sign the contract within the time specified by PCMC/PCSCL; or
iii. to furnish the Performance Security within the period prescribed in the
contract; or
iv. In case the successful bidder, having signed the contract, commits any
breach thereof prior to furnishing the Performance Security.

5.4 Completeness of Response


1. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of bid shall be deemed to have
been done after careful study and examination of the RFP document with full
understanding of its implications.
2. The response to this RFP should be full and complete in all respects. Failure to furnish all
information required by the RFP document or submission of a proposal not substantially
responsive to the RFP document in every respect will be at the Bidder's risk and may result
in rejection of its Proposal and forfeiture of the Bid EMD.

5.5 Bid Submission


Bidders shall submit their responses as per the procedure specified in the e-Procurement
Portal https://mahatenders.gov.in being used for this purpose. Generally, the items to be

25
uploaded on the portal would include all the related documents mentioned in this Model RFP,
such as:
• Tender Fee
• EMD (Original BG document shall be submitted to PCSCL office on technical document
opening date )
• Pre-Qualification Proposal
• Technical Proposal
• Financial proposal
However, each of the above documents must be uploaded in the format specified for this
purpose and as per the specified folder structure in the e-Procurement Portal.

The bidder must ensure that the bid is digitally signed by the Authorized Signatory of the
bidding firm and has been duly submitted (freeze) within the submission timelines. The
PCMC/PCSCL shall in no case be responsible if the bid is not submitted online within the
specified timelines.

All the pages of the Proposal document must be sequentially numbered and must contain the
list of contents with page numbers. Any deficiency in the documentation may result in the
rejection of the Bidder’s Proposal.

5.6 Proposal Preparation Costs


The Bidder shall be responsible for all costs incurred in connection with participation in the
RFP 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 PCMC/PCSCL to facilitate the
evaluation process, and in negotiating a definitive Master Service Agreement (MSA) and all
such activities related to the Bid process. This RFP does not commit PCMC/PCSCL to award a
Contract or to engage in negotiations. Further, no reimbursable cost may be incurred in
anticipation of award of the Contract for implementation of the Project.

5.7 Authentication of Bids


The original Bid will be signed by a Bidder’s person duly authorized to bind the Bidder to the
Contract. A letter of authorization in the name of the person signing the Bid shall be supported
by a written Power-of-attorney accompanying the Bid. All pages of the Bid including the
duplicate copies, except for un-amended printed literature, shall be initialed and stamped by
the person / persons signing the Bid. The bid will then be uploaded on the e-tendering portal.

5.8 Interlineation of bids


The Bid shall contain no interlineations or erasures. In case of any overwriting, the place
needs to be signed by the Authorized signatory.

26
5.9 Late Bids
Bids received after the due date and the specified time (including the extended period if
any) for any reason whatsoever, shall not be entertained and shall be returned unopened.

5.10 Patent Claim


In the event of any claim asserted by a third party of infringement of copyright, patent,
trademark or industrial design rights arising from the use of the Goods or any part thereof,
the bidder shall expeditiously extinguish such claim. If the bidder fails to comply and
PCMC/PCSCL is required to pay compensation to a third party resulting from such
infringement, the Bidder shall be responsible for such compensation, including all expenses,
court costs and lawyer fees. PCMC/PCSCL shall give notice to the successful bidder of any such
claim and recover it from the bidder if required.

5.11 Language
The proposal should be filled by the bidders in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in
English language is to be duly attested by the bidders. For purposes of interpretation of the
documents, the English translation shall govern.

5.12 Discount
The Bidders are advised not to indicate any separate discount. Discount, if any, should be
merged with the quoted prices. Discount of any type, indicated separately, shall not be taken
into account for evaluation purpose. The summation of prices of individual components
should add up to the final commercial offer including all taxes excluding GST. For variation
during execution of contract, unit prices of all individual components shall be considered
accordingly.

5.13 Only One Proposal and One Solution


If a Bidder, sole, lead or consortium member, submits or participates in more than one
Proposal and / or presents more than one Solution, such Bidders shall be disqualified.

5.14 Supplementary Information/Corrigendum/Amendment to the RFP


At any time prior to the deadline (or as extended by PCSCL) for submission of bids, PCSCL for
any reason, whether at its own initiative or in response to clarifications requested by the
Bidder may modify the RFP document by issuing amendment(s) or issue additional data to
clarify an interpretation of the provisions of this RFP. Such supplements / corrigendum to the
RFP issued by PCSCL would be displayed on PCMC’s e-Tendering Portal
https://mahatenders.gov.in and may additionally also be communicated by e-mail to the
Bidders who have taken the RFP from PCMC/PCSCL in hard copy. Any such supplement /

27
corrigendum / amendment shall be deemed to be incorporated by this reference into this
RFP.

Any such supplement / corrigendum / amendment will be binding on all the Bidders.
PCMC/PCSCL will not be responsible for any misinterpretation of the provisions of this Tender
document on account of the Bidders failure to update the Bid documents based on changes
announced through the website.

In order to allow Bidders a reasonable time to take the supplement / corrigendum /


amendment(s) into account in preparing their bids, PCSCL, at its discretion, may extend the
deadline for the submission of bids.

5.15 Local Conditions


1. It shall be incumbent upon each Bidder to fully acquaint himself with the local
conditions and other relevant factors, which would have any effect on the
performance of the contract and / or the cost.
2. The Bidders are expected to obtain for himself on his own responsibility all
information that may be necessary for preparing the bid and entering into contract.
Obtaining such information shall be at Bidders own cost.
3. Failure to obtain the information necessary for preparing the bid and/or failure to
perform activities that may be necessary for the providing services before entering
into contract shall in no way relieve the successful Bidders from performing any work
in accordance with the Tender documents.
4. It shall be imperative for each Bidder to fully inform themselves of all legal conditions
and factors, which may have any effect on the execution of the contract as described
in the bidding documents. PCMC/PCSCL shall not entertain any request for
clarification from the Bidders regarding such conditions.
5. It is the responsibility of the Bidders that such factors have properly been investigated
and considered while submitting the bid proposals and that no claim whatsoever
including those for financial adjustment to the contract awarded under the bidding
documents shall be entertained by PCSCL and that neither any change in the time
schedule of the contract nor any financial adjustments arising thereof shall be
permitted by the PCSCL on account of failure of the Bidders to appraise themselves of
local laws and site conditions.

5.16 Venue & Deadline for Submission of Proposals


Proposals, in its complete form in all respects as specified in the RFP, must be submitted
online before last date and time of submission, to PCSCL at the portal specified in Proposal
Factsheet/Datasheet.

5.17 Proposals submitted after designated time of submission


1. Bids submitted after the due date shall not be accepted by the e-Procurement Portal
(https://mahatenders.gov.in), and hence shall automatically be rejected. The

28
Purchaser shall not be responsible for any delay in the online submission of the
proposal.
2. The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence shall be entertained on this matter.
3. The Purchaser shall not be responsible for any postal delay or non-receipt/ non-
delivery of the documents. No further correspondence on the subject shall be
entertained.
4. PCSCL reserves the right to modify and amend any of the above-stipulated
condition/criterion depending upon project priorities vis-à-vis urgent commitments.

5.18 Deviations
Bids shall be submitted strictly in accordance with the requirements and terms & conditions
of the RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in
Annexure 7.9. The bids with deviation(s) are liable for rejection.

5.19 Modification and Withdrawal of Bids


1. No bid may be altered / modified after submission to the PCSCL. Unsolicited
correspondences in this regard from Bidders shall not be considered.
2. No bid may be withdrawn in the interval between the last date for receipt of bids and
the expiry of the bid validity period specified by the Bidders in the Bid.
3. Withdrawal of a bid during this interval shall result in the Bidders forfeiture of its EMD.

5.20 Revealing of Prices


Prices in any form or by any reason before opening the Commercial Bid should not be
revealed, failing which the offer shall be liable to be rejected.

5.21 Address for Correspondence


The Bidders shall designate the official mailing/e-mail address, place and fax number to which
all correspondence shall be sent by the PCSCL.

5.22 Contacting PCMC/PCSCL


1. No Bidders shall contact the PCMC/PCSCL on any matter relating to its bid, from the
time of the bid opening to the time the Contract is awarded.
2. Any effort by a Bidders to influence the PCSCL’s bid evaluation, bid comparison or
contract award decisions shall result in the rejection of the Bidders bid.

5.23 PCMC Visit


1. The Bidder may visit PCSCL/PCMC office at a time to be agreed, and obtain information
on the existing processes and functioning of the project that may be necessary for
preparing the Bid document. The Bidder may carry out this site visit as per the date
and time specified in Bid schedule. The visit may not be used to raise questions or seek
clarification on the RFP. The cost of such visits to the site (s) shall be at the Bidder's
own expense.

29
2. No site visits shall be arranged or scheduled after the deadline for the submission of
the Bids and prior to the Award of Contract.

5.24 Bidder Related Conditions


1. The bidder shall prepare the bid based on details provided in the RFP documents. It
must be clearly understood that the quantities, specifications and diagrams that are
included in the RFP document are intended to give the bidder an idea about the scope
and magnitude of the work and are not in any way exhaustive and guaranteed by
PCMC/PCSCL.
2. The bidder is expected to ensure that the solution proposed meets the functional
requirements, conceptual design, performance requirements and other RFP
requirements. Performing of any activity required to design an optimal solution shall
be at bidder’s own cost.
3. The bidder shall carry out the sizing of the solution based on their own assessment
and analyses, which may include the use of modelling techniques wherever necessary.
4. The bidder must propose a solution best suited to meet the requirements of the
PCMC/PCSCL.
5. If, during the sizing of the solution, any additional product that is not listed in the RFP
document is required to be included to meet the conceptual design, performance
requirements and other requirements of RFP, all such product(s) should be included
by the bidder in the technical proposal and their commercial impact, thereof, included
in the commercial bid.
6. PCMC/PCSCL shall, in no case be responsible or liable for any costs associated with the
design/sizing of the proposed solution, regardless of the conduct or outcome of the
Tendering process.
7. If at any stage during the currency of the contract, the solution proposed does not
meet the functional requirements, conceptual design, performance
requirements/SLA, and other requirements of the RFP, the bidder shall revise the
required specifications and/or quantities as proposed by the bidder in his bid in order
to meet the said objectives/targets. All such provisions shall be made by the bidder
within the lump sum contract price, at no extra cost to PCMC/PCSCL and without any
impact to PCMC/PCSCL whatsoever.
8. It is mandatory to provide the break-up of all components in the format specified in
the RFP. The summation of the prices of individual components shall add up to the
commercial offer of the bidder. In no circumstances shall the commercial bid be
allowed to be changed / modified.
9. It is mandatory to provide break-up of all taxes, duties and levies wherever applicable
and/or payable. The bid amount shall be inclusive of packing, forwarding,
transportation, insurance, delivery charges and any other charges as applicable. Any
other charges as applicable shall be borne by the Bidder.

30
5.25 Bid Submission
1. Bidder should enroll online on e-Procurement Portal. The Digital Signature enrolment
has to be done with the e-token, after logging into the portal. The e-token may be
obtained from one of the authorized Certifying Authorities.
2. After downloading / getting the tender schedules, the Bidder should go through them
carefully and then submit the documents as per the tender document; otherwise, the
bid shall be rejected.
3. The BOQ template must not be modified / replaced by the bidder and the same should
be uploaded after filling the relevant columns, else the bidder is liable to be rejected
for that tender. Bidders are allowed to enter the Bidder Name and Values only.
4. The PCMC/PCSCL shall not be held responsible for any sort of delay or the difficulties
faced during the submission of bids online by the bidders due to local issues.
5. The bidder must submit the bid documents within prescribed time limits in online
mode only, through the e-Procurement Portal.
6. After the bid submission, the bid summary has to be printed and kept as an
acknowledgement as a token of the submission of the bid. The bid summary shall act
as a proof of bid submission for a tender floated and shall also act as an entry point to
participate in the bid opening event.
7. The time that is displayed from the server clock at the top of the tender Portal, shall
be valid for all actions of requesting bid submission, bid opening etc., in the e-
Procurement Portal. The Time followed in this portal is as per Indian Standard Time
(IST). The bidders should adhere to this time during bid submission.
8. As per disclaimer of the portal, it is recommended that the EMD transfer is done at
least 1-3 days prior to the last date of submission to have hassle-free operations.

5.26 Contents of Bid on e-Procurement Portal


# Category Response
• Receipt of RFP/Tender
Document Fee
Proof of payment of RFP
• Receipt or confirmation
Document/ fee & Earnest
1 of EMD payment, if
Money Deposit
applicable
(EMD)
• Original Copy of Bank
Guarantee, if applicable
• Pre- Qualification Bid
Checklist
• Pre- Qualification Bid
Response to Pre- Covering Letter
2
Qualification Criteria • Response to Pre-
Qualification criterion
along with required
supporting documents
3 Technical Proposal • Technical Bid Checklist

31
• Technical Bid Covering
Letter
• Response to Technical
Evaluation criterion along
with the required
supporting documents
• Commercial bid/proposal
4 Commercial Proposal as per the pre-defined
format

5.27 Technical Proposal


Bidder is required to prepare a Technical Proposal as detailed out in Annexure 3 - Format for
submission of Technical Bid. The bidder should upload all the associated documents in Online
Technical Envelope (T1) in PDF format, if required can be zipped as well and then uploaded.
These documents need to be digitally signed by using a digital signature and uploaded during
Online Bid Preparation stage. The bidder should submit all the supporting documents as
mentioned in Annexure 3 - Format for submission of Technical Bid of this RFP.

5.28 Commercial Bid


All commercial offers must be prepared online (An online BoQ format shall be provided for
this purpose during Online Bid Preparation stage). No bidder should quote his commercial
offer anywhere directly or indirectly in Technical Envelope, failing which the Commercial
Envelope shall not be opened and his tender shall stand rejected.

5.29 Opening of Bids


a. The bids that are submitted online successfully shall be opened online as per date and
time given in Proposal Datasheet, through e-Tendering procedure.
b. Bids shall be opened either in the presence of bidders or their duly authorized
representatives. The bidder representatives who are present shall sign a register
evidencing their attendance. Two representatives per bidder shall be permitted to be
present at the time of opening the tender.
c. The Bid submitted without Tender fee and EMD, shall be summarily rejected. Only
those Bids whose Tender fee and EMD is received shall be eligible for opening.
d. Total transparency shall be observed and ensured while opening the Proposals/Bids
e. PCMC/PCSCL reserves the rights at all times to postpone or cancel a scheduled Bid
opening
f. Bid opening shall be conducted in two stages:
i. In first stage, Pre-qualification Proposals would be opened. The EMD of the
Bidders shall be opened on the same day and time, on which the Pre-qualification
Proposal is opened, and bids not accompanied with the requisite EMD or whose
EMD is not in order shall be rejected. Technical Proposals of Bidders who pass the
Pre-qualification criteria shall be opened.

32
ii. In the second stage, Commercial Proposal of those Bidders who qualify as per the
Technical qualification criterion would be opened in the presence of Bidders’
representatives who choose to attend the Bid opening sessions on the specified
date, time and address.
g. The Bidders’ representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of Bid opening being declared a holiday
for PCMC/PCSCL, the bids shall be opened at the same time and location on the next
working day. In addition to that, if there representative of the Bidder remains absent,
PCMC/PCSCL shall continue process and open the bids of the all Bidders.
h. During Bid opening, preliminary scrutiny of the Bid documents shall be made to
determine whether they are complete, whether required EMD has been furnished,
whether the Documents have been properly signed, and whether the bids are generally
in order. Bids not conforming to such preliminary requirements shall be prima facie
rejected. PCMC/PCSCL has the right to reject the bid after due diligence is done.

5.30 Technical Envelope


1. Technical Envelope of the tenderer shall be opened online through e-Tendering
procedure to verify its contents as per requirements.
2. If the various documents contained in this envelope do not meet the requirements, a
note shall be recorded accordingly by the tender opening authority and the said
tenderer’s Commercial Envelope shall not be considered for further action but the
same shall be recorded.
3. Decision of the tender opening authority shall be final in this regard.
4. The commercial bids shall not be opened till the completion of evaluation of technical
bids. The commercial Bids of only technically qualified Bidders as mentioned above
shall be opened.
5. Documents submitted by the bidder shall be closely scrutinized and the bidder shall
provide all the original documents whenever requested.

5.31 Commercial Envelope


This envelope shall be opened online as per the date and time given in detailed tender
schedule through e-Tendering procedure only.
Note: During Online Bid Submission, bidder is allowed to submit/upload additional relevant
document apart from the above mentioned documents as part of its bid.

33
6 Selection Process for Bidder
6.1 Evaluation of Bids
1. PCSCL shall constitute a Tender Evaluation Committee to evaluate the responses of
the bidders
2. The Tender Evaluation Committee constituted by the PCSCL shall evaluate the
responses to the RFP and all supporting documents / documentary evidence. Inability
to submit requisite supporting documents / documentary evidence, may lead to
rejection. The Bidders' technical solution shall be evaluated as per the requirements
and evaluation criteria as spelt out in the RFP document. The Bidders are required to
submit all required documentation in support of the evaluation criteria specified (e.g.
detailed Project citations and completion certificates, client contact information for
verification, profiles of Project resources and all others) as required for technical
evaluation.
3. The Committee may seek inputs from their professional and technical experts in the
evaluation process.
4. PCSCL reserves the right to do a reference check of the past experience stated by the
Bidder. Any feedback received during the reference check shall be taken into account
during the Technical evaluation process
5. The decision of the Tender Evaluation Committee in the evaluation of responses to
the RFP shall be final. No correspondence shall be entertained outside the process of
negotiation/ discussion with the Committee.
6. The Tender Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals.
7. The Tender Evaluation Committee reserves the right to reject any or all proposals on
the basis of any deviations without assigning any reason thereof.
8. Each of the responses shall be evaluated as per the criterions and requirements
specified in the RFP.
9. Proposal Presentations: The Tender Evaluation Committee shall invite each pre-
qualified Bidder to make a presentation to PCMC/PCSCL at a date, time and venue
decided by PCSCL. The purpose of such presentations would be to allow the Bidders
to present their proposed solutions to the Committee and orchestrate the key points
in their Proposals.
10. The Bidder should cover scope of work, complexity of implementation, end to end
integration methodology, Demonstration, Survey Method and critical success factor
as specified in the evaluation section

34
6.2 Opening of Bids
1. The Bids shall be opened by Purchaser in presence of those Bidders or their
representatives who may be present at the time of opening.
2. The representatives of the bidders should be advised to carry the identity card or a
letter of authority from the bidder firms to identify that they are bona fide
representatives of the bidder firm, for attending the opening of bid.
3. The bid shall be opened in the following manner :
Set 1:
o RFP Document Fee & EMD
o Pre-Qualification bid
o Technical bid
o Presentation
Set 2:
o Commercial bid
4. The venue, date and time for opening the Pre-qualification & Technical bid are
mentioned in the Datasheet.
5. The Technical Bids of only those bidders shall be evaluated who clear the Pre-
qualification stage.
6. The Commercial Bids of only those bidders shall be opened whose score equal to or
more than qualifying marks in the Technical Bid.
7. The date and time for opening of Commercial bid would be communicated to the
qualified bidders.

6.3 Preliminary examination of Bids


1. Initial Proposal scrutiny shall be held to confirm that Proposals do not suffer from the
infirmities detailed below. Proposals shall be treated as non-responsive, if a Proposal
is found to have been:
i. Submitted in manner not conforming with the manner specified in the RFP
document
ii. Submitted without appropriate EMD as prescribed herein
iii. Received without the appropriate or power of attorney
iv. Containing subjective/incomplete information
v. Submitted without the documents requested in the checklist
vi. Non-compliant with any of the clauses stipulated in the RFP
vii. Having lesser than the prescribed validity period

The EMD of all non-responsive bids shall be returned to the bidders.

2. All responsive Bids shall be considered for further processing as below:


i. PCSCL shall prepare a list of responsive Bidders, who comply with all the Terms
and Conditions of the Tender. All eligible bids shall be considered for further
evaluation by a Committee according to the Evaluation process defined in this
RFP document. The decision of the Committee shall be final in this regard.

35
6.4 Clarification on Bids
During the bid evaluation, PCSCL may at its discretion, ask the bidder for a clarification of its
bid. The request for clarification and the response shall be in writing, and no change in the
price or substance of the bid shall be sought, offered or permitted. PCSCL is entitled to ask for
clarifications as many times as possible from the bidders to the satisfaction of the Tender
Evaluation committee.

6.5 Evaluation Process


Purchaser shall constitute a Tender Evaluation Committee to evaluate the responses of the
bidders. The Tender Evaluation Committee shall evaluate the responses to the RFP and all
supporting documents/documentary evidence. Inability to submit requisite supporting
documents/documentary evidence by bidders may lead to rejection of their bids.

The decision of the Tender Evaluation Committee in the evaluation of bids shall be final. No
correspondence shall be entertained outside the process of evaluation with the Committee.
The Tender Evaluation Committee may ask for meetings or presentation with the Bidders to
seek clarifications or conformations on their bids.

The Tender Evaluation Committee reserves the right to reject any or all bids. Each of the
responses shall be evaluated as per the criteria and requirements specified in this RFP.

The steps for evaluation are as follows:

6.5.1 Stage 1: Pre-Qualification


1. Purchaser shall validate the Set 1 “RFP Document fee & Earnest Money Deposit
(EMD)”.
2. If the contents of Set 1 are as per requirements, Purchaser shall open the “Pre-
Qualification Bid”. In case, the Bidder does not meet any one of the conditions, the
bidder shall be disqualified.
3. Bidders would be informed of their qualification / disqualification based on the Pre-
Qualification criteria and subsequently, the EMD amount shall be returned to the
respective disqualified Bidders after the submission of Performance Bank Guarantee
by the successful Bidder.

6.5.2 Stage 2: Technical Evaluation


1. “Technical bid” shall be evaluated only for the bidders who get qualified in Pre-
Qualification.
2. Purchaser shall review the technical bids of the short-listed bidders to determine
whether the technical bids are substantially responsive. Bids that are not substantially
responsive are liable to be disqualified at Purchaser’s discretion.

36
3. The bidders' technical solutions proposed in the bid document shall be evaluated as
per the requirements and technical evaluation framework specified in the RFP
4. Bidders shall be required to make the detailed presentation, as part of the Technical
Evaluation Framework specified in the RFP.
5. Each Technical Bid shall be assigned a technical score as per the Technical Evaluation
Framework. Only the bidders who get an Overall Technical score of 80% or more
including sectional cutoff through the Technical Evaluation Framework shall qualify
for commercial evaluation stage. Failing to secure minimum marks shall lead to
technical rejection of the Bid.

6.5.3 Stage 3: Financial Evaluation


1. All the technically qualified bidders shall be notified to participate in Commercial Bid
opening process.
2. The commercial bids for the technically qualified bidders shall then be opened on the
notified date and time, and reviewed to determine whether the Financial bids are
substantially responsive. Bids that are not substantially responsive are liable to be
disqualified at Purchaser’s discretion.
3. Financial Bids that are not as per the format provided in Annexure 4 shall be liable for
rejection.
4. As part of Financial bid submission process, on e-Procurement Portal, bidder shall
quote Price in the column as per details below:
o In case of Unit of Measurement for a line item as ‘Lump Sum’, Bidder shall
quote the Total Price in the column to meet the RFP requirement in totality
o In case of Unit of Measurement for a line item such as ‘Nos.’, ‘Number of
licensee’s etc., bidder shall quote the Unit Price in the column.
5. For the purpose of computation of the Financial Bid Value of the respective submitted
bid, purchaser shall consider Unit / Lump sum Price (Inclusive of all Taxes, levies,
duties etc. and except GST), for the respective line item quoted by the bidder on e-
Procurement Portal and shall consider either of the below quantities for that line item,
whichever is higher:
o Quantities proposed by the bidder as part of its Proposed Unpriced Bill of
Material in the technical bid
o Quantities as prescribed by the purchaser as part of RFP Volume II

37
6.6 Pre-Qualification Criteria
6.6.1 Pre-Qualification Criteria
The pre-qualification criteria for participating in this tender are mentioned in the table below.

Documents to be
# Criteria Details
submitted
The Sole bidder or each of the members of • Certificate of
the consortium, in case of consortium, Incorporation Or
should be an entity registered in India under Partnership deed
1 Legal Entity
the Companies Act 1956 / 2013 or LLP • GST Registration
registered under LLP Act 2008 or Certificate
Subsequent amendments thereto.
Board Resolution
A Board Resolution or Power of Attorney, in
the name of the person executing the bid, OR
Board authorizing the signatory to sign on behalf Power of Attorney with
Resolution / of the Bidding entity. appropriate supporting
Power of documents as only as
2 Attorney in The person issuing the Power of Attorney per the formats given
favour of shall possess Board Resolution in his favour
in Annexure 7 of this
Authorised for granting such rights. document
Signatory
This is applicable to the sole Bidder or each
of the members of the consortium, in case
of consortium.
In the event of a consortium, one of the In case of consortium,
bidder shall be designated as a "Lead the bidders shall submit
Bidder". Consortium is allowed with up to 3 consortium agreement
consortium members including the Lead valid for complete
Bidder. project duration (as per
Annexure 6 of this RFP)
and power of attorney
in favour of the lead
bidder clearly
mentioning their
3 Consortium association and stake
for the project and
nominating the Lead
bidder (as per
Annexure 8 of this RFP)
to participate in the bid.
The same shall be
signed by the
authorized signatory of
all the consortium
members. The

38
Documents to be
# Criteria Details
submitted
Authorized signatory
shall possess Board
Resolution in his/her
favour for granting such
rights and copy of such
Board Resolution shall
be submitted.
The Sole bidder or Lead bidder of the • Certificate from the
consortium, in case of a consortium, should Statutory Auditor
have an average annual turnover of along with extracts
minimum INR 250 crore over the last three from the audited
financial years. The lead member shall have balance sheet and
obtained this revenue from software related profit & loss
activities i.e. Software development, statement for
software consultancy, software financial year FY16-
implementation and support etc. 17,FY17-18 and FY18-
19 as per Annexure-
In case the lead member is a 100% owned 7.4
Financials subsidiary of the global parent company, the • If audited financial
(Sole bidder Global Parent company's credentials shall be statements are not
4
or Lead considered. available for FY18-19,
bidder) the provisional
statements shall be
provided.
• CA certificate will not
be accepted in any
case
• Document to
substantiate that the
entity is 100% owned
subsidiary of the
global parent
company
Each member of consortium should have an • Certificate from the
average annual turnover of minimum INR Statutory Auditor
15 crore over the last three financial years along with extracts
from the audited
Financials balance sheet and
5 (Consortium profit & loss
member) statement for
financial year FY16-
17,FY17-18 and FY18-
19 as per Annexure-
7.4

39
Documents to be
# Criteria Details
submitted
• If audited financial
statements are not
available for FY18-19,
the provisional
statements shall be
provided.
• CA certificate will not
be accepted in any
case
The Sole bidder or each of the members of • Certificate from the
the consortium, in case of consortium, Statutory Auditor
should have positive net worth as per the along with extracts
audited consolidated financial statements in from the audited
each of the last three financial years balance sheet and
profit & loss
statement for
financial year FY16-
17,FY17-18 and FY18-
19 as per Annexure-
6 Net Worth
7.4
• If audited financial
statements are not
available for FY18-19,
the provisional
statements shall be
provided.
• CA certificate will not
be accepted in any
case
The Sole Bidder or Any member in case of For completed project;
consortium should have successfully all of the following (a
completed Web GIS system development and b):
and integration project (Excluding Survey) in a) Work order OR
past 8 years for any Government Signed Contract
organization in India or Globally with the b) Completion
Technical project of following details: Certificates from
7 Capability- the client OR Go-
GIS Live certificate
from the client
For Substantially
completed project (c
and d):
c) Work order OR
Signed Contract

40
Documents to be
# Criteria Details
submitted
d) Phase Completion
Minimum no of Certificates from
Project Value (INR) projects required to the client OR Phase
qualify PQ wise Go-Live
> 5.0 Cr 1 Project certificate from
> 3.5 Cr to 5.5 Cr 2 Project client OR UAT
≥ 2.5 Cr to 3.5 Cr 3 Project certificates (as
≥ 1.0 Cr to 2.5 Cr 6 Project mentioned in Note
below) OR Phase
Completion
Certificates from
Statutory Auditor
The Sole Bidder or Any member in case of For completed project;
consortium should have successfully all of the following (a
completed ERP development project in past and b):
8 years for any Government organization in a) Work order OR
India or Globally with the project of Signed Contract
following details: b) Completion
Certificates from
Minimum no of the client OR Go-
Project Value (INR) projects required to Live certificate
qualify PQ from the client
> 30 Cr 1 Project For Substantially
> 15 Cr to 30 Cr 2 Project completed project (c
Technical ≥ 10 Cr to 15 Cr 3 Project and d):
8 Capability- > 05 Cr to 10 Cr 6 Project c) Work order OR
ERP Signed Contract
d) Phase Completion
Certificates from
the client OR Phase
wise Go-Live
certificate from
client OR UAT
certificates as
mentioned in Note
below) OR Phase
Completion
Certificates from
Statutory Auditor
Following certifications are required to clear Copy of Valid
Pre-qualification criteria Certificate(s) issued by
9 Certification Lead Member/Sole Bidder competent authority.
• Mandatory Certificate The certification shall
1. CMMI Level 3 or higher

41
Documents to be
# Criteria Details
submitted
• Any two of following be valid on bid
1. ISO/IEC 20000 certification for submission date
IT Service management
2. ISO 9001:2000/2008 or latest
3. ISO 27001:2005 or latest
Other Members of consortium
• Any one of following
1. CMMI Level 3 or higher
2. ISO/IEC 20000 certification for
IT Service management
• Any one of following
1. ISO 9001:2000/2008 or latest
2. ISO 27001:2005 or latest

The Sole Bidder or each of the members of As per the Annexure 2


the consortium, in case of consortium, Form 7.7 of this
Self
should not have been blacklisted / debarred document and to be
Declaration
10 by any Govt. entity or any PSU in India or counter signed
on Non
globally as on the date of bid submission by Bidder’s Country
Blacklisting
Head or the Company
Secretary
The Sole Bidder or at least one member of • A self-declaration or
the consortium should have at least 20 GIS Certificate issued by
professionals on its roll (as Permanent Company's HR
Employees); and Head/Any
at least one member should have 50 competent person
software professionals on its rolls, as on authorized by the
date of submission of the bid CEO or MD for this
purpose/Company
Secretary of the
company
• If letter is signed by
Manpower
11 a person other than
Strength
Company's HR
Head/Company
Secretary,
documentary
evidence/
Undertaking shall
be provided to
substantiate claim
that the signing
person is a
competent person

42
Documents to be
# Criteria Details
submitted
to make such
declarations

Note:
• Note for Criteria 7 (Technical Capability-GIS) and Criteria 8 (Technical Capability-ERP)
o If bidders have executed /are executing projects in consortium with some
other organization(s). In such case(s), they must clarify their scope of work
as a part of the consortium along with percentage of total fees for the said
project. The clarification must be backed by adequate proofs in the form of
a. An Agreement between relevant parties
b. MoU between relevant parties
c. Client certification
d. Joint declaration by relevant parties
e. Any other verifiable document(s).
o In case, such documentation is not available, the Authority may ignore the
project at their discretion during evaluation of this bid.
• The substantially completed projects are;
o GIS Project: UAT has been completed for all modules/tasks/work and UAT
certification is available
o ERP Project: UAT has been completed for Human Resource Management
System, Financial Management System, Procurement Management System
and UAT certification is available
o Work Flow Management and Document Management System: : UAT has been
completed for all modules/tasks/work and UAT certification is available
• For the large ongoing projects, client certificate shall clearly state the quantum of work
completed
• The bidders must submit all the supporting documents required along with Technical
bid. No new qualifying documents will be entertained. The documents received in the
Technical bid will be treated as full and final, and evaluation will be carried out
accordingly. However, PCSCL reserves the right to seek clarification/documents
pertaining to information submitted as a part of the Technical bid.
• In case the proposed solution (For ERP, GIS and WFM+DMS) is different from the
projects submitted for evaluation then SI shall ensure that OEM services are
mandatorily provided during various phases of implementation according to Table-1.
The SI shall have to submit a letter from OEM on OEM’s letter head mentioning such
details along with the technical bid. OEM shall have to submit an undertaking that the
OEM shall make available personnel as per the requirements mentioned in section 6.7
containing the Technical Evaluation Framework of the RFP to the satisfaction of PCSCL.
Such OEM personnel shall be on payroll of OEM for at least 6 months prior to the bid
due date. A letter certifying the same and including the CVs shall be provided by the

43
OEM signed by HR Head/ Company Secretary of OEM after issuance of Letter of Intent
but prior to receiving the work order.

Table 1 Minimum Mandatory OEM Services to be provided by OEM

Timeline Minimum Minimum


Total
(Weeks given People OEM Service
# Activity Man
to complete required from Required
weeks
the task) OEM (Weeks)

1 FRS and SRS documents 12 2 3 6


IT Architecture design
(Overall System
2 Architecture, Infra. 4 1 1 1
Architecture, Entity
Diagrams etc.)
3 Data Migration 8 1 2 2
Development of Software
4 12 2 3 6
Modules
5 UAT 8 2 2 4
Integration among
Software Modules (Core,
6 Non-core, Work flow 10 2 2 4
management, GIS Portal,
SLB)
UAT of integrated modules
(Core, Non-core, Work
7 4 1 1 1
flow management, GIS
Portal, SLB)
Total 14 24

• The SI and OEM shall ensure that the proposed solution (ERP, GIS and WFM+DMS
products of OEM) should have been successfully implemented in at least 2
organizations in last 5 years in India/Globally. SI and OEM shall substantiate such
claims by submitting relevant proofs. SI and OEM shall note that the untested
products/ IT applications etc. will not be accepted.

44
6.7 Technical Evaluation Framework
The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as
per the evaluation criteria in the following table:
Note: For the Criteria 2.1, 2.5 and 2.6, in case projects submitted fit into different slabs, the
marks obtained for each project per slab shall be considered for arriving at the total marks for
that criteria subject to maximum marks. E.g. in criteria TQ 2.5, if a bidder submits one project
of 40 Cr project value and 2 projects of 18 Cr project value, the marks would be 6 (For 40 Cr
project) plus 3 marks per project (For Rs 18 Cr) equating to 12 marks.

Maximu
Sr. No. Evaluation Criteria
m Marks
TQ.1.0 Company Profile
The Sole Bidder (Lead Member in case of Consortium) should have
average annual turnover of minimum INR 250 Cr for the last 3 financial 5
years.

Average Annual
TQ1.1 Allocated Marks
Turnover (INR)
> 1000 Cr 5 Marks
> 500 Cr to 1000 Cr 4 Marks
≥ 250 Cr to 500 Cr 3 Marks

TQ2.0 Relevant Experience


The Sole Bidder or any member of its consortium should have
successfully completed Web GIS Projects 1(Excluding Survey) for any 16
Central Govt. / State Govt. / ULB / PSU in past 8 (Eight) years in
India/Globally

Minimum no of Marks for each


projects required to additional project
Project Value (INR)
qualify PQ and get 6 subject to maximum
TQ2.1 marks marks of 12
> 5.0 Cr 1 Project 6 Marks
> 3.5 Cr to 5.0Cr 2 Project 3 Marks
≥ 2.5 Cr to 3.5 Cr 3 Project 2 Marks
≥ 1.0 Cr to 2.5 Cr 6 Project 1 Marks

1
The Web GIS Project shall include at least 3 of the following components:
1. GIS Data Conversion/Migration, data modelling
2. Development, customization and Commissioning of proposed Enterprise Web GIS Solution
3. Operations and Maintenance of IT infrastructure for Enterprise Web GIS
4. Capacity building and handholding for Enterprise Web GIS
5. Creation of Multiple Geo-Spatial Layers

45
Maximu
Sr. No. Evaluation Criteria
m Marks

• If bidder has previous experience of implementing Web GIS Project


on COTS product and same has been proposed, then 4 additional
marks will be allotted

Sole bidder or any member of its consortium should have successfully


executed single project involving preparation of GIS base map for a 10
city in past 8 (Eight) years
TQ2.2
Area of city
Allocated Marks
(km2)
≥ 150 10 Marks
≥ 80 to 150 5 Marks
The sole bidder or any member of its consortium should have
successfully executed/ executing single project involving property 10
survey and linking of property tax/property attribute data with GIS in
past 8 (Eight) years
TQ2.3
Number of Properties Allocated Marks
> 6,00,000 10 Marks
≥ 3,00,001 to 6,00,000 5 Marks
≥ 2,00,000 to 3,00,000 2 Marks
The Sole Bidder OR any member of the consortium should have
successfully executed and have experience of capturing images of
road features and building features along with 5
measurement/dimensional data with appropriate technology (such as
LiDAR or equivalent to LiDAR) in a single project for a ULB in past 8
(Eight) years in India/Globally.
• If technology used is LiDAR

TQ2.4 Number of kilometers Allocated Marks


> 3,000 5 Marks
≥ 1,000 to 3,000 3 Marks

• If technology used is different from LiDAR

46
Maximu
Sr. No. Evaluation Criteria
m Marks

Area covered (km2) Allocated Marks


> 200 5 Marks
≥ 100 to 200 3 Marks

Any bidder should have successfully completed/Substantially


Completed COTS ERP Project2 for any Central Govt. / State Govt. / PSU 18
in past 8 (Eight) years in India/Globally
Minimum no
Marks for each additional
of projects
project (other than those
Project Value required to
considered in the previous
(INR) qualify PQ
column) subject to maximum
and get 6
marks of 12
marks
> 30 Cr 1 Project 6 Marks
> 15 Cr to 30 Cr 2 Project 3 Marks
≥ 10 Cr to 15 Cr 3 Project 2 Marks
TQ2.5 > 05 Cr to 10 Cr 6 Project 1 Marks
AND
If projects provided for evaluation in the above table are implemented
in ULBs in India, additional marks would be awarded as follow:
Marks for each project
Project Value (INR) implemented in ULB subject
to maximum marks of 03
> 30 Cr 1.50 Marks
> 15 Cr to 30 Cr 0.75 Marks
≥ 10 Cr to 15 Cr 0.50 Marks
> 05 Cr to 10 Cr 0.25 Marks

2
The ERP project should consist of at least 3 of the following modules
1. Human Resource Management System
2. Procurement Management System
3. Financial Management System
4. Inventory Management System
5. Project Management System
6. Asset Management System

47
Maximu
Sr. No. Evaluation Criteria
m Marks
AND
If bidder has previous experience of implementing the proposed
solution i.e. bidder is proposing the solution which he is already
implemented, additional marks would be awarded for previously
implemented projects as follow:
Marks for each project
Project Value (INR) subject to maximum marks
of 03
> 30 Cr 1.50 Marks
> 15 Cr to 30 Cr 0.75 Marks
≥ 10 Cr to 15 Cr 0.50 Marks
> 05 Cr to 10 Cr 0.25 Marks
Any bidder should have successfully completed project of
Development, Implementation, Integration and Maintenance of Work
12
Flow Management and Document Management System for any Govt.
organizations/ULB in past 8 (Eight) years in India

Number of
Marks allotted subject to
ULBs/Government
maximum marks of 10
organizations
TQ 2.6 1 2.5 Marks
2 5.0 Marks
3 7.5 Marks
4 10 Marks

If projects provided for evaluation are implemented in ULBs in India,


additional 0.5 marks per project would be awarded subject to
maximum Marks

If the lead member or the consortium partner who is going to handle


GIS works has following certification (Valid on bid submission date), 04
marks would be allotted as follows
Marks allotted subject to
Certifications
maximum marks of 04
TQ 2.7 CMMI Level 3 or higher 3
ISO/IEC 20000 certification
1
for IT Service management
ISO 9001:2000/2008 or
No Marks
latest
ISO 27001:2005 or latest No Marks

48
Maximu
Sr. No. Evaluation Criteria
m Marks
TQ 3.0 Key Personnel (10 Marks)
TQ 3.1 Project Manager 3
TQ 3.2 GIS Integration Expert 2
TQ 3.3 Database Administrator 1
TQ 3.4 Server Administrator 1
TQ 3.5 ERP Specialist 1
TQ 3.6 GIS Developer 1
TQ 3.7 GIS Analyst 1
Technical Presentation (Minimum Qualifying Marks 7.5 out of 10
TQ 4.0
Marks)
TQ 4.1 Understanding of Scope of Work 3
TQ 4.2 Approach & Methodology 1
TQ 4.3 Proposed Solution Architecture and Project Roll-out Plan 3
TQ 4.4 Team Structure 1
TQ 4.5 Operation & Maintenance Plan 2
Total 100

Qualification & Experience


(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
• Minimum Education: • Establishes, monitors, and
(MBA/PGDM or equivalent) reviews all project deliverables
+ B.Tech / B.E./MCA/MSc • Manages project hardware
from a recognized institute • Plans and manages the project
• Total Exp: At least 10 yrs. team's activities from contract
• Languages known (Read, initiation to completion
Write and Speak): Hindi, • Evaluates risks and recommends
English and Marathi contingency plans
• Should have operating • Manages quality assurance and
Project knowledge of computers ensures compliance with policies
1
Manager and networking and procedures
• Prior project management • Meets and communicates project
experience of at least 5 milestones to PCMC/PCSCL on
years of handling such timely basis
large projects • Establishes appropriate metrics
• PMP / Prince2 certification for measuring key project criteria
from recognized institution • Maintains awareness on
emerging technologies from ERP
Solution perspective and applies
the same to the project

49
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
• Onsite contact for all escalations
• Responsible for monthly reviews
• Provides management summary
reports
• Supports Root Cause Analysis
with Technical
Specialist/Consultants
• Acts as local point of contact for
customer and end user
management communication
and escalation of issues
• Acts as local point a contact for
Technical Support Management
for the escalation of support
issues and concerns
• Any other work as per RFP
requirement
Qualification - Post Graduate/ • Takes responsibility and monitors
PG Diploma in Geomatics with base map preparation, outdoor
graduation survey
• Mostly Establishes, monitors, and
Relevant GIS Experience – reviews all project deliverables
8+ years of experience on corresponding to GIS
large MIS-GIS development • Manages project GIS hardware
projects in urban sector in • Plans and manages the project
government departments. team's activities from contract
Knowledge of major GIS initiation to completion
software products, GPS, total • Evaluates risks and recommends
GIS station, coordinate reference contingency plans for GIS
2 Integration systems and satellite remote • Manages quality assurance and
Expert sensing technology. Should be ensures compliance with policies
familiar with latest and procedures
government procedures, • Maintains awareness on
standards and guidelines for emerging technologies from GIS
developing GIS, digitization, Solution perspective and applies
thematic maps, etc. the same to the project
• Responsible for monthly reviews
• Supports Root Cause Analysis
with Technical
Specialist/Consultants
• Any other work as per RFP
requirement

50
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
MCA / B.Tech / BE (IT or CS) / • Installing and upgrading the
Certified DBA (e.g. database server and application
certifications like OCA- tools
DBA/OCP-DBA/MCDBA etc.) • Allocating system storage and
with minimum of 5 years of planning storage requirements
work experience with 2 years for the database system
or more as a DBA for an IT • Modifying the database
project. structure, as necessary, from
information given by application
developers
• Enrolling users and maintaining
system security
• Ensuring compliance with
database vendor license
agreement
• Controlling and monitoring user
Database
3 access to the database
Administrator
• Monitoring and optimizing the
performance of the database
• Planning for backup and recovery
of database information
• Maintaining archived data
• Backing up and restoring
databases
• Contacting database vendor for
technical support
• Generating various reports by
querying from database as per
need
• Managing and monitoring data
replication
• Any other work as per RFP
requirement
MCA / B.Tech / BE (IT or CS) / • Manage network servers and
networking certification with technology tools
minimum of 5 years of work • Install and configure software
Server experience with 2 years or and hardware on servers
4 Administrator more as a Server • Set up accounts and workstations
(GIS,ERP) Administrator for an IT • Monitor performance and
project. maintain systems according to
requirements
• Troubleshoot issues and outages

51
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
• Ensure security through access
controls, backups and firewalls
• Upgrade systems with new
releases and models
• Any other work as per RFP
requirement
• MCA / B.Tech / BE (IT or CS) Functional:
• At least 3 years of • Understands the current business
experience of working on process, designs current business
proposed ERP solutions. flows, studies current business
processes and its complication.
• Preparation of Flow diagrams and
DFD of AS IS processes.
• Everything configured has to be
documented as per their
categories in the form of
predefined templates, these have
to be then approved by the team
leads or whoever the consultant is
reporting to
• Performs GAP analysis for each
module
• Prepares DFD/ERD before starting
5 ERP Developer configuring future business
processes in ERP, GIS, Work flow
management etc. i.e. TO BE
process.
• Prepares test scripts for testing
the configured scenarios.
• Prepares end user manual and
provides training to end user.
• Analyses Functional Specifications
and get clarifications from
Business owners
• Creates technical specifications
• Develops Custom reports
(Classical, Interactive)
• Develops Online Interfaces and
BDC programs
• Fine-tunes and modifies of the
custom programs

52
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
• Performs Pre-Delivery Reviews
and Final Testing
• Prepares Unit Test Plans,
coordinating with middleware
and Legacy developers during
process chain testing
• Supports Unit Testing & Business
Acceptance testing
• Any other work as per RFP
requirement

Technical:
• Technical expertise of the ERP
Solution
• In case of COTS products,
manages ERP Licences and
ensure compliance with OEM
• Contributes to hardware and
software evaluations and
recommendations
• Plans growth and changes
(capacity planning), hardware
sizing and network planning
• Defines and formulates
disaster recovery plans,
procedures and test scenarios
and participates in regular DR
rehearsals
• Guide/lead junior Basis
Consultant on technical issues
• Possess Advanced knowledge
and skills in all related to ERP
Solution and system software
• Possess extensive knowledge
and experience in maintaining
and configuring ERP Systems
• Installs and configures ERP
software and other related
products and upgrades
/patches
• Manages ERP Login
Credentials i.e. User

53
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
administration (setup and
maintaining account, Setup
security policies for users)
• Manages and support various
hardware platform
environments -
Linux/UNIX/Windows (as
applicable)
• Participates in the
administration of the server
• Evaluates, tests and updates
system as soon as new version
of OS and/or application
software is released (after
obtaining a formal approval
from PCMC/PCSCL)
• Assists in developing,
implementing, testing and
maintaining backup and
disaster recovery policies and
procedures
• Carries out backups and
recoveries as per schedule
decided by PCMC/PCSCL like
daily, weekly, monthly, etc.
• Writes the backup data on
DVD/Data Cartridge and
submits to PCMC/PCSCL as per
decided schedule
• Provides suggestions and
implements software-related
measures for maximizing
uptime
• Supports development team
whenever required
• Monitors system performance
to ensure high availability of
the system
• Ensures ERP application / user
security and authorization
management, ERP change
correction management / ERP

54
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
Landscape System
management system, etc.
• Any other work as per RFP
requirement
Qualification: • Technical expertise of the GIS
MCA / B.Tech / BE (IT or CS) Solution
with minimum 3 years of work • In case of COTS products,
of relevant experience in the manages GIS Licenses and
proposed solution ensure compliance with OEM
Relevant Experience • Contributes to hardware and
Hands on experience in Web- software evaluations and
GIS development, Database recommendations
Management, C,C++ or Java • Plans growth and changes
Development, SQL Scripting (capacity planning), hardware
Knowledge and experience in sizing and network planning
SOAP, WCS, WFS, WFS-T, • Defines and formulates
WMS, REST-API, C, C++/ Java disaster recovery plans,
script, SQL Scripting and procedures and test scenarios
database query and participates in regular DR
rehearsals
• Guide/lead junior Basis
Consultant on technical issues
6 GIS Developer • Possess Advanced knowledge
and skills in all related to ERP
Solution and system software
• Possess extensive knowledge
and experience in maintaining
and configuring GIS Systems
• Installs and configures GIS
software and other related
products and upgrades
/patches
• Manages and support various
hardware platform
environments -
Linux/UNIX/Windows (as
applicable)
• Evaluates, tests and updates
system as soon as new version
of OS and/or application
software is released (after

55
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
obtaining a formal approval
from PCMC/PCSCL)
• Assists in developing,
implementing, testing and
maintaining backup and
disaster recovery policies and
procedures
• Carries out backups and
recoveries as per schedule
decided by PCMC/PCSCL like
daily, weekly, monthly, etc.
• Writes the backup data on
DVD/Data Cartridge and
submits to PCMC/PCSCL as per
decided schedule
• Provides suggestions and
implements software-related
measures for maximizing
uptime
• Supports development team
whenever required
• Monitors system performance
to ensure high availability of
the system
• Ensures GIS application / user
security and authorization
management, GIS change
correction management / GIS
Landscape System
management system, etc.
• Any other work as per RFP
requirement
Qualification - Post Graduate/ • Digitalization of maps
PG Diploma in GIS with • Base map creation
graduation • GIS data modelling
Relevant GIS Experience – • GIS quality assurance
7 GIS Analyst 5+ years of experience on • Updation of GIS data
large MIS-GIS development
projects including GIS
mapping in urban sector in
government departments.

56
Qualification & Experience
(all education must be Full
Duties & Responsibilities
# Role time)
(all experience must be post-
qualification)
Relevant experience in
working on GIS systems and
improving workflow through
development of an integrated
GIS databases,
Experience in developing and
maintaining MIS is also
essential.

6.8 Requirements of GIS Enabled ERP Solution


The System Integrator should take into consideration following requirements;
• The offered solution components such as GIS, ERP, and Workflow management should
have been implemented in Government Organizations/ State Governments
Organizations/ Public Sector Undertakings (PSUs) / municipal corporations in India. In case
of GIS and ERP, projects implemented outside India can be valid provided that adequate
certifications from clients can be made available.
• On server side, the offered solution should work on Microsoft Windows/Linux (all
flavors)/Unix (all flavors).
• On client/user side, the offered solution should work on Microsoft Windows, Apple MAC,
Linux (all flavors),Unix (all flavors) etc.
• The offered solution should have localization functionalities like TDS, GST, HR and Payroll
related localization requirements
• The offered solution should provide clear method and roadmap to incorporate any future
changes in Policy of the government from time to time.
• The offered solution must allow for integration with third party applications

7 Award of Contract
7.1 Right to Accept Any Proposal and To Reject Any or All Proposal(s)
The Purchaser reserves the right to accept or reject any proposal, and to annul the tendering
process / Public tendering 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 Purchaser action.

7.2 Notification of Award

a. Prior to the expiration of the validity period, PCSCL shall notify the successful
bidders in writing or by fax or email, that its proposal has been accepted. In case
the tendering process / public tendering process has not been completed within

57
the stipulated period, PCSCL may like to request the bidders to extend the validity
period of the bid.
b. The decision to extend the validity period of a Bidder’s Proposal shall be the
Bidder’s sole prerogative.

7.3 Negotiations with the successful bidder


If required, negotiations shall be held at the date, time and address intimated to the qualified
and selected bidder. Representatives conducting negotiations on behalf of the bidder must
have written authority to negotiate and conclude a Contract.

7.4 Contract Finalization and Award

a. The Purchaser shall reserve the right to negotiate with the Bidder(s) whose
Proposal has been ranked Least Cost Bid post Technical and Financial Evaluation ,
as per the guidance provided by Central Vigilance Commission (CVC).
b. On this basis the draft contract agreement would be finalized for award & signing.
c. The selected Bidder(s) should convey acceptance of the award of contract by
returning duly signed and stamped duplicate copy of the award letter within 7 days
of receipt of the communication.
d. Upon notification of award to the successful Bidder, PCSCL shall promptly notify
each unsuccessful Bidder.

7.5 Performance Bank Guarantee (PBG)

Within fifteen (15) working days from the date of issuance of LOI, the successful Bidder shall
at his own expense submit unconditional and irrevocable Performance Bank Guarantee (PBG)
to the Purchaser. The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank
in the format prescribed in Annexure 5 (a), payable on demand, for the due performance and
fulfilment of the contract by the bidder.

This Performance Bank Guarantee shall be for an amount equivalent to 5% of total contract
value. PBG shall be invoked by Purchaser, in the event the Bidder:

a. fails to meet the overall penalty condition as mentioned in RFP Volume II or any
changes agreed between the parties,
b. fails to perform the responsibilities and obligations as set out in the RFP to the
complete satisfaction of Purchaser,
c. misrepresents facts/information submitted to Purchaser

58
The performance bank guarantee shall be valid until satisfactory completion of Project. The
performance bank guarantee may be discharged/returned by Purchaser upon being satisfied
that there has been due performance of the obligations of the bidder under the contract.
However, no interest shall be payable on the performance bank guarantee.

In the event of the Bidder being unable to service the contract for whatever reason(s),
Purchaser shall have the right to invoke the PBG. Notwithstanding and without prejudice to
any rights whatsoever of Purchaser under the contract in the matter, the proceeds of the PBG
shall be payable to Purchaser as compensation for any loss resulting from the bidder’s failure
to perform/comply its obligations under the contract.

Purchaser shall notify the bidder in writing of the exercise of its right to receive such
compensation within 40 days, indicating the contractual obligation(s) for which the bidder is
in default. Purchaser shall also be entitled to make recoveries from the bidder’s bills,
performance bank guarantee, or from any other amount due to him, an equivalent value of
any payment made to him due to inadvertence, error, collusion, misconstruction or
misstatement.

In case the project is delayed beyond the project schedule as mentioned in RFP Vol II, the
performance bank guarantee shall be accordingly extended by the Bidder until completion of
scope of work as mentioned in RFP Volume II.

On satisfactory performance and completion of the order in all respects and duly certified to
this effect by the Project Coordinator, Contract Completion Certificate shall be issued and the
PBG would be returned to the Bidder.

7.6 Warranty & Maintenance


Bidder shall also provide complete maintenance support for all the proposed integrated
solution as outlined in this RFP for a period of 5 years from the date of go-live i.e. “Go-Live” +
5 years. “Go-live” is the date on which the proposed solution is operational as per the
requirements provided in this RFP and all the acceptance tests are successfully concluded to
the satisfaction of Purchaser.

Warranty would be for 5 years and should start from the Go live date for all the solutions.
During the warranty period of 5 years, the bidder shall warrant that the hardware supplied
under the contract are new, unused, of the most recent version/models and incorporate all
recent improvements in design and materials unless provided otherwise in the contract. The
bidder further warrants that the hardware supplied under this contract shall have no defects
arising from design, materials or workmanship.

Purchaser or designated representatives of the bidder shall promptly notify successful bidder
in writing of any claims arising under this warranty. Upon receipt of such notice, the bidder
shall, within the warranty period and with all reasonable speed, repair or replace the

59
defective systems, without costs to Purchaser and within time specified and acceptable to
Purchaser.

If the successful bidder, having been notified, fails to remedy the defect(s) within the period
specified in the contract, Purchaser may proceed to take such reasonable remedial action as
may be necessary, at the successful bidder’s risk and expense and without prejudice to any
other rights, which Purchaser may have against the bidder under the contract.

During the comprehensive warranty period, the successful bidder shall provide all product(s) and
documentation updates, patches/fixes, and version upgrades within 15 days of their availability
and should carry out installation and make operational the same at no additional cost to
Purchaser.

The successful bidder hereby undertakes Purchaser that:

1. The implemented integrated solution represents a complete, integrated solution meeting


all the requirements as outlined in the RFP and further amendments if any, and provides
the functionality and performance, as per the terms and conditions specified in the
contract.
2. The proposed integrated solution shall achieve parameters delineated in the technical
specification/requirement.
3. The successful bidder shall be responsible for warranty services from licensers of products
included in the systems.
4. The successful bidder undertakes to ensure the maintenance of the acceptance
criterion/standards in respect of the systems during the warranty period.

60
7.7 Signing of Contract
After the notification of award, Purchaser shall issue Work Order (WO) / Letter of Intent (LOI).
Accordingly, a contract shall be signed between successful bidder and Purchaser or the agency
designated by Purchaser. As an acceptance of the WO/LOI, the Bidder shall sign and return a
duplicate copy of the Work Order to Purchaser or the agency designated by Purchaser. The bidder
shall return the duplicate copy along with a Performance Bank Guarantee within 15 working days
from the date of issuance of WO/LOI.

On receipt of the Performance Bank Guarantee, Purchaser or the agency designated by Purchaser
shall enter into a contract with the successful bidder.

7.8 Failure to agree with the Terms & Conditions of the RFP

Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute
sufficient grounds for the annulment of the award, in which event Purchaser may award the
contract to the next best value bidder or call for new bids. In such a case, Purchaser shall invoke
the PBG and/or forfeit the EMD.

7.9 Rejection Criteria


Besides other conditions and terms highlighted in the RFP document, bids may be rejected under
following circumstances:

7.9.1 General Rejection Criteria


a. Bids not qualifying under eligibility criteria.
b. Bids submitted without or improper EMD or tender fees
c. Bids received through Telex /Telegraphic / Fax / E-Mail
d. Bids which do not confirm unconditional validity of the bid as prescribed in the
Tender
e. If the information provided by the Bidders is found to be incorrect / misleading at
any stage / time during the Tendering Process
f. Any effort on the part of a Bidders to influence the PCSCL’s bid evaluation, bid
comparison or contract award decisions
g. Bids received by the PCSCL after the last date for receipt of bids prescribed in the
fact sheet.
h. Bids without signature of person(s) duly authorized on required (specified) pages of
the bid
i. Bids without power of authorization and any other document consisting of
adequate proof of the ability of the signatory to bind the Bidders
j. Technical Bid containing commercial details or any such hints/ calculations
/extrapolations/ records.
k. Revelation of Prices in any form or by any reason before opening the Commercial
Bid

61
l. Failure to furnish all information required by the Tender Document or submission
of a bid not substantially responsive to the Tender Document in every respect
m. Bidders not quoting for the complete scope of Work as indicated in the Tender
documents, addendum (if any) and any subsequent information given to the Bidders
n. Bidders not complying with the General Terms and conditions as stated in the
Tender Documents
o. The Bidders not confirming unconditional acceptance of full responsibility of
providing services in accordance with the Scope of work and Service Level
Agreements of this tender

7.9.2 Commercial Rejection Criteria

a) Incomplete Price Bid


b) Price Bids that do not conform to the Tender’s price bid format
c) Total price quoted by the Bidders does not include all statutory taxes and levies
applicable

62
8 Annexure 1 – Format for Pre-Bid Queries

Bidder shall submit all pre-bid queries as excel sheet in the following format.
Name of Person(s) Representing the Company/ Firm:

Name of Person Designation Email-ID(s) Mobile No. Tel. Nos. & Fax Nos.

RFP Document
Category Content of
Reference (s)
(ERP,GIS, RFP
# (Page Number Point of Clarification
Survey, Base Requiring
and
Map etc. Clarification
Section Number)

• Pre-Bid conferences of the Bidders shall be convened at the designated date, time and
place.
• Only duly authorized representatives of the Bidders shall be allowed to participate in
the Pre-Bid conference.
• Maximum of 5 (Five) (Including consortium members) representatives of each Bidder
shall be allowed to participate on production of authority letter from the Bidder.
• During the course of Pre-Bid conference, the Bidders will be free to seek clarifications
and make suggestions for consideration of PCSCL/PCMC. PCSCL/PCMC shall endeavor
to provide clarifications and such further information as it may, in its sole discretion,
consider appropriate for facilitating a fair, transparent and competitive Bidding
Process.

63
9 Annexure 2 – Formats for Submission of the Pre-Qualification Bid
9.1 Pre-qualification bid checklist
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)

Compliance Page No.


# Checklist Item
(Yes/No) in bid
1. Tender Fee
2. Earnest Money Deposit (Online and Bank Guarantee)
3. Bank Guarantee for Earnest Money Deposit
4. Pre-Qualification Bid Covering letter
Are all pages of response document numbered,
5.
stamped and signed by authorized person
6. Company Profile
7. Incorporation Certificate
8. GST Registration
9. PoA for Authorized Person for each member
10. PoA for lead member
11. Consortium Agreement
12. Financials (Sole bidder or Lead bidder)
13. Financials (Consortium member)
14. Net Worth (Each Member)
15. Technical Capability-GIS
16. Technical Capability-ERP
17. Certification
18. Self-Declaration on Non Blacklisting (Each Member)
19. Manpower Strength
Undertaking of Total Responsibility Certificate (Each
20.
Member)
21. No Deviation Certificate
22. Any other supporting credential/documents

64
9.2 Pre-Qualification Bid Covering Letter

(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)

Date: dd / mm / yyyy

To,

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Request for Proposal for …………………………………………………. Ref: RFP No. <<…..>>
dated << …..>>

Dear Sir,

With reference to “Selection of System Integrator for Integrated GIS Enabled ERP solution,
Online Establishment Licensing Solution, Service Level Benchmarking and creation of Unique
Smart Address for Pimpri Chinchwad city under Smart City Initiative”, we hereby submit our
Prequalification bid, Technical Bid and Commercial Bid for the same.

We hereby declare that:

a. We hereby acknowledge and unconditionally accept that the Purchaser can at its absolute
discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set
out in the RFP and related documents, in short listing of Agency for providing services.
b. We have submitted EMD of INR______and Tender fee of INR _____ through_____
c. We hereby declare that all information and details furnished by us in the Bid are true and
correct, and all documents accompanying such application are true copies of their respective
originals.
d. We agree to abide by our offer for a period of 180 days from the date of opening of pre-
qualification bid prescribed by Purchaser and that we shall remain bound by a
communication of acceptance within that time.
e. We have carefully read and understood the terms and conditions of the RFP and the
conditions of the contract applicable to the RFP. We do hereby undertake to provision as per
these terms and conditions.
f. In the event of acceptance of our bid, we do hereby undertake:
i. To supply the products and commence services as stipulated in the RFP document

65
ii. To undertake the project services for entire contract period from the date of signing of
the contract as mentioned in the RFP document.
iii. We affirm that the prices quoted are inclusive of design, development, delivery,
installation, commissioning, training, providing facility management and handholding
support, and inclusive of all out of pocket expenses, taxes, levies discounts etc.
g. We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof and notification of award of contract, shall
constitute a binding contract between us.
h. We understand that the Purchaser may cancel the bidding process at any time and that
Purchaser is not bound to accept any bid that it may receive without incurring any liability
towards the bidder.
i. We fully understand and agree to comply that on verification, if any information as provided
by us in our bid found to be misleading or misrepresented or suppression of facts, we are
liable to be dismissed from the selection process or termination of the contract during the
project, if selected to do so, along with blacklisting / debarment at PCSCL and PCMC office
and purchaser may also send such recommendations to Government of Maharashtra

In case of any clarifications, please contact ___________________ email at


________________________________________________________

Thanking you,

Yours sincerely,

(Signature of the Lead bidder)

Printed Name

Designation

Seal

Date:
Place:
Business Address:

66
9.3 Company profile
(To be provided on the Company letterhead by the Sole bidder or each member of consortium,
in case of consortium)

Sr.
Particulars Description or Details
No.

1. Name of Bidder

2. Legal status of Bidder (company, Pvt. Ltd., LLP etc.)

3. Main business of the Bidder

4. Registered office address

5. Incorporation date and number

6. GST number

7. PAN details

Primary Contact Person (Name, Designation,


address, mobile number, fax, email)
8.

Secondary Contact Person (Name, Designation,


address, mobile number, fax, email)
9.

67
9.4 Turnover Certificate for Sole bidder/Lead Bidder/ Consortium Members

To, Date:

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Turnover Certificate

This is to certify that …………………………… (Name of the Applicant) has following financials.

# Financial Year Turnover (In Crore) Net Worth (In Rs Crore)


1
2
3

We also certify that the Turnover mentioned in above table against the respective years has
been obtained only from software related activities i.e. Software development, software
consultancy, software implementation and support etc.

Name of the Auditor:


Seal of the firm:
Date:
(Signature, name and designation of the authorized signatory)

Note: Please attach the Audited Balance sheets for the last three years.

68
9.5 Bidder’s Experience - Client Citations

Name of the Project & Location

Client's Name and Complete


Address

Contact Person of client and contact


details

Narrative description of project

Contract Value for the bidder


(in INR)

Date of Start

Date of Completion

Activities undertaken by prime


bidder

Note - If the project is ongoing, bidder must clearly specify which of the
stages/phases/milestones are completed and which are ongoing and at what stage of
completion

69
9.6 IT Certification details

To, Date:

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: IT Certificate

We confirm that our company or firm, has below mentioned certification as requested in RFP
document.

# Certification Issuance Authority Issue date Expiry Date


1
2
3

Date:
(Signature, name and designation of the authorized signatory)

Note: Please attach the certification copy

70
9.7 Declaration of Non-Blacklisting
(To be provided on the Company letterhead by the Sole bidder or each member of consortium,
in case of consortium)

Place:

Date:

To,

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Subject: Self Declaration of not been blacklisted in response to Selection of System


Integrator for Integrated GIS Enabled ERP solution, Online Establishment Licensing Solution,
Service Level Benchmarking and creation of Unique Smart Address for Pimpri Chinchwad
city under Smart City Initiative Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We confirm that our company or firm, ____________, is currently not blacklisted in any
manner whatsoever by any of the State or UT and or Central Government in India on any
ground including but not limited to indulgence in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice.

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

71
9.8 Self-certificate for Project execution experience
(To be provided on the Company letterhead by the Sole bidder or each member of
consortium, in case of consortium)

This is to certify that < Name of the Bidding entity > has been awarded with < Name of the
Project > as detailed under:

Name of the Project

Client's Name, Contact no. and


Complete Address

Contract Value for the bidder (in INR)

Current status of the project


(Completed/Ongoing)

Activities completed by bidding entity


as on bid submission date
(Only relevant activities as sought in
the Criteria to be included)

Value of Work completed for which


payment has been received from the
client.
Date of Start
Date of Completion

(Authorised Signatory)

Signature:
Name:
Designation:
Bidding entity’s name
Address:

Seal:

72
Date:

73
9.9 No Deviation Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)

To, Date:

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including
amendments) no. _________ dated __________. This is to expressly certify that our offer
contains no deviation either Technical (including but not limited to Scope of Work, Business
Requirements Specification, Functional Requirements Specification, Hardware Specification
and Technical Requirements Specification) or Commercial in either direct or indirect form.

(Authorised Signatory, Lead / Sole Bidder)

Signature:
Name:
Designation:
Address:

Seal:
Date:

74
10 Annexure 3 – Formats for Submission of the Technical Bid
10.1 Technical Bid Check-List
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder,
in case of consortium)

Compliance
Sr. No. Checklist Items Page No. in bid
(Yes or No)
1. Technical Bid Letter
Are all pages of response document
2. numbered, stamped and signed by
authorized person
Certificate/Documents against
3. Technical Evaluation Framework
Criteria
Overview of Proposed Solution :
• Project Understanding
• Proposed Technology Solution
• Approach & Methodology
• Technical & Functional Requirement
4.
Specification Compliance
• Project Plan
• Manpower Plan and
• Other technical details pertaining to
the Solutions Proposed
Compliance to Requirement (Technical
/Functional Specifications) on the
5. respective OEM Letterhead with
counter sign of Bidder’s authorized
signatory
6. Project Plan
7. Manpower Plan
8. Compliance to requirements
9. Proposed Unpriced Bill of Material
Manufacturers'/Producers’
10.
Authorization Form
11. Proposed Manpower
12. Anti-Collusion Certificate
13. Non-Disclosure Agreement
14. Self-Declaration by the Bidder
15. OEM Declaration
Declaration on Source Code and
16.
Intellectual Property Rights
17. Undertaking on Patent Rights

75
Compliance
Sr. No. Checklist Items Page No. in bid
(Yes or No)
Undertaking on Compliance and Sizing
18.
of Infrastructure
Undertaking on Service Level
19.
Compliance
20. Undertaking on Deliverables
Undertaking on Support to Third Party
21.
Solution acceptance and certification
22. Declaration of Activities sub-contracted
Undertaking on Exit Management and
23.
Transition
Any other supporting
24.
credential/documents

76
10.2 Technical Bid Covering Letter
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)

Date: dd/mm/yyyy

To,

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Request for Proposal for Selection of System Integrator for GIS Enabled ERP
solution for Pimpri Chinchwad Municipal Corporation under Smart City Initiative Ref: RFP
No. <<…..>> dated << …..>>

Dear Sir,

I, having read and examined in detail all the bidding documents in respect of “Selection of
System Integrator for GIS Enabled ERP solution for Pimpri Chinchwad Municipal
Corporation under Smart City Initiative” do hereby propose to provide our services as
specified in the bid submitted by us.

It is hereby confirmed that I am entitled to act on behalf of our company / corporation / firm
/ organization and empowered to sign this document as well as such other documents, which
may be required in this connection.

I declare that all the services shall be performed strictly in accordance with the RFP
documents.

I confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered to PCSCL is true,
accurate, verifiable and complete. This response includes all information necessary to ensure
that the statements therein do not in whole or in part mislead the department in its
evaluation process. We also confirm that we shall not attract conflict of interest in principle.

I hereby declare that in case the contract is awarded to us, we shall submit the contract
Performance bank guarantee, in the form as prescribed in the RFP.

I hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.

77
I understand that our bid is binding on us and that you are not bound to accept a Bid you
receive. This bid is valid for 180 days after opening of technical bid. We shall extend the
validity of the bid if required by Purchaser.

Thanking you,

Yours sincerely,

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

78
10.3 Credential Summary
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)

Documentary Project Status


Sr. Project
Project Client Client Project evidence (Completed or
No. Value
Name Name Type Components provided (Yes Ongoing or
(in INR)
or No) Withheld)

1.

2.

3.

4.

5.

6.

7.

• Client type – Indicate whether the client is Government or PSU or Private


• Project Components – Indicate the major project components
• Documentary evidence provided – Indicate the documentary evidence provided with the
detailed project credential like work order or purchase order or completion certificate or
letter of appointment
• Project Status – Completed (date of project completion) or Ongoing (project start date)

79
10.4 Bidder’s Experience - Client Citations

Name of the Project & Location

Client's Name and Complete


Address

Client’s key person contact details

Narrative description of project

Contract Value for the bidder


(in INR)

Date of Start

Date of Completion

Activities undertaken by prime


bidder

N.B- If the project is ongoing, bidder must clearly specify which of the stages/phases/milestones
are completed and which are ongoing and at what stage of completion.

80
10.5 Total Responsibility Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)

Date: dd/mm/yyyy

To,

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Request for Proposal for Selection of System Integrator for GIS Enabled ERP solution
for Pimpri Chinchwad Municipal Corporation under Smart City Initiative Ref: RFP No. <<…..>>
dated << …..>>

This is to certify that we undertake the total responsibility for the defect free operation of the
proposed solutions as per the requirement of the RFP for the duration mentioned in all the
volumes of the RFP.

(Authorised Signatory)

Signature:
Name:
Designation:
Address:

Seal:
Date:

81
10.6 Overview of Proposed Solution

Structure of Proposed Solution:

Bidders are required to provide a detailed Approach & Methodology to execute the entire
project. Bidders are advised to comply with the below provided headers / approach components
while detailing out their solution.

Sr.
Item
No.
Understanding of requirement and Implementation approach
1 • Understanding of requirements
• Work Plan & its adequacy
Robustness and quality
• End-to-end integrated solution proposed
• Proposed Survey Activities
• Hardware deployment and integration approach encompassing all solutions
• Timelines and modalities for implementation in a time bound manner
2 • Project implementation approach or strategy and operations and
maintenance plan including comprehensiveness of fall-back strategy and
planning during rollout
• Strategy for SLA, System Security etc.
• Any other area relevant to the scope of work and other requirements of the
project
Assessment of Manpower deployment, Training and Handholding plan
• Deployment strategy of Manpower
3 • Contingency management
• Mobilization of existing resources and additional resources as required
• Training and handholding strategy
Operations and Maintenance
4
• O&M Strategy and plan

82
10.7 Project Plan

A Detailed Project Plan covering break-up of each phase into the key activities, along with the
start and end dates must be provided as per format given below.

Activity-wise Timelines

Sr.
No. Item of Activity Month wise Program

1 2 3 4 5 ..
Project Plan
1 Activity 1
1.1 Sub-Activity 1
1.2 Sub-Activity 2
2
2.1
2.2
3
3.1
4
Note: The above activity chart is just for the purpose of illustration. Bidders are requested to
provide detailed activity & phase wise timelines for executing the project with details of
deliverables & milestones as per their bid.

83
10.8 Manpower Plan

I. Till Go-Live (Implementation)

Manpower distribution
Sr. Month wise time to be spent by each
Role Total
No. personnel (in days)

Month 1 Month 2 Month 3 .. .. Month 12 ..

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Total

II. After Go-Live (Operation & Maintenance)

Manpower distribution
Sr.
Manpower Years Total
No.
Year Year Year Year Year
1 2 3 4 5
1 Onsite/Offsite
2 Onsite/Offsite
3 Onsite/Offsite
<Add more rows
4 as Onsite/Offsite
required>
Total

Note: The above chart is just for the purpose of illustration. Bidders are requested to provide
detailed manpower distribution for executing the project

84
10.8.1 Detail of Resources Proposed
(To be provided on the Company letterhead by the Sole bidder or the Lead
Bidder, in case of consortium)

Basic
Certifications Compliance
Name of Qualification Total
Proposed Highest (ex. PMI or to RFP
# the (E.g. B.Sc. Or Experience
Role degree ITIL or TOGAF Requirements
Resource B.E. or MCA (in years)
or CCNP etc.) (Yes / No)
or Diploma)
1

Provide CVs for the mentioned resources

85
10.9 Proposed Unpriced Bill of Material

The Bidder should provide the proposed unpriced Bill of Material (BoM) here; Bidder should
refer to scope of work of the project RFP Volume II, and accordingly shall produce its Bill of
Material in order to fulfil the RFP and project requirements in totality. The bidder may add
any additional line item (with adequate details) in the proposed BoM table below (towards
the end of the table), that is envisaged by the bidder to fulfil the RFP requirements in totality.
The Bidder may provide a lump sum price for additional item(s) that may be required, as part
of its financial bid.

Also, bidder to produce the details of make/brand and model against each line item,
wherever applicable; the bid shall be considered non-responsive in the absence of such
details.

Once the bidder provides this information in the submitted bid, the bidder cannot change it
with any other component / equipment etc. of lower specifications / performance; it can only
be upgraded at the time of actual deployment/installation at the discretion of the purchaser.

Kindly note that the estimated quantity provided in the RFP is indicative only and the payment
shall be done on actual usage basis.
Indicative Additional Fully Complied
# Item Unit Make Model
Qty Information (Y/N)
1 Hardware-1
2 Hardware-1
Software-1
Software-2
Software-3
<Addmore rows>

86
10.10 Manufacturers'/Producers’ Authorization Form
(To be provided by the respective OEMs on its letterhead and should be signed by OEM and
bidder’s authorized signatory)

To, Date:

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Manufacturer's Authorization Form

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We_________ (Name of the OEM) who are established and reputable manufacturers of _______
(List of Quoted Goods, as mentioned below) having factories or product development centres at
the locations__________ or as per list attached, do hereby authorize ____________ (Name and
address of the Bidder) to bid, negotiate and conclude the contract with you against RFP No.
__________dated ________for the above goods manufactured or developed by us.

List of Quoted Goods:

1.
2.
3.
We hereby extend, our warranty for the hardware goods supplied by the bidder and or
maintenance or support services for software products against this invitation for bid by
_______________________ (Name of the Bidder) as per requirements of this RFP.

Thanking you,
Yours faithfully,
(Signature)
For and on behalf of: _________ (Name of the OEM)
Authorised Signatory
Name:
Designation:
Place:
Date:

87
10.11 Anti-Collusion Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)

To, Date:

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Bid for Selection of
System Integrator for Integrated GIS Enabled ERP solution, Online Establishment Licensing
Solution, Service Level Benchmarking and creation of Unique Smart Address for Pimpri
Chinchwad city under Smart City Initiative dated [Date] (RFP) against the RFP issued by
Purchaser, We have not acted in concert or in collusion with any other Bidder or other person(s)
and also not done any act, deed or thing, which is or could be regarded as anti-competitive. We
further confirm that we have not offered nor shall offer any illegal gratification in cash or kind to
any person or organization in connection with the instant bid.

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

88
10.12 Non-Disclosure Agreement
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of consortium)

To, Date:

The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018

Subject: Non-Disclosure Agreement

WHEREAS, we the undersigned Bidder, __________________________________, having our


principal place of business or registered office at _________________, are desirous of bidding
for RFP No. <<>> dated <<DD-MM-2018>> “Selection of System Integrator for Integrated GIS
Enabled ERP solution, Online Establishment Licensing Solution, Service Level Benchmarking
and creation of Unique Smart Address for Pimpri Chinchwad city under Smart City Initiative ”
(hereinafter called the said 'RFP') to the “PCSCL”, hereinafter referred to as ‘Purchaser'

and,

WHEREAS, the Bidder is aware and confirms that the Purchaser’s business or operations,
information, application or software, hardware, business data, architecture schematics,
designs, storage media and other information or documents made available by the
Purchaser in the RFP documents during the bidding process and thereafter, or otherwise
(confidential information for short) is privileged and strictly confidential and or or
proprietary to the Purchaser,

NOW THEREFORE, in consideration of disclosure of confidential information, and in order to


ensure the Purchaser’s grant to the Bidder of specific access to Purchaser’s confidential
information, property, information systems, network, databases and other data, the Bidder
agrees to all of the following conditions.

It is hereby agreed as under:

1. The confidential information to be disclosed by the Purchaser under this Agreement


(“Confidential Information”) shall include without limitation, any and all information in
written, representational, electronic, verbal or other form relating directly or indirectly
to processes, methodologies, algorithms, risk matrices, thresholds, parameters, reports,
deliverables, work products, specifications, architecture, project information, security or
zoning strategies & policies, related computer programs, systems, trend analysis, risk
plans, strategies and information communicated or obtained through meetings,

89
documents, correspondence or inspection of tangible items, facilities or inspection at any
site to which access is permitted by the Purchaser.
Confidential Information disclosed shall be marked as "Confidential" or if incapable of
marking, communicated as "confidential" in writing at the time of disclosure. Confidential
Information shall exclude information developed independent of the Confidential
Information. Further, notice in case of compelled disclosure shall be made only if
permitted by law.
2. Confidential Information does not include information which:
a. the Bidder knew or had in its possession, prior to disclosure, without limitation
on its confidentiality;
b. information in the public domain as a matter of law;
c. is obtained by the Bidder from a third party without any obligation of
confidentiality;
d. the Bidder is required to disclose by order of a competent court or regulatory
authority;
e. is released from confidentiality with the written consent of the Purchaser.

The Bidder shall have the burden of proving hereinabove are applicable to the information
in the possession of the Bidder.
3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder,
as part of the Tendering process or otherwise, and the Bidder shall maintain strict
confidentiality in respect of such Confidential Information, and in no event a degree of
confidentiality less than the Bidder uses to protect its own confidential and proprietary
information. The Bidder also agrees:

a. to maintain and use the Confidential Information only for the purposes of bidding for
this RFP and thereafter only as expressly permitted herein;
b. to only make copies as specifically authorized by the prior written consent of the
Purchaser and with the same confidential or proprietary notices as may be printed or
displayed on the original;
c. to restrict access and disclosure of Confidential Information to their employees,
agents and representatives strictly on a "need to know" basis, to maintain
confidentiality of the Confidential Information disclosed to them in accordance with
this clause; and
d. to treat Confidential Information as confidential unless and until Purchaser expressly
notifies the Bidder of release of its obligations in relation to the said Confidential
Information.
4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to
be performed as part of the Tendering process or thereafter may require the Bidder’s
personnel to be present on premises of the Purchaser or may require the Bidder’s
personnel to have access to software, hardware, computer networks, databases,
documents and storage media of the Purchaser while on or off premises of the Purchaser.

90
It is understood that it would be impractical for the Purchaser to monitor all information
made available to the Bidder’s personnel under such circumstances and to provide notice
to the Bidder of the confidentiality of all such information.

Therefore, the Bidder shall disclose or allow access to the Confidential Information only to
those personnel of the Bidder who need to know it for the proper performance of their duties
in relation to this project, and then only to the extent reasonably necessary. The Bidder shall
take appropriate steps to ensure that all personnel to whom access to the Confidential
Information is given are aware of the Bidder’s confidentiality obligation. Further, the Bidder
shall procure that all personnel of the Bidder are bound by confidentiality obligation in
relation to all proprietary and Confidential Information received by them which is no less
onerous than the confidentiality obligation under this agreement.

5. The Bidder shall establish and maintain appropriate security measures to provide for the
safe custody of the Confidential Information and to prevent unauthorised access to it.
6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during
its currency, at the request of the Purchaser, the Bidder shall promptly deliver to the
Purchaser the Confidential Information and copies thereof in its possession or under its
direct or indirect control, and shall destroy all memoranda, notes and other writings
prepared by the Bidder or its Affiliates or directors, officers, employees or advisors based
on the Confidential Information and promptly certify such destruction.
7. Confidential Information shall at all times remain the sole and exclusive property of the
Purchaser. Upon completion of the Tendering process and or or termination of the
contract or at any time during its currency, at the request of the Purchaser, the Bidder
shall promptly deliver to the Purchaser the Confidential Information and copies thereof
in its possession or under its direct or indirect control, and shall destroy all memoranda,
notes and other writings prepared by the Bidder or its Affiliates or directors, officers,
employees or advisors based on the Confidential Information within a period of sixty days
from the date of receipt of notice, or destroyed, if incapable of return. The destruction
shall be witnessed and so recorded, in writing, by an authorized representative of the
Purchaser. Without prejudice to the above the Bidder shall promptly certify to the
Purchaser, due and complete destruction and return. Nothing contained herein shall in
any manner impair rights of the Purchaser in respect of the Confidential Information.
8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential
Information, the Bidder shall give sufficient notice and render best effort assistance to the
Purchaser to enable the Purchaser to prevent or minimize to the extent possible, such
disclosure. Bidder shall not disclose to a third party any Confidential Information or the
contents of this RFP without the prior written consent of the Purchaser. The obligations
of this Clause shall be satisfied by handling Confidential Information with the same degree
of care, which the Bidder applies to its own similar Confidential Information but in no
event less than reasonable care.
For and on behalf of:

91
(BIDDER)

Authorised Signatory Office Seal:


Name: Place:
Designation: Date :

92
10.13 Self-declaration by Bidder

[On the Letterhead of the Bidders]

To,

{Procuring entity},

In response to the RFP Ref. No. _____________________________ dated ___________ for


{Project Title}, as an Authorized Signatory of ____________________________________, I/
We hereby declare that presently our Company/ firm _________________, at the time of
bidding:

a. possess the necessary professional, technical, financial and managerial resources


and competence required by the Bidding Document issued by the Purchaser;
b. is having unblemished record and is not declared ineligible for corrupt &
fraudulent practices either indefinitely or for a particular period of time by any
State/ Central government/ PSU/ UT.
c. does not have any debarment by any other procuring entity
d. is not insolvent in receivership, bankrupt or being wound up, not have its affairs
administered by a court or a judicial officer, not have its business activities
suspended and is not the subject of legal proceedings for any of the foregoing
reasons;
e. does not have, and our directors and officers not have been convicted of any
criminal offence related to their professional conduct or the making of false
statements or misrepresentations as to their qualifications to enter into a
procurement contract within a period of three years preceding the
commencement of the procurement process, or not have been otherwise
disqualified pursuant to debarment proceedings;
f. shall comply with the code of integrity and all the prevalent regulations and norms
of the competent authority in order to execute the defined scope of work during
the contract period.

If this declaration is found to be incorrect then without prejudice to any other action that
may be taken as per the provisions of the applicable Act and Rules thereto prescribed by
GoM, my/ our bid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: -


Authorised Signatory: - Date:
Seal of the Organization: - Place:

93
10.14 Format for OEM Declaration

To,
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Subject: Self-Declaration for Tender Reference No. ………………………………….

Sir,

We, <OEM Name> having our registered office at <OEM address>, hereinafter referred to as
OEM are an established manufacturer/provider of the following items, as mentioned below,
quoted by <Bidder Name> having their registered office at <Bidder address>, hereinafter
referred to as Bidder.

List of Items:

We confirm that we have understood the delivery & installation time lines defined in the
tender. We confirm that we have worked out all necessary logistics and pricing agreement
with <SI name>, and there won’t be any delay in delivery, installation and support due to any
delay from our side. Our full support as per pre-purchased support contract is extended in all
respects for supply and maintenance of our products. We also ensure to provide the required
spares and service support as pre-purchased for the supplied equipment for entire contract
period. In case of any difficulties in logging complaint at bidder end, user shall have option to
log complaint at our call support centre.

We hereby declare that


a. We have an authorized presence in India either directly or through channel
partner(s) as on the date of release of RFP.
b. Products or technology quoted are neither end-of-sale nor end-of-life as on the
date of installation and commissioning and are not end-of-support till the
successful completion of O&M period of the project.
c. If any product is declared end of sale, we shall proactively ensure that a suitable
equivalent or higher roll over product is offered through the SI to PCSCL
d. We understand that any false information/commitment provided here may result
in getting blacklisted / debarred from doing business with PCSCL.
e. We have quality certifications like ISO 9001:2000 as attached
f. All the proposed active components / devices and smart solutions are not be
manufactured in China and are also not manufactured / assembled using Chinese
spare parts at any other country.

94
g. We have not been blacklisted by any State / Central Government Department or
Central /State PSUs as on bid submission date.
h. We either have existing capability and infrastructure to provide 24x7x365 technical
support in India, or shall be establishing the requisite infrastructure and capability
to provide 24x7x365 technical support, on emerging a winner in this bidding
process, refer attached undertaking.

Note: Point (f) is valid for proposed additional hardware components.

Yours sincerely,
Authorized Signature [In full and initials]: _________________
Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________
Location: _____________________________________ Date: _________________

95
10.15 Declaration on Source Code and Intellectual Property Rights
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Self-certificate regarding the source code and Intellectual property rights
under this Project

Respected Sir,
I, authorized representative of _________________________, hereby solemnly affirm to the
IPR and Source Code rights as defined in Clause _______________of this RFP document.

In the event of any deviation from the factual information/ declaration, PCSCL reserves the
right to terminate the Contract without any compensation to the System Integrator.

Thanking you,

Yours faithfully
(Signature of the Authorized signatory of the Bidding Organization)
Name:
Designation:
Date:
Time:
Seal:
Business Address:

96
10.16 Undertaking on Patent Rights
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking on Patent Rights

Respected Sir,

I/We do hereby undertake that none of the deliverables being provided by us is


infringing on any patent or intellectual and industrial property rights as per the applicable
laws of relevant jurisdictions having requisite competence.

I/We also confirm that there shall be no infringement of any patent or intellectual
and industrial property rights as per the applicable laws of relevant jurisdictions having
requisite competence, in respect of the equipment’s, systems or any part thereof to be
supplied by us. We shall indemnify PCSCL against all cost/claims/legal claims/liabilities arising
from third party claim in this regard at any time on account of the infringement or
unauthorized use of patent or intellectual and industrial property rights of any such parties,
whether such claims arise in respect of manufacture or use. Without prejudice to the
aforesaid indemnity, I/We shall be responsible for the completion of the supplies including
spares and uninterrupted use of the equipment and/or system or any part thereof to PCSCL
and persons authorized by PCSCL, irrespective of the fact of claims of infringement of any or
all the rights mentioned above.
If it is found that it does infringe on patent rights, I/We absolve PCSCL of any legal
action.

Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)
Name:
Designation:
Date:
Time:
Seal:
Business Address:

97
10.17 Undertaking on Service Level Compliance

(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking on Service Level Compliance

Respected Sir,

I/We do hereby undertake that we shall monitor, maintain, and comply with the
service levels stated in the RFP to provide quality service to PCSCL.
However, if the proposed resources and infrastructure are found to be insufficient in
meeting the RFP and/or the service level requirements given by PCSCL, then we will augment
the same without any additional cost to PCSCL.

Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)

Name:
Designation:
Date:
Time:
Seal:
Business Address:

98
10.18 Undertaking on Deliverables

(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking on Deliverables


Respected Sir,
I/We as Bidder do hereby undertake that processes, deliverables/artifacts submitted to PCSCL
will adhere to the quality and standards specified in this RFP.
We also recognize and undertake that the deliverables/artifacts shall be presented and
explained to PCSCL and other key stakeholders (identified by PCSCL, and also take the
responsibility to provide clarifications as requested by PCSCL.
We agree to abide by the procedures laid down for acceptance and review of deliverables /
artifacts by the PCSCL as stated in this RFP or as communicated to us from time-to-time.
We also understand that the acceptance, approval and sign-off of the deliverables by
PCSCL will be done on the advice of PCSCL and any other agency appointed by the PCSCL for
the same. We understand that while all efforts shall be made to accept and convey the
acceptance of each deliverable in accordance with the Project schedule, no deliverable will
be considered accepted until a specific written communication to that effect is made by
PCSCL.

Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)
Name:
Designation:
Date:
Time:
Seal:
Business Address:

99
10.19 Undertaking on Support to Third Party Solution acceptance and
certification
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)
To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking on Support to Third Party Solution Acceptance and Certification


Respected Sir,
I/We understand that the System (including the application and the associated IT systems)
may be assessed and certified by a 3rd party agency (to be identified by PCSCL before the
system is commissioned.
I/We understand that while the certification expenses will be borne by PCSCL, the
responsibility to ensure successful acceptance and certification lies with the Bidder.
I/We hereby undertake that we shall do all that is required of the Bidder to ensure that system
will meet all the conditions required for successful acceptance and certification.
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)

Name:
Designation:
Date:
Time:
Seal:
Business Address:

100
10.20 Declaration of activities sub-contracted

(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)
To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Declaration on Sub-contracting


Respected Sir,
I/ We hereby declare the following list of activities which we would be sub-contracted.

Sr No Activity

I/ We would be responsible for ensuring that the sub-contracted work meets the
requirements of the PCSCL.

Thanking you,
Yours faithfully
(Signature of the Authorized signatory of the Bidding Organization)
Name:
Designation:
Date:
Time:
Seal:
Business Address:

101
10.21 Undertaking on Exit Management and Transition
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)
To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking on Exit Management and Transition


Respected Sir,
I/We hereby undertake that at the time of completion of our engagement with the PCSCL,
either at the End of Contract or termination of Contract before planned Contract Period for
any reason, we shall successfully carry out the exit management and transition of this
Project to the PCSCL or to an agency identified by PCSCL to the satisfaction of the PCSCL.
I/We further undertake to complete the following as part of the Exit management and
transition:
a) We undertake to complete the updation of all Project documents and other artefacts
and handover the same to PCSCL before transition.
b) We undertake to design standard operating procedures to manage system (including
application and IT systems), document the same and train PCSCL personnel on the same.
c) If PCSCL decides to take over the operations and maintenance of the Project on its
own or identifies or selects any other agency for providing operations & maintenance
services on this Project, then we shall provide necessary handholding and transition
support, which shall include but not be limited to, conducting detailed walkthrough and
demonstrations for the IT Infrastructure, handing over all relevant documentation,
addressing the queries/clarifications of the new agency with respect to the working /
performance levels of the infrastructure, conducting Training sessions etc.
I/We also understand that the Exit management and transition will be considered complete
on the basis of approval from PCSCL.

Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)
Name:
Designation:
Date:
Time:
Seal:
Business Address:

102
11 Annexure 4 – Format for Submission of Commercial Bid
1. The format provided is for SI’s reference only however, the SI shall submit all the rates
on e-Tendeting system only
2. SI shall take utmost important while submitting the commercial bid
3. Refer the notes before submitting the commercial bid

Item Item Unit Qty Rate Cost

A-Total License Cost


L-1:Core ERP License Cost
License cost for core ERP Modules-Applications for Nos. of
* 600
600 Employees Licenses
Nos. of
License cost for Employee Self Services 3200
Licenses
Nos. of
License cost for Payroll services 11200
Licenses
License cost for core ERP Modules-Database Lumpsum 1
L-2:Work flow management
License cost for work flow management for 2000 No. of
** 2000
employees, if any licenses
No. of
*** License cost for Digital Signature for 2000 employees 2000
licenses
L-3:GIS Desktop and Server License
**** License cost for GIS Server, if any Lumpsum 1
No. of
License cost for Desktop Software 10
licenses

B-Total Implementation Cost


I-1: Core ERP Implementation Cost
Development,Integration and implementation cost lumpsum 1
I-2:Work flow management
Development, Integration and implementation Cost
Lumpsum 1
for Work Flow Management Module
I-3: Non core Modules( Department Specific Modules)
Development,Integration and implementation cost for Lumpsum 1
Non core Modules( Department Specific Modules)
Development, Integration and implementation of Data
entry portal and Dashboard for Service Level Lumpsum 1
Benchmarking
Development and implementation of GIS Portal Lumpsum 1
I-4: Survey
# survey lumpsum 1

Survey of PCMC area building/structure properties as


indicated on satellite imagery and integration of Nos. 500000
survey and analysis data on web based GIS system
## Base Map Creation with all survey details Sq.km 184
I-5: Other Charges

103
Item Item Unit Qty Rate Cost
Training Charges Lumpsum 1
Certification Costs (As defined in RFP) Lumpsum 1
Integration Charges Lumpsum 1
Data Migration Cost Lumpsum 1
Manpower Charges for Implementation Lumpsum 1
Additional Charges, if any Lumpsum 1

C-O&M Cost
O-1: O&M for Core ERP
Annual Technical Support for core ERP Modules-
$ Per year 5
Applications for 1000 Employees
Annual Technical Support for Employee Self Services Per year 5
Annual Technical Support for Payroll services Per year 5
Operation & Maintenance Cost Per year 5
O-2: O&M for Work Flow Management
Annual Technical Support for work flow management
Per year 5
for 2000 employees, if any 0
Annual Technical Support for Digital Signature for
Per year 5
2000 employees 0
Operation & Maintenance Cost Per year 5 0
O-3:O&M for GIS Desktop and Server License
Annual Technical Support for GIS Server, if any Per year 5
-
Annual Technical Support for Desktop Software, if any Per year 5
-
O-4: O&M for Non Core components as mentioned in (I-3)
Operation & Maintenance Cost Per year 5 0
Manpower Charges for O&M of all modules Per year 5
O-5: Survey (I-4)
$ Operation & Maintenance Cost Per year 5 0
O-6: Base Map Updation
Base Map Updation Per year 5 0
@ Image procurement Cost Per year 12 0
O-7: Back Up solution
Back Up solution Lumpsum 1 0

Total Project Cost (INR)

Notes:

a. The 600 number of licenses indicated in BOQ are approximate number of


licenses required. The approximate number of licenses have been identified
* from number of employees who are expected to perform one or multiple
functions on core ERP system. It is the responsibility of SI to evaluate total
number of licenses that would be actually required during

104
BPR/SRS/FRS/Implementation phase. It is understood that optimization will
happen through Business Process Reengineering and work Flow
b. SI is not expected to deliver all the quantity of licenses at the start of project. SI has
to provide the licenses as per the demands raised by PCSCL/PCMC. The payments
will be made as per the consumption. SI shall have to deliver licenses as follows:
o 50 : Test Environment
o 100: During development phase
o 450: For Go Live
c. SI shall note that the number of licenses may vary as per the assessment carried
out during BPR and implementation phase. If any additional licenses need to be
procured, it will be based on the unit price discovered during the bidding process.
Such unit price discovered during the bidding process shall be valid up to Go-Live.
d. It is understood that optimization will happen through Business Process
Reengineering which would be undertaken by SI. The SI shall endeavor to minimize
the number of licenses required and optimize the cost for the same through these
processes.
a. SI has choice to provide COST or BESPOKE solution provided that the functional
requirements of PCMC/PCSCL are achieved. The approximate number of employees
have been identified who are expected to perform one or multiple functions on
Work Flow and document Management System.
b. It is the responsibility of SI to evaluate total number of licenses that would
be actually required during BPR/SRS/FRS/Implementation phase. It is
understood that optimization will happen through Business Process
Reengineering.
** c. SI is not expected to deliver all the quantity of licenses at the start of project. SI has
to provide the licenses as per the demands raised by PCSCL/PCMC. The payments
will be made as per the consumption.
d. It is understood that optimization will happen through Business Process
Reengineering which would be undertaken by SI. The SI shall endeavor to minimize
the number of licenses required and optimize the cost for the same through these
processes.
e. There should be no capping on external users such as citizens who will fill various
application forms online
a. The approximate number of employees have been identified who may need digital
signature to authorize any document.
b. It is the responsibility of SI to evaluate total number of digital signatures that
would be actually required during BPR/SRS/FRS/Implementation phase. It is
understood that optimization will happen through Business Process
*** Reengineering.
c. The payment of the digital signatures will be made as per consumption.
d. It is understood that optimization will happen through Business Process
Reengineering which would be undertaken by SI. The SI shall endeavor to minimize
the digital signatures required and optimize the cost for the same through these
processes.
**** Active-Active Configuration
The System Integrator is expected to cover complete PCMC limit. The survey need to be
performed by LiDAR or equivalent technology
# Deliverables may include following items but not limited to
1. Data delivery along with viewing executable (viewer software)
2. Mapping of PCMC area and visual data on base application software for data review

105
3. Conduct feature extraction and integrate it visual data on web based application
4. CAD drawing/ compatible format generation
5. Tagging of properties
The approximate areas of PCMC has been provided. However, System Integrator is expected
## to cover complete PCMC limit. The current of area of PCMC is approx. 184 sq.km.which may
increase to 250 sq.km in coming future.
Survey cost for any incremental growth of areas. The current of area of PCMC is approx.
$
184 sq.km. which may increase to 250 sq.km in coming future.
Satellite Image need to be procured after every 6 Months (2 Images per year X 6 Years) for
@
change detection from 2nd year of implementation to project end.

106
12 Annexure 5 – Performance Bank Guarantee

Ref: _________________ Date _________________

Bank Guarantee No. ______________________

<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<Email id>

Whereas, <<name of the supplier and address>> (hereinafter called “the System Integrator”) has
undertaken, in pursuance of contract no. <Insert Contract No.> dated <Date> to provide
Implementation services for <<name of the assignment>> to PCSCL (hereinafter called “the
Purchaser”)

And whereas it has been stipulated by in the said contract that the bidder shall furnish you with a
bank guarantee by a recognized bank for the sum specified therein as security for compliance with
its obligations in accordance with the contract;

And whereas we, <Name of Bank> a banking company incorporated and having its head/registered
office at <Address of Registered Office> and having one of its office at <Address of Local Office>
have agreed to give the supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and we undertake
to pay you, upon your first written demand declaring the supplier to be in default under the
contract and without cavil or argument, any sum or sums within the limits of Rs. <Insert Value>
(Rupees <Insert Value in Words> only) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the bidder before presenting
us with the demand.

We further agree that no change or addition to or other modification of the terms of the contract
to be performed there under or of any of the contract documents which may be made between

107
you and the System Integrator shall in any way release us from any liability under this guarantee
and we hereby waive notice of any such change, addition or modification.

This Guarantee shall be valid until <<Insert Date>>)

Notwithstanding anything contained herein:

I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees <Insert
Value in Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this bank guarantee that we receive a valid written claim or demand for
payment under this bank guarantee on or before <Insert Expiry Date>) failing which our
liability under the guarantee shall automatically cease.

___________
Date ______

___________ _______________
Place ______ Signature __

_______________
Witness ___________ Printed name __

(Bank's common seal)

108
13 Annexure 6 - Consortium Agreement

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM

[On Non-judicial stamp paper of INR 500 duly attested by notary


public]

This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2018 at
[Place] among _______ ______ (hereinafter referred to as "_____") and having office at
[Address], India, as Party of the First Part and _______ ______ (hereinafter referred as "_____")
and having office at [Address], as Party of the Second Part and _______ ______ (hereinafter
referred as "____”) and having office at [Address], as Party of the Third Part.

The parties are individually referred to as Party and collectively as Parties.

WHEREAS Pimpri Chinchwad Smart City Limited (PCSCL), PURCHASER, has issued a Request for
Proposal for Selection of System Integrator for GIS Enabled ERP solution, Online
Establishment Licensing Solution, Service Level Bench-marking and creation of Unique Smart
Address for Pimpri Chinchwad Municipal Corporation under Smart City Initiative dated [Date]
(RFP) from the interested Bidders:

AND WHEREAS the Parties have had discussions for formation of a Consortium for bidding for
the said Project and have reached an understanding on the following points with respect to the
Parties' rights and obligations towards each other and their working relationship.

AS MUTUAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED AND DECLARED AS


FOLLOWS:

4. The purpose of this Agreement is to define the principles of collaboration among the Parties
to:
a. Submit a response jointly to Bid for the “Request for Proposal for Selection of System
Integrator for GIS Enabled ERP solution, Online Establishment Licensing Solution,
Service Level Bench-marking and creation of Unique Smart Address for Pimpri
Chinchwad Municipal Corporation under Smart City Initiative dated [Date] (RFP)” as a
Consortium.
b. Sign Contract in case of award
c. Provide and perform the supplies and services which would be ordered by the Purchaser
pursuant to the Contract.

109
o This Agreement shall not be construed as establishing or giving effect to any legal
entity such as, but not limited to, a company, a partnership, etc. It shall relate
solely towards the Purchaser for
“Selection of System Integrator for GIS Enabled ERP solution, Online Establishment Licensing
Solution, Service Level Bench-marking and creation of Unique Smart Address for Pimpri
Chinchwad city under Smart City Initiative ” dated [Date] (RFP)” for and related execution
works to be performed pursuant to the Contract and shall not extend to any other activities.
o The Lead bidder shall be severally responsible and bound towards the Purchaser
for the performance of the works in totality and in accordance with the terms
and conditions of the BID document and Contract.
o ------------------------------------ (Name of Party) shall act as Lead Partner of the
Consortium. As such, it shall act as the coordinator of the Party’s combined
activities and shall carry out the following functions:
1. To ensure the technical, commercial and administrative co-ordination of the work package
2. To lead the contract negotiations of the work package with the Purchaser.
3. The Lead partner is authorized to receive instructions and incur liabilities for and on behalf
of all Parties.
4. In case of an award, act as channel of communication between the Purchaser and the Parties
to execute the Contract
o That the Parties shall carry out all responsibilities as Developer in terms of the
Project Agreement.
o That the broad roles and the responsibilities of each Party at each stage of the
Bidding shall be as below:

Party A: ________________________________________________

Party B: ________________________________________________

Party C: ________________________________________________

o That the Parties affirm that they shall implement the Project in good faith and shall
take all necessary steps to see the Project through expeditiously.
o That this MoU shall be governed in accordance with the laws of India and courts in
Maharashtra shall have exclusive jurisdiction to adjudicate disputes arising from the
terms herein.

In witness whereof the Parties affirm that the information provided is accurate and true and have
caused this MoU duly executed on the date and year above mentioned.

(Party of the first part) (Party of the second part) (Party of the third part)

Witness:

i. _____ ____
ii. _____ ____

110
14 Annexure 7 - Format for Power of Attorney to Authorize Signatory
POWER OF ATTORNEY

[To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the
power of attorney.]

We, M/s.______ (name of the firm or company with address of the registered office) hereby
constitute, appoint and authorise Mr. or Ms.______ (Name and residential address) who is
presently employed with us and holding the position of ______, as our Attorney to do in our
name and our behalf all or any of the acts, deeds or things necessary or incidental to our RFP
for the Project _____ (name of the Project), including signing and submission of the RFP
response, participating in the meetings, responding to queries, submission of information or
documents and generally to represent us in all the dealings with Client or any other
Government Agency or any person, in connection with the works until culmination of the
process of bidding till the Project Agreement is entered into with ____________ (Client) and
thereafter till the expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this power of attorney and that all acts, deeds and things done by our aforesaid
Attorney shall and shall always be deemed to have been done by us.

Dated this the _____ day of ______ 2018

(Signature and Name of authorized signatory)

__________

(Signature and Name in block letters of all the remaining partners of the firm Signatory for
the Company)

Seal of firm Company

Witness 1: Witness 2:

Notes:
a. To be executed by all the members individually.
b. The Mode of execution of the power of attorney should be in accordance with the
procedure, if any laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed
in accordance with the required procedure.

111
15 Annexure 8 - Format for Power of Attorney for Lead bidder of
Consortium
[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the company who is issuing the power of
attorney]

Whereas __________ has invited RFP response for __________ (Name of the Project)

Whereas, the Members of the Consortium comprising of M/s.________, M/s.______,


M/s.______ and M/s._______ (the respective names and addresses of the registered offices to
be given) are interested in bidding for the Project and implementing the same in accordance with
the terms and conditions contained in the RFP Documents.

Whereas, it is necessary for the members of the Consortium to designate one of them as the lead
member with all necessary power and authority to do, for and on behalf of the Consortium, all
acts, deeds and things as may be necessary in connection with the Consortium’s RFP response
for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT

We, M/s._________ and M/s ________ and M/s_________ hereby designate M/s. ______ being
one of the members of the Consortium, as the lead member of the Consortium, to do on behalf
of the Consortium, all or any of the acts, deeds or things necessary or incidental to the
Consortium’s RFP response for the Project, including submission of the RFP response,
participating in meetings, responding to queries, submission of information or documents and
generally to represent the Consortium in all its dealings with Client or any other Government
Agency or any person, in connection with the Project until culmination of the process of bidding
till the Project Agreement is entered into with Client and thereafter till the expiry of the Project
Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall
and shall always be deemed to have been done by us or Consortium.

Dated this the ________ day of _______ 2018


_______________
(Signature)
___________
(Name in Block Letter of Executant) [Seal of Company]

Witness 1 Witness 2

112
Notes:

To be executed by all the members individually, in case of a Consortium.

The Mode of execution of the power of attorney should be in accordance with the procedure, if
any laid down by the applicable law and the charter documents of the executant(s) and when it
is so required, the same should be under common seal affixed in accordance with the required
procedure

113
16 Annexure 9 – Bank Guarantee for Earnest Money Deposit
To,

<Name>
<Designation>
<Address>

Whereas <<Name of the Bidder>> (hereinafter called 'the System Integrator') has submitted the Bid
for Submission of RFP <<RFP Number>> dated <<Date>> for <<Name of the assignment>>
(hereinafter called "the Bid") to <<Purchaser>>.

Know all Men by these presents that we <<… >> having our office at <<Address>> (hereinafter called
"the Bank") are bound unto the << Purchaser >> (hereinafter called "the Purchaser") in the sum of
_____________________________________________ for which payment well and truly to be
made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents.
Sealed with the Common Seal of the said Bank this <<Date>>.

The conditions of this obligation are:


1. If the Bidder having its Bid withdrawn during the period of Bid validity specified by the Bidder
on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the
period of validity of Bid
• Withdraws his participation from the Bid during the period of validity of Bid
document; or
• Fails or refuses to participate in the subsequent Tender process after having been
short listed;
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser 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 will remain in force up to <<insert date>> and including <<extra time over and above
mandated in the RFP>> from the last date of submission and any demand in respect thereof should
reach the Bank not later than the above date.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

114
I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees
<<Amount in words>> only)

II. This Bank Guarantee shall be valid up to <<insert date>>)


III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising
under this Bank Guarantee that we receive a valid written claim or demand for payment under this
Bank Guarantee on or before <<insert date>>) failing which our liability under the guarantee will
automatically cease.

(Authorized Signatory of the Bank)


Seal:
Date:

115
17 Annexure 10 – Undertaking for Compliance to ERP Definition

(To be provided on OEM Letter Head)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking for Compliance to ERP Definition

Respected Sir,

I/We do hereby undertake that we satisfy the following definition provided in RFP
COTS ERP is defined as the Commercial off the- shelf or commercially available off-the-shelf (COTS)
packaged Enterprise Resource Planning (ERP) software where OEM holds the intellectual property
rights for the same. The following are the eligibility criteria that needs to be satisfied by COTS ERP:
Compliance
Documentary (Yes/No),
Serial No Criteria
Evidence evidence
document pg no.
COTS software should have been implemented in
1. government and public sector agency within India Required
& must have gone live for more than five years.
COTS software should be enterprise wide
2. Not Required
integrated application
COTS software should support localization
features for India taxes and provides the legal
3. Required
changes for these taxes as a support package
from time to time
The proposed COTS OEM should have support
4. centers across the globe, including support Required
centers in India
The proposed COTS OEM should offer 24X7
5. Required
support
The proposed COTS OEM should have at least five
6. partners who can implement the proposed Required
product.
The proposed COTS OEM should have
7. Required
development center in India.

116
Compliance
Documentary (Yes/No),
Serial No Criteria
Evidence evidence
document pg no.
The product is successfully implemented in at
8. least 2 organizations in last 5 years in Required
India/Globally.

However, if noncompliance to the above definition is found, PCSCL may take appropriate penal
action on the bidder as it deems fit.

Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)

Name:
Designation:
Date:
Time:
Seal:
Business Address:

117
18 Annexure 11 – Undertaking for Compliance to Definition for Other
Commercial off the Shelf Products (GIS, Work Flow and Document
Management, BI etc.)

(To be provided on OEM Letter Head)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking for Compliance to Definition for Other Commercial off the Shelf Products
(GIS, Work Flow and Document Management, BI etc.)

Respected Sir,

I/We do hereby undertake that we satisfy the following definition provided in RFP

Serial No Criteria Compliance


Documentary (Yes/No),
Evidence evidence
document pg no.
The solution should be available Commercially Off-
The-Shelf (COTS). The software/application should
be readily deployable with or without
configuration to suit the customer’s specific
process requirements and does not involve
1. developing the whole application from scratch. Required
COTS software shall be implementable or
deployable and maintainable by any other
competent agency other than the manufacturer/
OEM or agency which has developed the COTS
software.
The product is successfully implemented in at least
2. Required
2 organizations in last 5 years in India/Globally.

However, if noncompliance to the above definition is found, PCSCL may take appropriate penal
action on the bidder as it deems fit.

118
Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)

Name:
Designation:
Date:
Time:
Seal:
Business Address:

119
19 Annexure 12 – Undertaking for Compliance to OGC

(To be provided on OEM Letter Head)

To, Date
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Sub: Undertaking for Compliance to OGC

Respected Sir,

I/We do hereby undertake that our product/Platform is Open Geospatial Consortium (OGC)
compliant. The documentary evidence is attached on page on______ However, if
noncompliance is found, PCSCL may take appropriate penal action on the bidder as it deems fit.

Yours faithfully,
(Signature of the Authorized signatory of the Bidding Organization)

Name:
Designation:
Date:
Time:
Seal:
Business Address:

120
Volume-II: Scope of Work
Table of Contents
1 Introduction ........................................................................................................................ 126
1.1 Geographical Scope ...................................................................................................... 126
1.2 Reference Statistics ...................................................................................................... 126
1.3 Existing GIS Infrastructure in PCMC ............................................................................. 127
2 Scope of work ..................................................................................................................... 129
2.1 Compliance to eGov Standards .................................................................................... 130
2.1.1 Single Sign On........................................................................................................ 130
2.1.2 Support for PKI based Authentication and Authorization .................................... 131
2.1.3 Interoperability Standards .................................................................................... 131
2.1.4 Scalability .............................................................................................................. 131
2.1.5 Security ................................................................................................................. 131
2.1.5.1 List of Information security requirements .................................................... 132
2.2 Application Architecture .............................................................................................. 134
2.2.1 High Level Design (HLD) ........................................................................................ 135
2.2.2 Detailed Design/ Low Level Design (LLD) .............................................................. 135
2.3 Brief scope of tasks ...................................................................................................... 138
2.4 Requirements for Envisaged Solution .......................................................................... 139
2.5 Detailed scope of work................................................................................................. 139
2.5.1 Project Planning and Monitoring .......................................................................... 140
2.5.2 System Requirement and Design Study ................................................................ 141
2.5.3 Design.................................................................................................................... 142
2.5.4 Implementation and Customization of GIS and ERP Product ............................... 142
2.5.5 Testing ................................................................................................................... 143
2.5.6 Deployment of the Integrated Solution................................................................ 144
2.5.7 System Acceptance ............................................................................................... 144
2.5.8 Documentation ..................................................................................................... 144
2.5.9 Ownership and Licenses ....................................................................................... 145
2.5.10 Intellectual Property Rights .................................................................................. 145

121
2.5.11 Integration of Applications/Software/Modules Envisaged by PCMC/PCSCL ....... 146
2.5.11.1 Illustrative process for obtaining Sky Sign license......................................... 147
2.5.11.2 Illustrative process for obtaining New Water Connection ............................ 148
2.5.11.3 Illustrative process for Monitoring construction of new roads .................... 149
2.6 Scope for Business Process Re-engineering (BPR) ....................................................... 150
2.7 Scope for GIS ................................................................................................................ 150
2.7.1 Geospatial Database Management ...................................................................... 150
2.7.2 Preparation of GIS Base Map (2D and 3D) ............................................................ 150
2.7.3 Procurement of Satellite Imagery: ........................................................................ 151
2.7.4 DGPS Survey & Geo Referencing .......................................................................... 151
2.7.5 Ground Control Points (GCPs) Standards ............................................................. 151
2.7.6 Digitization and Map Preparation......................................................................... 151
2.7.7 Data Quality Assurance and Quality Checking...................................................... 154
2.7.8 Outputs and Deliverables ..................................................................................... 154
2.7.9 Design, Develop and Implement GIS Portal .......................................................... 155
2.7.9.1 GIS Portal for Internal User ........................................................................... 155
2.7.9.2 GIS Portal for Citizens .................................................................................... 165
2.7.9.3 Integration Requirements ............................................................................. 166
2.7.9.4 Online Help .................................................................................................... 166
2.7.9.5 Mapping Gallery ............................................................................................ 166
2.7.10 Development, customization and Integration Service ......................................... 167
2.7.11 Coding & Integration............................................................................................. 168
2.7.12 Overview of Enterprise Web GIS Solution Architecture ....................................... 168
2.7.12.1 Customized Application Stack ....................................................................... 169
2.7.12.2 Application Rights and Licenses .................................................................... 170
2.7.12.3 Core Web GIS Application ............................................................................. 171
2.7.12.4 Metadata Management and Shared Information ......................................... 172
2.7.12.5 Network Security Layer ................................................................................. 173
2.7.12.6 System Security Layer .................................................................................... 173
2.7.12.7 Presentation Layer ......................................................................................... 174
2.7.13 On Ground Survey ................................................................................................. 176

122
2.7.13.1 Property Reconciliation Survey ..................................................................... 176
2.7.14 Deliverables of Surveys ......................................................................................... 177
2.8 Design, Develop and Implement Mobile Application .................................................. 177
2.9 Scope for ERP ............................................................................................................... 179
2.9.1 Functional and Technical Requirements............................................................... 179
2.9.2 Indicative Functional Requirements ..................................................................... 183
2.9.2.1 Common Functionalities ................................................................................ 183
2.9.2.2 Financial Management System ..................................................................... 185
2.9.2.3 Human Resource Management System ........................................................ 190
2.9.2.4 Asset Management System ........................................................................... 199
2.9.2.5 Procurement Management System .............................................................. 203
2.9.2.6 Inventory Management System .................................................................... 204
2.9.2.7 Program/Project Management System ......................................................... 206
2.9.2.8 Digital Workflow Management System......................................................... 209
2.9.2.9 Property Tax Management System ............................................................... 211
2.9.2.10 Water Billing and Collection Management System ....................................... 214
2.9.2.11 Citizen Services Module................................................................................. 215
2.9.2.12 Internal Administration ................................................................................. 228
2.9.2.13 Dashboard and Business Intelligence (BI) ..................................................... 236
2.9.2.14 Enterprise GIS Software Specifications ......................................................... 236
2.10 Service Level Benchmarking ..................................................................................... 236
2.10.1 Software Characteristics ....................................................................................... 237
2.10.2 Scope of Service Level Benchmarking................................................................... 238
2.10.2.1 Web Designing along with Portal Development ........................................... 238
2.10.2.2 Business Requirement Study and SRS ........................................................... 238
2.10.2.3 Integration with existing PCMC systems/MIS ............................................... 239
2.10.2.4 Data Cleansing and Formats .......................................................................... 239
2.10.2.5 Data Preview and Validation ......................................................................... 240
2.10.2.6 Details of parameters to be tracked .............................................................. 240
2.10.2.7 Programme Creation and Data Entry ............................................................ 240
2.10.2.8 User set .......................................................................................................... 241

123
2.10.2.9 Approval and validation................................................................................. 243
2.10.2.10 Approval and validation ............................................................................... 243
2.10.3 Design & Built BI/Analytics Dashboard ................................................................. 243
2.10.4 Important Components ........................................................................................ 245
2.10.5 Functional Characteristics of BI/Analytics Solution .............................................. 245
2.10.6 User management ................................................................................................ 246
2.10.7 Change Management & Issue Tracker .................................................................. 246
2.10.8 Audit trails ............................................................................................................. 246
2.11 Unique Smart Address .............................................................................................. 247
2.12 Scope of Pilot Implementation ................................................................................. 247
2.13 Integration with Existing Systems at PCMC .............................................................. 247
2.14 Data Migration .......................................................................................................... 249
2.15 O&M of the Proposed Solution for 5 years after Go-Live ........................................ 249
2.16 Deployment and Supervision of Personnel during O&M Period ............................. 252
2.17 Capacity Building and Training ................................................................................. 255
2.18 Work Products/Documents/Reports ........................................................................ 256
2.19 User Acceptance Testing .......................................................................................... 257
2.20 Incident Management .............................................................................................. 257
2.21 Change Management ............................................................................................... 258
2.22 Service Request Management.................................................................................. 258
2.23 Problem Management.............................................................................................. 258
2.24 Release Management ............................................................................................... 259
2.25 ISO 27001 Certification ............................................................................................. 259
2.26 Project Timelines and payment milestones ............................................................. 260
2.27 Service Level Agreement (SLA) ................................................................................. 264
2.27.1 Purpose ................................................................................................................. 264
2.27.2 Definitions ............................................................................................................. 265
2.27.3 Applicability........................................................................................................... 265
2.27.4 Penalties ................................................................................................................ 265
2.27.5 Implementation Phase performance levels .......................................................... 266
2.27.6 Operation and Maintenance Phase ...................................................................... 269

124
2.27.7 Application Performance SLA ............................................................................... 270
2.27.8 Handholding Support: Application Support.......................................................... 280
2.27.9 Non-Applicability of SLA’s ..................................................................................... 281
2.28 Hardware .................................................................................................................. 282
2.28.1 Database Servers .................................................................................................. 282
2.28.1.1 Database Server Quantity.............................................................................. 282
2.28.1.2 Database Server Specification ....................................................................... 282
2.28.2 Application Server ................................................................................................. 284
2.28.2.1 Application server quantity ........................................................................... 284
2.28.2.2 Application server Specification .................................................................... 284
2.29 Backup Solution ........................................................................................................ 285
3 Annexures ........................................................................................................................... 291
3.1 Annexure-1: Details of layers in Base map .................................................................. 291
3.2 Annexure-2: Indicative Specifications for Work Flow Management System .............. 311
3.3 Annexure-3: Building Property Field Survey Information ............................................ 313
3.4 Annexure-4: Deviated Properties detail Survey Information ...................................... 315
3.5 Annexure-5: Analysis and Reports for Survey Activities .............................................. 316
3.6 Annexure-6: Road Feature data to be captured .......................................................... 318
3.7 Annexure-7: Enterprise GIS Software Specifications ................................................... 323
3.7.1 GIS Desktop Specifications.................................................................................... 323
3.7.2 GIS Server Specifications....................................................................................... 327
3.7.3 Specifications for Mobile GIS ................................................................................ 330
3.8 Annexure-8: Specifications Specification of Lidar or Equivalent to Lidar technology . 331
3.9 Annexure-9: List of Existing application in PCMC ........................................................ 333

125
1 Introduction
1.1 Geographical Scope
The total area covered by PCMC is 184 sq. km approximately. PCMC is divided into 8 Zones, which
are further divided into 32 Wards as mentioned below. The geographical scope of the
implementation of this RFP shall be limited to PCMC limits.
Serial No Zone Wards

1. A Ward no: 10, 14, 15 & 19


2. B Ward no: 16, 17, 18 & 22
3. C Ward no: 2, 6, 8 & 9
4. D Ward no: 25, 26, 28 & 29
5. E Ward no: 3, 4, 5 & 7
6. F Ward no: 1, 11, 12, & 13
7. G Ward no: 21, 22, 24 & 27
8. H Ward no: 20, 30, 31 & 32

1.2 Reference Statistics


# Items No of Items
1 Number of Employees in PCMC ~ 7,000
2 Number of Pensioners in PCMC ~ 4,200
3 Number of ERP Users in PCMC ~ 1000
4 Number of Workflow System Users in PCMC ~ 2000
5 Concurrency to be considered 25%
6 Peak time concurrency1 50%
7 Number of department involved in GIS handling ~ 15
8 Number of users performing geo spatial analysis ~ 200
9 GIS Mobile app users for survey and monitoring ~ 700
10 Average daily number of visitors on PCMC Website ~ 3,325
Maximum number of visitors on PCMC Website on any
11 ~ 4,752
day in a month
12 PCMC Total Area (km2) ~ 184
2 year implementation + 5
13 Timelines considered
Years Maintenance
14 Number of Properties in PCMC ~ 500,000

Note: Actual number of users and provided statistic may change during implementation. System
Integrator is expected to perform pre-requisites.

1
Concurrency during office open and close time such as 10:00 AM in morning and 5:30 PM in evening

126
Class Number of Employees
Class-1 Employees 80
Class-2 Employees 218
Class-3 Employees 2893
Class-4 Employees 3790
Grand Total 6981

1.3 Existing GIS Infrastructure in PCMC


# Description Quantity

Intergraph Geospatial Server-


Professional Server, including ERDSA Apollo, GeoMedia Web map,
1. 01
Geospatial portal(Inclusive of one test/failsafe/backup server
license with each license) and mobile Mapworks
GeoMedia professional Desktop software-
2. 02
GeoMedia 3D, Transportation Manager
3. Imagine Professional- With imagine expansion pack 01

# Existing GIS Server Specification Quantity

Chassis Configuration: Chassis with up to 24, 2.5" Hard Drives


1. and 2, 2.5" Flex Bay Hard Drives 1
Processor: Intel Xeon E5-2699 v4 2.2GHz 55M Cache 9.60GT/s
2. QPI Turbo HT 22C/44T (145W) Max Mem 2400MHz, 18 Core 1
Additional Processor: Intel Xeon E5-2699 v4 2.2GHz 55M Cache
3. 9.60GT/s QPI Turbo HT 22C/44T (145W) Max Mem 2400MHz, 1
18 Core
4. Processor Thermal Configuration: 2 CPU Standard 1
5. Memory Configuration Type: Performance Optimized 1
6. Memory DIMM Type and Speed: 2400MT/s RDIMMs 1

7. Memory Capacity: 32GB RDIMM, 2400MT/s, Dual Rank, x4 Data 4


Width
Operating System: Windows Server 2012, Standard Edition, Factory
8. Installed, No Media, 2 Socket, 2 VMs 1
9. Database Software: Microsoft SQL Server 2014 STD, 5 User CALs 1
OS Media Kits: Windows Server 2008 R2 SP1, Enterprise Edition,
10. Downgrade Media for WS2012, English 1
RAID Configuration: C6 - RAID 10 for H330/H730/H730P (4-24
11. HDDs or SSDs in pairs) 1
12. RAID Controller: PERC H730P RAID Controller, 2GB NV Cache 1
127
# Existing GIS Server Specification Quantity
Hard Drives: 1.8TB 10K RPM SAS 12Gbps 512e 2.5in Hot-plug Hard
13. Drive 8
Hard Drives (PCIe SSD/Flex Bay): 200GB Solid State Drive SATA
14. Mix Use MLC 6Gbps 512n 2.5in Flex Bay Drive 2
15. Power Management BIOS Settings: Performance BIOS Setting 1
16. Advanced System Configurations: UEFI BIOS Setting 1
Power Supply: Dual, Hot-plug, Redundant Power Supply (1+1),
17. 750W 1
18. Power Cords: Rack Power Cord 2M (C13/C14 10A) 2
19. PCIe Riser: Risers with up to 4, x8 PCIe Slots + 2, x16 PCIe Slots 1
20. TPM Module: PowerEdge Server FIPS TPM 2.0 1
21. Embedded Systems Management: Server Management System 1
Network Daughter Card: QLogic 57800 2x10Gb BT + 2x1Gb BT
22. Network Daughter Card 1
23. Bezel: Quick Sync Bezel 1
24. Rack Rails: ReadyRails™ Sliding Rails With Cable Management Arm 1
25. Server Accessories: 8X DVD-ROM, USB, External 1
Additional Shipping Box Labels: Order Configuration Shipbox
26. Label (PO Number, Ship Date, Model, Processor Speed, HDD 1
Size, RAM)
Service: 3Yr Basic Warranty - Next Business Day - Minimum
27. Warranty 1
Extended Service: 3Yr Pro Support Plus and 4hr Mission
28. Critical 1

128
2 Scope of work
The proposed GIS Enabled ERP solution implementation and post-implementation support at
PCMC is a comprehensive solution for modernization of the corporation and envisages end-to-
end computerization of the corporation functioning. It is envisaged to undertake Enterprise Wide
Resource Planning approach, enabling PCMC to use various spatial and geo spatial data in most
optimal way and provide services to citizens in efficient and effective manner.

The Scope of Work can be primarily divided into four main components:
1. Development and implementation of Web GIS enabled platform and applications
2. Development and implementation of ERP solution and other citizen centric, expenditure
and revenue based applications
3. Development and implementation of work flow management system
4. Integration, Operation and Maintenance of the above mentioned GIS enabled ERP system
with work flow management for 5 years after Go-Live

The key features of the scope under each of these components is as under:
1. Development and implementation of Web GIS enabled platform and applications
a) Procurement of Satellite imagery
b) Preparation of Base map to create foundation for GIS.
c) Survey to be carried out to obtain information related to land use, land cover,
deviations of properties, PCMC assets, road features etc. for updating
attributes of GIS objects
2. Development and implementation of ERP solution and other citizen centric, expenditure
and revenue based applications
a) Implementation of various core ERP Modules (Only COTS ERP from OEM
products)
b) Implementation of various non-core ERP Modules including expenditure
applications (Can be Bespoke or COTS products)
c) Implementation of various citizen centric modules (Can be Bespoke or COTS
products)
d) Implementation of various revenue based applications (Can be Bespoke or
COTS products)
3. Development and implementation of work flow management system
a) Development of applications/software to be implemented by PCMC for
various services and integration with the new ERP platform
4. Integration, Operation and Maintenance of the above mentioned GIS enabled ERP system
with work flow management for 5 years
a) Migration of all data from identified existing IT applications

129
b) Integration of Online Establishment Licensing, Municipal Service Level
Benchmarking and Unique Smart Addressing System and other applications as
per the list (refer section 2.13) with the GIS enabled ERP platform
c) Deployment and supervision of personnel required for the maintenance of the
project
d) Capacity building and training of selected municipal officials
Definition:
COTS ERP:
COTS ERP is defined as the Commercial off the- shelf or commercially available off-the-shelf (COTS)
packaged Enterprise Resource Planning (ERP) software where OEM holds the intellectual property
rights for the same. The following are the eligibility criteria that needs to be satisfied by COTS ERP:
1. COTS software should have been implemented in government and public sector agency
within India & must have gone live for more than five years.
2. COTS software should be enterprise wide integrated application
3. COTS software should support localization features for India taxes and provides the legal
changes for these taxes as a support package from time to time
4. The proposed COTS OEM should have support centers across the globe, including support
centers in India
5. The proposed COTS OEM should offer 24X7 support
6. The proposed COTS OEM should have at least five partners who can implement the proposed
product.
7. The proposed COTS OEM should have development center in India.

Other Commercial off the Shelf Products (GIS, Work Flow and Document Management, BI etc.):
The solution should be available Commercially Off-The-Shelf (COTS). The software/application should
be readily deployable with or without configuration to suit the customer’s specific process
requirements and does not involve developing the whole application from scratch. COTS software
shall be implementable or deployable and maintainable by any other competent agency other than
the manufacturer/ OEM or agency which has developed the COTS software.

Note: The SI and OEM shall ensure that the proposed solution (ERP, GIS and WFM+DMS products of
OEM) should have been successfully implemented in at least 2 organizations in last 5 years in
India/Globally. SI and OEM shall substantiate such claims by submitting relevant proofs. SI and OEM
shall note that the untested products/ IT applications or application which need to be built from
scratch will not be accepted.

2.1 Compliance to eGov Standards


2.1.1 Single Sign On

The application should enable single-sign-on so that any user once authenticated and authorized
by system is not required to be re-authorized for completing any of the services in the same
session. For employees of the department concerned, the browser based application accessed
on the intranet, through single-sign-on mechanism, will provide access to all the services of the

130
departments concerned (based on their roles and responsibilities), Help module, basic and
advanced reporting etc. Similarly, for external users (citizens, etc), based on their profile and
registration, the system shall enable single sign on facility to apply for various services, make
payments, submit queries /complaints and check status of their applications.
2.1.2 Support for PKI based Authentication and Authorization

The solution shall support PKI based Authentication and Authorization, in accordance with IT Act
2000,using the Digital Certificates issued by the Certifying Authorities (CA). In particular, 3 factor
authentication (login id & password, biometric and digital signature) shall be implemented by the
selected Bidder for officials/employees involved in processing citizen services as per the
Functional requirement specification of the services.

2.1.3 Interoperability Standards

Keeping in view the evolving needs of interoperability, especially the possibility that the solution
shall become the focal point of delivery of services, and may also involve cross functionality with
the e-Government projects of other departments / businesses in future. The SI shall ensure that
the application developed is easily integrated with the existing applications.

2.1.4 Scalability

One of the fundamental requirements of the proposed application is its scalability. The
architecture should be proven to be scalable (cater to increasing load of internal and external
users and their transactions) and capable of delivering high performance for at least five years
from the date of deployment. In this context, it is required that the application and deployment
architecture should provide for Scale-Up and Scale out on the Application and Web Servers,
Database Servers and all other solution components. For pilot states, the scalability is very
important and this aspect should be thoroughly tested before state wide roll out.
2.1.5 Security
The systems implemented for project should be highly secure, considering that it is intended to
handle sensitive data relating to the citizens of the PCMC. The overarching security
considerations are described below.
1. The security services used to protect the solution shall include:
Identification, Authentication, Access Control, Administration and Audit and support for
industry standard protocols.
2. The solution shall support advanced user authentication mechanisms including digital
certificates and biometric authentication.
3. Security design should provide for a well-designed identity management system, security
of physical and digital assets, data and network security, backup and recovery and disaster
recovery system.
4. The solution should provide for maintaining an audit trail of all the transactions and
should also ensure the non-repudiation of audit trail without impacting the overall
performance of the system.

131
5. The overarching requirement is the need to comply with ISO 27001 standards of security.

2.1.5.1 List of Information security requirements


S.No. Security Areas Specification
1. Physical Security • Client premises, should
s be physically
secured by the SI.
2. Network Security • Appropriate firewalls, IPS, SSL devices etc.
should be used to ensure Network security
• The solution should support SSL encryption
mechanism for transferring data across
network and between client and server
3. System Security • Adequate access control procedures should
be defined to secure the entire IT system,
physically and logically.
• The access controls procedures should
cover all stages in the life-cycle of user
access, from the initial registration of new
users to the final de- registration of users
who no longer require access to information
systems and services.
• The system should have 2 factor
authentication mechanism either through
One Time Password (OTP) or soft tokens
based technologies for access control and
user authentication.
4. Application Security • The solution should have
appropriate authentication mechanisms
• Application user authentication
& authorization related transactions should
be encrypted.
• Operating system should be hardened on
which the application is installed.
• A web application firewall shall be deployed
to secure the web-layer.
5. Audit Trails & Logs • Event logging should create an accurate
record of user activity such as which users
accessed which system, and for how long.
• The solution should log all types of events
especially those related to security

132
S.No. Security Areas Specification
6. Data Protection • The solution shoulds support SSL encryption
mechanism for transferring data across
network. Provision should be made to
ensure that data in any form should not be
copied on to any external media without
authorization.
• The data transferred across network should
be encrypted using Public Key (PKI)
Infrastructure.
• Complete end point data protection should
be provided at client site such that any type
of data pilferage using unauthorized
copying, storing and emailing could be
prohibited.
• Access to all system resources including
data files, devices, processes and audit files
should be provided to the intended users
only.
• All mobile applications should be designed
and developed in a way that it ensures
security of the application and data on the
device.
• Ensure to protect documents by assigning
security parameters and criteria in order to
provide more effective protection for an
electronic document in order to maintain
Confidentiality, Authorization,
Accountability, Integrity, Authenticity and
Non-repudiation.
7. Session Management • The system should limit to only one session
per user or process ID.
• The system should put a limit on the
maximum time length of an idle session,
which should ensure that automatic session
termination takes place after expiry of the
specific time length.
• Mandatory password change after
predefined time period

133
S.No. Security Areas Specification
8. Data WareHouse Security • Users must not shave access to the data
warehouse prompt of the application.
Access to the data warehouse prompt must
be restricted only to the database
administrator.
• “Super user” rights for the data warehouse
must only be given to the administrator and
activities of these accounts must be
properly logged.
9. Application Deployment • All unused ports should be blocked at server
machines.
• The application server should be segregated
from internet zone through firewall or other
filtering mechanism.
10. Information Security • The employees working on the project
Governance should be made aware of his or her
responsibilities with respect to Information
Privacy and Information Security.
• Employees working on the project shall
undergo security awareness training during
training.
11. Compliance to Security • Software/Hardware system should be
Standards in compliance with <ISO/IEC 27001:2015>.
12. Security Information and Event • SI should install SIEM for Real-time analysis
Management System (SIEM) of security alerts generated by applications
and infrastructure.

13. Database Activity Monitoring • SI should install DAM to monitor all


(DAM) database

2.2 Application Architecture


It has been proposed that the applications designed and developed for the departments
concerned must follow some best practice and industry standards. In order to achieve the high
level of stability and robustness of the application, the system development life cycle must be
carried out using the industry standard best practices and adopting the security constraints for
access and control rights. The various modules / application should have a common Exception
Manager to handle any kind of exception arising due to internal/external factors.

134
Similarly the modules of the application are to be supported by the Session and Transaction
Manager for the completeness of the request and response of the client request. The system
should have a module exclusively to record the activities/ create the log of activities happening
within the system / application to avoid any kind of irregularities within the system by any User
/ Application.
2.2.1 High Level Design (HLD)
Once the SRS are approved, the SI shall complete the High Level Designing and all HLD documents
of all the functionalities, integration with existing application and external application. The SI
shall prepare the HLD and have it reviewed and approved by PCMC. Following diagram provides
the indicative High Level Design

Security Layer

Data Layer
Service
Delivery/
Enterprise Service Bus

Presentation

Business Application

Enterprise Application

Tools and
Technologies
Common Functionality

External Applications

2.2.2 Detailed Design/ Low Level Design (LLD)


The LLD shall interpret the approved HLD to help application development and shall include
detailed service descriptions and specifications, application logic (including “pseudo code”) and
UI design (screen design and navigation). The preparation of test cases will also be completed

135
during this stage. The SI shall prepare the HLD and have it reviewed and approved by PCMC.
Following diagram provides the indicative Low Level Design

136
System Landscape
Refer page No-338

137
2.3 Brief scope of tasks
# Category Description

• Prepare a project-plan with detailed activity schedule and a


1. Plans and
time-bound action plan for the implementation of the
Schedules
integrated system and associated software
• The SI shall study the existing functionalities of all the business
processes in detail and submit the document detailing the
functionalities, problem areas and expectations of the PCMC
• Identify the customization/parameterization/workarounds to
Business be done in the GIS Enabled ERP solution
2. Process & • Identify the process/procedure that needs to be
Analysis modified/introduced to meet the needs of the proposed
system
• SI should also submit the plan for the satellite image
procurement and base map creation
• SI should also submit the plan for various surveys
• Implement the system
• Configuration of the proposed solution to meet the process
requirements
Supply,
• As required by PCMC, the SI shall integrated the stand-alone
3. Configuration
applications during this stage itself
and
• Design and prepare test data, quality control, and trial run and
Installation of
arrange acceptance testing of all modules, including a full load
the Software
and stress test
• Testing of the configured solution
• Identification of data migration requirements
4. Data
• Collection and migration of user and master data from legacy
Migration
and manual systems
Change • Training for all stakeholders of PCMC including core team, end
Management users, etc.
5.
and Training • Documentation, training, simulation. Conduct onsite workshops for
process stakeholders and highlight the benefits of this new
environment.
• Go-Live of all modules of the solution as envisaged with real-time
Go-Live and data at all locations
6. Stabilization • Stabilization of the system after Go-Live
• ISO 27001 certification
• Backup solution
Post
7. Implementati • Annual technical and maintenance support for 5 years
• O&M support for various surveys
on Support

138
2.4 Requirements for Envisaged Solution
The System Integrator shall configure and deploy the application for delivering all the services
and management functions of Pimpri Chinchwad Municipal Corporation as identified above and
detailed in the RFP. This system shall be a homogeneous, integrated Enterprise Wide Software
solution, comprising of COTS solution or custom (BESPOKE) solution or both, as required
minimally in order to achieve functional requirements.

The SI would be required to implement all the functional requirements specified. ERP is a
terminology used to specify that the requirements have to be implemented through use of
system of integrated applications, to effectively manage complete operations by use of resources
(spatial data, geo spatial data, various modules, manpower) in most optimal manner. Hence, for
the purpose of simplicity, entire solution for PCMC is being referred as “GIS Enabled ERP
Solution”.

The System Integrator is expected to have back to back support arrangements with OEM in case
of COTS Solution or own support in case of BESPOKE solution to provide technical support, as
well as IT Infrastructure components (Servers, Storage, Networking etc. provided by SI as a part
of solution). In case of COTS solution, the format of the certification (MAF) to be submitted by
OEM (in the technical envelope) as per Annexure 8.11 of Volume-1

Below are few key elements of the application:


1. The complete system shall be hosted at the Data Centre of Pimpri Chinchwad Municipal
Corporation, whereas servers will be provided to the bidder
2. In future, the system shall be able to integrate with Command and Control Software
Solution, Water SCADA System Automatic Building Plan and Drawing Approval System,
Grievance Redressal, SARATHI App, Payment Gateway, e-classroom etc.
3. The system must support integration with Biometrics like Fingerprint, Face and Retina (for
Attendance of Employees and Verification of Pensioners)
4. The application must support Digital Certificates and Digital Signing of Documents.

2.5 Detailed scope of work


The following sections detail out the scope of work to be performed by the selected vendor. It
may be noted that while this RFP has attempted to provide extensive guidelines, it shall be the
responsibility of the selected vendor to provide for any additional software, hardware, human
resources or processes that may be required to extend the agreed upon services as per the
service level agreement between both parties. In case of a consortium being selected, the
following items of the scope of work have to be performed by team of the particular Consortium
Member whose projects are being considered in Pre-Qualification and Technical-Qualification
criteria

139
a. Business Process Reengineering
b. System requirement study
c. Design of System
d. Development of System
e. Implementation of System
f. Support for O&M

Above arrangement would also form part of consortium agreement.


2.5.1 Project Planning and Monitoring

Within 21 calendar days of the effective date of the contract, selected vendor will be required to:
1. Finalize the project charter in order to determine and agree on the project expectations,
ground rules, work plan, communication matrix, timelines, quality plan, configuration
management plan etc.
2. Selected vendor’s project manager should prepare a detailed project plan (as part of the
project charter) clearly specifying the tasks, the dependency among the tasks, the
duration to perform the tasks, the resources allocated to perform the tasks, the scheduled
start and finish dates for the task. This project plan should also clearly mention the various
project milestones and project deliverable schedules. The project manager should also
prepare a detailed register of project related risks with details such as probability of
occurrence of the risk factor, severity of the risk factor, risk rating, risk mitigation plan,
etc.
3. The detailed project plan should be internally reviewed for completeness and correctness
by selected vendor and subsequently delivered to PCMC/PCSCL for its review and
acceptance. The mutually agreed project plan will form the basis for regular project
monitoring.
4. Selected vendor should revise the project plan to incorporate changes due to
requirement changes, delay in approvals, etc., if any, and submit the revised project plan
to PCMC/PCSCL
5. Selected vendor should hold fortnightly review meetings with PCMC/PCSCL providing
detailed report on the progress of the project (Project Progress Report) clearly
highlighting the activities completed in the reporting period, activities planned for the
next reporting period, deviations from the planned dates, issues/concerns affecting the
project progress, impact on the overall project timelines, project related risks with their
mitigation plans.
6. Selected vendor should monitor the quality of the solution being developed in line with
the project quality plan. Selected vendor’s project manager should periodically review the
performance of the project against defined quality goals and take necessary actions for
any deviations.

140
2.5.2 System Requirement and Design Study
1. The selected vendor shall perform the detailed assessment of the functional
requirements for the services described in the RFP.
2. The selected vendor will refer Maharashtra Municipal Corporations Act, National
Municipal Accounting Manual, PCMC Resolutions and Orders, Government Resolutions
etc.
3. Selected vendor should understand the processes and other related documents and seek
clarifications from PCMC/PCSCL, if any.
4. Selected vendor shall interact with PCMC/PCSCL to gather requirements. It is expected
that selected vendor gathers requirements through structured questionnaires, focused
interviews with user groups.
5. On gathering the requirements, selected vendor shall analyze these requirements to
ensure the requirements are complete, accurate, consistent and unambiguous.
6. The selected vendor shall finalize the System Requirement Specifications (SRS) in
consultation with PCMC/PCSCL and its representatives based on process definitions &
Functional Requirement Specifications (FRS), Technical Requirements Specifications
provided therein, and also based on its own individual assessment, and/or in consultation
with PCMC/PCSCL and its representatives.
7. SRS shall contain the objectives and scope of the system, overview, various levels of
business requirements, architectural requirements, usability requirements, reliability
requirements, design constraints, sizing considerations, applicable standards, Reports
and templates, interfaces etc. User Role wise mapping to the various business functions
with details regarding their access rights (insert/update/delete/view etc.) shall also be
included in this document. Acceptance Criteria shall also be included explicitly promoting
clear understanding with the end user about what the end user considers acceptable for
the proposed solution.
8. The selected vendor as part of development of SRS shall develop a system prototype to
capture and demonstrate the end user requirements in the form of screens and outputs.
The prototype shall be enhanced continuously during the development of SRS.
9. The SRS shall be prepared by the selected vendor and a formal sign-off obtained from
PCMC/PCSCL before proceeding with the development/customization/installation of the
application.
10. Selected vendor is also expected to visit the different ward locations to understand the
requirements of users at those locations.

141
2.5.3 Design
1. The selected vendor shall design the integrated solution architecture and specifications
for meeting the SRS finalized by the selected vendor and approved by PCMC/PCSCL. The
solution designed should have seamless integration of all the components comprising the
integrated solution being designed, including some of the existing applications. The
solution design shall include, but shall not be limited to, the design of the application
architecture, user interface, database structures, security architecture, IT Infrastructure
sizing, Storage Architecture, network architecture etc. The principles of Enterprise
Architecture shall be followed while designing the systems.
2. The selected vendor is required to submit network bandwidth requirement for each of
the office locations, as well as bandwidth required on per-user bases.
3. The IT Infrastructure design proposed and implemented must ensure that there is no
Single-point-of-Failure.
4. The selected vendor is expected to implement the GIS Enabled ERP system and customize
based on the requirement gathering and mutual discussion with PCMC/PCSCL. The
selected vendor is required to meet all the requirements of this RFP including the
activities listed, timelines and deliverables mentioned in this RFP, functional,
performance, service level related and any other requirements stated this RFP.
5. The selected vendor should submit the solution design document to PCMC/PCSCL and
should obtain the sign off on the design document before commencing the development
/customization/installation of the solution. However, selected vendor shall be
responsible for ensuring the compliance of the end product to the requirements specified
by PCMC/PCSCL in this RFP.
6. Selected vendor should document the high level design consisting of project standards,
the functional design and the database design, logical and process view of the proposed
system, deployment design, coding standards, architectural requirements such as
number of users and load, size and performance, backup and archival policy, etc.
2.5.4 Implementation and Customization of GIS and ERP Product
1. Based on the identified functional requirements and processes, the selected vendor will
undertake the system configuration and customization.
2. PCMC/PCSCL intends to adopt the leading practices available in the offered solution.
Selected vendor is required to undertake customization that may be needed in line with
the changed, improved or specific business processes requirement prepared during
requirement gathering/study phase of the project.
3. Selected vendor shall make the required system design modifications and implement the
changes in order to achieve the desired functionality. However the same must be tested,
accepted and approved by the PCMC/PCSCL users.

142
4. After completion of configuration/customization to the product, selected vendor along
with PCMC/PCSCL will evaluate the overall configuration and customization. If the need
arises and the result is not up to the expectations of PCMC/PCSCL management, further
reconfiguration will be done by the System Integrator in order to close any gap left in
meeting the desired objective. Finally approved/accepted solution will be delivered as
“System Configuration” document and the same should be implemented at locations that
are identified within the scope of this project.
2.5.5 Testing
1. The selected vendor shall design the Testing strategy including traceability matrix, test
cases and conduct testing of various components of the software developed/customized
for the project.
2. The software testing shall include Unit Testing, System Testing, Performance Testing,
Integration Testing, etc.
3. The selected vendor shall submit to PCMC/PCSCL the testing approach and plan and make
necessary amendments, if requested by PCMC/PCSCL. The selected vendor shall perform
the testing of the solution based on the above test plan, document the results and shall
fix the bugs found during the testing.
4. Though PCMC/PCSCL is required to review the test plan, it is the ultimate responsibility
of selected vendor to ensure that the end product delivered by the selected vendor meets
all the requirements (including functional and technical requirements) of the project as
specified in the RFP.
5. The basic responsibility of testing the system lies with the selected vendor.
6. The selected vendor shall after development and customization/configuration of the
integrated solution, conduct tests to demonstrate that the system meets all the
requirements (functional and technical) specifications as brought out in this RFP.
7. System Testing: On the basis of these tests, a report would be submitted by the selected
vendor for review and approval by PCMC/PCSCL. The test results and response times
should be demonstrated by the selected vendor during the testing phases (System,
Integration and Stress & Load Testing) at various locations and
environment/infrastructure as mutually agreed upon by PCMC/PCSCL and the selected
vendor.
8. Integrating Testing: Integration testing shall be carried out by the selected vendor to
ensure cross function modules are integrated and transaction data is flowing across the
modules accurately. Selected vendor is required to plan and execute integration and
ensure satisfactory results are obtained.
9. Load and Stress Testing: Load, scalability and Stress Testing would be conducted prior to
‘Go-Live’, once the System Integration Testing of the configured and customized solution
has been conducted successfully. Selected vendor should use suitable simulation tools in

143
accordance with the agreed test procedures keeping in view PCMC’s projected future load
of transactional users as proposed by the selected vendor and agreed by PCMC/PCSCL.
10. Providing UAT Plan and Test Cases: Selected vendor must create UAT plans and use cases
and share with V PCMC/PCSCL.
2.5.6 Deployment of the Integrated Solution
The selected vendor shall deploy the application software and other software required for
successful implementation of integrated system at data center and data recovery center as
agreed with PCMC/PCSCL.

2.5.7 System Acceptance


1. The selected vendor shall develop acceptance test procedures and the same will need to
be approved by PCMC/PCSCL. The purpose of this acceptance is to ensure conformance
by the PCMC/PCSCL users to the required process operations, response time, and
integrity of the software after installation, and to eliminate any operational bugs. This will
include:
2. Fine tuning of the software, ensuring all required related component software are
installed and any debugging required.
3. At the satisfactory conclusion of these Acceptance Tests to the satisfaction of
PCMC/PCSCL, the commissioning/implementation of the software shall be considered to
be ready.
4. Selected vendor shall provide all the necessary support to the PCMC/PCSCL in conducting
the user acceptance testing.

2.5.8 Documentation
1. The selected vendor shall prepare/update the documents including that of FRS, SRS,
Detailed Design, Test Cases & Results, User Manuals, Operations Manual, Maintenance
Manual, Administrator Manual, Security Policy, Licensing etc. as per notified standards.
The selected vendor shall obtain the sign-off from PCMC/PCSCL for all the documents
submitted for this Project and shall make necessary changes as recommended by
PCMC/PCSCL before submitting the final version of the documents.
2. Key documents required, are:
• Configuration documentation: consisting of system setting and parameters for
each function modules.
• User manual including system instruction and use cases, running of a program to
perform specific task in the system with sample reports, screen formats etc.
• Program flow and description.
• Any other documentation required for usage of implemented solution at each
location.
• System operational procedure manuals.

144
• On-line help
• The selected vendor shall provide minimum three hard copies and two soft copies
on (two different CDs) of the above mentioned manuals.
3. All administrative passwords related to entire software stack including but not limited to
operating system, RDBS, middleware(s), ERP software, etc. should be properly
documented and handed over to Department of IT, PCMC or the nominated authority on
continuous basis. The ownership of all passwords, hardware base locking system (if any
developed by the bidder), and keys will be solemnly of PCMC/PCSCL. The bidder will not
have any right, in any form, on it.
4. Selected vendor shall prepare and submit all the documentation before provisional ‘Go-
Live’ and also ensure that a periodic revision of the documents to reflect any changes in
the system and/or processes are also done and submitted to PCMC/PCSCL.
5. Selected vendor need to design user manuals (documents/flash video/video) etc.
covering end-to-end transactions relevant to the PCMC/PCSCL for various modules
implemented to assist users in English and Marathi.
6. Whenever changes are suggested by PCSCL/PCMC in functionalities of any IT application,
the changes need to be documented properly. The record of such changes should be
maintained by SI and copies of such documents should be submitted to PCSCL/PCMC in
hard copy and soft copy as well.
2.5.9 Ownership and Licenses
The ownership of all software developed/customized/configured/procured and related
documentation for the project would always lie with the PCMC/PCSCL. All licenses procured
related to project have to be in the name of PCMC/PCSCL. All the licenses should be
perpetual. After the completion of O&M phase, PCMC/PCSCL doesn’t have to procure any
licenses to run the system effectively. All members of SI will unconditionally hand over all the
licenses, hardware, software, mobile applications etc. required to run this project to
PCSCL/PCMC
2.5.10 Intellectual Property Rights
1. PCMC/PCSCL shall own and have a right in perpetuity to use all newly created Intellectual
Property Rights which have been developed solely during execution of this Contract,
including but not limited to all processes, products, customizations, specifications,
reports, drawings and other documents which have been newly created and developed
by the SI solely during the performance of services and for the purposes of inter-alia use
or sub-license of such services under this Contract. All documentation and configuration
items such as scripts, code, queries etc. developed by the SI shall be property of
PCMC/PCSCL. The SI should create a repository of such resources and provide access to
the PCMC/PCSCL. The SI undertakes to disclose all such Intellectual Property Rights arising
in performance of the services to the PCMC/PCSCL and execute all such agreements/

145
documents and file all relevant applications, effect transfers and obtain all permits and
approvals that may be necessary in this regard to effectively transfer and conserve the
Intellectual Property Rights of the PCMC/PCSCL.
2. If PCMC/PCSCL desires, the SI shall be obliged to ensure that all approvals, registrations,
licenses, permits and rights etc., which are inter-alia necessary for use of the goods
supplied/installed by the SI, is acquired in the name of PCMC/PCSCL, prior to termination
of this Contract and which may be assigned by the PCMC/PCSCL to the SI for the purpose
of execution of any of its obligations under the terms of the Bid, Tender or this Contract.
However, subsequent to the term of this Contract, such approvals, registrations, licenses,
permits and rights etc. shall endure to the exclusive benefit of the PCMC/PCSCL.
3. The selected vendor’s team shall ensure that while it uses any software, hardware,
processes, document or material in the course of performing the services, it does not
infringe the Intellectual Property Rights of any person and the selected vendor shall keep
the PCMC/PCSCL indemnified against all costs, expenses and liabilities howsoever, arising
out of any illegal or unauthorized use (piracy) or in connection with any claim or
proceedings relating to any breach or violation of any permission/license terms or
infringement of any Intellectual Property Rights by the selected vendor’s Team during the
course of performance of the services. In case of any infringement by the selected
vendor’s team, the selected vendor shall have sole control of the defense and all related
settlement negotiations.
2.5.11 Integration of Applications/Software/Modules Envisaged by PCMC/PCSCL
1. The selected vendor is expected to propose a new solution in line with the functional
requirements as specified in this document. But, there are certain Applications/modules;
(independently developed by other developers) which will have to be integrated with the
proposed solution to be developed by the selected vendor. Basic details of the existing
applications are provided in section 2.13. Selected vendor may officially request
PCMC/PCSCL officials to inquire any further details about the existing applications.
2. The selected vendor is required to study the requirement of the modules and propose an
approach on the type and level of integration of the existing module with the proposed
solution. All the efforts required for integration of existing modules with the proposed
solution will have to be taken in to consideration by the selected vendor during the effort
calculation and the same will have to be part of the commercial bid submitted by the
selected vendor.
3. PCMC/PCSCL will not allow any deviation in this regards in the Commercial Bid submitted
by the selected vendor and any such request by the selected vendor will eventually lead
to its disqualification.

146
4. Some of illustrative interaction diagrams are provided. However final to be processes will
be discussed in detail during implementation phase which vendor has to get approved
from PCMC/PCSCL.
2.5.11.1 Illustrative process for obtaining Sky Sign license

Refer Page No-334

147
2.5.11.2 Illustrative process for obtaining New Water Connection

Refer Page No- 335 and 336

148
2.5.11.3 Illustrative process for Monitoring construction of new roads

Refer page No-337

149
2.6 Scope for Business Process Re-engineering (BPR)

The PCSCL wishes to embark upon a process reengineering for PCMC, which will streamline the
business processes and ensure consistent and speedy citizen services. The Scope of the System
Integrator under Business Process Re-engineering would include, but not limited to:
1. To study the current processes of PCMC for all departments and offices
2. To devise changes in processes like Administration, Accounting, Asset Management,
Project management etc.
3. To devise strategies for enhanced citizen services and citizen experience.
4. Review of role of each operating unit to arrive at an optimum balance between services
and operations activities.
5. Increasing Digital Transactions. Strategies for optimum utilization of self-service kiosks.
6. Strategies for improving digital work flow. Review and redesign work flows and document
flows at all offices. Digital/ Automated generation of Reports.
7. Build a robust tracking and monitoring mechanism of all transactions including complaint,
applications, grievances etc.
8. Define Service Levels for all activities
The scope of BPR is limited to the activities getting covered under this project.

2.7 Scope for GIS


2.7.1 Geospatial Database Management
1) The Successful Bidder shall propose and develop a comprehensive GIS data model and
normalize it as per the proposed system requirements.
2) The Successful Bidder shall be responsible to design a detailed structured questionnaire
to capture required attributes / data. Based on the approval received from PCMC/PCSCL,
the Successful Bidder shall initiate the data creation/ update process.
3) The Successful Bidder shall suggest on ways to improve PCMC/PCSCL operations to
populate the GIS data base easier and more accurate.
4) The new GIS data model should be designed considering the requirements of entire
organization to support database and application integration with Building Plan Approval
System, Solid Waste Management System & Vehicle tracking System, SCADA, Tree Census
etc. The integrated modules should seamlessly update the GIS Database in real time and
vice-versa.
2.7.2 Preparation of GIS Base Map (2D and 3D)
The selected bidder is expected to provide technical and management support during the
planning, design and implementation phases of GIS base map preparation activity as described
below but not limited to, for satisfactory performance of the services within the Contractual
framework. Create 2D and 3D [Digital Elevation Model (DEM), Digital Terrain Model (DTM) with

150
city profile] GIS based map of the city from High resolution Satellite Image and typical GIS survey
Methodology and integrate that with the various ERP modules.

One of the objectives of the project is to develop a detailed a large scale (1:2000) GIS Base map
for the Pimpri Chinchwad Municipal Corporation that is interpretation and digitization of all
physical features from high resolution geo-referenced satellite imagery. The digitization process
shall include vectorisation, symbolization, layering, edge matching, topological integrity. The
preliminary interpreted map should be ground verified and the final map is to be prepared by
incorporating the ground truth data.

2.7.3 Procurement of Satellite Imagery:


During first year of implementation, PCMC/PCSCL will provide satellite image to the successful
bidder, however, the SI has to geo-reference the images as per the criteria mentioned in section
2.7.4 and 2.7.5. The Successful Bidder shall provide technical support to PCMC/PCSCL in
subsequent Procurement and Processing of the latest high resolution images for PCMC/PCSCL as
per the configuration suitable for PCMC’s/PCSCL’s use. The latest available image should be
procured after every 6 Months (i.e. twice in a year) and the cost should be borne by SI. The image
should be latest cloud free ortho rectified stereo pre-processed with resolution (suitable for
PCMC’s/PCSCL’s use) on WGS-1984 UTM projection with Multispectral Band, PAN Sharpened.
(The current of area of PCMC is approx. 184 sq.km. which may increase to 250 sq.km in coming
future.)

2.7.4 DGPS Survey & Geo Referencing


Geo-referencing of satellite imagery using sufficient number of Ground Control Points (GCPs)
collected through Differential Global Positioning System (DGPS) survey; Geo Referencing and
Geo-coding of data should be on WGS-84 with projection on UTM. GCPs should be selected at
well-defined sharp points both on the ground and on imagery. The Successful Bidder/SI Should is
responsible to conduct DGPS Survey when required for Image Geo Referencing within Project
2.7.5 Ground Control Points (GCPs) Standards
I. Survey method used for GCPs should be Differential GPS Survey (DGPS)
II. At least one GCP for every 1 sq. km (evenly distributed over the PCMC area)
III. GCP available should be overlap of images.
IV. GCPs must be clearly visible
V. The position of GCPs should be on the non-variable features.
VI. Base point should be captured for at least 8 hours while other DGPS points should be
captured for the duration of at least 2 hours.
2.7.6 Digitization and Map Preparation
a) The Successful Bidder/SI shall Design of proper grid and projection (UTM-WGS 84) for the
PCMC limit. The Successful Bidder/SI shall prepare a Grid of 1Km x 1Km for positioning
Pimpri Chinchwad Municipal Corporation with respect to its Geographic Location. These

151
grids then further shall be divided into 250m x 250m scenes for future usage like Map
Book creations, Smart Asset ID creation etc. and future analysis. All the grids and scenes
shall have unique IDs.
b) The Bidder/SI shall prepare an up-to-date large-scale base map (Scale 1:2000) of entire
PCMC using high resolution satellite imageries. The Bidder/SI shall then prepare a new
GIS Database as unified Geo-spatial Data with infrastructure details.
c) The Successful Bidder /SI shall conceptualize, design and develop Standardized PCMC
Data Model based on national and global standards for storing the spatial & non-spatial
data. The Successful Bidder/SI shall modify the data model and update the same with the
help of detailed round of discussion with each concerned department officials.
• Standardization of Regional Coordinate System and Datum
• Should support horizontal and vertical projections
• Designed Data Model should be based on global best practices where all different
types of Spatial & Non-Spatial Feature Datasets & layers, Annotations,
Relationships, Rules, Cartography etc. can to be organized.
• Data Model should provide expandable schema to integrate available MIS
parameters from various data sources like Civil Department, Education, Health,
Water Supply, Drainage & Sewerage etc.
• Designed Data Model should promote Standardization of Cartography and should
provide provision to store Rules, Relationships, and Tables etc.
• Data Model should support and store different types of data formats like Vectors,
Rasters, Time Series, Static documents and dynamic datasets.
d) The Successful Bidder/SI shall use proper tools to create the data model. The final data
model shall be approved by the PCSCL and before proceeding further the data model
needs to be finalized.
e) All features like Buildings, Roads, Road Centerline, Bridges, Culvert, Tunnel, Flyovers,
foot Bridge, Railway, Parks, Gardens, Divider, Sports, Traffic Squares, Water body (River,
Lake, Pond, Drainage, Canal etc.), Land use, etc. should be extracted from imagery
through on screen / Heads on digitization technique. All the above digitized features is to
be preparation and updation of base map through field survey. Preparation of field survey
form for each of the layers to be generated as defined in the annexure I.
f) All features should be collected along with the necessary attributes. In the case of
digitization, the data is checked for dimensional accuracy, completeness, displacement,
edge matching, symbology, and layering.
g) The Successful Bidder/SI shall while doing the digitization, a special care of data
Correctness to be taken like undershoots/overshoots; dangling vertices shall get removed
in the process.

152
h) Once the data model is finalized, the Successful Bidder/SI shall give the details of the data
model diagram (Entity-Relationship Diagram) to PCSCL for future references or for any
modifications in future
i) The Successful Bidder/SI shall take care of the changes in the Data Model as per the
requirements from the PCSCL/PCMC and shall maintain the changes history for the entire
period, the Successful Bidder/SI is working with PCSCL under the contract.
j) The Successful Bidder/SI shall then prepare a new database using the existing Database
available with the departments, as unified Geo-spatial Data with infrastructure details.
k) The Successful Bidder shall be responsible for collecting required data from the respective
departments and authorities. PCMC shall provide administrative support as and when
required.
l) The Successful Bidder shall perform all related tasks to make sure that legacy data is
successfully migrated to standardized data models. The successful bidder must perform
the analysis of the data that needs to be converted / migrated, prepare and submit a plan
for the conversion/migration, and also deliver utilities and programs to achieve the
conversion/migration. These tasks shall include;
i. Data scrubbing: Flag & notify PCMC of any errors detected in legacy data, assist with
corrective actions as required, add any necessary information in the attribute fields
not found in legacy data
ii. Data conversion: Convert data to the standard format to be used in the new data
model
iii. Data migration: Migrate data to the new data model
iv. Data operability: Ensure migrated data is bug free and fully operable
v. Meta data: Assist PCMC with formulating a comprehensive and consistent metadata
standard which complies with industry standards. Most features do not have existing
metadata. Identify and flag gaps and inconsistencies within metadata and assist the
PCMC with completing the data.
m) The Successful Bidder/SI shall also integrate information of utilities features such as street
lighting, water supply line, sewerage network, wastewater, telecom, electricity, gas and
storm water drain as layers with base map based on availability of data with the
concerned departments.
n) The Successful Bidder/SI shall also be responsible to integrate all details of town planning
schemes in terms of spatial data viz. Survey Map, Original Plot, Final Plot, etc. and non-
spatial data like F- form, B-form etc. with the proposed system based on availability of
data with the concerned departments.
o) The digital map data shall be GIS compatible. Each map object shall be defined uniquely
by its feature code and symbology (point, line, and polygon) and should be approved by
PCSCL/PCMC, concern department and the authorized agencies of PCMC/PCSCL.

153
p) The Successful Bidder/SI shall prepare a final base map incorporating the data collected,
processed and digitized. Hard copy base maps are to be prepared at 1:2000 as and when
required during the project
q) The Successful Bidder/SI should be responsible for updation of GIS Data and analysis as
per change detection technique within contract period. The change detection reports
should be sent to concerned departments.
r) The System Integrator will be responsible for continuous updation of base map during the
project.
s) The Successful Bidder/SI shall also be responsible to publish web map Using Scale Visibility
based on zoom level and tiled map technique with Proper Symbology.
2.7.7 Data Quality Assurance and Quality Checking
a. Process collected Data, undertake necessary Quality Assurance (QA) and Quality Checking
(QC) activities and remove errors
b. Prepare Comprehensive Database including spatial and associated attribute data and
based on geographic coverage, richness and accuracy
c. Post QA and QC, prepare and submit shape files and DWG of all created database
features.
d. Post QA and QC, handover the complete set of base map data in GIS Enterprise database
Format
e. The agency would be responsible for the quality digitization conferring to the best
standard prevailing in the industry, finalization of data layers and submission of digital
files to PCMC.
2.7.8 Outputs and Deliverables
The bidder should be responsible for all output and deliverables. It is very important to note
clearly and in detail the exact outputs required and what they should contain. The desired
outputs & deliverables are shown below.
• Satellite Data
1) Rectified and mosaiced & Tile wise satellite data along with GCP file.
2) Soft copies of images (mosaicked) in Geotiff and JPEG formats.
• DGPS Survey
1) The processed data of the DGPS survey with a photograph of each GCP with monument
2) A neat sketch of each DGPS point showing the location on A4 size drawing
3) Complete DGPS survey report
4) The Point Location should be shape file and drawing/CAD format.

• Base Map
1) Digital base map of all the layers with attributes, it should be compatible with GIS
software.
2) Digital data of base map in shape file and DXF/DWG file
3) GEO PDFs of the suitable scale base maps depicting all the layers

154
4) Bidder must submit all the reference data (Hardcopies) used during the base map

• Other Deliverables
1) Surveyed Data in a excel/spread sheet format
2) Any other files prepared for integration into GIS

2.7.9 Design, Develop and Implement GIS Portal


2.7.9.1 GIS Portal for Internal User
The successful bidder would require to design and customize the Geospatial mapping engine with
different functionalities that would be required by PCMC.
1. The Enterprise Web GIS application shall be accessed by PCMC staff within the PCMC
2. Layer and data security – Each PCMC user shall have a personal username and password
to control access to data and layers.
3. The Successful Bidder shall assess the integration requirements during the functionality
requirement study and design a scalable architecture to provide multiple user interfaces
(UI) for multiple instances or multiple users.
4. Recommend and implement a system for Global Unique Identifiers (GUID) for all spatial
features.
5. The applications designed on the map engine should be compatible and accessible from
any device, any operating system and any browser.
6. To enable interoperability MSI to ensure that the Map Engine is compatible to publish
OGC certified services.
7. It shall have User Management component for defining user roles to control the access
of tools and database as per PCMC’s requirement.
8. It shall have multi-lingual (including English & Marathi) interface
9. It shall have provision to generate custom reports. The total number of reports and types
shall be finalized during System Requirement study phase.
10. It shall have a provision to store audit trail of user activities performed on the application.
11. Shall be compatible for accessibility from any device (i.e. Mobile, Tablet and Laptop)
12. Independent of Operating Systems and Internet Browsers.
13. Shall support One-Web functionality
14. System should be flexible to accommodate new/additional pages/integrations and should
allow for changing the interface template as and when required by the PCMC.
2.7.9.1.1 Internal users of the Proposed GIS Application
Details of the approximate usage of the proposed GIS application:
• Minimum No. of users on intranet viewing spatial data through PCMC web portal – 1000
• Minimum No. of users on intranet simultaneously viewing spatial data through PCMC web
portal – 25%
• Minimum No. of users on Intranet simultaneously involved in editing spatial/ non-spatial
data-10
• Minimum No. of users on Intranet involved in Geo Spatial Data Analysis(Spatial/Non-spatial)
–200

155
• Minimum No. of users on Intranet simultaneously involved in Data Analysis etc. – 25%
• Minimum No. of users using mobile application for survey, project monitoring etc. –700
• Minimum No. of users using mobile application simultaneously for survey, project
monitoring etc. –25%

2.7.9.1.2 Design Overview


The Enterprise Web GIS system envisioned as a confederated system of data provider and users
with a centralized coordination function supplied by an administrative body (PCSCL/PCMC). The
proposed Enterprise Web GIS should be hosted on hardware in premises.
The Enterprise Web GIS application will play a key role in system integration and ensuring
standardization of spatial and non-spatial data.

2.7.9.1.3 Design Elements


This following section provides demarcation of functionalities required for Web GIS.:
1. Web GIS Application Module
2. 3D GIS module
3. System Integration Module
4. Online Mapping Gallery

2.7.9.1.4 Functional Requirements of Web-GIS Application


The Enterprise Web GIS applications mainly covers the core and basic functionalities:
I. User Creation and Security Management
II. Map Browsing Module
III. Data Editing Module –GIS Cell
a. Point
b. Line
c. Polygon
IV. Data Analysis Module
a. Buffer

156
b. Spatial Overlay
c. Network
V. Application Interface
VI. Citizen Location Services
VII. Generating Reports
VIII. Help File Creation

2.7.9.1.4.1 User Creation and Security Management


This is an on premises hosted module that will facilitate to create, delete & modify different
Enterprise GIS Users within PCMC. This module defines requirements for the administration,
configuration, and operation of the Enterprise Map Engine. This module will be accessible only
to System Administrator while all other modules/sub modules should be accessible to individual
users based on the access rights provided to them by System Admin. The application should have
following functionalities:

a) Create Application Interface


b) Create admin right and grant suitable viewing/data editing rights
c) Monitor access rights to user departments

157
d) Maintains Application Security
e) Maintain Interface with PCMC Internal Departments to resolve technical issues
f) Should allow Active Directory, LDAP, or other security source
g) The solution must have LDAP user level Area of Interest based restrictions as per role,
administrative boundaries etc. Administrative boundaries must be dynamically derived
from Layers available in database as Zone Layer, Ward Layer etc.
h) Users defined in LDAP should be able to perform only actions assigned to them. Users will
editing right should be able to edit data while users with Approval rights must be able to
validate the data
i) Should allow administrator to configure security to map service, layer and attribute levels
j) Should allow group-based security policies
k) Should not require opening of any special protocols for connecting the user client to the
web/application server used by the package. All communication should be on HTTP or
HTTPs.
l) Any changes to data should be recorded in a separate table and should be stamped with
the identity of the user/program and the date / time of the creation/change.
m) Should be possible to audit users at the form level, user level, application module level
and at the organizational role level.
n) Should provide reports on user activity based on the role and the application that was
used.
o) The system should support configurable password policies including;
▪ Password expiry
▪ Password complexity
▪ Password history and reuse policy
▪ Forced password change on first log on
▪ Capability of self-service reset of passwords in case of forgotten passwords or
locked accounts.
p) Should support security system with a full-fledged Role Based Access Control (RBAC)
model

158
2.7.9.1.4.2 Map Browsing
This module should mainly comprise of the basic map navigation tools and the most essential
tools for identification of features and attributes. Following are some of the map browsing
functionalities
1. The portal (2D and 3D) and Desktop must operate on a common database and must allow
authentication against LDAP users.
2. Zoom in: The user will be able to select a particular portion of the map by drawing a
rectangle on the map specifying the extent into which the map will be zoomed in to see the
features more closely and in more detail.
3. Zoom out: The user will be able to select a particular portion of the map by drawing a
rectangle or just clicking on the map to see the map at a smaller scale.
4. Full view (Full Extent): The user can view the map in full extent after zooming in or zooming
out at different scales
5. Pan: The user will be given an option to pan the map, which will be possible if the entire
map is not fitting into the screen, i.e., after the user has zoomed in to the map at a certain
extent.
6. Identify: The user will be able to view attribute information of the feature of interest.
7. Find: User can key in the desired area and the application will highlight the area on the map.
8. Zoom to Previous extents (Back) - The user will be able to go to previous zoom level (least
10 previous extents)
9. Zoom to Next extents (Forward) - The user will be able to go to Forward zoom level (least
10 forward extents)
10. Zoom to Selected Features- The user will be able to zoom a particular selected feature
11. Measure distance/area: Two options will be provided to the user. The user will be able to
measure the area and to measure the distance
12. Refresh Map: All the selected features of the active map layer will be cleared of the
selection, by using this tool.
13. Select Feature: User will be able to select the features of active map layer
14. Clear selection: User will be able to clear selection that is there on map
15. Activity indicator: Display notification while map/ data is being processed
16. Scale input box: allow user to enter representative fraction scale for dynamic services - For
cached services, scale box should contain dropdown menu of available cache scales (levels
of detail)
17. Show/ hide co-ordinates : Show/hide mouse coordinates
18. Print: The map can be printed in its current extent as viewed in the map window. The user
would be presented with a layout for printing
19. Descriptive Map Information Tool: When the mouse cursor hovers over each map feature,
information should be shown based on the feature's attributes. Functionality should be
available for all feature classes; should be able to display a combination of attributes and
should not limit the number of features that can be included with the map tool. It should
allow user to turn ON and OFF as needed.
159
20. Legend : User will be able to view all Layer List (index) with proper symbology
21. Layer On / Off : User will be able to select on/off Layer
2.7.9.1.4.3 Data Editing and Auto Data Conversion Module
This module will provide the data editing capabilities including new data addition and existing
data updation for geographical features and its attributes. This module will provide user to edit
GIS Features. The users shall have online editing facility. There shall be mechanism where the
edited data can be quality checked and updated in the GIS database.
Following are the steps for editing any features through Web GIS-
1. Add Features: This module will provide user to add point, line, and polygon along with its
attributes. New features added will by default take Unique ID besides certain other
attributes like State, City, PIN.
For Ex: Adding a new building polygon feature along with attributes whenever a new
building or construction takes place at selected location.
2. Delete Features: This module will provide user to delete features.
For Ex: Deleting the feature along with its attributes for a building polygon feature.
3. Move Features: This module will allow user to move features.
For Ex: Moving a building polygon feature along with its attributes to a new location.
4. Modify Features: This module will provide user to reshape and modify features and
associated attributes.
For Ex: Modifying the shape as well as altering the attributes of a building polygon feature.
5. Select Feature to Edit: This will provide user to select features for editing as well as for
viewing. It could be done by the following steps,
6. Feature Locate by Manual Browsing
7. Feature Locate by Entering Lat and Long
8. Feature Location by search criteria.
9. Identify Feature to Edit: This will provide user with a tool to view data of a feature to be
edited on clicking or selecting it.
10. Save Feature Data: This will provide user to save geographic feature data and attribute
editing done.
11. Audit Trails: This module should allow multiple editors to alter the same data in an
enterprise or workgroup database without applying locks or duplicating data. This will
help different departments or users to edit the data without disturbing the default
version. Users will be able to view the changes after reconciling and posting them to an
ancestor version.

160
2.7.9.1.4.4 Search Module
Should allow users to search features by both pre-configured and dynamic based on unique
values as follows;

1. Following search option should be available


• Search by Ward/Zone
• Search by area
• Search by Plot/ CTS Number
• Search by Building Number
• Search by Sector
• Search by Parcel ID etc.
2. Should allow user to run the custom queries on-the-fly and save those queries for shared
future use
3. Should allow user to run spatial query on multiple layers with spatial operators
4. Should also allow for a buffer to be applied to the search criteria allowing for
features within a certain distance of the query feature to be selected.
5. Should have a tool allowing users to search and zoom to a location based on GPS
coordinates
6. Should have facility to run combination of attribute & spatial query
7. Should have facility to auto-complete text boxes based on either feature attributes or
linked records

2.7.9.1.4.5 Distance and Area Measurements


1. Should have distance measurements tool to allow user to measure the length of irregular
shaped lines
2. Should have area measurements tool to allow user to measure irregular shaped polygons
3. Measurements should be shown using the metric and the imperial system. The ability to
snap to the edge or nodes of the feature being measured is desirable.

2.7.9.1.4.6 Analysis Module


This module comprise of analytical tools such as spatial overlay, Network and buffer analysis to
generate results. This module will also provide geo-processing functions that will be finalized at
the time of SRS stage
2.7.9.1.4.7 Routing
This module will be capable of generating the route on providing from - To and Intermediate
nodes. It should also be able to provide information about the route and node location. Creating
a route can mean finding the quickest or shortest route with node locations, depending on the
impedance chosen. If the impedance is time, then the best route is the quickest route. Hence,
the best route can be defined as the route that has the lowest impedance, or least cost, where

161
the impedance is chosen by the user. Any cost attribute can be used as the impedance when
determining the best route.

The system will conduct a network analysis of linear features in finding the best route through a
series of nodes. This module will generate geometric network based on the linear feature data.
The module will develop functionality that can conduct an online QA/QC of the network features
and attribute data collected through survey and data conversion/ migration
2.7.9.1.4.8 Thematic Mapping
Should allow user to generate various thematic maps based on the attribute information
available in native databases or through join table feature

2.7.9.1.4.9 Visualization of Temporal Data


1. Should have facility to visualize time aware layers
2. Should allow user to add temporal data layer on-the-fly

2.7.9.1.4.10 View of Images


1. Shall have ability to visualize the Buildings, Properties, slum hutments, road features etc.
data.
2. Shall have a provision to resize the map window size for better visualization as when
required
3. Shall allow user to measure the dimensions of Buildings, Properties, slum hutments, road
features etc. with user defined measurement units
2.7.9.1.4.11 Printing
4. Should have ability to print maps to a printer/plotter with the selection of paper size (A4,
A3, A2, A1, A0, Letter, Tabloid, custom size etc.) and page orientation (landscape or
portrait)
5. Should have print preview option
6. Should be able to handle and process any redlining / markups of the map.
7. Should have ability to export the map to a standard image format (BMP, TIF, JPEG and
PDF file)
8. Variety of templates must be available which allow the user to add a custom map title
and to decide which map elements (north arrow, scale bar, overview map, legend, etc.)
will be visible.
9. Print date and time should be automatically added to output at application runtime
10. Legend should be automatically adjusted based layers displayed in print area

2.7.9.1.4.12 Add Map Layers


1. Should allow user to add GIS map layers
2. Added new map layer should be overlaid on the existing map

162
2.7.9.1.4.13 Hyperlinks
1. Should have ability to hyperlink to document, images, avi files and PDF files with the
feature’s attribute
2.7.9.1.4.14 Emailing
1. Should allow user to Email map as an attachment
2.7.9.1.4.15 Reporting
1. Should provide predefined report templates
2. Should allow user to create custom reports using SQL query interface and save those
reports for shared future use
3. Should allow user to generate reports on selected features
4. Should be able track the history of reports a user has performed.
5. Should be able to export reports into PDF and MS Excel
6. Should allow use to select different date ranges to view report information
7. Should allow user to print reports
8. Should allow user to create custom reports using attribute & spatial query
2.7.9.1.4.16 Web-Editing
1. Support role based multi-user editing access and editing work flows.
2. Should allow authenticated user to validate spatial feature
3. create/delete/edit/upload through Web-GIS application
4. Should allow administrator to Accept/Reject the changes made and a log should be
created for the same.
5. Should have easy-to-use map editing tools
6. Should allow user to divide the polygon or polyline
7. Should allow user to amalgamate the two or multiple polygons or polylines
8. Should allow administrator to configure the edit/view security at the level of feature
attribute
2.7.9.1.4.17 Select Feature
1. Should be able to select features by clicking on or by drawing a polygon around the
feature
2. Should allow user to generate URL for current view extents, visible layers, and active
selection
3. Should allow user to email the generated URL
4. Should allow user to export data into KML/KMZ and Shapefile
2.7.9.1.4.18 Bookmarks
1. User should be able to save a map view and be able to return to that exact view at a later
date.
2. Should have ability to email the current view extents, visible layers, and active selection
in the form of image

163
2.7.9.1.4.19 Application Error Reporting
1. Should allow user to report errors, with a screen capture, back to the GIS Coordinator and
helpdesk support center
2.7.9.1.4.20 Performance Dashboard
1. Should provide easy-to-understand, easy-to-use reports that use appropriate
infographics (Charts) to present key indicators from the GIS database, to provide overall
performance information to the PCMC senior officials and decision makers.
2. Should have a GIS-enabled real-time dashboard to display dynamic charts & graphs
3. Should have easy to use, interactive facility for management to generate ad-hoc reports.
2.7.9.1.4.21 Mobility/In-Field Usage
1. Should allow remote access on Mobile & Tablet devices
2. Should allow offline viewing and data updating capabilities and should allow data to be
synced with the database once the device is online.
3. Should have ability to configure security to assure that only authorized persons are
allowed to sign in
4. Should have redlining capability. Capability to Capture the boundary of the surveyed
location with the co-ordinates
5. Should allow capturing the Geo-Tagged and time stamped pictures
6. Should support One-Web functionality
The results of the mobile/ in-field service should be integrated with the workflow of the
Enterprise Web GIS System.

2.7.9.1.4.22 Application Builder


Should allow users to easily build applications on the web as per users need. Should include
powerful tools to configure fully featured HTML apps. Should provide extensible framework for
developers to create custom widgets and themes.
The Application builder should have following key features:
1. Create HTML/JavaScript apps that work on desktop browsers, tablets, and smartphones.
2. Ability to integrate with the GIS application Online and GIS Portal platforms.
3. Build the apps using ready-to-use widgets, such as query, geo-processing, print, and more.
4. Create custom app templates.
Extensible framework for developers to create widgets and themes.

2.7.9.1.4.23 Bigdata
1. Enterprise GIS application should have ability to filter and organize big data so it can be
analyzed and visualized from a geographic perspective. Big data connectors to enterprise GIS
engine should be able to handle not only massive volumes of data but also data of disparate
types.
2. Should have connectors that pair with many familiar big data platforms from recognized
technology leaders like IBM, Microsoft, SAP etc.

164
2.7.9.1.4.24 360° Panoramic View
a. Shall have ability to visualize the Property/Building/ Electrical Pole, Signals, Road Features
etc. data in 360° view.
b. Shall have a provision to resize the map window size for better visualization as when
required
c. Shall allow user to measure the dimensions of Property/Building/ Electrical pole, Signals,
Road Features etc. with user defined measurement units

2.7.9.2 GIS Portal for Citizens


a) Navigation Tool Bar
• Pan View
• Refresh Map
• Zoom to full extents
• Zoom In
• Zoom Out
• Zoom to Previous extents (Back)
• Zoom to Next extents (Forward)
• Zoom to Selected Features
• Move up/down/left/right;
• Show/hide mouse coordinates
• Activity indicator - display notification while map/data is being processed
b) Shall allow user to visualize with following group of layers;
• Administration Boundaries
• Water Feature
• Transportation
• Location Based Information (Education, Community Services, Culture, Health/Family,
Sports and Recreation, Emergency, Govt. offices, Health Services etc.)
c) Bookmarks
• Shall be able save a map view and be able to return to that exact view at a later date.
• Shall have ability to email the current view extents, visible layers, and active selection
in the form of image
d) Distance and Area Measurements
• Shall have distance measurements tool to allow user to measure the length of
irregular shaped lines
• Shall have area measurements tool to allow user to measure irregular shaped
polygons
• Measurements shall be shown using the metric and the imperial system. The ability
to snap to the edge or nodes of the feature being measured is desirable

165
e) Printing
• Shall have print preview option
• Shall be able to handle and process any redlining / markups of the map.
• Shall have ability to export the map to a standard image format (BMP, TIF, JPEG and
PDF file)
• Shall have a variety of templates must be available which allow the user to add a
custom map title and to decide which map elements (north arrow, scale bar,
overview map, legend, etc.) will be visible.
• Print date and time shall be automatically added to output at application runtime
• Legend Shall be automatically adjusted based layers displayed in print area
f) Shall have provision for public announcement using RSS and web based announcement
2.7.9.3 Integration Requirements
a. Shall have provision to seamless integration, which should not require any conversions of
data and services available through various National / International Sources like ISRO,
Bhuvan, NASA, NOAA, USGS etc.
b. Shall have provision to publish and access Open Standard based OGC compliant services.
c. The proposed system shall be capable to being integrate through APIs(Base maps, Various
Query, POI Search) with any other system that may be introduced in future.
d. The APIs should be able to integrate with both Web and Mobile App applications as and
when required with prior approval of PCSCL
e. Successful Bidder / SI shall also be responsible to integrate the proposed GIS system with
state line department applications as and when required.
f. Successful Bidder/SI shall conduct analysis of integration points and provide a detailed
report and get approval from PCSCL before integration. PCSCL shall help Successful
Bidder/SI to get the details from each line department and facilitate to get the required
information on time.
2.7.9.4 Online Help
Should have online help files and user manual with use cases for the end user
2.7.9.5 Mapping Gallery
1. Shall support to build mapping collaboration and data exploration platform with different
thematic interest within PCSCL and other stakeholders.
2. The Successful Bidder/SI shall help to manage Meta data and links to static documents
and databases based on National Data Sharing and Accessibility Policy (NDSAP) dated 17
March 2012, India’s open Government data platform.
3. The mapping gallery shall provide options for creating desired maps, charts with advanced
data analytic function, support device independent infographics and interactive 2D and
3D maps with customized reports

166
4. Provide smart informatics from the real time sensor platform to manage and aggregate
real time data from infrastructure, virtual sensors from data published from the web, and
social network feeds.
5. The Mapping gallery hosted on the enterprise Web GIS shall offer modular components
viz. Content Management System, Data Management System, Sensor Data analytics,
Community/Events Management System supporting Semantic Web standards
usingResource Description Framework(RDF)
6. Standardization and Interoperability – The Enterprise Web GIS shall be OGC (Open
Geospatial Consortium) and SWE (sensor Web Enablement) compliant. The system shall
harmonize the sensor data measurement and fusion process in real-time and publish
them on the fly via standardized OGC web service interface such as web feature service
(WFS) and web Mapping service (WMS).
7. Landing site for hosting raw data using Big Data services, analyze data contents using
mashups and provision for application interface to access time series data from world
wide data sites.
2.7.10 Development, customization and Integration Service

1. The bidder should make provision for development, customization and integration
service within the Enterprise Web GIS Map Engine.
2. Direct integration will be sole responsibility of bidder, creating an integration approach
through integration service bus for message delivery, services based on standards such as
SOAP, HTTP and WCS. The integration service bus should be designed to promote high
throughput, compatibility, flexibility and scalability. Specific functionalities need to be
configured for data retrieval from Web-GIS. Data sent from external applications should
leverage integration framework and direct database calls.
3. Should provide a simple and easy to manage integration architecture for all external
applications.
4. System should be able to toggle between Web-GIS and external applications. A common
dashboard page should help to navigate between GIS and external applications.
5. A user should be able to view the maps and attribute data (in limited form) from external
applications as well as from the Web GIS window and perform basic functionalities of
external applications through the web-GIS window and vice-versa
6. The Other applications integration with Enterprise Web GIS application with Building Plan
Approval System, Solid Waste Management System & Vehicle tracking System, SCADA
etc. The integration module should seamlessly update the GIS Database in real time and
vice-versa.

167
2.7.11 Coding & Integration
1. The design shall be decomposed to responsive HTML’s which will be compatible with the
latest version of browser & all smart devices
2. The applications should be browser independent
3. The application is expected to realign and fit to the smart mobile devices (iPad, iPhone,
Android etc.).
4. The Solution should be compatible with various open standards and technologies and
should not restrict PCMC/PCSCL in using the Solution data for any other applications.

2.7.12 Overview of Enterprise Web GIS Solution Architecture


The illustrative and logical representation of the architecture for PCMC’s Enterprise Web GIS
solution is displayed in Figure. The bidder should propose their architecture in line to the
requirements mentioned below. The proposed architecture should adhere to the latest industry
standards in implementation, security, and data privacy. The proposed overall architecture
should support Service Oriented Architecture (SOA) and RESTful web services that should be
horizontally and vertically scalable on the centralized platform. The solution shall integrate future
Web GIS solutions and various survey, 3D GIS, Mobile GIS initiatives within PCMC. The solution
designed by the bidder should be responsible of managing a centralized repository of all spatial
information comprising of transactional and static metadata. The system will be designed to
extend the Web GIS services within PCMC Departments and other statutory agencies for sharing
the spatial information and data within PCMC. The solution will manage user registration details,
privileges, access and authentication information, preferences and usability trends. Since the
Spatial Information and Data is extremely sensitive, the solution has to ensure proper data
security and maintain each user’s (PCMC Department users, Statutory Agencies) data privacy.
The Enterprise wide Web GIS solution should ensure that the user information and data cannot
be disseminated, sold or utilized unlawfully by the bidder outside PCMC.

168
**The above image is just for representation. The SI is expected to prepare his own architecture suitable to solution

Implementation of the Enterprise wide web GIS Solution will comprise of the following
components:
2.7.12.1 Customized Application Stack
The customized application should:
1. Manage all the attribute, spatial data and collaterals including documents, drawings,
manuals, etc. for each feature on the map.
2. Should provide a full proof Document version control, integrated workflow, security of
collaterals and audit trails
3. Should have an intuitive Graphic user interface
4. Should allow solution in creation of functionality considering the current and future
requirements. The mapping functionalities will be flexible to accommodate user needs
and requirements.
5. Should have a globally accepted interfaces for Mobile, Email gateway, SMS gateway and
payment gateway. The solution should be configured to leading gateway interfaces.
6. Should provide a Metadata management services that will predominantly cover the data-
modeling and cataloging services. The customized metadata service shall also help in
devising data management policies for transactional as well as static data for PCMC.
7. Should provide a flexible, versatile reporting tools for PCMC that should develop reports
showing KPIs, metrics, trends and other statistics. The report tool shall provide status of

169
solution maintenance activities in various formats to support solution performance
tracking, accountability and audit.
8. Should define each transaction and identify the data entry the application has created.
Through a combination of discovery, query, locking, and transaction operations, users
have access to the source data in a manner that allows them to interrogate, style, edit
(create, update, and delete), and download individual instance.
9. Should provide online training in the form of help menu and ready reference to
functionality functionalities at each module/page of the solution.
10. The customized Web GIS application instance shall be configured to each Departments of
PCMC. The customization activity conducted by the solution provider for the Department
instance should be horizontally replicable and scalable to accommodate new functionality
or system integration.
2.7.12.2 Application Rights and Licenses
1) The Successful Bidder/ SI shall depute System administrator to monitor and provide
access to Departments of PCMC and external stakeholders such as technical consultants,
turn-key project contractors, research agencies, etc. who would be undertaking projects
on behalf of Departments PCMC.
2) The Successful Bidder/ SI by way of provisioning of the solution, grants users access for
Departments of PCMC as well as external registered users with unrestricted access to all
the features of the complete solution including any offline / pre-activity / ostactivity
features
3) The bidder should facilitate to all internal as well as external users of PCMC, including, but
not limited to the following;
a. Comprehensive unrestricted access to all features of entire Web GIS solution
b. Unlimited iterations to drawings, maps and plans
c. No restrictions to store and access data from external, disparate data sources.
d. User Training for both internal & external users
e. Handholding of all users, in the form of Helpdesk Support, up-gradation of
application and facility for inclusion of new functionality, etc
4) The Successful Bidder/ SI if proposes Such license if any to access, use the Software shall
be:
a. Non-exclusive
b. Perpetual, fully paid up and irrevocable
c. Valid throughout India
d. Technical Support for a period of implementation phase and Operations &
Maintenance for 5 years.
5) PCMC/PCSCL shall get absolute Intellectual Property Rights (IPR) for the customized
portion of the solution. Apart from the solution Licenses, the bidder has to provision for

170
all licenses (perpetual) required for hosting and maintaining the software solution for the
entire period of the contract including, but not limited to Operating System, System
Software, Database, Application Software etc.
2.7.12.3 Core Web GIS Application
The Core solution should:
1. Manage all the digital content (Spatial Data, maps, drawings, attribute data, etc. ) that
flows in and out of the Web GIS solution through front end interfaces – internal and
external users, and applications such as Building Permission Approval System, ERP,
SCADA, Document Management etc.
2. Undertake one time migration of Desktop GIS data and CAD to Web GIS Map engine. The
vendor should develop ETL tool to eventually process the CAD drawings and automatically
upload the spatial and attribute data in Web GIS Map Engine. The ETL dashboard shall
notify the user about the successful uploading process or generate alerts depending upon
the non-compliance of data. The ETL tool/ rule engine will also upload the processed CAD
drawing to Document Management System to be stored in versioned format.
3. Create a verification checklist and compliance report applicable for CAD-ETL tool/ rule
engine for automatic conversion of CAD to GIS format.
4. Help in monitoring and channelizing the map content through Map Content service. It will
process spatial and attribute data gathered from various SPAs, ULBs and from statutory
agencies and generate dynamic MIS reports.
5. Define and standardize the workflows for data editing, redlining, online approvals,
uploading data, etc through Enterprise Web GIS solution.
6. The Mapping gallery to assess the trend of development through satellite imageries,
maps, attribute data within PCMC. The map engine should provide business intelligence
tools for effective decision making process and link with urban development initiative of
PCMC
7. Process the data gathered from various SPA projects and from ULBs and Statutory
agencies, analyze the MIS database patterns and its corresponding layers using
MIS/Reporting tool. This Web GIS functions also shall play a vital role in database
integration with other systems (Building Plan Approval System, Solid Waste Management
System & Vehicle tracking System, SCADA etc) and generate customized reports as
required by PCMC and specified in the SRS (System Requirement Specification).
8. Ensure adherence with the thematic cartography, templates for maps and the Web GIS
shall cover an enterprise Mapping and OGC data interoperability compliance framework.
This framework generally consists standards and procedures, Governance (oversight),
enforcement, monitoring (testing) and corrective actions reporting.

171
9. Configure the work flow, database, system management, incident management,
authentication and security management. The configuration management shall help in
diagnosing the application problem and scaling out Web GIS build solution
10. Automatically process alerts and generate notifications depending upon the data
received through the solution
11. The hardware and software components configured for the computing and data
processing systems must support latest computing standards for security, multicore
architecture, parallel processing, distributed computing, and fast real-time processing
12. It should intelligently make quick decisions and take appropriate action in a time bound
manner
2.7.12.4 Metadata Management and Shared Information
The Metadata Management and Processing System should:
1. Serve as a central platform for data sharing between PCMC and Statutory agencies. The
static data shall be shared for analysis and effective decision making.
2. Serve as a central platform for all data related activities including data management,
aggregation, normalization, and abstraction
3. Ensure high availability of all databases
4. Be able to provide customized data templates with data placeholders that will help
application to tackle the current and future data requirements
5. To create Auto-detect database problems and auto fine tune them to ensure high
performance
6. Optimize performance by identifying resource intensive procedures, generate alerts and
take necessary action
7. Monitor key operational activities to identify and report any anomalous behavior
8. Monitor and frequently generate reports for industry standard KPIs (throughput, CPU
utilization, availability of database, daily workload, service fulfillment time)
9. Aggregate and store stakeholder information and data of all the SPAs and statutory
agencies
10. Normalize data by creating data placeholders in the data modeling framework
11. Abstract the data in a way that it can be leveraged simultaneously by multiple software
integration components
12. Be able handle large volumes of data without resulting in undue delay
13. Be able to perform fact based and detailed analysis of various data elements based on
historical trends
14. Be able to generate dynamic reports based on preset queries and also be able to generate
dynamic reports based on various user defined query parameters. PCMC project team
must have the capability to pick and choose reporting parameters, and get dynamic
dashboard views based on the selected parameters

172
15. Should have a highly customizable Configuration management tool, powerful reporting
engine to create batches for large reports
16. Should have a defined standard operating procedures for data retrieval, data
configuration and security of data.
17. Should be responsible for the extraction of data from several sources, its cleansing,
customization, reformatting, integration, and insertion into a data warehouse using the
Extract, Transform and Load (ETL) tool
Adhere to latest industry standards related to data privacy and maintain confidentiality
of PCMC data.
2.7.12.5 Network Security Layer
1. This layer is the physical network security layer consisting of LAN, Ethernet, Wi-Fi, fiber
networks
2. The network security should be configured to support industry leading communication
and open data standards
3. Should conform to latest industry standards for design, implementation, and connectivity
4. The network configuration platform should be modular and scalable to allow multiple
types of networks and topologies to be implemented on the same platform
5. Should be scalable to accommodate future/advanced technological integration
6. Should have self-healing and self-diagnostic capabilities
2.7.12.6 System Security Layer
1. Should provide strong and reliable security for the entire solution
2. This layer must be monitored from the administrative user and shall provide a facility to
isolate the solution in case of the breach. Should conform to the latest security standards
3. Should seamlessly integrate with, and be able to embed functionalities of external
applications with the solution.
4. Should be capable of detecting denial of service (DDoS) and remediation
5. Should have sophisticated firewall, antivirus, content filtering, tracking, lockdown, and
malware detection and prevention capabilities
6. Should provide additional security mechanisms like encrypted communication channels,
virtual tunneling, etc.
7. Should have self-healing and self-diagnostic capabilities
8. Should be capable of recognizing network vulnerabilities and immediately send alerts to
the admin user or dynamically fix them and send intimations to the admin user
9. Should detect an attempt to gain unauthorized access to the network, lockdown the
infected areas, and immediately send alerts to the helpdesk/ admin user
Should detect data duplication and store more data in less space. The data should be
restore without compromising its fidelity or integrity.

173
2.7.12.7 Presentation Layer
The presentation layer should:
1. Design a Geo portal with personalized, secure, customizable needs with flexible user
interface and external collaboration functionality
2. Provide a user profile management for internal and external users
3. Manage all the digital content that flows in and out of the Web GIS solution and provide
interfaces to external third party web integration
4. Build a mobile interface to undertake site survey, location tracking. In the subsequent
phase the mobile interface should be able to notify alerts, status tracking and update.
5. Build an Integration Interface
a. The integration interface will be the logical umbrella layer that will virtually
integrate and process information from ERP and other applications such as Building
Plan Approval System, Solid Waste Management System & Vehicle tracking System,
SCADA etc.
b. The Integration interface will be open platform to enable plug and play of software
integration components like connectors, APIs, SDKs and adapters for
communicating with external solutions, applications, and external interfaces
(gateways, plug-ins, APIs) like third party shared services
c. Be a vendor agnostic, modular, scalable, flexible and adhere to open platform and
leading industry standards. It shall comply to open communication standards, and
data abstraction standards
d. The integrated open platform must be the overall management layer that logically
facilitates communication between the physical networking layer, core computing
layer, applications, external shared services, and the Client Presentation layer
e. Data from the various applications, devices, sub-systems, and external interfaces
for each spatial feature will be normalized and abstracted in a way that it can be
utilized by the integration interface to enable real-time communication.
f. This interface will also integrate data from solution wide functions like compliance,
Governance, data Policy and SLA Management
g. The Integration Interface should consist of a Centralized Application Manager,
which should integrate and manage all interfaces of related software applications
and operate collectively and make informed decisions
h. Should have simple installation, configuration, updation, and maintenance
capabilities
i. Should be able to monitor and manage single or multiple user with all groups
mutually exclusive to each other in terms of access and view
j. Should be able to correlate two or more instances from multiple users of Web GIS
solution and take appropriate actions

174
k. Should be able to set customizable thresholds (lower and upper) for all system
parameters, compare performance with threshold, and send notifications if the
system parameters either exceed the upper limit or fall below the lower limit of the
threshold
l. Should integrate third party applications and external shared services without
source code changes using software connectors like gateways, APIs, connectors,
and Adapters
m. Should be able to integrate with communication gateways i.e. mobile, email or SMS,
to provide information or updates to intended audience
n. Should be able to integrate with Payment gateways for conducting internet banking
for paying online fees
o. Should have the ability to perform root cause analysis and deep diagnostics in case
of application failures and non-response from application
p. Should provide real-time Incident management services to facilitate management
of responses received
q. The Integration interface should consist of an Application Utility Manager, which
r. Should monitor, control, manage and analyze all functionalities within Web GIS
solution
s. Should have ability to set customizable solution performance thresholds
t. Should monitor Web GIS solution and Data uploading and editing workflow and
processes for detecting issues, bugs, abnormal trends, threshold breaches and
respond as per user defined SOPs and provide early warning to reduce or mitigate
the impact
u. Should monitor integrated solution performance and capacity management
v. Should monitor end-to-end transaction and performance of resource heavy use
cases, failed transactions, application locks, database un-availability etc., and
automatically generate corresponding reports
w. Should have customizable dashboards to monitor and manage solution
performance parameters
x. Should have an inbuilt customizable reporting capability to dynamically generate
solution performance reports based on user defined parameters

175
2.7.13 On Ground Survey
1. PCMC intends to engage competent agency to undertake GIS enabled Door-to-Door field
survey of Properties spread across the PCMC. The Successful Bidder(s) shall be responsible
to develop Mobile based survey application along with a Web application for monitoring
and data analysis.
2. Survey PCMC area with terrestrial LiDAR (Ground) or equivalent to LiDAR technology to
generate reference data for measurement. The SI shall capture sufficient pictures of each
Property / structure available in Street/Lane through Panoramic Imaging equipment to
provide 360 degree immersive visual image data to provide direct view of vertical faces to
identify property type and uses (Commercial, Residential, mixed etc.) or any other method
that can be selected by the Successful Bidder(s) for better result. These captured images
shall be geo-tagged with the location of the Property to provide 3D representation view of
the Property. Refer Annexure-8 for Specifications of LiDAR or equivalent to LiDAR
technology. If SI is proposing survey through drone, then obtaining all necessary approvals
will be complete responsibility of SI. The SI shall make sure that all the approvals are
obtained on time so that project timeline would not be hampered. If SI fails to obtain
approvals, then survey shall be completed through LiDAR technology as mentioned in RFP
as per quoted price in financial bid. PCSCL/PCMC will not be responsible for providing
permission for operating drones during entire project duration.
3. Ground Survey must also result into complete field data capture of all over the ground
assets as mentioned in annexure-6 along with attribute data creation. The output must
clearly provide details with actual measurement of road features such as pavement’s length,
electric/signal pole’s height etc. and attributes such as road construction material (concrete,
soil etc.) etc.
4. Carrying out topographic survey of PCMC wards for ground truthing of mapped features
through satellite/Arial imagery. (Annexure-3 and Annexure-6)
5. Conduct field survey to capture buildings/property details and mark building footprints on
GIS map. (Annexure-3)
6. Integrate PCMC MIS data, base map data, Field survey data and visual image data.
7. If it is found that the ground survey and any other survey has some barriers on clear
visibility, objects not clearly visible, uncovered area etc., for such locations and object, the
survey need to be conducted once again without any additional charges.
8. If during survey any objectionable, obscene, improper etc. images are captured, SI shall have
to delete such images and recapture the data. If SI fails to do so and gets involved in legal
litigations, SI shall have to deal with it on its own.
2.7.13.1 Property Reconciliation Survey
The Property survey comprises of following activities:

176
a) Identifying the properties on GIS location and linking it with PCMC MIS data. If any
deviations are found, update the information in GIS map as per ground realty conditions
(Missed properties, additional properties, combined properties etc.)
b) Geo-tagging of the tax payers for municipal Corporation
c) Geographically understand the performance of the each ward towards tax collection and
potential.
d) Field surveys to capture attribute data of the properties. Hoarding, Telecom tower and
road datasets are to be surveyed alike building property data. (Annexure-3 and
Annexure-6)
e) The absolute accuracy of measured entity should be better than 5-15 cm
f) Tagging of property attribute information extracted from property tax MIS records of
PCMC in soft copy, field survey attributes and property deviation remarks (updated and
stored in observation table) against the properties identified and interpreted over
panoramic images and updated base map.
g) Update the captured information on GIS map for all Properties/Road features/wards/
property tax zones/electoral zones etc. of PCMC
2.7.14 Deliverables of Surveys
1. The SI is free to choose any appropriate technology as long as functionalities mentioned
in tender are satisfied. However, SI shall have to complete all activities related to survey
in given timelines.
2. All captured data should be as raw as well as OGC compliant format
3. The system Integrator should update all the details captured through various surveys on
GIS Map.
4. Digital photos and images mosaic files
5. Survey narrative report and QA/QC files
6. Geospatial metadata files

2.8 Design, Develop and Implement Mobile Application


1. The Successful Bidder/SI shall design and develop a Mobile application for geo-tagging of
work wise evidences, in the form of photographs, video, its latitude & longitude and
department specific attributes.
2. Shall allow user to capture spatial data in Point, Polyline and Polygon
3. Shall show the location accuracy before capturing the coordinates
4. The mobile application with a generic and shall have ability to define user specific
attributes on need basis.
5. Shall be developed on Android, iOS Platform etc.
6. Shall have user management module
7. Shall have ability to configure security to assure that only authorized persons are allowed
to sign in.

177
8. The Successful Bidder shall ensure that few functionalities of this application shall also be
available in the mobile app for official to perform field verification of the surveyed data.
Detailed requirement shall be finalized during System Requirement study phase.
9. Shall be able to work in both with or without internet connectivity and shall be able to
sync its data to Data Center (DC) storage when the internet is made available to the
mobile. The data so captured shall be stored in the standard format in the DC and in
secured environment. DC storage shall be able to sync concurrent data from the field as
per field requirement.
10. Should have access to World level free Online 2D, 3D, Street, base map, imagery Services
for location reference.
11. Mobile GIS application is expected to integrate with GIS Enabled ERP System, Service
Level Benchmarking module, etc., which shall be the common GIS platform
1. Shall work on online and offline mode
2. Shall allow to view assets on base maps
12. User details will be captured from the database so that users do not have register again
and again for mobile application.
13. Citizens may register with the help of their mobile number and OTP mechanism. The login
credentials for mobile application should be same as that of web portal.
14. The mobile application should also have following functionality:
▪ Integrated one Mobile application for all the utilities of PCMC
▪ All the above mentioned modules have to be accessible on mobile
▪ It should have facility to capture the geo location of device
▪ Project Monitoring: Facility to take pictures of ongoing civil work along
with server upload functionality to get geo locations
▪ Citizens shall be able to submit Application forms through mobile
▪ Payment of Taxes like Property tax, water bills, Slum Billing, Hawker’s
charges etc.
▪ Marriage certificates, Sky Sign and Business Licenses, Fire NOCs etc.
▪ Building plan permission
▪ Grievance registration
▪ Auditorium/Sport’s venue booking
▪ Online Tenders of PCMC
▪ Recruitment Details
▪ Feedback of Citizen
▪ Complaint Details of Citizen
▪ Contact Details of PCMC etc.
▪ Different types of MIS Reports and Graphical Dashboards for PCMC
Authorities and higher management.
▪ Officials should be able to provide approvals to files through mobile
▪ Other minor services/functions to be finalized at SRS stage.

178
2.9 Scope for ERP
2.9.1 Functional and Technical Requirements
It has been envisioned that 12 modules will be implemented to serve the purpose of GIS Enabled
ERP system. The Complete GIS Enabled ERP System can be divide into three sets:
1. Set-1: GIS
2. Set-2: Core Modules
3. Set-3: Non-core Modules

# Set-1: GIS

1. Satellite imagery and base map creation, Surveys etc.

# Set-2: Core Modules

1. Financial Management System


2. Human Resources Management System
3. Asset Management System
4. Procurement Management System
5. Inventory Management System
6. Program/ Project Management System
7. Digital Workflow Management System

# Set-3: Non-core Modules

1. Property Tax Management System


2. Water Billing and collection management system
3. Citizen Services
4. Internal Administration
5. Business Intelligence
The following table gives description the various modules envisioned to be implemented under
GIS Enabled ERP Project
# Modules Description of Modules

Financial Management System along


1 Financial Management System with Auditing functionalities for Audit
Department

Human Resources Human Resource Management System


2
Management System along payroll and Employee Portal

Management of PCMC Assets, Land,


3 Asset Management System
Real estates etc. with their valuation

179
# Modules Description of Modules

Procurement of products and services


for PCMC with work flow management
Procurement Management
4 for internal approvals and preparation
System
of tenders documents till the point of
publication of tender

Inventory management for PCMC


which may include furniture,
5 Inventory Management System
medicines, stationery, electrical stuff
etc.

Project Management System for


Program/ Project Management
6 monitoring of various Engineering and
System
other projects of PCMC

Workflow management or e-office


Digital Workflow Management
7 system where employees can insert
System
notings on files

Property Tax Management System


Property Tax Management
8 including property assessment, billing
System
and collection

Water Billing and collection Billing of water consumed, generation


9
management system of bills, collection etc.

Through this module PCMC will be


involved in providing various services
to citizens and vendors. The Citizen
Service modules includes following
sub-modules:

1. Citizen's Facilitation Center:


Module for accepting
application forms and
10 Citizen Portal
providing Corporation's
services to citizens
2. Fire Brigade
Module for providing various
NOC along with Fire Brigade
work management module
3. Grievance Monitoring
Acceptance of Grievances
through various channels and

180
# Modules Description of Modules

monitoring of grievance
redressal
4. Hawker Management System
Module for management of
hawkers and their billing
5. Marriage Registration
Issuance of Marriage
Registration certificate
6. PCMC Services Portal
Service portal for citizens to
raise requests, grievances and
to interact with PCMC
7. Public Auditorium
Management
Booking of Auditorium of
PCMC for selected duration
and function
8. RTI Online System
Module for Acceptance and
monitoring of RTIs and their
redressal
9. Sky Sign & Industrial Licenses
Issuance of Hoardings and
industrial licenses
10. Slum Billing Management
Similar to property tax
management module where
small amount in the form of
tax collection
11. Sports Portal
Online Booking of Sport
facilities of PCMC
12. Town Planning Management
Issuance of DP Opinion, part
plan etc.
13. Road Excavation
NOC/Permissions
Provides NOCs to various
organization/vendors for road
etc. excavation

181
# Modules Description of Modules

This module will facilitate the internal


administration process. Following sub
modules are included:

1. PCMC Electric Bill Payment


Management
Billing management of 3200
electric meters installed at
various location of PCMC
2. Legal Case management
module
Management of legal cases of
PCMC
3. Municipal Secretariat
Management
Important meetings such as
standing committee, board
meeting etc. management.
Capturing of Agendas,
11 Internal Administration
Minutes of Meetings etc.
4. Security Management
Management of security of
PCMC building and other
assets, visitors management
system, vehicle key
management system for
vehicles etc.
5. BSUP (Nagarvasti)
Monitoring of various
schemes of PCMC such as
scholarships to students,
education to widows etc.
6. Vehicle workshop
Management
7. School Management
8. Library Management
9. Veterinary Management
10. News Rotation Management

Dashboards and Business Digital Dashboard with business


12
Intelligence Intelligence

182
2.9.2 Indicative Functional Requirements
Following are the indicative functional requirements for various modules. The requirements will
be finalized during the As-Is and To-Be phase. Bidder is required to provide his response as per
following table for proposed solution. After onboarding of successful bidder/ System Integrator,
SI is expected to study the existing IT infrastructure of PCMC including software and hardware,
network components, back up mechanisms, SRS documents of existing application etc.
2.9.2.1 Common Functionalities
These functionalities will be common among all the applications (Wherever required). The follow
table provides common functionalities:
Sr Functionalities

1. Single Sign on to access all the applications getting deployed under GIS Enabled ERP
project
2. Public Date entry module for citizens to enter information in application forms and
upload documents
3. Integration with payment gateways wherever applicable. The banks and payment
gateway may change during project duration
4. Ideally there may not be any physical file movements. All noting activities on files will
be performed through Workflow management system
5. Notifications to be sent to citizens when required (WhatsApp, SMS, Emails, social
media etc.)
6. Notifications to the concerned authorities when required (WhatsApp, SMS, Emails,
social media etc.)
7. The applications will be developed to handle and operate in Marathi (Unicode
Compatible) and English
8. NOCs, Licenses etc. should be provided in electronic format with digital signature
9. Centralized database for all applications
10. Paperless working environment
11. SLA will be defined for all activities
12. Role based Dashboard for citizens and administration

13. Audit Trails of all activities and Archrivals (As per policy, and duration of maintenance
of trails and data) would be maintained
14. Roles of users should be categorized according to zone/village/ward/PTax zone/gat
15. All the applications will have dashboards as per user’s requirements

183
Sr Functionalities
16. The applications should be Browser Independent
17. Knowledge bank for each department containing circulars, notices, GR,MC Acts etc.
18. Push alerts on mobile app/email/WhatsApp
19. Feedback mechanism for all applications

20. All reports should be generated in bilingual (English and Marathi) on A4 only.
However there will be facility to change the printing options on other page sizes.
The reports should be in proper format. If they contain any logo, logo should be taken
21. from master database. So that, if logos are changed in database, the reports and
formatting should change accordingly.
22. Application should have facility of Dynamic Reporting

23. Citizen centric applications should be designed as per disability act to facilitate
disabled
24. Application should have facility of English to Marathi translation and Transliteration

25. Facility should be provided to map all the assets/information which can be marked
on GIS
26. Data analytics and Artificial Intelligence tools/features should be provided for all the
modules
27. Master list of citizens along with details should be generate through ERP System

28. Data should be clean up and migrated from existing applications to GIS Enabled ERP
system.
29. Data conversion should be performed for existing Water Tax Management System
and Property Tax Management System (English to Marathi Vice a versa)
30. Applications should be integrated with State and Central government
portals/systems such as GST portal, grievance portal, digilocker etc.
31. Existing scanned documents should be attached to respective module as necessary
32. All the module should be compatible to mobile devices

33. Integrated Mobile application should be developed for the modules wherever
applicable
The complete solution should have a master data and the sub-master database for
34. each IT applications. Once some of the fields in master database are updated, it
should get reflected in all the applications and service portal. E.g. If a person gets
promoted, same should be updated in all the applications and Service Portal
35. No hard coding in source codes

184
Sr Functionalities
Changes made in source codes as per the requirements of PCSCL/PCMC should be
36. documented properly and sign off need to be taken from concerned stakeholder.
Notifications need to be sent to concerned authorities on changing the source code.
37. Every bill, receipts, NOC, certificates etc. should have QR code

38. The year ending processes for the concerned IT applications should be completed
through that application. E.g. generation of property bills
While using logos, icons etc., SI shall take utmost care of any copyright issues with
39. any entity. If any legal issues arises due to use of copyrighted logos, icons etc., SI will
be responsible for it.
40. SI shall help PCSCL/PCMC to prepare presentation, documentation related to this
project to showcase at various programs/events

2.9.2.2 Financial Management System

# Sub Modules Activities


The system should be designed in such a manner that, it can be easily
customized with changes in Norms and regulations
All the reports should be National Municipal Accounting Manual
(NMAM) complied
The budget need to be prepare with the help of system and this will the
core for all the transaction in following year
The system should sent the alerts for the maturity of Fixed Deposits
Facility should be provided where vendors can check the status of their
Department payments
1
Expectations User should be able to generate query based reports (Vendor wise,
date wise, department wise etc.)
All funds may it be from State government, Central government
schemes and own fund, need to be included in system
Live dashboard should be available to track the income expenses status
Dashboard should be available to track the balances of various bank
accounts of PCMC. It should provide the details of total cash collected
in PCMC and deposited in bank accounts for all the wards, offices,
departments etc.

185
# Sub Modules Activities
Alerts and validation need to be setup for budgets. E.g. If a department
tries to use more than allotted fund, an alert will be sent to the
concerned person
Unfinished work and associated budget can be carried forward. In order
to manage this an option shall be provided to department about closing
of work or to carry forward the work for next financial year
The system should be designed taking into considerations double entry
National Municipal Accounting Manual (NMAM)
All the reports of Accounts and Audit should be NMAM compliant
For complete operation of PCMC, default printing page need to set to
A4 page size
All mode of transactions need to be included in receipts (Online and
Offline)
Weekly report of receipt and expenses to be obtained from accounting
and to be audited by Audit department which can be submitted to
various committees
Streamlining of budget heads for all the departments is required.
NMAM wise budget heads to be developed
Single system should be available to perform all the activities and check
records
The receipt formats should be uniform.
The provision should be provided to assist Audit as per projects, bills
etc.
Account Head Definition
Account Grouping and Sub-Grouping
2 Master
Bank Account Details
Vendor Details
Budget Preparation, Distribution and Management System
- Budget Classification
- Department-wise estimated provision, revision for income and
Departmental expenditure
3
Process - Budget Appropriation between different budget heads through
approval process
- Administrative approval / dis-approval of works linked to budget
availability

186
# Sub Modules Activities
Receipts through Internet / KIOSKs
- Counter-wise Collection Detailed and Summary Reports
- Revenue Stamp Management
- Cheque/ Cash Deposit Slips into Bank
- Capture of Cheque dishonour cases, Remittance entry
Payment Management
- Bill / Liability Entry
- Payment Authorization
- Payment Voucher (Full or Partial Amount)
- Maintaining Cheques details, Cheques Printing
- Recording of Cheques Issuance Details
- Recording of Cheques Cancellation details
Security Deposit / Earnest Money Deposit Management / Bank
Guarantee Register
Zone/Ward/CCC wise Bank Collections
Loans Management
- Maintenance of Loan Details
- Alerts for Loan Instalment Payments
- Loan Instalment Payments
- Generate Bill and Carry out payment
- Interest Calculation
Grants Management
- Maintenance of Grant Details
- Timing of Grant (Regular/Irregular)
- Utilization Details
- Interest Calculation
- Utilization Certificates
- Generate alerts for Grant Received or not.
Debt Management
Accrued Payment Management/Fund Management
Investment Management
- Maintenance of Investment Register
- Alerts on due dates
- Comparison of different options for Investments
- Interest Calculation
- FD Register
- Generate Voucher/Challan

187
# Sub Modules Activities
Advance Management
Bank Reconciliation
TDS/ VAT register, Online Payment of Tax
Maintenance of Bank Account wise balances
Integration of Ledger A/c with ECS Payment
Demand details for various departments and approved values in budget
for different departments should be viewed by account official.
Demand Notice Generation
Print ECG Receipt
Dynamic Dashboard synced with the role of the personnel viewing
Financial statements at the various defined levels of the organization
Generation of internal reports and transactional reports for each of
the organizational units
Print/Publish reports and save them in viewable file formats in PDF,
TXT, MS-Excel, and XML formats.
Support customizations of any exiting report or new reports
All report on net movement by account, showing opening balance at
start of month, net transactions value (or detailed transactions) and
closing balance.
Generate financial statements at different levels like across units,
across plants, across cost centers etc.
Cash flow report: Listing period and year to date various cash flows
4 Reports against budget and last year, subtotaled at various levels
Provide for all TDS(Tax Deducted at Source) related reporting
Vendor Listing along with other vendor details as may be required
Cash Requirements Report
Cheque Reconciliation Report
Account Receivable Invoice Register
Provide Adjustment of Advance payment
Bank balance analysis (bank balances by amount slabs)
Generate a comprehensive asset register (as per standard accounting
practice)
Asset register report available in summary form (with only financial
details) and details form (with all asset master details)
Drilldown report (Budget head to voucher)
GST/taxes related reports

188
# Sub Modules Activities
Report project status for Capital projects along with capital expense
posted
Use of GIS for Audit Trail assessment

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

189
2.9.2.3 Human Resource Management System
Sl. No. Sub Modules Activities
History of training for PCMC employees should be maintained
through Kamgar Kalyan Department which shall be linked to
Employee Portal where employees can see their trainings completed
Training module need to be developed. It will provide the capacity
building report. Employees should be able to fill training needs for
Training need analysis (TNA) which can be verified by concerned
department
Facility should be given to enter union demands
System should be able to track all the facilities and PCMC assets
(Laptop, mobiles etc.) provided to employee. If any employee is
leaving the organization, system should be able to provide no
dues/NOCs after verification by Administration Department.
Employee Portal shall contain the list of facilities provided to user.
Employee should be able to declare their assets/properties (Asset
Declaration Form) in Employee Portal
Seniority list shall be generated as per the criteria defined by user
Form 16 and 24 Q generations through system. Admin should be able
Department to adjust Tax slabs as per the current budget
1
Expectations Payroll linked to biometric system
PT cash module for department (Advance cash management for each
department)
Last payment certificate should be available immediately and
through all department
Complete payroll management system for (New joiner, promotion,
retirement, suspend, expire, VRS etc.)
Proper logic should be there to generate employee code
Locations of employee address to be mapped on GIS, biometric
locations etc.
Recruitment and Reservation (100 Points)
Payments for all committee members shall be managed through
system. Annual Income certification to be issued from system to
these members
salary of Temporary employee to be managed by system
Smart cards for corporation use
System should be able to manage records of employees as per shifts
also

190
Sl. No. Sub Modules Activities
Loan management/sanction process should be managed through
system
Employees should be able to download Form 16 and other necessary
from Employee portal
One should be able to see the employment history (Positions and
departments served)
If employees are transferred, their access rights will be revised
accordingly and in continuation with previous work. The pending
work will be assigned to the new employee who has taken that
position
Employees should be able to upload service book records
Employee should be able to declare their assets/properties (Asset
Declaration Form)
Employee should be able to submit Confidentiality Report through
system
Employee should be able to submit Nomination form
Notices/letter/Notifications should be available on portal
Service request for Passport NOC/Foreign Travel
permission/Affidavits etc. can be raised through portal and can be
obtained digitally
Job notification/Circulars/Schemes need to be available on portal
One should be able to submit nomination for the sports competition,
cultural day etc. The calendar should be updated in similar manner
Supports multiple companies’ definition
Web portal communication to all people in the organization
Employee searches by: Employee Number, Last Name & First Name,
Organizational Level, Department, Location, Status, Reporting officer
etc.
Organization An on-line organization chart with hierarchies.
2
Management Adds / changes organization entities and easily transfers associates
within and / or across entities (including companies).
Manages organization restructuring including position control.
Maintain complete organization structure bifurcated into
maintenance of Organization unit, department unit, positions,
grades, relations, and hierarchy

191
Sl. No. Sub Modules Activities
Any change in organization structure to be approved based on
defined workflows
Organization unit wise policy/ rule engine, changed based on defined
approval workflows
Ability to maintain organization wise unit wise approved position list
and current status.
Facility for online recruitment of employees
Facility to collect online resumes against the vacancy
On-line screening & short listing of applications received on-line
Allow for on-line short listing of applications for recruitment process
like written test or interview
Able to generate Call Letters for Interviews to shortlisted candidates
Generate the joining forms on-line for the new employee to fill up
Recruitment
3 on her/his own
Process
Convert the Applicant data into Employee data on hiring / joining
Generate Organogram with vacant position mark
(Diagrammatically)
Define the specifications of the vacancy in terms of qualifications,
work experience, location considerations, skills/competencies
required, additional certifications / professional qualifications, etc.
Online recruitment to be integrated with PCMC website
Common employee database with personal, educational,
professional information like Personnel details, address, family,
working hours, work schedule rules, pay grades, tax data, pension
data
Maintain as on date employment history starting from joining the
organization like promotions, achievement, awards, punishment,
Personnel etc.
4
Management Capture relevant copy of documents in digital format and linked with
the employee data integrated with document management system
Maintain the information along with photo of the employee and all
dependent or family on the system
Review On-line request for updating / changes. Date gets updated
after proper approval using workflow.
Maintain issuance records of asset like Mobile, Tablets etc.

192
Sl. No. Sub Modules Activities
Administrative task like transfer, special duty assignment,
resignation, promotion, NOC issue, etc.
Generating Transfer Forms / Orders for transfer of manpower from
one location to another
Issuance of Transfer Order automatically for authorization personnel
(Work flow)according to internal hierarchy
Auto update of the employee master and organization structure on
actions like relocation or transfer of an employee from one
department to another
Date wise validity of each transaction to be maintained. The master
data need to be time bound with defined start date and end date
with time constraints defined for type of record
Need to cater to the following task of employees:
• VRS/Retirements
• Disciplinary cases
• Promotions
• Confirmation and transfers
• Government Reservation Compliance
• Roster for Reserved Categories
• Employee Grievances
• Leave Management
• Welfare Services
• Union Matters
• Handling of loans, NOCs etc.
• Reports & Returns / Maintenance of Rosters
• Non-contributed PF
• Contributed PF
System to keep record of legal issues and cases for each employee
System to manage permanent as well as contract employees
System to generate all statutory Return forms under PF, Contract
Labour and other government acts and policies
System to generate statutory forms for Pension and other
settlements
Bulk data upload/ change should be possible
Employee appraisal and evaluation functionality (along with rules
Appraisal and and policy guidelines)
5
Promotions
Appraisee & Appraiser fill up the forms on-line

193
Sl. No. Sub Modules Activities
Appraisee & Appraiser and/or Reviewer view the form on-line at the
same time to facilitate discussion / comments on the same
Policy for Salary revision, Increments, Promotions be maintained
on-line
System to provide facility for approval for pay fixation on promotion
System to give the status of promotion with eligibility, advice, trade
test, promotion, extension of probation and reversion of promotion
System to handle employee demotion as a disciplinary action
Define and maintain a variety of leave types and associated
application rules
Support for Manual and on-line Leave application processing
Leave Integration with Payroll
Leave amendments and adjustments by designated authority
Retain all leave history (approved, rejected, adjusted) based on user
Leave defined criteria
6 Management System to maintain leave ledger
/Attendance System to generate the monthly attendance/ absence sheet
integrated with time biometric devices
System capable of generating late coming and early going report,
their adjustment as per SMC policies
Leave quota management, leave approval, and leave encashment
System to generate Compensatory -Off balancing and their
adjustment as per the SMC policies
Payroll computation based on leave, tax computation, deductions,
adjustments etc.
Accommodate adjustment for the previous period's attendance
System to calculate statutory deduction for each employee based on
deduction rules
Both earning and deductions can be of both types i.e. forever and
7 Payroll
within period (From To dates). There should not be restriction on
number of earnings and deductions
Integrate with different types of loan account for deducting EMI /
Installment automatic
EMI / Installment deduction stop automatically after end of the loan
period

194
Sl. No. Sub Modules Activities
Arrears of salary to be paid for the adjustment of salary for the
previous period by giving range of months/ Period
System to allocate an employee's salary across multiple cost centers
by fixed % or specific assignment or manual distribution
Automatic update payroll calculation rules whenever an employee's
grade changes
Handle multiple pay commission guidelines e.g. 6th pay and 7th pay
commission for different set of employees
All standard and statutory payroll related reports
Capture employee‘s bank account number and bank details
Allows to define different salary or wage classes and scales
Auto calculation of payroll based on attendance records with
possibility of transfer of attendance records to payroll system in
batch mode or manually for employees not using ERP for time and
attendance.
System should be able to categorize the deductions like Tax,
deductions on uniform, deduction on advance taken, loans from
company or external
Organization, payments for any other purposes to external org. like
LIC premiums
Provision of supporting loan details/advances taken like amount
taken, tenure, amount of each instalment
Provision to set loan and advances repayment schedule with an
option to modify the same and payroll calculation accordingly
Provision to levy deduction (for a user defined period) on items
issued to employee e.g. uniform, deduction of loan or advance
Audit Payroll fixation
Payroll processing for Anganwadi employees (fix pay), Committee
members, Temporary staff etc.
Process & generate the Salary certificate, Due Settlement Certificate
for an employee / ex-employee
Daily wage employees payroll management
Ability to Define tax rules to determine employees tax liability as per
8 Taxation changes by the Central Govt./ local statutory legislation for actual tax
liability of employee

195
Sl. No. Sub Modules Activities
Facility to provide investment declaration form in electronic format.
The employee will be required to fill and submit the form
electronically so as to update salary record and tax calculation
automatically by the system.
The system should ensure support for major statutory reports /
Forms and certificates of taxes.
The system should Record employees’ perquisites and other
information relevant in computing their tax liability as tax
components.
The system should Complete calculation and deduction of tax
automatically / user defined
The system should Project the tax liability of each employee for the
period within a tax calendar based on the employee declaration of
savings etc. and providing tax planners to the employee.
Provision to Manually adjust taxable earnings (in case of income from
other sources, investments etc.)
The system should handle Exemptions and Rebates as per the Income
Tax Rules
Professional tax deductions with exemptions, arrears and generation
of related reports and challans
System to take care for various Reimbursement system
Travel & Expense: Employees to fill details of expenses carried out
during a travel, upload of receipts, computation of travel allowances
and approvals. Integration with corporate card if issued in future,
needs to be done.
System to provide provision and checks for the employees to be
Retirement granted LTA / LTC as per company rules
Benefit System to allow payments (Both Advance and Final) towards LTA /
9 System/
LTC either outside or with Payroll and paid as taxable/ nontaxable as
Other Benefit
System per Tax rules
System to provide facility of making payments of other benefits Like
Telephone bills reimbursement either outside or with Payroll
Health card and medical allowances
Pensioner Management
Entire Provident Fund and Gratuity Accounting Module as part of
Payroll system
10 Feature of training calendar

196
Sl. No. Sub Modules Activities
Information of employees called & attended training
Career path/ skill-wise training schedule for employees and initiation
of schedule after transfer or promotion to new position
System to provide a standard methodology for Training Need
Identification
System to provide provision for the employees/Head of division to
give a request/ nomination for training
Talent
Management, Provide facility for online evaluation / feedback on Trainings by the
Training & employees
Development, Send training alerts to employees
Enterprise Maintain minimum required training to employees with alert for any
Knowledge repetition of the same or maximum training attended
Portal
A knowledge portal to empower employees taking up new
responsibilities with rich knowledge base and anytime accessibility
will be provided.
Provide provision to know the number of days/hours spent by
individual & up to group for training
System to provide provision to know the amount spent on various
training activities.
Employee should be able to access own records, perform necessary
functions and raise requests for above-mentioned phases using self-
service portal:
• Apply Leaves
• Viewing salary slips
• View leave balance and status
• Viewing Form 16
Employee Self • Entering travel claims
Service &
11 • Confidential Report Triggering and updation
Manager Self
• Searching employee directory
Service
• Employee time and attendance entry
• Employee directory
• Benefits enrollment
• View Service Book
• Standard Application of Rules
• Benefits Management
• Online Learning

197
Sl. No. Sub Modules Activities
• Skill Position Matching
• Talent Profile & Feedback on Performance
• Loan Status
• PF slips etc.
System to generate service book for employees, downloaded as pdf
on request to view in Marathi and English with all necessary
updates
Reporting Manager should be able to raise request on employee
behalf and approve requests raised by employees online over
mobile and web. These will empower manager as envisaged by the
Government of Maharashtra under:
• Number of Employees Present or Absent
• Filled in Position Distribution in Subordinate Offices
• Online Communication to Pre-Designated Mailing List
• Pending Administrative Processes –PAR, TA/DA, DPC, 50-55
Review
• Pending Work Process Monitoring –Loan/Advances, GPF, Interest
• Human Resource Budgeting
• Talent Management -Skill / Competency Assessment, Training
Employees able to access own records online and raise requests for
name change, NOC, address change, leaves with necessary
workflow approvals.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

198
2.9.2.4 Asset Management System
Asset Management

# Sub Modules Activities


The asset management system will clearly differentiate
between depreciating assets and appreciating assets
The Asset management system will be linked to inventory
management system.
Department Expectations The asset management should be capable of providing
1
valuation of assets. The asset classes can be roads, buildings,
manholes, vehicles etc.
Assets of PCMC shall be marked on GIS and respective MIS
data shall be available to users
Manage Immovable Assets (Using GIS-based Interface)
- Land
- Building
- Roads, Footpaths
- Bridges, Culverts, Flyovers, Subways & causeways
- Drains including underground drains
- Water Works Distribution
- Public Lighting System / Streetlights
- Lakes and Ponds
- Capital Work-in Progress
Etc.
Manage/Monitor Movable Assets
2 Classification of Assets
- Plant and Machinery – including machinery of Water
Works & Drainage
- Vehicles
- Furniture & Fixtures
- Office Equipment
- Other Equipment
- Live Stock
Etc.
Investments
Capture details of Assets like:
- Ownership
- Cost Details (construction / Purchase / Transfer)

199
# Sub Modules Activities
- Depreciation Principles
- Other details to arrive at Current Value
Preparation of Opening Balance for Asset Valuation
GIS Mapping of the data
Purchase of New Assets
Acquisition of Land
Asset Sale
3 Asset Transactions Investment on Assets (like construction of new floors, road
re- surfacing, etc.)
Insurance Details
Insurance Claim Related Information capture
Analyze the equipment breakdown and repetitive
breakdowns
Equipment breakdown analyze and control
Material planning for preventive maintenance and maintain
safety stock
Maintenance Analysis and Material consumption analysis
4
Statistics Counter based preventive maintenance for equipment like
Generators, motors & Compressors
Ability to maintain operational equipment work orders and
maintenance history against asset/equipment work orders.
Reporting on asset/ equipment statistics like availability,
utilization etc.
Asset Register
Revenue Report
Outstanding Register
5 MIS
Search facility for various information (like search for name
of road)
GIS Mapping of the data

200
Land and Estate Management

# Sub Modules Activities

All the PCMC properties need to be geo tagged


Lease management module need to be implemented to properly manage
lease agreements and corresponding activities
Billing module should be the part of lease management system where
access will be provided at ward level.
There should be proper reporting mechanism which will also help to
perform spatial analysis
The system should be available to calculate rents automatically after
Department providing required parameters
1
Expectations Notification of expiry of lease contracts need to be sent to concerned
people and lease
Dashboard shall be available showing different categories of properties,
expired lease agreements. Ward level revenue etc.
Record of the properties from Building planning, civil department should
be available. The provision should be made to attach photos of properties.
Valuation of properties to be captured
Employee quarters should be managed through lease management
system
Proposal for Land Acquisition with use of GIS for visualization
Scrutiny of Land Details with use of GIS
Land
2 Valuation of Land with a view on the updated map of Pimpri Chinchwad
Management
TDR Process & Possession of Land using GIS
Transfer of Details to Concerned Department
Creation of Record in the Estate Register
- Hand-over from other agencies
- Hand-over by Builders
- Construction by Projects Dept.
Estate Issuance of Municipal Property on rent / lease
3
Management Generation of Bills
Acceptance of Payment
Renewal of Rent / Lease agreement
Allotment of House to the employee
Maintenance of Property on Contract

201
# Sub Modules Activities
Maintenance Inspection report
PCMC Land Register with properties marked on GIS
Land Acquisition related reports using GIS
4 MIS Revenue Reports for Estate on Rent / Lease along with GIS Mapping
Outstanding Register for Estate on Rent / Lease with GIS Mapping
Top Defaulters List with GIS Mapping
Other
5 Data Porting/ Data Entry Suite
Requirements

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

202
2.9.2.5 Procurement Management System

# Sub Modules Activities

Departments should be able to prepare budgets system. So that, the process


will start with budgeting and follow the following flow
a. Budgeting
b. Tendering
c. Work Order Generation
d. Work Monitoring
e. Billing after work completion
e-Measurement Book and bill generation facility should be there. The system
should be able to generate estimation for the work Measurement Book Entry
should be approved by Deputy Engineer, Executive Engineer, City Engineer
etc.
System shall allow authorized person to make adjustment to measurement
book entries on case to case basis
System should be able to generate a PDF report for measurements entered by
user
The proposed work should be mapped on GIS. The progress of work shall also
be mapped on GIS after on ground verification
SLA should be defined for each activity and need to be monitored
Ability to configure electronic approvals and approval lists depending on the
1 Department type of approval process. Approval lists should be configurable and user
Expectations should be able to change approvers based on changing business need.
The system should be designed for e-office and approvals should be provided
through digital signature. The application shall be able to handle all the
processes of procurement of PCMC such as approvals at various level,
standing committee approvals, work order generation etc.
The application shall be able to manage capital work as well as revenue work
The system should have its own intelligent live dashboard showing the
ongoing work. The dashboard will be role based
The dashboard shall clearly show the information of status (On time, delayed,
stagnant etc.) and stages of projects
Documents uploaded on e-tendering system should be available in Digital
Dashboard system as well. The data of such document should be maintain in
digital dashboard.
Separate mobile app need to be design for tracking of work and onsite works
management.
The progress of work should be updated on GIS
Once the work is completed, the asset will be generated for the concerned
department
Integration with SCADA, 3rd party sample testing etc.
203
# Sub Modules Activities

The notification should be on pre decided intervals for the recurring works
such as AMC etc.
System should provide the capability to record measurements from site using
a dedicated Mobile application which can be deployed on Tablet, Mobile etc.
Mobile for Android and iOS
Application The images work progress can be captured on ground through mobile app
where locations shall be geo-tagged.
Mobile application should work in offline as well as online mode.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.6 Inventory Management System

# Sub Modules Activities


Expired stock of medical inventory will not be issued under any
circumstances through system
Notification need to be sent to concerned person for expiry of stock
or expiry date
Notification need to be sent to concerned person for expiry of quota
for item/ward
Role based access will be provided to all users as well as hospital
Facility will be provided to bypass some fields if not applicable. E.g
Surgical tools, some Ayurvedic medicines do not have expiry dates
Standard list of all inventory to be made so that there won’t be any
Department duplication in database
1
Expectations Complete movement of stock across network of PCMC to be tracked
through system.
Under emergency special cases, stock to be accepted by system
without challan with appropriate approvals
Reports and all other to be grouped such as Tablets, syrup, surgical
etc.
List of item which are not issued due to non-availability should be
clearly mentioned in indent
Distributed inventory should be tracked. Once some inventory such
as toners, rims etc. will be issued to department, it should be
tracked till end user with location wherever possible

204
# Sub Modules Activities
Categorization of Stores
- Central Stores
- Biomedical Engineering Store
-General Stores (issuing stationery and non-medical materials)
-Electrical Stores
-Civil Stores
Department-wise segregation for request, process, fulfilment and
feedback
2 Masters
Dead stock Register (for movable assets)
Defining Various Items under each category
Approved Vendor List of PCMC along with their details
Price-list for the Rate Contract Items
Maintenance of Reorder level i.e. procurement after reaching
reorder level.
Payment to Vendor
GIS Mapping of the data
Department-wise submission of details
Disposal of Dead
3 Disposal of Dead Stock
Stock
GIS Mapping of the data
List of Vendor-wise / Material-wise orders
Material-wise, Department-wise consumption report
Disposal of Dead Stock
Status report to department w.r.t. their order
Alerts if the Batch Nos. or Sr. No. is not in order
4 MIS
ABC Analysis, EOQ analysis, Min order, Max. order etc.
Work Completion Report
Work Comparison Report
Demand & Issuance Comparative Report
GIS Mapping of the data

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

205
2.9.2.7 Program/Project Management System

Sl. No. Sub Modules Activities


System to have various stages of approvals for all the proposed
projects. These approvals will pertain to project selection, budget
approvals, vendor selection including technical and financial
Portfolio Demand evaluation, administrative approvals, pilot implementation, and
6.1
Management approval to Go-Live based on UAT approval for maintenance
milestones, approval for project closure.
System should be flexible to define approval stages and criteria for
different project types.
Facility to create new project / review existing project with critical
information’s like activity / task lists with target dates and resource.
Ability to track and analyze Project Schedule, Costs, Materials,
Equipment and Services
Ability of handle any number of Projects simultaneously.
Ability to record, manage and report Accounting Data for all Project-
related Transactions
Facility to record periodic Progress Information from Weekly / Monthly
Project
Reports
Facility to import Project Activity Networks exported from commonly-
used Project Management Packages such as Primavera, Microsoft
Project Project, etc.
6.2
Management Facility to identify project milestones and targets
Ability to define sub-projects within a project
Facility for multi-user concurrent access to any project, including
record locking facilities to avoid concurrent updating of project details
Ability to analyze individual projects by comparing project plans
against progress and produce exception reports.
Provision to select multiple projects based on selection criteria and
display any/specified stored details
Ability to produce GANTT and PERT charts to display the critical path
and float times for all or selected activities
Reporting facility through which users can define and develop reports
related to single or multiple projects (for monitoring progress and
performance)

206
Sl. No. Sub Modules Activities
Work Breakdown Structures (WBS) and Networks to structure projects
Project
6.3 hierarchical and/or using network techniques. Milestones and
Structuring
documents to mark project events appropriately.
To provide various date planning functions. Flexible scheduling
6.4 Project Scheduling techniques to be used to calculate earliest/latest dates, floats, or
critical paths within projects.
Capacity and
Networks to plan, analyze and level work center based capacity
6.5 Workforce
requirements of the project.
Planning
Material and To assign material components to Networks to plan material
6.6 External service requirements based on the project schedule, check the material
planning availability, and trigger the material procurement and delivery later.
To provide various techniques for planning costs and revenues in
6.7 Financial Planning
Project System depending on financial planning requirements.
Budget is the approved cost structure for a project. One can allocate
Budget
6.8 budget to projects in Investment Management or directly in Project
Management
System.
In the execution phase of projects confirmations can be used to
6.9 Confirmations document the actual work performed and the progress of individual
work packages.
Costs actually incurred are posted directly to project by account
Cost Integration
6.10 assignment of documents in Financial Accounting, Controlling or
and Billing
Materials Management for example.
Project System provides various standard reports for real-time
6.11 Project Reporting
reporting of financial and logistic project data.
Citizen engagement is required for the projects where decision of
creating a bridge/ asset, budget approvals, progress report is visible to
them on GIS map where citizens can know beforehand any upcoming
project decisions, traffic disruptions or gives comments. This will be
6.12 Integration
achieved by publishing details on web portals. The details will come
from Project Management and Asset management/ maintenance
module of ERP, thus integration with web portals and PMMC GIS to
provide this information readily.
Ability to manually/auto load and selectively change project data
(start/end dates, etc.).
6.13 General
Ability to capture, compute and report real-time actuals (e.g. costs,
effort, schedule status)

207
Sl. No. Sub Modules Activities
Ability to aggregate cost, effort, and schedule data across projects (e.g.
Gantt chart data rollup)
Ability to calculate performance ratios manually or automatically at
specified points in time or at project milestones.
Ability to provide dashboard view of status of all projects with ability
to drill down.
Ability to compute/display estimates of remaining work (hours to
completion, percent of wok completed, end-date forecasting, etc.)
Ability to provide comparison of actual vs. planned progress with
variance analysis, alerts, and rule - based notification.
Ability to provide project reporting/forecasting according to
government contracting requirements (e.g., earned value analysis).
Ability to support risk monitoring and on-going multi-project risk
management.
Ability to use project status and project forecasts to update financial
budget forecasts.
Ability to capture and transmit project costs, expenses, commitments,
etc., for accounting.
Ability to support and billing (e.g., expense reporting).
Configure status indicators at summary level of Project. These
indicators should be displayed in Project Center with different colors
to depict project status.
Ability to store, populate and update exact latitude and longitude
details of the project and pass the information to and from GIS system.
Facility to record various Cost Data for a project (such as budget
amount, expenditure to date, cost to completion, cost estimate of
changes, etc.)
Facility to record Project committed Cost Data from the payment
requests received from various sources
Project Cost
6.14 Facility to record release of funds details and maintain project release
Monitoring
of funds history
Facility to record project allocations, advanced payment and bank
details
Provisions to compare the payment requests against the outstanding
contract value for a given project/stage/activity

208
Sl. No. Sub Modules Activities
Provisions to track payments related to external agents (consultants,
contractors, vendors etc.)
Provisions to track the status of a payment request through the batch
upload and approvals process
Provisions to validate payment against the release of funds and update
the project release of funds balance
Facility to mark projects for archiving once all the costs have been paid
and project completed
Facility to integrate all functions such as Procurement, Receipt and
Storing procedure, Material Reservation, and Inventory Management.
Facility to declare WIP status and completion of project.
Facility to transfer Project Material to regular Inventory and vice versa.
Project Resource Facility to Map Project Item with Regular Item codification.
6.15 Utilization and Provisions to include left over Material in regular Inventory as Non-
Reporting Valued /Valued Material as well as Spare or Part of specific Equipment
on completion of Project.
Provisions to track and include Installation / Commissioning / Put to
use Date and warranty period and Maintenance schedule along with
Details in system on completion of Project.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.8 Digital Workflow Management System
# Sub Modules Activities
Scanning & Marking the inward/outward to the respective
department
Incorporation of separate hierarchy for RTI letter movements &
Commissioner Office.
7.1 File Tracking System Fresh applications
Appeals
Tracking of the Inward/Outwards
File Closure to be carried out as per the final decision of respective
authorities.

Document Document Management System


7.2
Management Scanning Solutions

209
# Sub Modules Activities
Reports and Search
- Support saving of search queries and search results.
- Support extensive Reports and audit trails and provide data points
and facility to design new reports.
- Should have XML based API support for data import & export and
integration with third party applications.
Movement of Proposals/documents/noting/objects on various
parameters
Facility to mark the application to pre-defined hierarchy
Inbox for officers (listing applications received)
FIFO principle for taking action on application
Creation of a Note Sheet for Scanned Documents
Alerts for delay in action
Information/Alert to be sent to higher authority in case of delay in
action by specific employee of the department
Pre-defined scrutiny for citizen applications
Display of all application data during scrutiny process
Check-list for rejection
Facility to mark the application to other officer
Workflow Facility to mark the application to other department for their NOC /
7.3
Management Comments / Input
Alerts via Email/SMS
Every user shall have role based dashboard showing details of files
pending with him/her etc.
Final Decision by the Decision Authority
In case the person is on leave, s/he can delegate the work to some
other person. The facility of delegation of work should be provided.
Some people have double charge. The system should be able to
handle such scenarios. E.g. A person may take position of Deputy
Engineer and Executive Engineer for some time.
File, letters, RTI applications, grievances etc. moves through various
touch points situated in ward offices, village offices, zonal office etc.
The SI is expected to maintain such flows while designing the work
flow management system
The required workflow solution should comply to various open
7.4
workflow standards such as BPMN (2.0), WFMC etc.

210
# Sub Modules Activities
User should be able to open/see files which may be in different
7.5 formats such as DWG,PDF etc. attached to any workflow. Users do
not have to open another application to view such attached files.
Workflows built using the product must also be fully functional on
7.6
mobile devices at no additional cost

Note: Refer Annexure-2 for indicative specifications of Workflow Management System

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.9 Property Tax Management System
# Sub Modules Activities
Ward/ Zone/ Block/Route – Administration or Geographical
divisions
Property Holder’s Name – One or multiple owners
Property Holder’s Email ID / Mobile No.
Property Holder’s Address (Present Address, Permanent
Address)
8.1 Property Details Property Location details (Survey No., etc.)
Property address
Linkage with Building Permission Module to carry forward
building details
GIS mapping of the data
Property ownership: MIDC/individual/PCMC/Pradhikaran/
central Govn/Maharashtra govn/MHADA etc.
Type and Sub Type of Property
Usage of Property
Construction Class / Vicinity Factor / Amenity
actor/construction year
Details required for Age of Building
8.2 Property
Grading of properties (A/B/C)
Assessment
GIS mapping of the data
Any other factor required for Assessment
Re-Assessment of the affected properties to be carried out
again in case of road widening.

211
# Sub Modules Activities
Allow citizens to enter their property details through Web
Self-Assessment Portal
8.3
Module Option to the citizens to submit their Assessment to the
department for confirmation
System based
8.4 calculation of Room-wise / Flat-wise/ Whole Property Assessment
Ratable Value
Tax Generation as per Rate Chart
Tax Exemptions
Bifurcation of rates for General Tax, Fire Fighting, Water Tax,
8.5 Tax Generation
Conservancy Tax, Educational Cess, etc.
Tax regeneration after change in ownership, use of property,
increase in areas etc.
Property history
Advance property tax payment
Other Relevant Property Rental details
8.6
Property Details Date of Assessment
Generation of Unique Address/ID for each property of PCMC so
that it can be easily identified
Generation of Special Notice
Objection
Hearing
Property Billing
- Individual flat-wise billing/ Property wise billing
- Calculation of Property Tax as per prevailing Stamp Duty for
different areas.
- Interest Calculation
Other Department - Consideration of Advance paid earlier
8.7
Process Demand Notice Generation
Issue of Warrant Notice
Seizure of Property
Auction of Property
Rebate Calculations
Automatic mailing of Bills / Notices to the E-Mail ID
Advance / Excess Collection / Refunds
Cheque Dishonour and Outstation Cheque charges
Facility for online tracking of bounced checks

212
# Sub Modules Activities
E-Mail / SMS to be sent to the owner upon transactions
Change in Property Ownership
Splitting of Property Tax Assessment
Duplicate Bill
Assessment Certificate
Copy of Property Tax Assessment Extract
8.8 Citizen Services
No Dues Certificate
Payment of Property Tax
Linkage with Grievance module for Property Tax related
grievances
GIS mapping of the data
Demand / Collection Register
Assessment Register
Closing Register
Ward-wise / Zone-wise Recovery reports
Top Defaulters Report
Occupancy wise / Flat wise report
Escalation alert to be generated for new property assessments
to zonal assessors, Deputy Municipal Commissioner and
Municipal Commissioner.
Tax-wise Recovery Details
Tax-wise Demand Details
8.9 MIS
Advance Payment Reports
Objection / Hearing Details
Inspector wise report (Assessment of property as per Building
permission / Citizen request /Inspection)
Assessment as per citizen / Assessment as per inspector
MIS reports for self-assessment, concessions.
Alerts from License Module upon New License / change in
business
Concession list, property count report (Use wise),Unauthorized
property etc.
GIS mapping of the data
Data Porting / Data Entry Suite
8.10 Other Requirements Query of Property Dues
Scope to link up to Land Records / Registration system

213
# Sub Modules Activities
GIS mapping of the data
Challan generation
8.11 Accounting Bank wise, ward wise etc. collection
Cheques status report

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.10 Water Billing and Collection Management System
1. Group the water connections in the Project Area into sub-groups i.e. as per the Zones.
Also, group the connections according to the PCMC’s designated District Metering Areas
(DMAs)/ water zones, then re-group the water connections as per the DMAs for allotting
the process of taking water meter readings.
2. Geo code (latitude and longitude) each of the metered connection with 5-10 mtr accuracy
and publish on satellite image as per the individual Zone and DMA/water zones.
3. Develop web based water supply connection, billing and collection management module
and integrate with mobile application for managing all the process from providing water
connection, to on spot billing, to collection, to billing audit, to reconciliation of consumer
accounts and integration with GIS, ERP, Workflow management etc.
4. The indicative list of the process to be developed in the application software is indicated
below.
▪ Mobile App to Capture readings, meter pictures, on spot bill generation
▪ Payment processing
▪ Consumer's online history & bill generation
▪ Online Payment System
▪ SMS Alerts
▪ Data Auditing
▪ Dashboards for concerned roles with drill down facility
▪ Integration with Inventory Management System
▪ Complaint Management
▪ Bill Correction
▪ Integration with handheld devises for on-spot billing
▪ Consumer Registration
▪ Reporting of Actionable Consumers (Unauthorized, Non-Metered) with Ageing
Analysis
▪ Reporting & Analysis

214
▪ NRW Analysis
▪ Audit trail of all transactions
▪ Map based water zones with plotted consumers
▪ Integration with SLB , SCADA, control room etc.
▪ Zone-wise Demand/Recovery Reports
▪ Zone-wise Adhoc Report management system
▪ Bill distribution on emails
▪ Mobile based Consumer Satisfaction surveys and develop analytics to analyse
the survey.
5. For individual residential consumers the billing cycle shall be every third month (four
times in a year) and for chawls, commercial and society consumers the billing cycle shall
be every month (twelve times in a year). The billing cycles may be changed.
6. Complaint Management
a. The software system developed by the operator shall have complete workflow
from complaint registration to resolution to record for audit.
b. Record all consumer complaints in the web based water supply system related to
water meters and water billing including but not limited to faulty recording of
water meter reading, non-receipt of water bills, faulty meters and manage its
complete work flow other consumer complaints and provide a proof to PCMC
against such consumer complaints.
c. Assist the zonal water supply department in resolving issues related to water
meter, billing, and collection and report its status through the web based
complaint management system to all concerned.
7. SI shall support the staff of PCMC or external agency as per the case may be who work on
ground to collect readings of meters, bill distribution, Meter inventory and repairing work
etc. If PCMC purchases handheld devices for capturing and printing water bills, the SI shall
assist PCMC to load billing application on such devices.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

2.9.2.11 Citizen Services Module


2.9.2.11.1 Citizen’s Facilitation Center
# Sub Modules Activities
The IT application shall have facility to accept all the application
Department forms from citizen.
1
Expectations Geo-locations of all CFC centers should be available on mobile
map

215
# Sub Modules Activities
Public Data Entry Module should be implemented and linked
with PCMC portal
If documents are submitted in CFC, CFC/ department staff will
scan the document and it will be directed to concerned system
of concerned department
All modes recommended by central government should be
enabled for payment gateway
PAN/Aadhaar card number should be captured and linked with
all the service provided by PCMC
Citizen dashboard should be developed which will be linked to
all the services provided by PCMC.
RTIs should be directed to concerned departments directly
Integrated dashboard for grievance UG,PG,PCMC etc.
RTS MIS reports

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.2 Fire Brigade System
#. Sub Modules Activities
Two separate systems will be developed. One will handle the emergency
situation (Disaster Management) and regular fire brigade working while
other system will be integrated with CFC and other systems to issue NOC
for various purposes.
Department Whenever a citizen calls for emergency, it need to transferred to nearest
Expectations fire brigade station
All the fire stations need to be geo tagged
Shortest route must be visible to reach to the destination in emergency
situation
Facility to lodge New Complaints, Check Status of complain redressal

Facility to check citizen data


Citizen Help - Fire Brigade truck path
8.1
Desk - Book fire brigade
- Share the location
- Payment Status

216
#. Sub Modules Activities
- Renewal Status
- Certificates issuance

Fire Brigade Payment


All Departmental Services
Payment Tender Document Fees
8.2
Acceptance POS terminal integration
Any other payment services
RTI Application Management
Design of Forms & Database for the Fire Management System
Rescue to road related mishaps
Citizen Scrutiny of the Applications
8.4 Services Dealing with other specific emergencies, such as flooding or terrorist
(General) attack which are set out by Statutory Order
Details of firms along with their contact details, address details
Education Drive for Citizen
Fire Brigade SMS alert to applicant upon decision
8.5 Registration
Services Statistics
Sub-Module
GIS Mapping of the data
Fire Brigade Tracking system
8.8 MIS
Customer location monitoring
Status update of the location

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.3 Grievance Monitoring
# Sub Modules Activities
The grievance location need to be geo tagged
If grievance is received via email, WhatsApp etc. which does not
Department
facility to geo tagging like mobile, when an operator will enter the
Expectations
location, it should be plotted on GIS mapping stating the location of
grievance areas

217
# Sub Modules Activities
The provision should be made to capture image of affected location
before and after redressal of grievance
Citizen as well as department should have their own dashboard to
monitor status of grievances
Facility to lodge New Complaints, Check Status of complain redressal
Facility to check citizen data
- Bill Dues
- Application Status
- Payment Status
- Renewal Status
- Certificates issuance
Citizen Charter
Citizen Help
8.1 NOCs for other govt. departments
Desk
Each complaint’s history is easily accessible and provides a
completely updated status of how a complaint is progressing through
the organization and what actions have been taken, if any.
RTI Application Management
Assign corrective actions and preventive actions at any appropriate
time throughout a complaint’s progress
Provides an easy and strategic method of online recording and
tracking customer concerns and complaints.
The Grievances received from multiple channels such Mobile app,
email Whatsapp etc. should be tracked in system
Dashboard should be available to each user showing number of
grievances received, total solved, total solved within time etc.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.4 Hawker Management System
# Sub Modules Activities
Geo tagging of hawkers zone
Department
Database of hawkers need to be updated category wise
Expectations
The notification should be sent to hawkers for expiry of licenses

218
# Sub Modules Activities
Reporting mechanism should be proper. The reports should be able
to tell the hawkers with expired licenses so that action can be taken
against them.
Dashboard for hawker management system showing details
Generation of I-Cards for vendors

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.5 Marriage Registration
# Sub Modules Activities

The facility should be provided to capture the Aadhaar numbers


of the applicant which unique for bride and groom as well as for
1 Department Expectations
witnesses
Facility need to be provided for making online payments
Create Marriage Registration Application
Marriage Registration Re-issue Marriage Certificate
2 Sub-Module Capture of the Photograph of the Applicants & Witnesses
Scrutiny of the Applications
Create Marriage Registration Application
3 Registrar Module Issue Marriage Registration Certificate post approval
Re-issue Certificate
4 Revenue Module Fee Collection
Review/Modify Marriage Registration Application
Approve/Reject Marriage Registration
5 Approval Module
Generate & Sign Marriage Registration Certificate
View Reports

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.6 PCMC Service Portal
# Sub Modules Activities

Department GIS map and different layers such as hospitals, cinema halls, ATMS etc.
Expectations need to be made visible to citizens

219
# Sub Modules Activities

The portal should be updated in such a way that it will be a two way
communication where citizens can also share opinions
Dashboard for work going on, budget and various other parameters
Details information of every electoral ward including GIS, geo fencing
and facilities available online
Single signing for citizens for all services (Citizen dashboard). Once
citizens register on the portal, they will be able to see all the services
offered by PCMC e.g. single window will provide property tax, water bill
etc. services. Citizens can also raise grievances through same portal and
will be able to track details.
PCMC Katta: Platform for various groups such bikers, cycle, trekker,
music lover etc. will register on portal and others can get information
Alerts to be sent to registered members for different situations such
disaster, PCMC schemes, epidemic etc.
Event wise promotion module for PCMC’s various events
Blood donation alerts to be sent to the concerned blood group
The portal’s field will be linked to database such that once any
information changes in database, it will be updated automatically on
portal. This will help to immediately update information such as HOD’s
details, FAO’s details etc.
Simple tab will be designed to capture details of PCMC citizens along
with their Aadhaar numbers so that immediate action can be taken in
case of emergency
It should be designed as per Disability act
Information should be available in Marathi and English
Department-wise categorization
Allow system to accept service specific inputs
Capture of Mobile No. of Applicant
Application Re-submission of rejected application after compliance
Acceptance & Check-list for documents to be submitted along-with application
8.2
Delivery of Define citizen charter (list of the officers & duration for service delivery)
Outputs Fees to be accepted
Generate Token of Application acceptance
Rejection Note in case of inadequate application
Marking the application to Corresponding Department / Ward / Officer

220
# Sub Modules Activities

Delivery of the output through Internet and CFC


SMS alert to applicant upon decision
Property Tax
Water Tax
Licenses
All Departmental Services
Tender Document Fees
All stockholders forms submitted to PCMC with integration to payment
Payment
8.3 gateway must be provided along with online citizen portal
Acceptance
PCMC Facilities booking (Town-hall, Swimming pool, Zoo, Parks,
Planetarium, Guesthouses etc.) – As member or single instance – On
first-come-first-serve basis or by draw)
POS terminal integration
Any other payment services
GIS Mapping of the data
The service portal and Citizen Facility Center System should have same
UI, so that citizens as well as CFC employees can use same application
to fill and accept the application forms

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.7 Public Auditorium Booking and Broadcast Management
# Sub Modules Activities

The objective is linking all auditoriums through a common


application which would enable the reservations / bookings /
scheduling of the programmes at the various municipal
auditoriums as well as a possible paid broadcast facility of the live
programmes at the venue.
Department
Details of auditorium such history, fact sheets, rate sheets etc.to be
Expectations
made available online
Calendar facility should be provided to citizens/Vendor to view the
current booking
Rate master would be fed to system which will calculate the final
invoice value

221
# Sub Modules Activities

Citizens/Vendor should be able to deposit and refund of deposits


online
Display of tentative amount to be displayed where citizen/vendor
will get idea of how much amount will have to pay
Cancellation policy mechanism to be included
Application should have facilities to change policies in election
period
Damage recovery policies should be included in application
Form should include for ticket selling license
Facility should be given to PCMC employee who can postpone the
program due to technical glitch such as power failure
Alert to applicants via email/SMS
Comment tab should be made where applicant can enter
information about the item required during performance
concession for Senior citizen etc. to be included
Facility for Department
- Book the auditorium
- View the available slots
- Schedule and intimidate the prospective participants of the
meeting
- Cancel the auditorium booking
- Have provision of waitlist

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.8 RTI Online System
Sl.
Sub Modules Activities
No.
Appeals need to be tracked with its initial token number
Complete appeal mechanism need to be designed where final
Department verdict of hearing can also be captured
Expectations Single RTI application can be sent to multiple departments
RTI Act 2005 and related circulars should be available on portal
SLA should be applicable to all the activities

222
Sl.
Sub Modules Activities
No.
Dashboard should be available showing various RTI and
centralized dashboard showing all RTI information
Facility to lodge New Complaints, Check Status of complain
redressal
Facility to check citizen data
- Birth / Death registrations
- Bill Dues
8.1 Citizen Help Desk
- Application Status
- Payment Status
- Renewal Status
- Certificates issuance
Citizen Charter
The RTIs received from multiple channels such Mobile app,
email whatsapp etc. should be tracked in system
Dashboard should be available to each user showing number of
RTIs received, total solved, total solved within time etc.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.9 Sky Sign and Industrial License/ Online Establishment Licensing System
# Sub Modules Activities
The locations of sky signs, businesses, store location etc. need to
be geo tagged
Notifications for expiry of licenses
Dashboard of status of work
Public Data entry module need to be implemented
Proper MIS Report
Department Automatic license certificate need to be generated once the
Expectations payment is made by citizen
Incomplete form should not be accepted without supporting
document
Linking of licenses with Aadhaar of applicant
All the operation need to be implemented in Marathi/English
Refund procedure for double payment
Mobile application for all category of licenses

223
# Sub Modules Activities
Automatic penalty calculation
Auto generation of license number for all categories
NOC for Ganapati, election, Firework shop etc. should be issued
through system
Digital Certificate with digital signature should be issued
Issue of New License
Duplicate License
Change in Name of Business
11.
Citizen Services Change in Business
1
Transfer of License
Renewal Of License
Cancellation of License
Capture of License Details
- License Holder’s Details – One or multiple owners
- Capture of Mobile No. / E-Mail ID
- License holder’s photograph(s) (optional)
- Link to Property Number (optional)
- License Details – Temporary/ Permanent License, Name of
11.
Issuance of License Business, Business Address, Business Details
2
- Trade/ Business Details – License Type, Subtype - multiple
levels to define types and sub types.
- License type, sub-type, unit of measure wise license amount.
Calculation of License Fee
License Certificate
Digital Signing of certificate and online delivery of certificates
Scrutiny of Applications
Inspection Entry
11. Other Departmental Generation of Show cause Notice
3 Process Hearing
Reminder Notice for Renewal
Cancellation of License/Revoke by Force
License Register
11. List of Defaulters
MIS
4 Reminder Notice for Renewal
Demand / Collection Register

224
# Sub Modules Activities
Reports showing Changes in License Types, Business Partners,
Cancellation Licenses, etc.
Facility to forecast the impact of reduction / deduction of
License Fee
Reports w.r.t. Bills / Notices generated
E-Mail / SMS to be sent to the owner upon transactions
11.
Other Requirements Data Porting/ Data Entry Suite
5

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.10 Slum Billing Management
Sl. No. Sub Modules Activities
Geo locations of Slum areas and each dwelling unit
covering commercial properties as well such as small
shops inside of slum
BSUP, slum billing, EWS schemes, lottery to be
Department Expectations integrated. So that single application will be used to
handles all four sub applications
Facility should be provided to capture the photo of slum
owner along with biometric
Provision for addition of new slums should be provided
PM AWAJ Yojana portal should be integrated

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.11 Sport Portal
Sl. No. Sub Modules Activities

User should be able to book venue for all kinds of sport’s


facilities provided by PCMC (Lawn Tennis, Table Tennis, Squash,
Department Expectations Gym, Swimming pool etc.)
Grounds are rented for some time period. Management of that
should happen through system.

225
Sl. No. Sub Modules Activities

All the sport facilities need to be geo tagged. The layers should
clearly differentiate PCMC operated and private vendor
operated sport’s facilities
Sport’s facilities which are provided to companies for
conducting their tournaments should be visible on sport portal
Provision should be made to provide temporary booking for
Ganapati festival, fire shops etc. on PCMC grounds and places
Provision should be made to issue passes to users (Monthly,
Quarterly etc.) for the facilities such as Gym, swimming pool
etc.
Smart card should be issued for cashless payment

The application should be developed in compliance with the


PCMC’s sports policy

Competition and their details need to be tracked in system


(Competition management)

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.11.12 Town Planning Management
# Sub Modules Activities
The system need to be User friendly
The printing of maps should be done to the scale
Facility should be given to change the criteria as per
DCR change
GIS updation rights should be given to department so
that any changes need to be done on GIS has to be
Department Expectations done in department
People would be able to get information about
1 reservations, roads etc. after uploading co-ordinates
Facility should be provided where user can perform
valuation of properties
TDR,FSI generation and utilization for building
permission and town planning
3 Department-wise categorization

226
# Sub Modules Activities
Allow system to accept service specific inputs
Capture of Mobile No. of Applicant
Re-submission of rejected application after
compliance
Check-list for documents to be submitted along-with
application
Application Acceptance &
Fees to be accepted
Delivery of Outputs
Generate Token of Application acceptance
Rejection Note in case of inadequate application
Marking the application to Corresponding Department
/ Ward / Officer
Delivery of the output through Internet and CFC
SMS alert to applicant upon decision
Licenses
All Departmental Services
Land Document Fees
All stockholders forms submitted to PCMC with
4 Grievance Monitoring
integration to payment gateway must be provided
along with online citizen portal
POS terminal integration
Any other payment services
Title Documents
NOCs for the required service
5 Citizen Services (General) RTI Application Management
Any other services
GIS Mapping of the data
SMS alert to applicant upon decision
Services Statistics
6 MIS
Officer-wise list of services pending beyond the
stipulated time
Title Document
7 Issuing License
Other relevant documents to close the process

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

227
2.9.2.11.13 Road Excavation NOC/Permission
Sl. No. Sub Modules Activities
Online application form submission facility with
document attachment
Excavation work should be marked on GIS
Notifications to concerned person of the departments to
be sent
Site inspection facility along with facility to upload site
photos for geo locations
Calculation of fees and collection
1 Department Expectations Facility for online payments

Notifications to local corporators about excavation


The Module should be integrated with the Service Portal
where vendor/citizen can apply for obtaining No
Objection Certificate for excavation work
The application will be processed through workflow
management system
Details of road excavation activities to be posted online
for citizens according wards, institutes, years etc.
2.9.2.12 Internal Administration
2.9.2.12.1 PCMC Electric Billing Payment System
Sl.
Sub Modules Activities
No.
Mechanism should be there to upload the bill and obtain details such
as meter number, meter readings, consumption details etc.
Bill should be segregated as per defined criteria defined such as clear,
over, below etc.
Bill details fetching from MSEDCL or BU wise bill fetching
Department
ECS payment facility to be enabled
Expectations
Analytics on the consumptions. The system shall indicate locations
where consumption is more than allocated
Approval through Digital signature
Once a user is superseded by another user, all the consumer details
need to be shown to new user

228
GIS locations of meters and other electrical assets such as
transformers, street lamps, feeders etc.
Facility shall be given to add new meter or change details of existing
meters
Reports: Meter wise consumptions(Unit, Amount etc.), zone wise etc.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.2 Legal Cases Management System
Sl.
Sub Modules Activities
No.
All courts of India to be added in database. So that cases of filed in
another courts can also be tracked in system
Facility should be provided to enter multiple interim orders from
courts. There order can be scanned and uploaded and attached to
main case for future reference
NGT and Co-operative case details should be able to update
Criminal cases revision should be able to update
Facility should be provided to change the advocate if it is assigned
wrongly to any case
Department
Cases can be searched by case, advocate, appellant, dates etc.
1 Expectations
Facility should be provided to attach verdict copies which user will
be able to download in future
Payments to advocate to be managed should be managed through
system. It should be reflected against case, advocate etc.
Details such as advocate, payments etc. to be tracked against cases
Cases which are transferred from one advocate to other to be
updated properly
Notifications to be sent to concerned HOD or person. Even for court
dates
System should be able to handle all statutory regulations and
maintain the details directly in the screens provided for data entry.
2 Legal All rules related to such acts should be preconfigured in the system.
Vendor to provide for Legal change patch to take care of any
statutory changes

229
Note: SI is expected to study the functionalities of existing IT applications. Functionalities of
applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.3 Municipal Secretariat Management
Sub Modules Activities
Every Department should be able to put the subjects directly
along with summary in agenda
Date should be automatically changed if any of the
committee meeting gets cancelled/postponed
From Department, agenda should be frozen after HODs
digital signature
Facility should be provided to scan document and upload the
document
Facility should be given to mark subject as for approval or
just for information of the committee members
One should be able to forward subject of one committee
meeting to other committees e.g. Subject of standing
committee can be forwarded to General Body Meeting
Department Scope
Ad-hoc Subjects suggested by member during meetings
need to be tracked
Standard format need to be provided to capture MOMs
Alerts/SMS/Email/Mobile push notifications to be sent to
department HODs, committee members etc.
Alerts/SMS/Email/Mobile app also to be sent to
department’s HOD if the subjects included are concerning to
their departments
Verdict of the proceeding should be captured and
documented (Static wording; last line of the subject to be
changed according to verdict)
Names in MOM should automatically be included from
biometric attendance or Face detection
Monitor the schedule of the meetings
Municipal Secretariat Management
Alert system

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

230
2.9.2.12.4 Security Management
Sub Modules Activities
Thumb integrated Key Management system should be there. Issuance
and acceptance of keys of departments, vehicles etc. should be done
from system.
The Visitors Management should be implemented like Mantralaya
(Maharashtra, Mumbai). It should have facility to mark visitors as
notorious etc. so that people coming for riots will be identified and
appropriate action would be taken immediately.
Department Flexible Duty charts for security guards to be integrated with
Expectations attendance system
Mapping of security personnel on GIS along with properties on PCMC.
Confidential and internal purpose only
Automation of Contractor billing ,Form 22
Database of vehicles of PCMC employees to be maintained. Driver and
mobile number to be mapped with vehicles. So that if any of the vehicle
is parked in the area where it should not be, owner of such vehicles can
be contacted immediately.

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.5 BSUP
Sub Modules Activities
All the forms should be accepted online where the system will validate the
eligibility of applicant. If applicant is not eligible to obtain benefit for the
scheme, the system should not accept it.
The system should be intelligent enough to identify if the applicant is taking
multiple benefits
No single person should get multiple benefits of PCMC schemes
Department
Alerts need to be sent to applicants at various stages and notifications
Expectations
about acceptance and rejection of application
Mechanism should be there for the adjustment of benefit value where if a
person is eligible for two schemes; one of PCMC and other of any external
organization. E.g. if a person gets benefit of Rs 600 under central
government scheme and 2000 for PCMC’s scheme, the benefit of PCMC
scheme will be adjusted to Rs 1,400.

231
Sub Modules Activities
Biometric database of repetitive beneficiaries which obtain benefit after
producing the “हयातीचा दाखला”
System should be able to provide reports as per scheme, caste etc.
CFC and system should not accept forms for the lack of documents
GIS mapping of bachat gats with analytics to identify bachat gats where
benefits are provided

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.6 Vehicle Workshop Management

The workshop maintains a History Book for each vehicle which gives the summary of all the costs
and work performed on the vehicle right from the time of purchase of the vehicle till it is disposed
off. The History Book of each vehicle is maintained in a separate book identified by the
registration number of the vehicle.

Each of the PCMC departments has certain vehicles at its disposal for official use. The vehicles
need to be serviced regularly. For that they need proper repair and maintenance work from time
to time. When a vehicle malfunctions, the driver of that vehicle raises a request of repair to the
concerned department and gets the required approval from the department before handing over
the vehicle to the workshop department along with the approval letter. Once handed over to the
workshop, the Security Personnel makes an ‘IN’ entry of the vehicle in the Workshop’s log book.
A Fitter then examines the vehicle’s problem as per the problem mentioned by the driver in his
repair request letter and determines the nature of work that needs to be performed and records
it on the ‘Job Card’. The work depending upon the type will either be performed by the Workshop
Department itself or the appointed Contractor. The Fitter during the course of inspection can
suggest some more work that needs to be done on the vehicle. Such suggestions if any need prior
approval from the concerned department before any work can be done on the vehicle. Once the
repair/maintenance work is performed, the fitter will inspect the work and if the issue is resolved,
will let the concerned department know that the vehicle is ready. The driver will then take
custody of the vehicle and on his way out of the workshop, the Security Personnel will make an
‘OUT’ entry into the log book. The details of the work performed, labor charges and spares
consumed charges are recorded in the History Book of the vehicle.

Some specific work types are outsourced by the Workshop department to contractors. The
Department calls in tenders for labor charges for specific work orders from the contractors for
each vehicle type and then selects one from the submitted applications after careful assessment.
The tender procedure is handled by the e-Tender System of PCMC. The Contractor uses spares

232
during the course of his work. PCMC makes payments for these spares at a predetermined price.
The prices are determined from a specific price list released by the OEM (Original Equipment
Manufacturer) or authorized vendors. The spare part prices once fixed will remain constant
during the contract period. The payments for the spares are made to the Contractor on the basis
of this price list. The labor charges are paid as per the rates in the tender. The Contractor has to
return the worn out spares back to the workshop. In case he does not, he is fined 40% of the
price of the new spare. The bill submitted by the contractor is verified and the due payment is
then made to the Contractor. Also if a work order is performed twice in a period of 6 months, the
work order along with any spare parts consumed for the work order will not be charged by the
Contractor. A similar process is followed by when the workshop does some maintenance/repair
work, except no bill is generated. The costs incurred are mentioned on the back side of the
respective job card.

Sub Modules Activities


Maintain History Book of each vehicle
Maintain Job Card of each repair & maintenance work carried out by
the workshop
Enable contractors to fill the work order and spare part details online
Prepare Price List of spares which will be used for bill generation
Integration with Inventory Management System for workshop
Allow user to generate a bill for a contractor
Department
Provision to assign PCMC employees different roles and access rights
Expectations
Provision for PCMC Department Users to fill in the diesel consumption
details of their respective departments
e-auction facility for vehicles
Vehicle in-out entry monitoring along with SLA for repairing work
Alert to HoD and Concerned people for the renewal of RTO passing
etc.
Transfer of vehicles from one department to another and various
analytics related to it

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.

233
2.9.2.12.7 School Management System
Sub Modules Activities
The system should be able to handle all schools, ITI schools etc. of
PCMC including ITI
The details of students name, marks etc. need to tracked in system

Marks, Grade etc. information to be captured which will be available to


Admin office (Monthly attendance, monthly sessional marks)
Setup master data for wards, class divisions, school types, exam boards,
class, religion, subjects, ward and academic year information
Department
Expectations Provide a mechanism of searching students, schools etc.
View student’s performance data
Maintain attendance of all students
Alert to be sent to student if absent for predefined duration
Issuance of various certificates such as leaving certificate, National
Trade Certificate (NTC) etc. to be tracked in system
View school information and performance in the forms of standard
reports generated by the System

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.8 Veterinary Management System
Sub Modules Activities
The System will cover OPD and it prescription
Registered patients vaccination, licenses, certificates, service categories
A,B,C,D receipts coming in through daytime OPD.
The System will also allow Record of prescribed medicine, symptoms,
diagnosis and lab and x –ray services and procedures and will continuously
Department generate a bill in the background for all services and procedures
Expectations administered.
System will allow billing and receipt entry as well as integration of daily
challans
Challan may have facility to add other collection of department head .All
collected amount challan to be sent into PCMC’s Financial Accounting
System.

234
Note: SI is expected to study the functionalities of existing IT applications. Functionalities of
applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.9 Library Management System
Sub Modules Activities
Provide a mechanism of searching available books and magazines using
title, author name, or category of the book.
Facility for Members to log into the system and check if a particular book
is issued.
Department
Impose fines on book receiver considering holidays, exams or special
Expectations
leaves. Complete Penalty management and collection
Provide a mechanism whereby a librarian can view information of all the
books and the status of each book i.e. whether the book is issued or in the
library or due, the return date etc.
The system should show the physical location of books (Issues or in shelf, shelf
location etc.)
Notification to be sent for issue of book, delay in return etc.
GIS locations of libraries to be mapped on base map with classification of libraries
such as sport library, granted non granted etc.
Citizens should be able to register online and can pay online as well
Books should be classified

Note: SI is expected to study the functionalities of existing IT applications. Functionalities of


applications will be finalized after multiple rounds of discussion with respective department
during SRS phase.
2.9.2.12.10 News Rotation Management System
Sub Modules Activities
News rotations for each of the departments shall be sent online to Public
Relationship Office
The news format shall be standardized so that estimation of cost can be
Department
made for news publishing depending on per area rate of the various news
Expectations
agencies
The payments to various newspapers shall be tracked through system
against the provided budget

235
2.9.2.13 Dashboard and Business Intelligence (BI)

Each module will have its own dashboard and Business Intelligence tool as per the user access
provided. This sections has been divided into two components.

1. Dashboard and BI for GIS ,ERP and work flow management


2. Service Level Benchmarking
2.9.2.13.1 Dashboard and BI for addressing to GIS, ERP and work flow management

1. Once the user (Internal/External) logs in the system, S/he should directly see the
dashboard on the screen
2. Every user will have its own dashboard showing the details of pending task
application forms, files, grievances received, works etc.
3. Dashboard should show tasks, files etc. with color coding depending on the
urgency and importance of that task, file etc.
4. A dashboard should be developed for respective departments and users providing
information about various stages of the work like Floating tender, opening of
Tender, awarding order, supply details, distribution details and payment details.
It should clearly indicate the repetitive works such as tenders for maintenance
work etc.
5. Notifications in form of Email and SMS shall be provided for repetitive work before
pre-defined tenure
6. Integration with current E-Tendering, Works Dashboard and Accounting system.
7. The functionalities such as drilled down option, analytics, notifications etc.
mentioned in section 2.10 will be applicable to all dashboards
2.9.2.13.2 Service Level benchmarking
The detail scope has been covered in section 2.10
2.9.2.14 Enterprise GIS Software Specifications
Refer Annexure-7 for detail specifications of GIS software

2.10 Service Level Benchmarking


Pimpri-Chinchwad Municipal Corporation, aims at creating an integrated and interactive
analytical dashboard which would showcase various information/statistics of the municipal
services of the concern departments of Pimpri-Chinchwad Municipal Corporation in real time.
It is envisaged that this Dashboard would assist the Commissioner and his office in effectively
monitoring the performance and progress of above municipal services such as water
management, waste management etc.. The Dashboard also shall provide multiple insights on
the progress and performance of departments which would help the Commissioner and
departments to make policy and high level decisions.

236
The primary objective is to design and develop and implement a web-based application along
with a comprehensive analytics based interactive solution/tool. The Dashboard would be
accessible to public and they would be able to view the performance of following four sectors
1. Water supply
2. Sewage
3. Solid waste management
4. Storm water drainage
The Dashboard also aims at improving the efficiency of the departments and removing delays
in Service Delivery through effective monitoring of these schemes and departments.
2.10.1 Software Characteristics
1. All in One Home Screen – The home screen should give a complete performance outlook
of the municipal services (PCMC municipal services at a glance view). It is also
recommended that all the visualizations pertaining to all departments fit in a single
screen.
2. Key Performance Indicators – The solution will display the KPIs of various municipal
services and help users monitor the performance through these KPIs.
3. Animated Dashboard Tiles – The solution will have tiles displayed which will contain the
snippets of key data pertaining to the municipal services.
4. Public Access – The dashboard can be accessed by anyone through web. They would be
able to see the performance of various municipal services.
5. Data Fetching and Updating – Data fetching process can be categorized into two parts:
1. The solution would have facilities to fetch server data from the required databases
and get automatically updated without any assistance from the user through
system integration.
2. The user login for data inputs for those datasets which are physically collected.
The frequency of the data updating will vary with the departments and would be decided
by the Commissioner. Dashboard data, however, should get updated on a daily basis.
6. Drill Down View – The solution will allow users to get the drill down views of various
schemes and departments.
7. Reports – The solution would have customized reports which would enable the users in
decision making.
8. BI/Analytics – The solution would have a robust BI/Analytics tool which would enable
officers in making data driven decision making.
9. Multilingual Website – The solution should be multilingual (English and Marathi)
10. Email, SMS/WhatsApp Integration – In order to ensure better reach of updates and
status to the users, the system should have email and SMS integration features.
11. Customizable Public View and Departmental view – Solution should be able to create
views based on profiles like public facing or internal drill down dept. views.

237
2.10.2 Scope of Service Level Benchmarking
2.10.2.1 Web Designing along with Portal Development
The aim of the project is designing a flexible framework for performance monitoring and
graphical or area wise display of various municipal services performance at a glance and
parallel to develop a web based portal for displaying performance of various municipal
services. The design of home page, data entry screens etc. should be planned and developed.
It is proposed that the web site should have the following characteristics.
a. Aesthetic Layout and Professional Design
b. Effective Navigation
c. Mobile Compatibility
d. Good Performance and Speed
e. Responsive as well as reliable
f. Should be scalable
g. Good Error Handling Mechanism
h. Contrasting Color Schemes
i. Browser consistency and compatibility
j. Faster Load Time
k. Well Designed and Easy to Use
l. Optimized for search
The user experience and UI Design should also need to be planned and developed well. The
solution should be compatible with Mobiles, tablets etc. for android, iOS and should be flexible
enough to support viewing and usage of Dashboard on mobile as well as tablets.
2.10.2.2 Business Requirement Study and SRS
The System Integrator shall do a Business Requirements Study for the various departments
of PCMC. SI needs to understand the current processes as to how the departments are
monitoring the performance of various municipal services , what are the Key Performance
Indicators(Both Physical and Financial Targets), what type of MIS reports are maintained and
available and come up with the To-Be processes. The details of the same shall be prepared
by the System Integrator and SRS should be prepared.
System Integrator shall prepare detailed System Requirement Specifications (SRS) detailing
processes for all modules based on the study done. Additional requirements may be identified
in consultation with the Department during the requirement study phase. The system
integrator shall prepare the SRS in line with the below mentioned guidelines;
a. Study and understand the requirements in terms of efficient handling of back end
operations, effective delivery of services to its stakeholders, service levels etc.
b. Document the requirements in the form of SRS documents, Design/Blueprint
documents, mapping of proposed solution.

238
c. The SRS document shall be accompanied with a detailed Use Case Document of all
the processes and functions of departments pertaining to the Municipal services.
d. The bidder shall submit all the documents in both hardcopy as well as softcopy to
PCMC.
e. The SRS shall have the following details but not limited to:
• Screenshots, prototypes of the system to be developed
• List of all validations/ internal controls applicable
• List & format of MIS reports to be generated
• List of Standards followed or to be followed
• Detailed process flow of the entire Business Logic
• List of all data elements and database requirements
• Details of interfaces/ integration both external & internal, hardware & software
• System and processes for capturing attributes of Service Level Agreement (SLA)
• Various attributes of the application and the mechanism to manage the SLA’s;
• Details of all tools & technologies to be used
• Integration/ interface requirement with other Departments and external
agencies such as Project Management Consultancies, Contractors, Banks, etc.
• Mechanism for clearly identifying the sources of various types of problems and
their mitigation thereof for the entire Analytics Dashboard Solution project
• Assumptions, dependencies & constraints.
SRS for other modules are also expected to be delivered in similar fashion
2.10.2.3 Integration with existing PCMC systems/MIS
The application should seamlessly integrate with all the department database. Various
departments should be able to share the data from their transactional systems or screen
enabling input of the requisite data on the portal on real time/ daily / monthly /annual basis
(depending on the type of service / data) or as per the agreed frequency with the PCMC. These
are to be displayed as reports for the respective scheme / department.

2.10.2.4 Data Cleansing and Formats


It is the responsibility of SI to ensure that the required data, is fetched/collected in the format
required. The formats should be agreed with various departments and the required data
cleansing must be done before using the data.

For excel/spreadsheets, the formats need to be discussed and agreed with PCMC departments
managing municipal services. The users should have provisions to upload the required data
through this link periodically. While uploading the data in this manner, if the formats are
different from what is agreed upon, the system should throw an error/warning to the user

239
indicating the same. Additionally, the user should be able to see the preview of the data
uploaded.

2.10.2.5 Data Preview and Validation


Whenever a user/system uploads the data, especially through document format
(excel/spreadsheet etc.), the Admin user should be able to review the data before finally
publishing it on dashboard. Hence, it is recommended that the system should have data
preview and validation features. Only once the data are validated by Admin, it could be
published in Municipal Service Dashboard.

2.10.2.6 Details of parameters to be tracked


Number of
parameters
Sl Department involved in data Total
Sector supervised
no collection and management parameters
by the
department

Water supply department 7


1 Water supply 9
Property tax department 1

Health 3

2 Solid waste Environment 8 2

Property tax department 2

Water supply 1

3 Sewage Environment 8 4

Property tax department 2

4 Storm water Drainage Civil department 2 2

*Customer grievance redressal is a shared parameter by all the respective department


according to the type of grievance and department responsible.

2.10.2.7 Programme Creation and Data Entry


The system should have provisions for users to login and enter the data sets. The users should
be able to enter the municipal service level details, set target and frequency for KPI as well as
financials, and enter the progress on a daily/monthly/yearly basis.

240
2.10.2.8 User set
The Site Inspector and the equivalent shall be responsible for the data entry by the stipulated
date and time. The Deputy Engineer and equivalent shall be responsible for the first level
review of the data and post-approval shall pass on the same to the Executive engineer for
second level review. The Executive engineer shall review the same and pass on to the
Commissioner for final decision and actions. The indicative number of users and data process
flow has been described below. The proposed data process flow is common for all the four
municipal services, only the designation shall vary as per department wise applicability.

Department involved
# Sector in data collection and Designation Role Number
management

Data validation
Executive
and final 3
Engineer
approval
Water supply
Deputy Data validation
Water department 8
Engineer and approval
supply
Junior
Data collection 32
1 Engineer

Property tax
Data collection 1
department

44
Total manpower involved in water supply

Data validation
Executive
and final 1
Engineer
approval

Assistant Data validation


10
2 Solid waste Health Health officer and approval

Sanitary
Inspector&
Data collection 52
Chief Sanitary
Inspector

241
Department involved
# Sector in data collection and Designation Role Number
management

Data validation
Executive
and final 1
Engineer
approval

Deputy Data validation


Environment 1
Engineer and approval

Site Inspector Data collection 1

Property tax
1
department

Total manpower involved into solid waste management 68

Data validation
Executive
and final 1
Engineer
approval

Assistant Data validation


9
Health Health officer and approval

Sanitary
Inspector&
Data collection 47
Chief Sanitary
3 Sewage Inspector

Data validation
Executive
and final 1
Engineer
approval
Environment
Deputy Data validation
1
Engineer and approval

Site Inspector Data collection 7

Property tax Property tax


Data collection 1
department department

Total manpower involved in sewage management 67

242
Department involved
# Sector in data collection and Designation Role Number
management

Data validation
Executive
and final 8
Engineer
approval

Deputy Data validation


16
Engineer and approval
Storm
4 water Civil department Junior
Data collection 32
Drainage Engineer

Total manpower involved in


56
storm water drainage

Total manpower involved from


PCMC

2.10.2.9 Approval and validation


The system should have robust mechanisms to approve/reject data etc. Also, after the
approval of Executive Engineer, there should be a provision for Commissioner to review
(validate) those and decide whether those should be displayed in the public dashboard or
should be rejected.

2.10.2.10 Approval and validation


The dashboard shall be divided into two parts –

1. Dashboard of PCMC: All the data sets within dashboard shall be accessible to the concern
departments of PCMC for performance evaluation and monitoring of day to day duties.
2. Dashboard of Citizen: Among the data sets of the dashboard certain datasets shall be
accessible to the citizen, to make them aware regarding performance of the municipal
services and which can be helpful in the promotion of the participatory governance in the
long run ,by understanding the ground realities and can express them through grievance
redressal mechanism.

2.10.3 Design & Built BI/Analytics Dashboard


The application should house a robust BI/Analytics engine. The System integrator should ensure
that the BI & Analytics dashboard should have the following design characteristics.

1. Summary view of Departments and Geographic Dashboard (in case of map


availability)
2. Use of various types of chart to show analytics (line, bar, pie scatter etc.)

243
3. Use of heat map, bubble map etc. to display the mapping
4. Various color coding representing high performing indicators and below performing
as per the preset benchmark value (source define) of the municipal services.
5. Filtering and selection capabilities can be easily added to reports with common
action elements such as drop-down/combination boxes, check boxes and sliders
6. Application of data manipulation tools such as ranking, calculations, formulas and
display rules
7. Drill down functionality to source level data
8. Dynamic Search and to find data instantly
9. Geo-clustering and geo-querying capability to identify focus areas & areas that
require improvement instantaneously
10. Optimizing for printing and exporting to a digital document format such as Word,
Excel or PDF.
11. The application will be independent of Operating System, Browser and the database
12. The application will be open, interoperable, highly scalable and capable of delivering
high-performance in varied field conditions.
13. Component-based architecture to enable extensibility of features and functions.
14. Framework choice is based on various factors including scalability, easy to upgrade
etc.
15. Accessing the Dashboard in the BI Workspace - The BI tool workspace displays the
following tabs for working with a request:
• Criteria tab- This tab provides access to the columns selected for the request and
buttons to access the most common view types.
• Results tab - This tab allows you to work with the results of the request.
• Prompts tab - This tab allows you to create prompts to filter the request.
• Advanced tab - This tab allows advanced users to work with the XML and logical
SQL for the request.
16. Each tab contains on-screen information and buttons to help you create, access, and
manage requests. On each tab, you can pause your mouse over each button for a
description of what it does.
17. Drag-and-drop Interface: Makes it easy for you to quickly create the reports &
dashboards you need
18. Flexible Layout & Formatting: Design your dashboards to fit your desired page layout.
Add rich formatted text, logos and icons.
19. Interactive Dashboards: Drill down on reports, apply filters, visually highlight data
points and do much more.
20. Share & Embed: Easily share dashboards to colleagues or embed them in your
intranet, web applications, websites or blogs.

244
21. Integration: Integrated with other application like SCADA system, Building
permission approval system (Auto DCR), Solid Waste Management etc.
22. Export & Email: Export your dashboards in a variety of file formats including HTML.
Email them as attachments on need or schedule them.

2.10.4 Important Components


1. Data Aggregator:-Create input for data models to combine data from different
sources.
2. Data Modeler:-Model the data from various sources to be consumed by dashboard
components.
3. Services: Serving the data models to dashboard components.
4. Security features: Authentication & Authorization shall include the following:
• Authorized access to application.
• Encryption support-Data security over network w.r.t. to communication and data
readability.
5. Client Interface
• Interface to represent user driven dashboards
6. Printing Options
• Component print: It is possible to print a single component from page such as
Chart, Graph, Map or Gauge. A button is provided for each component which
opens print dialog for its current state.
• Screen print: This option opens print dialog for entire dashboard screen
containing all components
• PDF Conversion facility

2.10.5 Functional Characteristics of BI/Analytics Solution


The BI/Analytics solution should have the following functional characteristics to ensure that it
supports instant data driven decision making:
• Data Driven Decision Making – The solution should enable data driven decision
making through dashboards and reports and also should provide a holistic
understanding of departments.
• Drill Down Feature – The solution should have mechanisms to do filtering and
drill-downs based on various parameters
• Key Issues Analysis – The solution should aggregate data from numerous internal
and approved external sources to provide contextualized understanding of key
issues
• Access based action tasking – The portal can be accessed by the Departmental
Officials to monitor effectively & take necessary actions if needed.

245
• Data Update Frequency –The frequency of the data updating will vary with the
departments and the data sets. Dashboard data gets updated on a daily /monthly
or annual basis.
• Reports – The criteria for the reports would be decided by the Commissioner. The
SI needs to model and generate reports as per that. The reports should be
available for download for users in various formats (PDF/Excel).
• Filters & Customizing Reports – The Solution should have filters in the reports,
which could fetch customized search results. It should also facilitate predicative
analytics to enable decision making.
• Root cause Analysis – The Solution should be able to analyse cross departmental
performance and identify root causes of Failure.

2.10.6 User management


SI needs to classify the users as per the rights and access to be granted. Each type of user would
have different types of rights and they should be able to login only with their credentials. The
user should be able to perform only those activities for which rights are granted. There should
be controlled access to systems and their components and User Policy should govern the access
rights of a particular user.
2.10.7 Change Management & Issue Tracker
The system should have privileges to capture and record the data changes that had taken
place. It should capture data additions, changes, and deletions made through the user
interface, imports, and database scripts.
2.10.8 Audit trails
The system should capture the audit trails to trace user access and behaviour. It would also
help the system to ensure system integrity through verification. Audit trails shall play the role
of an audit guard that can monitor; watch resources and other agents, validating those
obligations that have been established are respected and/or discharged.

246
2.11 Unique Smart Address
1. For all the properties where the data already exists, system will create the Digital Door
Numbers (DDN) which will be used for all types of communication with PCMC.
2. For the properties missing from the above step, conduct a field survey to assign DDNs.
This includes the slums, unauthorized constructions and unorganized areas of the City.
3. The digital Door Number will be critical entity for all types of communication from PCMC.
Whenever a citizen submits any application form, s/he has to provide DDN for properties.
4. The DDN should be integrated with other IT applications such as property tax
management system, Water billing and collection system, grievance management system
etc.

2.12 Scope of Pilot Implementation


The selected bidder will execute a pilot project for one wards or some random areas covering
slums, tall buildings, crowded area etc. of PCMC before commencing for the project execution of
the complete PCMC area. The final area for the pilot project would be identified after discussion
with PCMC stakeholders. The results of the pilot project would be delivered by selected bidder
to PCMC stakeholders to get the acceptance to execute the remaining wards. Expected delivery
for the sample project for the pilot project:
1. Creation/ Update of base map for selected areas from /Using Satellite image
2. Conduct field survey to capture buildings/property/road feature etc. details (mentioned
in the tender document)
3. Survey PCMC area with appropriate technology to capture data for measurements of
features
4. Survey PCMC area with sufficient pictures of each Property / structure available in
Street/Lane to provide full frontage and all other possible side and rear view images also
providing direct view of vertical faces to identify property type and uses (Commercial,
Residential, mixed etc.)Property or any other method that can be selected by the
Successful Bidder(s) for better result.
5. Integrate PCMC MIS data, base map (CAD) data, Field survey data and visual image data.
6. Perform data analysis and categories PCMC records in different categories and create tags
for the same.
7. To generate different tags for deviated properties
8. Conduct survey of navigable roads of PCMC with appropriate technology to generate
RMMS card data, DSR (details Survey report) AutoCAD map of road etc.
9. Develop web based application to host and publish the integrated road data (image data,
CAD map, RMMS card data).
10. SI has to submit relevant documents for pilot project such as Project Report for pilot work,
shape file for base map with layers etc.

2.13 Integration with Existing Systems at PCMC


1. Bio Matrix-Face Recognition system

247
a. Attendance of All the employee (including PCMC Regular Staff, Daily Wagers,
sweepers & Contractual Persons), done through this Face Recognition machine
b. Leave Management of employee can be get from this software and integrated
with Payroll module.
c. Ability to provide automatic calculation of deductions / earnings based on leave,
bonus declaration, Home Loan, Computer loan , tax deductions, Quarter Rent -
HRR (person won’t be eligible for HRA), etc.
d. Support attendance entry from various sources such as direct entry, rule-based
and automatic (through biometric device /Face Recognition/ swipe card / smart
card).

NOTE: To be integrated with Payroll and accounts module. Regular interval data transfer
mechanism to be frozen during SRS Phase.

2. SARATHI App and Helpline

a. Citizens can log complaint via Internet or call on Toll free number from anywhere,
no needs to travel.
b. Centralized system
c. Auto Escalation
d. Higher authority can view complaint online
e. SMS forwarded to PCMC employees for quick resolution
f. Citizens can view their complaint status online.
g. Registration of queries/Feedback/Complaints
h. Allocation of Complaints/Queries to the appropriate department/personnel
i. SMS Gateway Integration
j. Facility to Check Status
k. MIS Generation
3. Control and Command Center

l. City wide Revenue Dashboard on GIS, Ward wise


m. City wide Grievance redressal/complain resolution dashboard
n. ICT Led application such as solid waste management system, SCADA etc. getting
developed under Smart City Initiative
o. To be detailed out in SRS/Blue Print Stage

4. SCADA
p. Asset Management and Maintenance
q. Plotting of assets on GIS
5. Building Permission and Approval System
6. Tree Census
7. Hospital Management System
8. Some existing IT systems (Birth and Death Certificate etc.)

248
Note: API will be provided for any future integration. Facilitation of such API from other parties
would be taken care by PCMC

2.14 Data Migration


The selected vendor shall interact and discuss with PCMC/PCSCL and its other stakeholders to
finalize the migration of the data available in the databases of the existing IT applications to the
new database implemented for the proposed project. The procedure for data digitization and
migration activities suggested is as follows:
1. The selected vendor will ensure that the data migration task is completed before shifting
to the new application.
2. The selected vendor has to design data migration and acceptance methodology and plan
and get it approved from PCMC/PCSCL.
3. Develop own data migration schema etc. as well as procure any software which may be
required for data migration at no additional cost to the PCMC/PCSCL.
4. The PCMC/PCSCL shall provide the available data to the supplier for migration purposes.
The selected vendor will migrate the existing data and will facilitate the PCMC/PCSCL to
verify the migrated data.
5. The selected vendor shall provide checklists for migrated data to PCMC/PCSCL for
verification, including number of records, validations (where possible), other controls etc.
6. The selected vendor will submit a report on the quality assurance/control and the process
adopted duly ensuring the accuracy in the migrated data (100 % accuracy is required).
7. For Finance and Accounts Department, audit report should be provided. Further, ISO
27001 Audit of the system shall be conducted, cost of which shall be borne by the bidder.
8. Any corrections as identified in the migrated data during Data Quality Assessment and
Review shall be addressed by selected vendor at no additional cost to the PCMC/PCSCL.
The selected vendor is required to ensure the high accuracy during data digitization
exercise and as per the data digitization plan.

2.15 O&M of the Proposed Solution for 5 years after Go-Live


The selected vendor shall be required to provide operations and maintenance services for
solution including, but not limited to, production monitoring, troubleshooting and addressing the
functionality, availability and performance issues, implementing any system change requests,
addressing the incidents/problems raised by the users for problems/bugs in the application, etc.

The selected vendor shall provide for single sign-on facility and keep the application software in
high availability mode meeting the requirements defined by the PCMC/PCSCL from time to time
based on functional, administrative or legislative priorities, perform any changes and upgrades
to applications as requested by the PCMC/PCSCL and required for achieving the project
objectives.

249
Following is the broad scope for maintenance and support functions with regard to software.

Additional Licenses
1. In case of COTS products, PCMC/PCSCL will purchase only a subset of Licenses during the
implementation phase.
2. The selected vendor shall be responsible for supply of additional licenses for packaged
solution modules or user expansion capacity for developed applications. The selected
vendor is required to give a regular feedback to the PCMC/PCSCL on the overall usage of
the application software to understand the usage of the already procured licenses/user
base/load. Based on this usage statistics and as per project requirement, PCMC/PCSCL
will be free to purchase additional ERP Licenses from the bidder at the same unit rate
mentioned the Commercial Bid.
IT Infrastructure Management
The selected vendor would be responsible for managing all project IT Infrastructure and
maintain required service level to keep IT Infrastructure up and running.
Data Management
The selected vendor would be responsible for extending all possible support to the
PCMC/PCSCL staff for Data Management (like Data Entry Screens, Report Generation,
Data Analysis, Data Cleansing, etc.). Data could be in English as well as in Marathi. Data
should be Unicode compliant and should support Marathi Fonts.
Content Management
The selected vendor would be responsible for carrying out day to day content
management as per the requirement of PCMC/PCSCL for the entire project period.
Content Management scope would cover both PCMC/PCSCL’s intranet and internet based
web portal.
Compliance to SLA
The selected vendor shall ensure compliance to uptime and performance requirements
of Project solution as indicated in the SLA in the RFP and any upgrades/major changes to
the software shall be accordingly planned and implemented by the selected vendor at no
additional cost for ensuring the SLA requirements.
Application Software Maintenance

1. The selected vendor shall address all the errors/bugs/gaps in the functionality offered by
solution (vis-à-vis the FRS and SRS signed off for the Project) at no additional cost during
the operations and maintenance period.
2. For performing any functional changes to system that are deviating from the signed-off
Functional Requirements/System Requirements, a separate Change Request shall be
raised by the selected vendor and the changes in the software shall be implemented

250
accordingly. The time period for implementation of change shall be mutually decided
between the selected vendor and the PCMC/PCSCL.
3. The selected vendor has to carry out all change requests at no additional cost and no
additional efforts. However, all the changes need to documented and submitted to
PCMC/PCSCL for the future use.
Problem Identification and Resolution
1. Identification and resolution of application problems (e.g. system malfunctions,
performance problems and data corruption etc.) shall be part of the selected vendor’s
responsibility.
2. The selected vendor shall also be responsible to rectify the defects pointed out by the
Project Monitoring Body to be setup by the PCMC/PCSCL and carry out the enhancements
suggested by such body, as a result of the feedback, during the O&M period. This shall be
at no additional cost to the PCMC/PCSCL, in so far as the enhancements relate to items
of work falling within the purview of the defined Scope of Work for the selected vendor.
Software Change and Version Control
1. All planned changes to application systems shall be coordinated within established
Change Control processes to ensure that:
o Appropriate communication on change required has taken place
o Proper approvals have been received
o Schedules have been adjusted to minimize impact on the production environment
2. The selected vendor shall define the Software Change Management & Version Control
process and obtain approval for the same from the PCMC/PCSCL. For any changes to the
software, the selected vendor has to prepare detailed documentation including proposed
changes, impact to the system in terms of functional outcomes/additional features added
to the system etc. The selected vendor is required to obtain approval from the
PCMC/PCSCL for all the proposed changes before implementation of the same into
production environment and such documentation is subject to review at the end of each
quarter of operations and maintenance support.
3. In case of any upgrades in hardware, OS and system software, the selected vendor will
have to migrate the solution on new solution. All patches and/or upgrades which are
released by respective OEM for all supplied software must be carried out within 15 days,
so as to keep the entire software landscape for GIS Enabled ERP solution up-to-date.
4. All software changes may be suggested by PCMC/PCSCL or due internal process change
for vendor need to be strictly documented

251
Maintain Configuration Information
Maintain version control and configuration information for application software and any
system documentation.
Maintain System Documentation
Maintain and update documentation of the software system. Ensure that:
1. Source code is documented
2. Functional specifications are documented
3. Application documentation is updated to reflect on-going maintenance and
enhancements including FRS and SRS
4. User manuals and training manuals are updated to reflect on-going
changes/enhancements
5. Standard practices are adopted and followed for version control and management

2.16 Deployment and Supervision of Personnel during O&M Period


1. The selected vendor shall be responsible for sourcing of the personnel and the
management of all matters relating to such personnel, to carry out the responsibilities
assigned to the selected vendor under the agreement with the selected vendor. In
particular, these include:
o Recruitment of the personnel possessing the qualifications prescribed in the
RFP
o Training of the personnel
o Payment of salaries and benefits to the personnel
o Meeting all statutory obligations/payments arising out of engaging the
personnel
o Meeting all the liabilities arising out of the acts of the personnel
2. All staff deployment by the selected vendor must be done in concurrence with
PCMC/PCSCL.
3. During the course of the contract, if it becomes necessary to replace any of the key
personnel due to any reason (including competence, nature, behavior, characteristic
and knowledge), the selected vendor shall forthwith with due approval from
PCMC/PCSCL, provide as a replacement, a person of equivalent or better
qualifications and experience than the resource being replaced / or proposed in the
bid.
4. The team proposed in the proposal should be on the rolls of the selected vendor(s) at
the time of submission of the proposal. For any change of the resource or any resource
being proposed for operations, the selected vendor should have to submit the CV of
the resource, at least 2 weeks in advance for PCMC/PCSCL to decide on the
replacement.

252
5. The selected vendor must ensure that the minimum number of personnel proposed
in the RFP is available. However, the selected vendor is expected to provide
information on the different levels of resources proposed for the project. The selected
vendor is expected to estimate the requirements of resources considering the
requirements provided in this tender and to implement it successfully. In case to
expedite the implementation process or to support during deployment phase, vendor
has to deploy additional resource at no cost.
6. It may also be noted that the selected vendor shall be required to deploy separate
teams for Project Management, Design & Deployment and Operations &
Maintenance, the details of which have to be provided by the selected vendor in the
response.
7. All the concerned staff shall log attendance on a daily basis at their respective
reporting location. In case of requirement of leave, the concerned staff shall seek the
permission of Department of IT or the nominated authority. All concerned staff may
be required to work beyond working/office hours of PCMC/PCSCL & the bidder and
on holidays too, in case there is such need.
8. For all resources (i.e. employees) which are deployed on this project by the selected
bidder, the salaries of such employees must be paid to their savings bank account (i.e.
electronic disbursal of salary). The bidder has to submit such declaration signed by
CFO (or equivalent) of the parent organization of the employee if demanded by
PCMC/PCSCL
9. Bidder/SI shall bring all the required IT and Non- IT infrastructure for undertaking this
activity. PCSCL shall only provide electricity, furniture and sitting space
10. The responsibilities and qualification requirements for the mandatory resource
personnel are specified below and must be met by the selected vendor:

Location during
No of manpower
# Role Implementation
Support
Phase
1 Project Manager 1 Onsite, Full time

2 GIS Integration Expert 1 Onsite, Full time

3 Database Administrator 1 Onsite, Full time

4 Server Administrator-ERP 1 Onsite, Full time

5 Server Administrator-GIS 1 Onsite, Full time

6 ERP Developer# 20 Onsite, Full time

253
Location during
No of manpower
# Role Implementation
Support
Phase
7 GIS Developer## 5 Onsite, Full time

8 GIS Analyst### 10 Onsite, Full time

9 Mobile App Developer#### 3 Onsite, Full time


#
• : Min 20 ERP Developer required on-site. However, it is SI's responsibility to deploy
additional manpower to achieve the milestone in time
##
• : Min 5 GIS Developer required on-site. However, it is SI's responsibility to deploy
additional manpower to achieve the milestone in time
###
• : Min 10 GIS Analyst required on-site. However, it is SI's responsibility to deploy
additional manpower to achieve the milestone in time
####
• : Min 3 Mobile App developer required on-site. However, it is SI's responsibility to
deploy additional manpower to achieve the milestone in time

Manpower during O&M phase

No of manpower Location during


# Role
Support O&M Phase
1 Project Manager 1 Onsite, Full time

2 GIS Integration Expert

3 Database Administrator 1 Onsite, Full time

4 Server Administrator-ERP 1 Onsite, Full time

5 Server Administrator-GIS 1 Onsite, Full time

6 ERP Developer 15 Onsite, Full time

7 GIS Developer 3 Onsite, Full time

8 GIS Analyst 10 Onsite, Full time

9 Mobile App Developer 1 Onsite, Full time

254
2.17 Capacity Building and Training
1. Selected vendor should impart end user training to PCMC/PCSCL users on solutions being
rolled out phase wise to allow end users to effectively and efficiently use the application
system to support business processes. Selected vendor should provide solution specific
training manual for the training sessions.
2. Selected vendor should impart training to different users as stipulated below on usage
and implementation of the features of the proposed products. Selected vendor should
provide Training Manuals covering product features specific to PCMC/PCSCL
requirements.
3. Selected vendor should update the Training Manuals, Procedures Manual,
Deployment/Installation Guides etc. to reflect the latest changes to the solutions
implemented.
4. All training manuals shall be prepared in English and Marathi.
5. Selected vendor should ensure necessary environment setup, data creation to conduct
end user training.
6. PCMC/PCSCL shall provide the necessary infrastructure such as training classrooms to
conduct the end user training.
7. Based on the identified education and training needs, selected vendor should provide
efficient delivery mechanisms and trainers. Selected vendor should appoint trainers and
organize training sessions on a timely basis and ensure that the attendance and
performance evaluations are recorded.
8. The Vendor should also facilitate training to new joinee, promoted employees,
transferred employees etc.
9. Selected vendor would be required to provide training videos/Computer Based Training
(CBT) material to PCMC/PCSCL which may later be used by PCMC/PCSCL to train other
trainees on its own.
10. Performance of selected vendor during these trainings should be assessed based on the
trainee feedback collected for each training course. Selected vendor should design the
trainee feedback template in consultation with PCMC/PCSCL. Selected vendor should
provide, collect and collate the trainee feedback and submit the Trainee Feedback Report
to PCMC/PCSCL. Individual trainee feedback should also be submitted as part of this
report.
11. The trainers imparting the training should be well versed in Marathi and English language.
12. Training shall also be provided for teaching the basic trouble shooting activities in case of
problems.
13. The location of the training sessions shall be decided by PCMC/PCSCL after discussions
with the selected vendor.
14. Selected vendor will design different training curriculum for different Grades of
employees. The training for Grade 1 employees needs to be more business focused,
training material for Grade 2 should be more functional and for Grade 3. The tentative
batch sizes would be as follows:

255
# Grade No of Employees per batch
1 Grade 1 and Grade 2 25
2 Grade 3 50
15. The SI should make sure of necessary arrangements to provide trainings to users during
O&M phase as well. This is necessary due to continuously transfer of manpower amongst
departments.
16. The SI should arrange refreshers training of all modules at least once in a quarter for
complete project duration.
17. Once users start using ERP, GIS and Workflow Management System, they may face isses
while handling these system during initial days. In order to address users queries, the SI
shall setup helpdesk.

2.18 Work Products/Documents/Reports


(For each Phase/Stage of the Project (wherever applicable)

• Business Process Re-engineering


o As-is process mapping
o To-Be process recommendations
• Software Requirement Specifications (SRS) and Functional
Requirement Specifications(FRS) meeting all the Business and
Functional Requirements
• System Design Document (SDD)/Process Design Report meeting all the
Technical requirements of the PCMC/PCSCL incorporating all the
functional specifications and standards.
• Implementation
o Implementation Plan including data migration, user training and
rollout plan
o User Manuals
Deliverables o Training Manuals
o FAQ and Trouble Shooting Guide
• Testing Stage
o Performance Testing and Load Testing Report
o User Acceptance Certificates of all the modules
o Owners/Head of Department of all the associated Departments of
PCMC/PCSCL.
o Integration Test Cases with Results
o System Test Cases with Results
o Installation Manuals
o API documentations
• Warranty Support
o Defect/Bugs Log with Resolution
o Consolidated List of Common Errors and their Resolution

256
• Requirements Change Management
o Change Request Log
o Impact Analysis including changes in effort and schedule
• End User Support
o Defect/Bugs Log with Resolution
o Consolidated List of Common Errors and their Resolution
• Release Plan and Release Note

2.19 User Acceptance Testing


User Acceptance stage will be deemed to be successful on the timely completion of the following
User Acceptance activities:
1. Selected vendor to assist the PCMC/PCSCL to develop user acceptance test cases
2. Selected vendor shall deploy the solution in the test environment
3. Selected vendor shall resolve the defects/bugs identified during testing
4. Selected vendor shall re-test the solution to ensure closure of identified defects/bugs
5. Selected vendor shall assist the users during acceptance testing
6. After the defects are resolved, selected vendor shall deploy the solutions on the
production environment. The solution will be monitored under production use for a pre-
defined period of time for satisfactory performance of the solutions
7. In case of any performance issues during this period, selected vendor shall resolve the
issues identified on a priority basis

2.20 Incident Management


It deals with service issues, and with all other service and user requests recorded by a support
personnel. It also monitors the completion of requests by the service desk or by all other service
units. Finally, Incident Management has the task of informing the service requester on the status
of a service request. The selected vendor must follow ITIL/ISO 20000 incident management
process for duration of the contract.
# Processes to be followed to deliver services

1 Every incident and all required data is recorded.

2 Every incident runs through a set of standardized activities and procedures, in order to
ensure effective and efficient processing.
3 Every incident is categorized and prioritized regarding its (potential) impact and urgency,
in order to schedule its resolution in a business-oriented way.
Functional and hierarchical escalation procedures shall be in place in order to ensure that
4 each incident is investigated by qualified members of staff, either by internal or external
experts.
5 Record shall be maintained for analytics on request raised, time to solve them etc.

257
2.21 Change Management
A well-defined and controlled process leads to the effective handling of these changes. Change
Management is triggered every time a request for change is received from stakeholders who
make such requests. Each requested change is classified by determining its priority and impact,
and afterwards the responsible change authority decides on the approval or dismissal of the
change. Change Management coordinates the incidental tasks in the context of change building,
testing and release. For this purpose, close collaboration between Change Management and
Project, as well as Release Management, is critical for the success of this process. The selected
vendor must follow ITIL/ISO 20000 change management process for duration of the contract.
# Processes to be followed to deliver services
1 Every change and all required data is recorded.
Every change runs through a set of standardized activities and procedures in order to
2
ensure effective and efficient processing.
Every change with a risk to normal service operation is carefully assessed and sufficiently
3 tested to avoid service disruption or degradation of service quality, in particular in terms of
SLA deviations.
All change request shall be documented and submitted to the concerned department after
4
their approval
5 Every implemented change is documented and reviewed.

2.22 Service Request Management


The duty of providing information to the user is part of the Service Request Management
controls. The most important actor in the Service Request Management is the function support
personnel. The Service Desk is basically responsible for the Acceptance, Classification and also
handling of request. The selected vendor must follow ITIL/ ISO 20000 service request
management process for duration of the contract.

The SI shall setup the helpdesk to resolve the queries raised by users and help them to get hands
on the IT applications.

2.23 Problem Management


The objective of Problem Management is to remedy incidents permanently. This objective is
achieved by reactive and preventive actions:

o Reactive Problem Management analyses the issued reasons for incidents and develops
proposals on avoiding of those reasons.
o Preventive Problem Management supports the prevention of incidents before they occur
and before they can become a major incident. This is achieved by analyzing IT services for
their weak points and providing proposals to remove those weaknesses.

258
Moreover, Problem Management performs continuous quality improvement of IT infrastructure
by preventing Incidents, locate, record, track and solve structural defects, Develop a “Knowledge
Database”, Submits a Request for Change (RFC) to improve the IT infrastructure. The purpose of
Problem Management is to establish standardized procedures which will analyze IT-services on
their possible weaknesses in their delivery of defined SLAs and analyze incidents that might
develop into major issues for the defined IT-services.

Problem Management contributes to an integrated Service Management approach by locating


the root causes of problems, and consequently preventing incidents. The selected vendor must
follow ITIL/ISO 20000 problem management process for duration of the contract.

2.24 Release Management


Release Management aims to provide new or to update services and change requests defined
Change Management for the production environment. It also aims to assure their integrity and
functionality as defined by the Service Description. Release Management is only triggered by the
Change Management process. The selected vendor must follow ITIL/ISO 20000 release
management process for duration of the contract.

2.25 ISO 27001 Certification


First ISO 27001 certifications should be obtained before Go-Live and every year during O&M
period. The cost of ISO 27001 certification shall be as per the total charges quoted in the
commercial bid. In case of repeat exercise for certification, no additional charges shall be paid to
the selected bidder.

259
2.26 Project Timelines and payment milestones

% of Total
Timeline Project cost
Activity Distribution Combined
(Weeks) excluding license
costs
Resource
T+4 0.00%
Mobilization
As-is process and Gap Analysis
Preparation of 1.00%
T+16 Report 2.00%
BPR document
To-be process documentation 1.00%
Financial Management
0.25%
System
Human Resources
0.25%
Management System
Asset Management System 0.25%
Procurement Management
0.25%
System
Inventory Management
0.25%
System
Program/ Project
FRS and SRS 0.25%
T+28 Management System 3.25%
documents
Digital Workflow
0.25%
Management System
GIS Portal 0.25%
Property Tax Management
0.25%
System
Water Billing and collection
0.25%
management system
Citizen Services 0.25%
Internal Administration 0.25%
Service Level Benchmarking 0.25%
Part-1:
Submission of
various Survey
details(Door to
Door, Property
etc.) for one
T+20 0.40% 0.40%
complete
property tax
zone
Part-2:
Submission of
Base Map for

260
% of Total
Timeline Project cost
Activity Distribution Combined
(Weeks) excluding license
costs
one complete
ward
Part-1:
Checking of
submitted
details of
survey by
Revenue
Inspectors and
T+24 0.60% 0.60%
rectification of
errors if any
Part-2:
Verification of
Base Map for
one complete
ward
IT Architecture
design
(Overall
System
Architecture, T+32 1.00% 1.00%
Infra.
Architecture,
Entity
Diagrams etc.)
Core Module 1.00%
Data Migration T+40 2.00%
Non-core modules 1.00%
Core Module
Development Non-core modules
of Software T+52 Work flow management 0.00%
Modules GIS Portal
Service Level Benchmarking
Completion of Property Tax Zone-2 1.20%
Survey (Door Property Tax Zone-3 1.20%
to Door,LiDAR Property Tax Zone-4 1.20%
or equivalent
Property Tax Zone-5 1.20%
to LiDAR) for T+52 18.00%
remaining Property Tax Zone-6 1.20%
wards as per Property Tax Zone-7 1.20%
zones (0.2 % Property Tax Zone-8 1.20%
upon Property Tax Zone-9 1.20%

261
% of Total
Timeline Project cost
Activity Distribution Combined
(Weeks) excluding license
costs
submission of Property Tax Zone-10 1.20%
survey details Property Tax Zone-11 1.20%
1.0% Upon
Property Tax Zone-12 1.20%
checking by
Concerned Property Tax Zone-13 1.20%
Officer and Property Tax Zone-14 1.20%
rectification of Property Tax Zone-15 1.20%
errors if any
for each
property tax Property Tax Zone-16 1.20%
zone)
Core Module (0.2% for 6 core
1.20%
sub module each)
Non-core modules (0.04% for
25 noncore sub modules 1.00%
UAT T+60 each) 3.20%
Work flow management 0.50%
GIS Portal 0.20%
Service Level Benchmarking 0.30%
Final Base Map
T+56 1.25% 1.25%
preparation
Data migration
and publishing
on Web GIS T+60 1.25% 1.25%
Portal, UAT of
portal
Integration
among
Software
Modules
(Core, Non- T+70 0.00% 0.00%
core, Work
flow
management,
GIS Portal,SLB)
UAT of
integrated
modules (Core,
Non-core, T+74 2.30% 2.30%
Work flow
management,
GIS Portal,SLB)

262
% of Total
Timeline Project cost
Activity Distribution Combined
(Weeks) excluding license
costs
IN-CERT
Performance
T+78 0.30% 0.30%
and Security
Audit
Financial Management
0.15%
System
Human Resources
0.15%
Management System
Asset Management System 0.15%
Procurement Management
0.15%
System
Inventory Management
0.15%
System
Program/ Project
End User 0.15%
T+90 Management System 2.65%
Training
Digital Workflow
0.15%
Management System
GIS Portal 0.15%
Property Tax Management
0.15%
System
Water Billing and collection
0.15%
management system
Citizen Services 0.50%
Internal Administration 0.50%
Service Level Benchmarking 0.15%
Financial Management
1.50%
System
Human Resources
1.50%
Management System
Asset Management System 1.50%
Procurement Management
1.50%
System
Go-Live T+94 17.80%
Inventory Management
1.50%
System
Program/ Project
1.50%
Management System
Digital Workflow
1.50%
Management System
GIS Portal 1.20%

263
% of Total
Timeline Project cost
Activity Distribution Combined
(Weeks) excluding license
costs
Property Tax Management
1.20%
System
Water Billing and collection
1.10%
management system
Citizen Services (0.1% for
each Citizen service sub 1.30%
module as defined in RFP)
Internal Administration
(0.15% for each Citizen
1.50%
service sub module as
defined in RFP)
Service Level Benchmarking 1.00%
Hand Holding
T+118 4.00% 4.00%
Support

O&M 40.00% 40.00%

Note:
1. T= Letter of Intent or Work order date whichever is earlier
2. In case of License cost, amount will be paid as per consumption of licenses within 45 days of receipt
of invoice.
3. The 4% of the total project cost will be paid in equal parts in two quarters of hand holding support
4. The Operations and Maintenance cost will be paid quarterly in equal parts over O&M period after
submission of satisfactory reports showing compliant to SLAs.

2.27 Service Level Agreement (SLA)


2.27.1 Purpose
The primary intent of Service Level Agreements is to ensure that the system performs in
accordance with the defined service levels. Enforcement of SLAs are not meant to be punitive or,
conversely, a vehicle for additional fees. This section describes the service levels to be established
for the Services offered by the Bidder to PCSCL. The Bidder shall maintain the stated service levels
to provide quality service to PCMC/PCSCL.

There are primarily two types of SLAs:


1. Implementation Service Levels
2. Operation Service Levels
a. Infrastructure and Application Availability & Performance Service Levels

264
b. Handholding Support: Application Support Service Levels
2.27.2 Definitions
1. 19x7 shall mean hours between 5AM – 11 PM on all working days excluding Public
Holidays or any other Holidays observed by PCMC/PCSCL.
2. “Scheduled Maintenance Time” shall mean the time that the System is not in service due
to a scheduled activity as defined in this SLA. The scheduled maintenance time would not
be during 19x7 timeframe. Further, scheduled maintenance time is planned downtime
with the prior permission of PCSCL.
3. “Scheduled operation time” means the scheduled operating hours of the System for the
month. All scheduled maintenance time on the system would be deducted from the total
operation time for the month to give the scheduled operation time. The total operation
time for the systems and applications within the Primary Data Centre and Data Recovery
Centre will be 24x7x365. The total operation time for the client site systems shall be the
business hours of PCMC/PCSCL.
4. “System or Application downtime” means accumulated time during which the System is
totally inoperable within the Scheduled Operation Time but outside the scheduled
maintenance time and measured from the time PCMC/PCSCL and/or its employees log a
call with the Bidder team of the failure or the failure is known to the Bidder from the
availability measurement tools to the time when the System is returned to proper
operation.
5. “Availability” means the time for which the services and facilities are available for
conducting operations on the GIS Enabled ERP system including application and
associated infrastructure.
Availability is defined as:
{(Scheduled Operation Time – System Downtime) / (Scheduled Operation Time)} * 100%
6. “Incident” refers to any event / abnormalities in the functioning of the any of IT
Equipment / Services that may lead to disruption in normal operations of the Data Centre,
System or Application services.
7. The business hours are 10:00AM to 6.00 PM on all working days. The Bidder however
recognizes the fact that PCMC/PCSCL offices may require to work beyond the business
hours on need basis. The business hours may change as per guidelines of state/Central
government.
8. "Non-Business Hours" shall mean hours excluding “Business Hours”.
2.27.3 Applicability

The SLAs are binding to the sole bidder or each of the members of the consortium, in case of
consortium
2.27.4 Penalties

A maximum level of performance penalties is established and described in the section:

Severity Level Penalty as a percentage of Quarterly payment

265
9 Event of default and termination as per RFP terms and conditions
8 5.0%
7 4.0%
6 2.0%
5 1.0%
4 0.5%
3 0.4%
2 0.3%
1 0.2%
0 No Penalty

1. Performance Penalty for not meeting a measurement parameter for any two months in
consecutive quarters shall result in twice the penalty percentage of that respective
measurement parameter in the third quarter for all the three months
2. Maximum Penalty applicable for any quarter shall not exceed 30% of the ‘applicable fees’
for the respective quarter.
3. Three consecutive quarterly deductions of 30% of the applicable fee on account of any
reasons shall be deemed to be an event of default and shall be treated as per the RFP
clauses.
2.27.5 Implementation Phase performance levels

# Measurement Definition Target Penalty


1 Team mobilization SI is expected to mobilize Within 21
and project team for days of Delay of 1 Week =
Commencement of commencement of work issuance of 0.05% of the
Work Commencement of work LoI or contract value
would mean reporting and Contract
availability of SI’s resources Agreement, Delay of 2 weeks =
at the Purchaser’s office for whichever is 0.1% of the
the project within defined earliest contract value
period of 21 days and
remaining Delay beyond 3
weeks may lead to
termination of the
Contract at the
discretion of the
Purchaser
2 Absence of Deployed resource shall be Prior INR 25,000 per day
Resource required to obtain prior Purchaser’s per resource
at Onsite, without written approval from the approval
prior purchaser before taking
approval from the leave
purchaser
266
# Measurement Definition Target Penalty
3 Resource SI is expected to deploy the Zero SI is expected to
Replacement same resource profile or Resource deploy the same
better as quoted in its Replacement resource profile or
technical bid at the better as quoted in
commencement of the its technical bid at
project. SI is expected not to the
replace the Key Resources commencement of
during the project the project. SI is
implementation period. expected not to
replace the Key
Resources during
the project
implementation
period.
• For replacement
purpose
following
manpower will
be treated Key
Resources
1. Project
Manager
2. GIS Integration
Expert
3. Database
Administrator
4. Server
Administrator-
ERP
5. Server
Administrator-
GIS
• Key resources
can be replaced
with equivalent
or higher profiles
with prior
approval of
PCSCL/PCMC
only once during
project
implementation
phase i.e. up to
267
# Measurement Definition Target Penalty
Go-Live without
any penalty.
• Replacement of
key resources
beyond
permissible
limit would
attract penalty
of Rs 2,00,000
per resource
replacement
subject to
maximum
penalty of Rs
20,00,000.
• Other resources
can be replaced
with equivalent
or higher
profiles with
prior approval
of PCSCL/PCMC
4 Project Timelines The SI has to adhere to the As per Delay of 1 Week =
project timelines specified in timelines 0.25% of the
section 2.26 specified in respective
section 2.26 milestone

The upper limit of


penalty would be
capped at 10% of
the respective
Payment
Milestone value. In
case the successful
bidder reaches 10%
of the respective
Payment
Milestone value in
the form of penalty
at any point of time
during pre-
implementation
phase,
268
# Measurement Definition Target Penalty
PCSCL reserves the
right to invoke the
termination clause.

1. The service levels to be established for the Services offered by the Successful Bidder/SI to
PCSCL. The Successful Bidder/SI shall monitor and maintain the stated service levels to
provide quality service to PCSCL.
2. The SLAs may be reviewed on quarterly basis as PCSCL decides after taking the advice of
the Successful Bidder/SI and other agencies. All changes shall be made by PCSCL in
consultation with the Successful Bidder/SI.

2.27.6 Operation and Maintenance Phase

The framework for Penalties, as a result of not meeting the Service Level Agreement Targets is
as follows:
1. A quarterly performance evaluation will be conducted using the Quarterly report of that
period
2. The performance of the System will be measured for each of the defined service level
metric against the minimum service level requirement or the target service level
requirement, as the case may be and the violations will be calculated accordingly.
3. The number of violations in the reporting period for each level of severity will be totaled
and used for the calculation of Penalties.
4. Penalties applicable for each of the high severity (H) violations are one (1) % of
respective Quarterly payment to the Bidder.
5. Penalties applicable for each of the medium severity (M) violations is half percentage
(0.5%) of respective Quarterly payment to the Bidder.
6. Penalties applicable for each of the low severity (L) violations are Quarter percentage
(0.25%) of respective Quarterly payment to the Bidder.
7. Penalties applicable for not meeting a high (H) severity performance target in two
consecutive Quarters on same criteria shall result in additional deduction of 3% of the
respective Quarterly payment to the Bidder. Penalty shall be applicable separately for
each such high critical activity
8. Penalties applicable for not meeting a medium (M) severity performance target in two
consecutive Quarterly periods on same criteria shall result in additional deduction of 2%
of the respective Quarterly payment to the Bidder. Penalty shall be applicable separately
for each such medium critical activity
9. Penalties applicable for not meeting a low (L) severity performance target in two
consecutive Quarterly periods on same criteria shall result in additional deduction of 1%
of the respective Quarterly payment to the Bidder. Penalty shall be applicable separately
for each such medium critical activity

269
10. It is to be noted that if the overall penalty applicable for any of the review period during
the contract exceeds 25% of the quarterly payment or if the overall penalty applicable for
any of the successive Quarterly periods during the contract is above 15%; then PCSCL shall
have the right to en cash the Performance Bank Guarantee or terminate the contract or
both.
2.27.7 Application Performance SLA

The table below gives details of the Service Levels the Bidder should maintain.
Sr. Service Level Severity of
Measurement
No. Description Violation
1 Average Application Response Time during peak usage
hours as measured at any of the locations shall not
exceed 3 seconds.
The list of critical business functions and peak usage
hours will be identified by PCSCL/PCMC during the
Detail Design phase.
This service level will be measured on a quarterly basis.
Average Application No. of violations to be
Average Response Time over counted for calculation
Application Medium the Quarter of penalty
Response > 3 sec & <= 5 sec 2
Time
> 5 sec & <= 8 sec 4
> 8 sec 5 for every second
increase or part thereof
exceeding 8 seconds
In addition to the above, if the average application
response time in any month in the Quarter goes beyond
8s, one (1) additional violation will be added for each
such month to the overall violations for this service
level in the quarter.
2 Maximum Low Maximum Time for Home Page opening during peak
Time for usage as measured at any of location shall not exceed
Home Page 2 seconds.
opening This service level will be measured on a quarterly
basis.

Maximum Time for No. of violations to be


Home Page opening counted for calculation
over the Quarter of penalty

270
Sr. Service Level Severity of
Measurement
No. Description Violation
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
4 for every second
> 6 sec increase or part thereof
exceeding 6 seconds
In addition to the above, if the Maximum Time for
Home Page opening in any month in the Quarter goes
beyond 6s, one (1) additional violation will be added
for each such month to the overall violations for this
service level in the quarter.

3 Field Low Navigation time between data entry fields in the


Navigation – screen as measured at any of location shall not exceed
2 seconds.
To navigate
between the This service level will be measured on a quarterly
data entry basis.
fields in the
Screen Field Navigation – No. of violations to
be counted for
To navigate between the
calculation of
data entry fields in the
penalty
Screen
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
> 6 sec 4 for every second
increase or part
thereof exceeding 6
seconds

In addition to the above, if the Field Navigation – To


navigate between the data entry fields in the Screen in
any month in the Quarter goes beyond 6s, one (1)
additional violation will be added for each such month
to the overall violations for this service level in the
quarter.

271
Sr. Service Level Severity of
Measurement
No. Description Violation
4 Menu Page Low Menu Page after User Login opening during peak
after User usage as measured at any of location shall not exceed
Login 2 seconds.
This service level will be measured on a quarterly
basis.

Menu Page after User No. of violations to be


Login opening over the counted for
Quarter calculation of penalty
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
> 6 sec 4 for every second
increase or part
thereof exceeding 6
seconds
In addition to the above, if the Menu Page after User
Login opening in any month in the Quarter goes
beyond 6s, one (1) additional violation will be added
for each such month to the overall violations for this
service level in the quarter.

5 Menu Low Menu Navigation – To display the menu as per the


Navigation – defined user role and profile opening during peak
To display the usage as measured at any of location shall not exceed
menu as per 2 seconds.
the defined This service level will be measured on a quarterly
user role and basis.
profile
Menu Navigation – To No. of violations to
display the menu as per be counted for
the defined user role and calculation of
profile over the Quarter penalty
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
> 6 sec 4 for every second
increase or part
thereof exceeding 6
seconds

272
Sr. Service Level Severity of
Measurement
No. Description Violation
In addition to the above, if the Menu Navigation – To
display the menu as per the defined user role and
profile opening in any month in the Quarter goes
beyond 6s, one (1) additional violation will be added
for each such month to the overall violations for this
service level in the quarter.

6 Map High Map Navigation – Time taken to display the map area
Navigation- chosen during navigation with all visible layers and in
Time taken in the desired scale during peak usage as measured at
map rendering any of location shall not exceed 2 seconds.
with all visible
This service level will be measured on a quarterly
layers (with basis.
scale
dependency) Map Navigation- Time No. of violations to
on using taken in map rendering be counted for
navigation with all visible layers calculation of
tools. (with scale dependency) penalty
on using navigation tools.
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
> 6 sec 4 for every second
increase or part
thereof exceeding 6
seconds
In addition to the above, Map Navigation – to display
the map area chosen during navigation with all visible
layers and in the desired scale in any month in the
Quarter goes beyond 6s, one (1) additional violation
will be added for each such month to the overall
violations for this service level in the quarter.
7 Screen Low Screen Navigation - Time taken to navigate from one
Navigation – screen (tab page) to another which does not involve
Time taken to processing in earlier screen during peak usage as
navigate from measured at any of location shall not exceed 2 seconds.
one screen This service level will be measured on a quarterly
(tab page) to basis.
another which
does not

273
Sr. Service Level Severity of
Measurement
No. Description Violation
involve
Screen Navigation – Time No. of violations to
processing in
taken to navigate from be counted for
earlier screen
one screen (tab page) to calculation of
another which does not penalty
involve processing in
earlier screen
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
> 6 sec 4 for every second
increase or part
thereof exceeding 6
seconds
In addition to the above, Screen Navigation – time
taken to navigate from one screen (tab page) to
another in any month in the Quarter goes beyond 6s,
one (1) additional violation will be added for each such
month to the overall violations for this service level in
the quarter.

8 Response time High Response time to commit a transaction during peak


to commit a usage as measured at any of location shall not exceed
transaction 4 seconds for Simple transactions, 7 seconds for
Medium complexity transactions and 10 seconds for
• Simple
High Complexity transactions.
Complexity
This service level will be measured on a quarterly
• Medium
basis.
Complexity
Penalty for Simple transaction SLA violation
• High
Complexity
Response time to commit No. of violations to
(Complexity of a Simple transaction over be counted for
the the Quarter calculation of
transaction to penalty
depend on the
> 4 sec & <= 6 sec 2
complexity of
the business > 6 sec & <= 8 sec 3
logic and > 8 sec 4 for every second
stored increase or part
procedures thereof exceeding 8
committed at seconds
274
Sr. Service Level Severity of
Measurement
No. Description Violation
the database In addition to the above, Response time to commit a
level)
Simple transaction in any month in the Quarter goes
beyond 8s, one (1) additional violation will be added
for each such month to the overall violations for this
service level in the quarter.
Penalty for Medium Complexity transaction SLA
violation

Response time to commit


No. of violations to be
a Medium Complexity
counted for
transaction over the
calculation of penalty
Quarter
> 7 sec & <= 9 sec 2
> 9 sec & <= 11 sec 3
4 for every second
increase or part
> 11 sec
thereof exceeding 11
seconds
In addition to the above, Response time to commit a
Medium Complexity transaction in any month in the
Quarter goes beyond 11s, one (1) additional violation
will be added for each such month to the overall
violations for this service level in the quarter.
Penalty for High Complexity transaction SLA violation

Response time to commit No. of violations to


a High Complexity be counted for
transaction over the calculation of
Quarter penalty
> 10 sec & <= 12 sec 3
> 12 sec & <= 14 sec 4
> 14 sec 5 for every second
increase or part
thereof exceeding 14
seconds
In addition to the above, Response time to commit a
High Complexity transaction in any month in the

275
Sr. Service Level Severity of
Measurement
No. Description Violation
Quarter goes beyond 14s, one (1) additional violation
will be added for each such month to the overall
violations for this service level in the quarter.

9 Response time High Response time for Screen with Query Retrieval during
for Screen peak usage as measured at any of location shall not
with Query exceed 4 seconds for Simple Query, 7 seconds for
Retrieval Medium Complexity Query and 10 seconds for High
Complexity Query.
• Simple
Query This service level will be measured on a quarterly
basis.
• Medium
Complexity Penalty for Simple Query SLA violation
Query
Response time for Screen No. of violations to
• High
with Query Retrieval for be counted for
Complexity
a Simple Query over the calculation of
Query
Quarter penalty
> 4 sec & <= 6 sec 2
(Complexity of
> 6 sec & <= 8 sec 3
the query will
depend on the > 8 sec 4 for every second
business logic, increase or part
size of tables thereof exceeding 8
in databases seconds
being In addition to the above, Response time for Screen
searched, with Query Retrieval for Simple Query in any month in
indexing of the Quarter goes beyond 8s, one (1) additional
database and violation will be added for each such month to the
the way overall violations for this service level in the quarter.
procedures
are written to Penalty for Medium Complexity Query SLA violation
retrieve
information) Response time for Screen No. of violations to
with Query Retrieval for be counted for
a Medium level calculation of
transaction over the penalty
Quarter
> 7 sec & <= 9 sec 2
> 9 sec & <= 11 sec 3

276
Sr. Service Level Severity of
Measurement
No. Description Violation
> 11 sec 4 for every second
increase or part
thereof exceeding 11
seconds
In addition to the above, Response time for Screen
with Query Retrieval for Medium Complexity Query in
any month in the Quarter goes beyond 11s, one (1)
additional violation will be added for each such month
to the overall violations for this service level in the
quarter.
Penalty for High Complexity Query SLA violation

Response time for Screen No. of violations to


with Query Retrieval for be counted for
a Complex transaction calculation of
over the Quarter penalty
> 10 sec & <= 12 sec 3
> 12 sec & <= 14 sec 4
> 14 sec 5 for every second
increase or part
thereof exceeding 14
seconds
In addition to the above, Response time for Screen with
Query Retrieval for High Complexity Query in any
month in the Quarter goes beyond 14s, one (1)
additional violation will be added for each such month
to the overall violations for this service level in the
quarter.

10 Reports Medium Reports Generation Response Time during peak usage


Generation as measured at any of location shall not exceed 4
Response seconds for Simple Query, 7 seconds for Medium
Time Complexity Query and 10 seconds for High Complexity
Query.
• Simple
Report This service level will be measured on a quarterly
basis.
• Medium
Complexity Penalty for Simple Report SLA violation
Report

277
Sr. Service Level Severity of
Measurement
No. Description Violation
• High
Report Generation No. of violations to
Complexity
Response time from a be counted for
Report
Simple Query over the calculation of
(Time of the Quarter penalty
report
> 4 sec & <= 6 sec 2
generation will
depend on the > 6 sec & <= 8 sec 3
complexity of > 8 sec 4 for every second
the query, no. increase or part
of parameters thereof exceeding 8
fetched, and seconds
level of
customization In addition to the above, Response time to generate a
required to report from a Simple report in any month in the
generate the Quarter goes beyond 8s, one (1) additional violation
report) will be added for each such month to the overall
violations for this service level in the quarter.
Penalty for Medium Complexity report SLA violation

Report Generation No. of violations to


Response time from a be counted for
Medium Complexity calculation of
Query over the Quarter penalty
> 7 sec & <= 9 sec 2
> 9 sec & <= 11 sec 3
> 11 sec 4 for every second
increase or part
thereof exceeding 11
seconds
In addition to the above, Response time to generate a
report from a Medium Complexity report in any month
in the Quarter goes beyond 11s, one (1) additional
violation will be added for each such month to the
overall violations for this service level in the quarter.
Penalty for High Complexity report SLA violation

Report Generation No. of violations to


Response time from a be counted for

278
Sr. Service Level Severity of
Measurement
No. Description Violation
High Complexity Query calculation of
over the Quarter penalty

> 10 sec & <= 12 sec 3

> 12 sec & <= 14 sec 4

5 for every second


increase or part
> 14 sec
thereof exceeding 14
seconds

In addition to the above, Response time to generate a


report from a High Complexity report in any month in
the Quarter goes beyond 14s, one (1) additional
violation will be added for each such month to the
overall violations for this service level in the quarter.

11 Look up High Loop up response time – To display the required GIS


response time data including map and attribute information during
– To display peak usage as measured at any of location shall not
the required exceed 2 seconds.
GIS data This service level will be measured on a quarterly basis.
including map
and attribute No. of violations to
information be counted for
Loop up response time
calculation of
penalty
> 2 sec & <= 4 sec 2
> 4 sec & <= 6 sec 3
4 for every second
increase or part
> 6 sec
thereof exceeding 6
seconds
In addition to the above, if the Look up response time
– To display the required GIS data including map and
attribute information in any month in the Quarter
goes beyond 6s, one (1) additional violation will be
added for each such month to the overall violations
for this service level in the quarter.

279
2.27.8 Handholding Support: Application Support
This service level will be monitored on a monthly basis.

# Defect Definition

The failure to fix has an immediate impact on PCMC’s/PCSCL’s ability to


Level 1
1 service its citizens, user units , inability to perform critical functions or a
Defects
direct impact on the organization.

The failure to fix has an impact on PCMC’s/PCSCL’s ability to service its


Level 2
2 citizens, user units/ that while not immediate, can cause service to degrade if
Defects
not resolved within reasonable time frames.

Level 3 The failure to fix has no direct impact on PCMC’s/PCSCL’s ability to serve its
3
Defects citizens, user units, or perform critical functions.

The below tables gives details on the Service Levels the Bidder should maintain.
Service Level Severity of
Measurement
Description Violation
Application High 95% of the Level 1 defects shall be resolved within 4 business
Support hours from the time of reporting full details. This service
Performance level will be monitored on a monthly basis.

Violations for
Performance over the Quarter
calculation of penalty
< 95% &>= 90% 1
< 90% &>= 85% 2
< 85% 3
In addition to the above, if the service level in any month in
the Quarter falls below 85%, one (1) additional violation
will be added for each such month to the overall
violations for this service level.
Application High 95% of the Level 2 defects shall be resolved within 72 hours
Support from the time of reporting full details.
Performance This service level will be monitored on a monthly basis.
Violations for
Performance over the Quarter
calculation of penalty
< 95% &>= 90% 1
< 90% &>= 85% 2
< 85% 3
In addition to the above, if the service level in any month in
the Quarter falls below 85%, one (1) additional violation

280
Service Level Severity of
Measurement
Description Violation
will be added for each such month to the overall
violations for this service level.
Application High 100% of the Level 3 defects shall be resolved within 120
Support hours from the time of reporting full details.
Performance This service level will be monitored on a monthly basis.
Violations for
Performance over the Quarter
calculation of penalty
< 100% &>= 90% 1
< 90% &>= 80% 2
< 80% 3

In addition to the above, if the service level in any month in


the Quarter falls below 80%, one (1) additional violation
will be added for each such month to the overall
violations for this service level.

2.27.9 Non-Applicability of SLA’s


Penalties shall not be levied on the successful bidder in the following cases
1. The noncompliance to the SLA has been solely due to reasons beyond the control of the
successful bidder
2. There is a Force Majeure event affecting the SLA, which is beyond the control of the
successful bidder

281
2.28 Hardware

Following particulars will be provided by PCSCL/PCMC


1. Database Server
2. Application Server
3. Virtualization software
4. Antivirus software
SI has to take care of following particulars during entire project duration
1. Operating Systems for servers
2. Middleware
3. All the necessary installation, commissioning, implementation and maintenance
of necessary software, applications etc. to run the project
4. GIS desktop software and licenses, if any
5. GIS Server Licenses, if any
6. Hardware for Digital Signature supporting minimum 5000 signatures, if any
2.28.1 Database Servers
2.28.1.1 Database Server Quantity
# Server Nos.#

1 Database Server 3 Nos.

2 GIS-Database Server 1 Nos.

3 Image-Database Server 1 Nos.


#
The distribution provided in the table may change as per the need of the solution
2.28.1.2 Database Server Specification
Category Minimum Requirement Specifications

Four numbers of latest generation Intel Skylake Gold 8180M CPU


CPU 8180M (38.5M cache, 28 Cores, 56 Threads, 2.50 GHz (205W) 10.40
GT/sec Intel® QPI)

Motherboard Intel® C621 Series Chipset

Memory 1.5TB DIMMS scalable to at least up to 4.5 TB, using 128GB DDR4
Load Reduced DIMM (LRDIMM) memory modules. Should be

282
Category Minimum Requirement Specifications

capable of identifying and reporting whether genuine OEM memory


is installed for system reliability

Advanced ECC
Memory
Memory mirroring
Protection
Memory online spare mode

Hard Drive 4 x 3.2TB Hot plug Mixed Use SFF SSD drives or better

Storage Integrated PCIe 3.0 based 12G SAS Raid Controller with RAID 0, 1
Controller with 1GB of Flash backed write cache onboard

Networking
2 x Dual Port 20GbE Converged Network Adaptor
features

Interfaces Minimum of 1 X internal / external USB 3.0 port

Should be provided with 2 x 16 Gbps Dual port Fiber Channel HBA. If


Blade Server the bidder is proposing FCoE connectivity, then bidder needs to
Connectivity provide 4 X 20G FCoE HBA/ports in place of 2 x Dual-port 16Gbps FC
to SAN HBA over and above 2 x Dual port 20GbE Converged Network
Adaptor

Minimum of 2 Nos. or more of x16 PCIe 3.0 based mezzanine slots


Bus Slots
supporting Ethernet & FC adapters/Converged Ethernet adapters

Graphics Integrated G200eh Video Controller

Microsoft Windows Server latest version

Red Hat Enterprise Linux (RHEL) latest version


OS Support
SUSE Linux Enterprise Server (SLES) latest version

Vmware latest version

To be provided along with 3rd party Anti-Malware, HIPS, Integrity


Antivirus monitoring, Log Inspection providing complete protection for
Physical Servers and Virtual Machines

283
2.28.2 Application Server
2.28.2.1 Application server quantity
# Server Nos.#

1 Application Server 7 Nos.

2 GIS-Application Server 1 Nos.

3 Testing & Staging Server 3 Nos.

4 GIS-Testing & Staging Server 1 Nos.

#
The distribution provided in the table may change as per the need of the solution
2.28.2.2 Application server Specification
Category Minimum Requirement Specifications

Two numbers of latest generation Intel Skylake Gold 8168 CPU


CPU 8168 (33M cache, 24 Cores, 48 Threads, 2.70 GHz (205W) 10.40 GT/sec
Intel® QPI)

Motherboard Intel® C621 Series Chipset

512 GB DIMMS scalable to at least up to 1.5 TB, using DDR4 Load Reduced
Memory DIMM (LRDIMM) memory modules. Should be capable of identifying and
reporting whether genuine OEM memory is installed for system reliability

Advanced ECC
Memory
Memory mirroring
Protection
Memory online spare mode

Hard Drive 2 x 900 GB Hot plug 12G SAS SFF hard drives 15K RPM or better

Storage Integrated PCIe 3.0 based 12G SAS Raid Controller with RAID 0, 1 with
Controller 1GB of Flash backed write cache onboard

Networking
Dual Port 20GbE Converged Network Adaptor
features

284
Category Minimum Requirement Specifications

Interfaces Minimum of 1 X internal / external USB 3.0 port

Should be provided with 16 Gbps Dual port Fiber Channel HBA. If the
Blade Server
bidder is proposing FCoE connectivity, then bidder needs to provide 2 X
Connectivity to
20G FCoE HBA/ports in place of Dual-port 16Gbps FC HBA over and above
SAN
Dual port 20GbE Converged Network Adaptor

Minimum of 2 Nos. or more of x16 PCIe 3.0 based mezzanine slots


Bus Slots
supporting Ethernet & FC adapters/Converged Ethernet adapters

Graphics Integrated G200eh Video Controller

Microsoft Windows Server latest version

Red Hat Enterprise Linux (RHEL) latest version


OS Support
SUSE Linux Enterprise Server (SLES) latest version

Vmware latest version

To be provided along with 3rd party Anti-Malware, HIPS, Integrity


Antivirus monitoring, Log Inspection providing complete protection for Physical
Servers and Virtual Machines

2.29 Backup Solution


The SI is expected to provide backup solution with following configurations:
1. The backup solution shall provide facility to take backups of various IT applications on the
frequency defined by PCSCL/PCMC (e.g. instantaneous, hourly, daily, monthly etc.)
2. PCSCL/PCMC may decide to take backup of their data as per their need
3. The proposed Backup Solution should be available on various OS platforms such as
Windows and UNIX platforms and be capable of supporting SAN based backup using client
footprint instead of media server footprint from various platforms including IBM AIX, HP-
UX, Linux, Solaris and Windows.
4. Proposed backup solution shall have same GUI across heterogeneous platform to ensure
easy administration.
5. The proposed Backup Solution should support tape Mirroring running concurrently with
primary backup. e.g. With the primary volume Backup 4 additional tape copies can be
created simultaneously without the need to duplicate 4 copies after the main backup.

285
6. The proposed backup solution must support standalone tape drive and should not be
license feature.
7. The proposed Backup Solution supports the capability to write up to 32 data streams to a
single tape device or multiple tape devices in parallel from multiple clients to leverage the
throughput of the Drives using Multiplexing technology.
8. The proposed backup solution should allow creating tape clone facility after the backup
process which can have different retention policy than first backup set.
9. The proposed Backup Solution has in-built calendar based scheduling system and
supports Clustering the Backup Server on Windows, Linux and UNIX.
10. The backup software must use an open format (TAR) for writing backup data to tapes, so
that native OS tools can also be used to recover in case the backup application is not
available. It will also allow the data backup from one Unix platform to be restored on
another platform.
11. The proposed Backup Solution has in-built media management and supports cross
platform Device & Media sharing in SAN environment. It provides a centralized scratched
pool thus ensuring backups never fail for media.
12. Backup software must support open file backup for Windows & Linux/Unix environment.
13. Backup Software is able to rebuild the Backup Database/Catalog from tapes in the event
of catalog loss/corruption.
14. The proposed Backup Solution must support online backup for different type of
databases; including Informix, DB2, Oracle, MS SQL, Sybase etc.
15. Backup solution should support Block level incremental backup of database.
16. The backup solution must provide file backup, Bare Metal restore, deduplication,
encryption, database online backup, etc with single agent. Multiple agents/clients should
not be installed in server to achieve above features.
17. The Proposed backup solution shall provide granularity of single file restore.
18. The Proposed backup solution shall be designed in such a fashion so that every
client/server in a SAN can share the robotic.
19. Backup solution must support LAN free backups of clients by using the client footprint.
There should not be any need of installing or configuring clients as Media servers/ Storage
Server on the client which takes more server resources for backups.
20. Backup Solution shall be able to copy data across firewall.
21. The Proposed Appliance must support backup of all the databases (Proprietary databases
such as SAP, Oracle etc. and open source databases such as PostgreSQL etc.)
22. Backup Solution shall support automatic skipping of backup during holidays.
23. Backup solution must have option of immediate recovery/restoration of Virtual machine
directly from backed up disk destination.
24. Backup solution must have integration with Vcentre for virtual machine backup reporting.
25. Backup software must support single pass backup in vSphere; it means single backup
should be sufficient to restore the whole VMDK image or single file.

286
26. Backup Solution must support fast/accelerate backup where unchanged blocks should
not be scanned in both virtual environment (ESX) and physical environment running
heterogeneous platform (Linux & Windows) for flat file backup.
27. Backup solution must have inbuilt data replication feature independent of hardware for
creating multiple copy at different locations with different retention.
28. Backup solution must have deduplication feature which can be used with any supported
disk hardware.
29. Backup solution must support client, media and target level deduplication. Client
deduplication must have database intelligence on MS SQL, Oracle, DB2 and furthermore
on all databases as per OEM backup supportability guide
30. Bakup solution should not have any special disk (SSD) requirement for Deduplication
31. Backup solution must have integration with System Center Virtual Machine Manager
(SCVMM) for Hyper-V virtual machine recovery.
32. Proposed backup solution must support ESX backup in non windows environment, even
without the need of windows backup server. There should not be any limitation from
media server on supporting number of ESX/virtual guest host per media server
33. Backup software must have inbuilt backup image replication feature for creating multiple
copy at different locations for DC-DR requirements and should be configurable through
single parent policy.
34. Backup solution must have network resilience feature with WAN optimization; which can
be used for remote site backup in case of low bandwidth. It should not be at extra cost
and must be without the need of specific vendor hardware
35. Backup software must have fast backup option to reduce backup window in virtual & non
virtual environment. It should not be at additional cost and support all major platforms
like Windows, Linux & Unix.
36. Backup solution to support Bare Metal Restore to help P2P, P2V, V2V conversion.
37. Instant VM recovery to reduce downtime in case of failed VM restoration from Backup.
38. Single patch upgrade for backup software, backup appliance, file system, security updates
39. Backup solution to support Cloud storage as Backup Target. Viz Amezon S3, Google
Neardrive.
40. Backup solution to leverage OST (Open Storage Technology) supported storage features
during backup.
41. It should support intelligent policy for VMWARE and HyperV VMs (Discovery and Load
Balancing)
42. The solution should be supplied with 3 year warranty and 4 year maintenance.
43. All the Bidders need to provide perpetual Capacity Based Licenses only. The appliance
capacity shall be 53 TB with backup capacity license for 10 TB.

287
Technical Specifications of the Appliance

# Specifications
Should be able to backup open files on Windows and other OS platforms like RHEL,
1. SUSE Linux, AIX, Solaris & HP-UX

Should support windows 2008/2012 servers and Windows XP and Windows 7 OS


2. platforms

Central administration console must be available through JAVA and it should also
3. have utility to connect from desktop/laptop.

Backup software Should support AD in terms of single user restoration, OS


4. restoration and whole system state. (Granular Restore Technology)

5. Proposed appliance must support standalone tape drive for backup.

Backup Software must be capable of dedupe various database including Oracle,


DB2, Exchange, Sharepoint Informix, Sybase, MS SQL MaxDB etc. and backed up
over fiber channel using client binary instead of configuring production machines as
6. Media/storage server.

Appliance Backup software must perform Flat file backup, database backup, Bare
Metal Restore, Encryption, deduplication etc with single agent. There should not be
7. requirement of multiple agents installation on production machines.

The proposed single appliance must have disk backup in both Dedupe form and in
8. advance disk (without dedupe) for fast restoration.

9. The backup Software should have support for 256 Bit AES Encryption.

The backup software should support full integration to virtual environment like
VMWare, Microsoft HyperV etc. for the backup and recovery of full virtual machines
10. and the individual files and folders inside them.

11. Should support single pass backup for faster backup/recovery

Proposed Appliance should be Linux based Operating system and must have
12. security component i.e. Host Intrusion prevention System for data security.

Proposed Linux base appliance must be able to backup VMWare environment


13. without the need of Windows host.

288
# Specifications
Proposed appliance and backup software should be from same vendor. Appliance
Hardware components, Operating system and backup solution must support by
single vendor to avoid multi vendor ownership which results in to daily challenges in
14. later stage.

The backup software should support synthesizing new full backups without the
need of taking any full backup from clients, with the help of old full backups and
15. incremental backup images.

The backup software must have integrated advanced backup technologies i.e.
deduplication and tape archiving. Dedupelication should work with SAS, SATA and
nearline SATA. There should not be any dependency of SSD for dedupe backups (in
16. terms of performance)

The Proposed Appliance should support wide range of hardware to connect third
17. party hardware in terms of Tape Drive, VTL if required.

The proposed Appliance should have dual intel xeon six core processor or better
18. with compatible intel chipset.

19. The proposed appliance should have at least 64 GB RAM installed.

The proposed appliance hardware & software (Operating System and backup
software) upgrade and patches must be from single Box OEM to avoid multi OEM
20. management challenges.

The proposed backup solution must have hardware configuration i)4 x 1 Gigabit
ethernet ports ii) 2 * 10 GB port iii) 10 * 8 GB FC iv) Expandable to 140 TB v) 64 GB
21. RAM minimum vi) Two cpu each 6 core minimum

The proposed Appliance should have Operating System disk in mirroring and data
22. disk on Raid 6 with Hot spare.

Proposed appliance must have expandable option by adding head & disk unit to 228
TB usable space without the need of Deduplication license if front end data size is
not changed. Additional disk space will be utilized for multiple copy with long
23. retention.

The Proposed Appliance must support backup of all the databases (Proprietary
databases such as SAP, Oracle etc. and open source databases such as PostgreSQL
24. etc.)

289
# Specifications
Proposed backup solution must support ESX backup without the need of any
windows environment or backup server. There should not be any limitation of
25. supporting number of ESX server and guest host machines per media server.

Proposed Appliance Backup software must have inbuilt backup image replication
feature for creating multiple copy at different locations with different retention.
There should not be any dedupe license requirement on hardware and software for
26. keeping multiple copy in multiple location.

Proposed Backup solution should support instant recovery (directly through backed
27. up images) of virtual machines.

28. Appliance should have WAN Optimization feature for remote backup and replication.

29. Solution should support Global Deduplication (Client side, Media Server and Target)

Single patch upgrade for backup software, backup appliance, file system, security
30. updates

31. The Hardware appliance and the software must be from the same OEM

290
3 Annexures
3.1 Annexure-1: Details of layers in Base map

Feature
# Layer Attribute Data Remark
Type
ID, Name, Area in Square
1. State Boundary Polygon
Meter
ID, Name, Area in Square
2. District Boundary Polygon
Meter
Tehsil / Mandal / ID, Name, Area in Square
3. Polygon
Block Boundary Meter
ID, Village Name, Area in
4. Village Boundary Polygon
Square Meter
Municipal ID, Name, Area in Square
5. Polygon
Boundary Meter
ID, Name, Zone Number,
6. Zone Boundary Polygon Zone Name, Area in Square
Meter
ID, Name, Ward Number,
Ward Name, Zone Number,
7. Ward Boundary Polygon
Zone Name, Area in Square
Meter
ID, Name, Area in Square
8. PMRDA Boundary Polygon
Meter
ID, Gut Number, State
Code, District Code, Sub
District Code, Sub District
Census Gut
9. Polygon Name, Ward Number,
Boundary
Ward Name, Zone Number,
Zone Name, Area in Square
Meter
ID, Name, Type, Zone Notified Slum
10. Slum Boundary Polygon Number, Zone Name, Area Non- notified Slum
in Square Meter Squatter
11. Grids Polygon ID, Grid Number 1000m x 1000m
ID, Grid Number, Sub Grid 500m x 500m,
12. Sub Grids Polygon
Number 250m x 250m
ID, Name, Area in Square
13. Forest Boundary Polygon
Meter

291
Feature
# Layer Attribute Data Remark
Type
Road/Rail Level –
Road ID, Type, Road 0, 1, 2, 3
Median (Yes/No), 0=Ground
Construction Material, Road 1=Above Ground
Name, Road Number,
14. Road Centerline Line ownership of Road, number Direction-one
of Lane, Road/Rail Level, Way/Both way
Bridges, Fly Over, Culvert,
Tunnel, Direction, Width in For Type and Sub
m (ROW), Length in m, Type refer Table
Number-1
ID, Road Name, Road
15. National Highway Polygon
Number
ID, Road Name, Road
16. State Highway Polygon
Number
Major District ID, Road Name, Road
17. Polygon
Road Number
Other District ID, Road Name, Road
18. Polygon
Road Number
ID, Road Name, Road
19. Expressway Polygon
Number
ID, Road Name, Road
20. Bypass Polygon
Number
ID, Road Name, Road
21. Ring Road Polygon
Number
ID, Road Name, Road
22. Service Road Polygon
Number
ID, Road Name, Road
23. Major City Road Polygon
Number
ID, Road Name, Road
24. Minor City Road Polygon
Number
ID, Road Name, Road
25. Other Public Road Polygon
Number
Other Private ID, Road Name, Road
26. Polygon
Road Number
ID, Road Name, Road
27. BRTS Polygon
Number
ID, Road ID, Road Name,
28. Cycle Track Polygon
Road Number, Height
Village ID, Road Name, Road
29. Polygon
road/Other Road Number

292
Feature
# Layer Attribute Data Remark
Type
ID, Type, Road ID, Road
Name, Road Number,
30. Foot path Polygon Paved, Unpaved
Construction Material,
Width, Height
Carriageway ID, Road Name, Road
31. Polygon
Divider Number, Width, Height
ID, Type, Road Name, Road
32. Culvert Line Road, Rail, Other
Number
ID, Type, Tunnel Name,
33. Tunnel Polygon Road Name, Road Number, Road, Rail, Utilities
Width, Length
Bridge across
river, Over Bridge,
ID, Type, Bridge Name,
Under Pass, Road
Road/Rail ID, Road Name,
34. Bridge Polygon Bridge across Rail,
Road Number, Width,
Subway, Rope
Length
bridge

ID, Type, Road Name, Road


35. Foot over bridge Polygon Road, Rail, Utilities
Number, Width, Length
ID, Type, Name, Road
36. Flyover Polygon Name, Road Number, Road, Rail
Width, Length
Broad Gauge,
ID, Type, Railway Narrow Gauge,
37. Rail Road Line
Line Name, Length in km Meter Gauge,
Metro
ID, Name of the Waterbody,
38. River Polygon Length, Area in Square
Meter
ID, Name of the Waterbody,
Polygon
39. Stream/ Nallah Length, Area in Square
/ Line
Meter
ID, Name of the Waterbody,
Polygon
40. Canal Length, Area in Square
/ Line
Meter
ID, Name of the Waterbody,
41. Ponds Polygon
Area in Square Meter
ID, Name of the Waterbody,
42. Lake Polygon
Area in Square Meter

293
Feature
# Layer Attribute Data Remark
Type
ID, Type, Name of the
Overhead Tank,
43. Tank Polygon Waterbody, Area in Square
On Ground
Meter
44. Drainage Line ID, Length,

45. Strom Water Line Line ID, Length,


ID, Type, Name of the
46. Island Polygon Waterbody, Area in Square River, Lake
Meter
ID, Name of the Waterbody,
47. Reservoir Polygon
Area in Square Meter
48. Back Water Polygon ID, Area in Square Meter
ID, Building Name, Type,
Sub Type, Ward Number,
Zone number, Locality
For Type and Sub
Name, Colony Name,
49. Building Footprint Polygon Type refer Table
Number of floors, Number
Number-2
of Household, Construction
Type, ownership of
Property, Description,
ID, Name, Zone Number,
ownership of Property, Vacant land
50. Vacant Land Polygon
Zone Name, Area in Square property
Meter
ID, Name, Area in Square
51. Hutment Polygon
Meter
Property Tax ID, Name, Zone Number,
52. Zone/ Ward Polygon Zone Name, Area in Square
Boundary Meter
PCMC Land and ID, Name, Zone Number,
Identified PCMC
53. estate Polygon Zone Name, Area in Square
land and estate
Meter etc.

ID, Name, Zone Number,


Public Bicycle
Zone Name, Area in Square
54. Sharing Location Point
Meter etc.
(PBS)

294
Feature
# Layer Attribute Data Remark
Type

ID, Type, Sub Type, Name, For Type and Sub


Land use/Land Area in Square Meter, Type refer Table
55. Polygon
cover Square Meter Number-3

ID, Point No, Latitude, co-ordinate in


56. DGPS Points Point Longitude, Elevation, degree decimal,
Locality UTM, and Meter

57. Contour Line ID, Height 2m,5m, 10m, 20m

Elevation model
& Elevation
58. Raster -
Profile

ID, Type, Name, Ward


59. Landmarks Point Number, Zone Number,
Locality
Electrical Poles/ ID, Type, Road Name, Road
Street Light ID, Pole Height, Ward
60. Point
Number, Zone Number,
Locality, Height
ID, Type, Road Name, Road
61. Transformer Point ID, Ward Number, Zone
Number, Locality
ID, Type, Road Name, Road
62. Feeder Pillar Point ID, Ward Number, Zone
Number, Locality
ID, Type, Road Name, Type,
Road Name, Road ID,
63. Signal Point Ward Number, Zone
Number ,Chowk, Locality,
Height
ID, Type, Road Name, Type,
Electric Sub Road Name, Road ID,
64. Point
station Ward Number, Zone
Number , Locality
ID, Road Name, Ownership,
65. Manhole Point
, Road ID, Depth,

295
Feature
# Layer Attribute Data Remark
Type
Diameter/ length & Width,
Ward Number, Zone
Number, Locality
ID, Type, Road Name, Road
ID, Length, width, Ward
66. Hoardings Point
Number, Zone Number,
Locality
ID, Type, Road Name, Road
67. Traffic Sign Point ID, Ward Number, Zone
Number, Locality, Height
ID, Type, Road Name, Road
68. Railing Line ID, Length, Ward Number,
Zone Number, Locality
ID, Type, Road Name, Road
ID, Length, width, Height
69. Gantry Sign Point
From Road, Ward Number,
Zone Number, Locality
ID, Type, Road Name, Road
ID, Length, Height, Ward
70. Kerbing Line
Number, Zone Number,
Locality
ID, Type, Road, Bus Stop
number, Bus Stop Name,
71. Bus Stops Point
Road ID, Ward Number,
Zone Number, Locality
ID, Road Name, Road ID,
72. Electrical Lamps Point Ward Number, Zone
Number, Locality
ID, Road Name, Ownership,
73. Fire hydrants Point , Road ID, Ward Number,
Zone Number, Locality
Pre Primary
ID, Type, Name, Ownership,
School, Primary
74. School Point , Ward Number, Zone
School, Secondary
Number, Locality
School
Art College,
Commerce,
ID, Type, Name, Ownership,
Science College,
75. College Point , Ward Number, Zone
Medical College,
Number, Locality
Engineering
College,

296
Feature
# Layer Attribute Data Remark
Type
Junior College,
Research Institute,
Management
Institutes,
Business School
ID, Name, Ward Number,
76. University Point
Zone Number, Locality
Vocational ID, Name, Ward Number,
77. Point
Institute Zone Number, Locality
ID, Name, Ownership,
78. Anganwari Point ,Ward Number, Zone
Number, Locality
ID, Name, Ward Number,
79. Training Institute Point
Zone Number, Locality
ID, Name, Ownership, Ward
80. Govt. Hospital Point Number, Zone Number,
Locality
ID, Name, Ward Number,
81. Private Hospital Point
Zone Number, Locality
ID, Name, Ownership ,
82. Diagnostic Centre Point Ward Number, Zone
Number, Locality
ID, Name, Ownership, Ward
83. Clinic/Dispensary Point Number, Zone Number,
Locality
ID, Name, Ownership,
84. Nursing Home Point ,Ward Number, Zone
Number, Locality
Primary/Commun ID, Name, Ward Number,
85. Point
ity Health Centre Zone Number, Locality
ID, Name, Ownership,
Veterinary
86. Point ,Ward Number, Zone
Hospital/Clinic
Number, Locality
ID, Name, Ward Number,
87. Blood Bank Point
Zone Number, Locality
Central Govt. ID, Name, Ward Number,
88. Point
Office Zone Number, Locality
ID, Name, Ward Number,
89. State Govt. Office Point
Zone Number, Locality
Point, ID, Name, Ward Number,
90. PCMC Office All PCMC Offices
Polygon Zone Number, Locality, Sub

297
Feature
# Layer Attribute Data Remark
Type
Locality, Floor Number,
Number of floors
International
Bank,
ID, Type, Name, Ward
Nationalized Bank,
91. Banks Point Number, Zone Number,
Scheduled Bank,
Locality
Private Bank,
etc
International Bank
ATM,
Nationalized Bank
ID, Type, Name, Ward
ATM,
92. ATM Point Number, Zone Number,
Scheduled Bank
Locality
ATM,
Private Bank ATM,
etc.
Pathpedi/
Pathsansth,
ID, Type, Name, Ward
Insurance
93. Financial Institute Point Number, Zone Number,
Companies,
Locality
Other Financial
Institute
ID, Name, Ward Number,
94. Police Station Point
Zone Number, Locality
Cantonment ID, Name, Ward Number,
95. Point
/Battalion Zone Number
ID, Name, Ward Number,
96. Jail Point
Zone Number, Locality
Crematorium/Buri
ID, Name, Ward Number,
97. al Ground/Grave Point
Zone Number, Locality
Yard
ID, Name, Ward Number,
98. Community hall Point
Zone Number, Locality
ID, Name, Ward Number,
99. Dharmashala Point
Zone Number, Locality
ID, Name, Ward Number,
100. Auditorium Point
Zone Number, Locality
ID, Name, Ward Number,
101. Shopping Centre Point
Zone Number, Locality
ID, Name, Ward Number,
102. Museum Point
Zone Number, Locality
298
Feature
# Layer Attribute Data Remark
Type
ID, Name, Ward Number,
103. Public Library Point
Zone Number, Locality
Art Gallery & ID, Name, Ward Number,
104. Point
Cultural Centre Zone Number, Locality
LPG/ CNG Gas ID, Name, Ward Number,
105. Point
Station Zone Number, Locality
Type-Eco-
friendly/General
ID, Type, Name, Ward
Public/Communit Number, Locality Name,
106. Point Status- working/
y Toilet Road ID, Road Name,
Not Working
Model
Model- Public/PPP
ID, Petrol Pump Name,
Ward Number, Road ID, Status- Working/
107. Petrol Pump Point
Road Name, Locality name, Non-Working
Status
ID, Fire Station Name,
Ward Number, Road ID,
108. Fire Station Point
Road Name, Locality name,
Status
ID, Name, Ward Number,
109. Temple Point
Zone Number, Locality
ID, Name, Ward Number,
110. Mosque Point
Zone Number, Locality
ID, Name, Ward Number,
111. Idgah Point
Zone Number, Locality
ID, Name, Ward Number,
112. Church Point
Zone Number, Locality
ID, Name, Ward Number,
113. Gurudwara Point
Zone Number, Locality
ID, Name, Ward Number,
114. Monastery Point
Zone Number, Locality
ID, Name, Ward Number,
115. Synagogue Point
Zone Number, Locality
ID, Name, Ward Number,
116. Chhatri Point
Zone Number, Locality
ID, Name, Ward Number,
117. Garden Point
Zone Number, Locality
ID, Type, Name, Ward
118. Park Point
Number

299
Feature
# Layer Attribute Data Remark
Type
ID, Name, Ward Number,
119. Club Point
Zone Number, Locality
Sports Centre/ ID, Name, Ward Number,
120. Point
Complex Zone Number, Locality
ID, Name, Ward Number,
121. Gymnasium Point
Zone Number, Locality
Public Swimming ID, Name, Ward Number,
122. Point
Pool Zone Number, Locality
ID, Name, Ward Number,
123. Stadium Point
Zone Number, Locality
ID, Name, Ward Number,
124. Planetarium Point
Zone Number, Locality
ID, Name, Ward Number,
125. Aquarium Point
Zone Number, Locality
ID, Name, Ward Number,
126. Golf Course Point
Zone Number, Locality
ID, Name, Ward Number,
127. Race Course Point
Zone Number, Locality
Amusement ID, Name, Ward Number,
128. Point
/Theme Park Zone Number, Locality
ID, Name, Ward Number,
129. Post Office Point
Zone Number, Locality
130. IT Park Point ID, Name, Ward Number
ID, Name, Ward Number,
131. Court Point
Zone Number, Locality
ID, Name, Ward Number,
132. Monument Point
Zone Number, Locality
ID, Name, Ward Number,
133. Fort Point
Zone Number, Locality
ID, Name, Ward Number,
134. Cave Point
Zone Number, Locality
Archaeological ID, Name, Ward Number,
135. Point
Site Zone Number, Locality
Meteorological ID, Name, Ward Number,
136. Point
Station Zone Number, Locality
Bus stand ID, Name, Ward Number,
137. Point
/Terminus Zone Number, Locality
ID, Name, Ward Number,
138. Railway Station Point
Zone Number, Locality
ID, Name, Ward Number,
139. Metro Station Point
Zone Number, Locality

300
Feature
# Layer Attribute Data Remark
Type
Railway Yard / ID, Name, Ward Number,
140. Point
Sliding Zone Number, Locality
ID, Name, Ward Number,
141. Airport / Airstrip Point
Zone Number, Locality
ID, Name, Ward Number,
142. Truck Terminus Point
Zone Number, Locality
ID, Name, Ward Number,
143. Freight Complex Point
Zone Number, Locality
ID, Name, Ward Number,
144. Transport Nagar Point
Zone Number, Locality
ID, Name, Ward Number,
145. Public Parking Point
Zone Number, Locality
ID, Name, Ward Number,
146. Bird Sanctuary Point Zone Number, Locality,
Area Square Meter
ID, Name, Ward Number,
147. Bio-diversity Park Point Zone Number, Locality,
Area Square Meter
ID, Name, Ward Number,
148. Botanical Garden Point Zone Number, Locality,
Area Square Meter
ID, Name, Ward Number,
149. Zoo Point Zone Number, Locality,
Area Square Meter
ID, Name, Ward Number,
150. National Park Point Zone Number, Locality,
Area Square Meter

Attribute Type and Sub Type


Table Number-1

Road Centerline - Type and Sub Type


# Type Sub Type
1 National Highway
2 State Highway
3 Major District Road
4 Other District Road
5 Expressway
6 Bypass

301
7 Ring Road
8 Service Road
9 Major City Road#
10 Minor City Road#
11 Other Public Road
12 Other Private Road
13 BRTS
14 Village road/Other Road
#Roads having width of 10.5m/11m and more will be called Major City Road and less than 10.5m/11m as MinorCity Road (for
information, the road widths mentioned are as per IRC standards)

Table Number-2: Buidling footprint Type and Sub type


# Type Sub Type
1 Residential Area/Colony
2 Township
3 Housing scheme
Residential
4 House
5 Group of Houses
6 Apartment
7 Retail
8 Wholesale
9 General Business
10 Hotel / Lodge / Restaurant
11 Shopping Centre / Mall
12 Multiplex / Cinema
13 Function Hall / Marriage Garden
Commercial
14 Warehouse
15 Storage Godown
16 Resort
17 Petrol Pump / LPG
18 filling station
19 Informal Shop
20 Hostel
21 Manufacturing Service
22 Chemical
23 Pharmaceutical
24 Textile
Industrial
25 IT Parks
26 Industrial Estate / SEZ
27 Agro based & Food Processing
28 Obnoxious

302
# Type Sub Type
29 Cottage and Household
30 Other Industries
31 Residential & Commercial
32 Residential & Household Industry
33 Residential & Educational
34 Residential & Health Services
35 Mixed Commercial & Industrial
36 Commercial & Health Services
37 Commercial & Educational
38 Commercial & Recreational
39 Residential & Commercial & Institutional
40 School
41 College
42 University
Educational
43 Vocational Institute
44 Anganwari
45 Training Institute
46 Govt. Hospital
47 Private Hospital
48 Diagnostic Centre
Health Services
49 Clinic/Dispensary
50 Nursing Home
51 Primary/Community Health Centre
52 Office
Central Government Property
53 Quarter
54 Office
State Government Property
55 Quarter
56 Railway Railway Property@
57 Private Office
58 Banks
59 Credit Society
60 Foreign Establishment
61 Police Station
62 Cantonment/Battalion
Public& Semi- public
63 Jail
64 Crematorium Burial Groun /Grave Yard
65 Guesthouse
66 Community hall
67 Dharmashala
68 Tourist Facility Centre

303
# Type Sub Type
69 Auditorium
70 Convention Centre
71 Museum
72 Public Library
73 Art Gallery & Cultural Centre
74 LPG/CNG Gas Booking Office
75 Ticket Booking & Reservation Office
76 Stock Exchange
77 Disaster Management Centre
78 Metrological Station
79 Dhobi Ghat
80 Crech/Day Care
81 Public/Community Toilet
82 Social Welfare Centre
83 Orphanage
84 Old Age Home
85 Night Shelter
86 Fire Station
87 Temple
88 Mosque
89 Idgah
90 Church
Religious
91 Gurudwara
92 Monastery
93 Synagogue
94 Chhatri
95 Garden
96 Park
97 Play Ground
98 Club
99 Sports Centre
100 Gymnasium
101 Swimming Pool
Recreational
102 Stadium
103 Planetarium
104 Aquarium
105 Open Air Theatre
106 Golf Course
107 Race Course
108 Exhibition Ground

304
# Type Sub Type
109 Amusement /Theme Park
110 Water Treatment Plant
111 Water Pumping Station
112 Ground Level Reservoir
113 Sewage Treatment Plant
114 Sewage Pumping Station
115 Public Utilities Electric Power Plant
116 Electric Sub-Station
117 City Gate Metering Stations
118 Area Regulator Stations
119 Rain Water Harvesting System
120 Effluent Treatment Plant
121 Solid Waste Management Recycling Plant
122 Telephone exchange
123 Post/Telegraph Office
Communication
124 Radio/TV Station
125 Satellite & Telecommunication Centre
126 Bus stand /Terminus
127 Railway Station
128 Railway Yard / Siding
129 Airport / Airstrip
130 Transportation Port
131 Truck Terminus
132 Freight Complex
133 Bus Stop
134 Transport Nagar
135 Traffic related Multi-level Parking
136 Bird Sanctuary
137 Bio-diversity Park
138 Eco-Sensitive Area Botanical Garden
139 Zoo
140 National Park
141 Farm house
142 Dairy farm
143 Others Poultry farm
144 Slaughter House
144 Dairy Booth

@includes Office, Quarters, Recreational Space, Institutions etc. under Railways

305
Table Number-3: Land use/Land cover- Type and Sub Type

# Type Sub Type


1 Residential Area/Colony
2 Township
Residential
3 Housing scheme
4 Residential
5 Retail
6 Wholesale
7 General Business
8 Hotel / Lodge
9 Shopping Centre / Mall
10 Multiplex / Cinema
11 Function Hall / Marriage Garden
12 Warehouse
Commercial
13 Storage Godown
14 Resort
15 Petrol Pump / LPG
16 filling station
17 Informal Shop
18 Hostel
19 Market (Daily & Weekly) / Mandi
20 Commercial
21 Manufacturing Service
22 Chemical
23 Pharmaceutical
24 Textile
25 IT Parks
Industrial
26 Industrial Estate / SEZ
27 Agro based & Food Processing
28 Obnoxious
29 Cottage and Household
30 Other Industries
31 Residential & Commercial
32 Residential & Household Industry
33 Residential & Educational
34 Residential & Health Services
35 Mixed Commercial & Industrial
36 Commercial & Health Services
37 Commercial & Educational
38 Commercial & Recreational
39 Residential & Commercial & Institutional

306
# Type Sub Type
40 School
41 College
Educational
42 University
43 Other
44 Govt. Hospital
45 Private Hospital
Health Services
46 Diagnostic Centre
47 Other Health Facility
48 Office
Central Government Property
49 Quarter
50 Office
State Government Property
51 Quarter
52 Railway Railway Property@
53 Private Office
54 Banks
55 Credit Society
56 Foreign Establishment
57 Police Station
58 Cantonment/Battalion
59 Jail
60 Crematorium Burial Groun /Grave Yard
61 Guesthouse
62 Community hall
63 Dharmashala
64 Tourist Facility Centre
65 Auditorium
66 Public& Semi- public Convention Centre
67 Museum
68 Public Library
69 Art Gallery & Cultural Centre
70 LPG/CNG Gas Booking Office
71 Stock Exchange
72 Disaster Management Centre
73 Metrological Station
74 Dhobi Ghat
75 Crech/Day Care
76 Public/Community Toilet
77 Social Welfare Centre
78 Orphanage
79 Old Age Home

307
# Type Sub Type
80 Night Shelter
81 Fire Station
82 Temple
83 Mosque
84 Idgah
85 Church
Religious
86 Gurudwara
87 Monastery
88 Synagogue
89 Chhatri
90 Garden
91 Park
92 Play Ground
93 Club
94 Sports Centre
95 Gymnasium
96 Swimming Pool
97 Recreational Stadium
98 Planetarium
99 Aquarium
100 Open Air Theatre
101 Golf Course
102 Race Course
103 Exhibition Ground
104 Amusement /Theme Park
105 Water Treatment Plant
106 Water Pumping Station
107 Ground Level Reservoir
108 Sewage Treatment Plant
109 Sewage Pumping Station
110 Public Utilities Electric Power Plant
111 Electric Sub-Station
112 City Gate Metering Stations
113 Area Regulator Stations
114 Rain Water Harvesting System
115 Effluent Treatment Plant
116 Land Fill Site
117 Dumping Yard
Solid Waste Management
118 Recycling Plant
119 Garbage Collection

308
# Type Sub Type
120 Point/Dumper
121 Telephone exchange
122 Post/Telegraph Office
123 Radio/TV Station
124 Communication Satellite & Telecommunication Centre
125 Public Telephone Booth
126 Cell Tower
127 WiFi Hotspot
128 Monument
129 Heritage Fort
130 Archaeological Site
131 Notified Slum
132 Slum Non- notified Slum
133 Squatter / Kachibasti
134 Private Vacant
135 Municipal Asset
136 Vacant Land Government Asset
137 Reclaimed Land
138 Layout / Plotted
139 Bus stand /Terminus
140 Railway Station
141 Railway Yard / Siding
142 Railway Track Area
143 Airport / Airstrip
144 Helipad
Transportation
145 Port
146 Harbour
147 Jetty
148 Truck Terminus
149 Freight Complex
150 Transport Nagar
151 Traffic Island
Traffic related
152 Parking Space / Area
153 Green Areas Green Cover
154 Agricultural Land Agricultural Land
155 Bird Sanctuary
156 Bio-diversity Park
157 Eco-Sensitive Area Botanical Garden
158 Zoo
159 National Park

309
# Type Sub Type
160 Oxbow Lakes
161 Others Others
@includes Office, Quarters, Recreational Space, Institutions etc. under Railways

Note: The number of layers and attributes may increase/ decrease during implementation and
O&M phase. If any layer needs to be added during O&M phase, the SI will update it at no
additional cost.

310
3.2 Annexure-2: Indicative Specifications for Work Flow Management System

Compliance
# File Noting creation & Approval workflow
(Yes/No)
The system shall have Text Editor functionalities such as bold,
1.
alignment, font, color, highlight etc.

2. User shall be able to route the file noting for approval


The system shall provide a facility to Add / Edit comment to a Note in
3.
a workflow.
All the comments shall be appended to the main content of the
4.
Note.
5. The system shall capture the digital signature of user
The system shall have the facility to print the Note with Revision
6.
history at any point of time.
The system shall have a facility to ‘approve’ a Note through some
7.
actionable control.
The system shall provide an interface to search and check the status
8.
of a Note in workflow

9. System should differentiate various categories of files

The system shall have a facility to create/open a new electronic


10.
subject file.
The system shall have a facility to create both main as well as part
11.
file.
The system shall also generate a Barcode/QR code on successful
12. creation of a file. This barcode can be pasted on a physical file for
tracking, in case physical file is also used.
The system shall have facility to print barcode/QR code of file at any
13.
point of time.
14. The system shall have facility to add documents in the File.
The system should have a facility to search a file on File number, file
15.
subject etc.
16. The system should have index table of all created files
The system shall have a facility to save the file in the desired location
17.
folder.

311
18. The system shall provide facility to view all letters/documents

The system shall provide facility to users to append their notes,


19. which shall be automatically stamped with user name, date and
time, digital signature
The system shall provide facility to users to link the notes to any
20. document, file and previous notes, so that corresponding objects can
be directly opened from the note view
File view shall provide facility to view all documents inside file,
21.
Noting / commenting, Edit file properties
Compliance
External Letter/Correspondence (DAK) Management
(Yes/No)
The system shall have a repository or predefined folder / area where
1.
all new correspondences (DAKs) are received after scanning.
The system shall have a facility to add correspondences (DAKs) in
2.
electronic format from local computer drive.
The system shall have a facility to add a Note with a
3.
correspondences (DAKs)
The system shall have a facility to save the correspondences (DAKs)
4.
in an existing file.
5. The system shall have a facility to route the correspondences (DAKs)
6. The system shall support ad-hoc routing of a document
The system shall have a facility to prepare response and attach with
7.
the correspondences (DAKs) workflow
The system shall provide an interface to track & search the status of
8.
a correspondences (DAKs) in a workflow
The system shall have a facility to send the reminders concerned
9.
people
The system shall have a facility to track a department where a
10.
correspondence (DAKs) is pending.
The system shall provide advanced search interface for tracing &
11.
searching a correspondence (DAKs) based on dates, subject etc.

312
3.3 Annexure-3: Building Property Field Survey Information
Bidder should conduct the field survey and capture following information for all the buildings and
structures within PCMC jurisdiction to identify the missing buildings, properties and information

1. GIS ID
2. PT_Tax_Ward/Zone_No
3. Property No
4. Building Name
5. Owner Name (English/ Marathi)
6. No of Floors
7. No of households
8. No of Basement
9. Total No. of Properties (Residential/ Non- residential)
10. Flat No
11. Floor No
12. Property/holding Address (Present Address, Permanent Address)
13. Construction Type
14. Property Usage –Residential / Commercial / Mixed
15. Property Type/ Sub Type
16. Occupancy status - rented /self-occupied/mix
17. Room details/ Number of Rooms
18. Zone No
19. Ward No
20. Village /Locality/Sub Locality
21. Year of Construction and age of the property in Months
22. Authorized / Un-Authorized
23. Property Holder’s Email ID / Mobile No
24. Mobile Tower Y /N
25. Hoarding Y/N
26. Electric Consumer No
27. Water Connection Y/N
28. Water Meter Y / N
29. Water Consumer No
30. No of Connections
31. Connection Type Resi/Comm.
32. Property Holder Name
33. Sub Lessee Name
34. Survey No/ City_Survey_No/Block No
35. No. of Shops
313
36. Digital photograph of each property within the municipal boundary and its linking with
respective property/holdings database
37. In case of Multi-storey Building (Commercial complex/Apartments) following
information shall be also collected
• Apartment/Building Name
• Total No. of Property
• Lift Facility
• Total number of floors excluding ground floor
• Status of different facility like lift, power backup, parking, fire fighting
• Total no. of residential and non-residential holdings
• Source of water in the building
38. In case of Commercial/Industrial following additional information shall be also collected

• Firm/Shop/Industry Name
• License Status – Yes/No
• Firm/Shop/Industry Owner Name and address
• License status and license no.
• License validity date
• Business/Industry type
39. Minimum documents to be collected for Property (Indicative)
• Adhaar Card
• Electricity Bill
• Property Tax receipt (If available)
• Photos

314
3.4 Annexure-4: Deviated Properties detail Survey Information
Field data collection for Deviation properties detail survey data
Bidder should collect below mentioned data about Tagged properties as output of phase I, after
consulting with PCMC officers (Project Manager and the relevant Ward officer). Activities
involved are
1. Collect and record property details
2. Collect Document and Communication details
3. Updating the deviated information in the system and compare with the old record to
derive delta enhancement in the revenue
4. Documentation and report generation:
5. Create and amend online report on deviations
6. Online data updation

315
3.5 Annexure-5: Analysis and Reports for Survey Activities
Reports
The reports to be generated from the platform are detailed out a follows:
Field surveyed data
1. Buildings with change of name reference to PCMC records
2. Buildings with dual names of Identification reference to PCMC records
3. Buildings with double assessment
4. Properties paying tax
5. Dangerous properties (depending on inspection report and building age)
6. Area having particular (Residential/ Nonresidential) type of property
7. Properties with particular type of construction
8. Properties with number of stories and above
9. Properties with age ***(user defined) and above
10. Properties with actual carpet area / Built up area should be shown with multiple
options for search all attributes
11. Display properties as and when they are assessed for tax
12. Commercial properties in slum area
13. Commercial slum areas (garages, Production hubs etc.)
14. Location of PCMC owned vacant lands
15. Locating all parks and gardens in the area
16. Locating all the open spaces in the area
17. Locating all the water bodies in the area with building wise relevant water
connection no.
Revenue collection reports
a) For Deviated properties accounting for the extended areas

Performance comparison report


a) With the historical data of Month, quarter, Half year and Year
b) Comparison of the existing building with arrears, deposits, deposits in arrears and/or
outstanding and recovery from arrears and outstanding demand.

Real time basis Taxation report


1. Report of tax collection (Total, Ward wise, use type wise,
a) Tax wise (Head) daily collection report (Municipal Taxes – General Tax,
Water benefit tax, Sewerage tax, sewerage benefit tax, municipal
education cess, street tax, tree cess and Government taxes – State
education cess, Employment guarantee tax)
b) Report generation as per rateable value

316
c) Report generation as per land use with searchable option for all types of
land use

Other Reports

a) Bill wise/ property wise/ year wise outstanding arrears of property taxes,
government taxes with penalties.
b) Tax payers having annual demand more than 1 lakhs to 5 lakhs, 5 lakhs to
10 lakhs and above 10 lakhs.

317
3.6 Annexure-6: Road Feature data to be captured
Note: Find below list of Road features, which are visible on the panoramic images, to be captured
in the excel sheet.

Road Attributes Type

Road Card Attributes

Road Name

Road Number

Start Chainage

Start GPS (Lat/Long)

Start Reference
Road Attributes End Chainage

End GPS (Lat/Long)

End Reference

Road Category (Major if >10m roadway else


Minor)

Images of roads

Carriageway

Left Carriageway Lane 1 to 5 Surface Type

Width

Median Surface Type

Width

Right Carriageway Lane 1 to 5 Surface Type

Width

Junctions

Type
No of Carriageway Entrances
Chainage
identified in a Road Stretch (1 to 10)
Location

318
Signalised

SWD Card (Road Side Storm water drains)

Drain Y/N

Type of Drain

SWD Road side Left/Right Chainage

Location of SWD / size

Remarks

Footpath Card

Chainage

Type

Length
Footpath Left / Right
Width

Details of gate entrances / Covers ( Type /size /


Location )

Type
Street Light
No of Poles / Height / No. of fittings.

Traffic Card

Category

Span
Traffic Sign - Left Carriageway
Chainage

Location/Remark

Category

Span
Traffic Sign - Right Carriageway
Chainage

Location/Remark

Traffic Sign - Median/Island Category

319
Span

Chainage

Location/Remark

Category

Span
Gantry Sign - Left Carriageway
Chainage

Location/Remark

Category

Span
Gantry Sign - Right Carriageway
Chainage

Location/Remark

Road Markings

Category

Railing - Median/Island Span

Location/Remark

Category

Railing - Left Carriageway Span

Location/Remark

Category

Railing - Right Carriageway Span

Location/Remark

Category

Kerbing - Median/Island Span

Location/Remark

Kerbing - Left Carriageway Category

320
Span

Location/Remark

Category

Kerbing - Right Carriageway Span

Location/Remark

Other Road Features

Manholes Circular/Rectangular

Trees

Bus Stops

Electrical Lamps

Fire hydrants

Signals

Hoardings

Bridge Card

Category
Total Length
Chainage
Type
Bridges / Culvert 1 to 5 Location
Spanning across
No of span
Length of span
Reference Point

Bridge Carriageway
Surface Type
Left Carriageway Lane 1 to 5
Width

Median Surface Type

321
Width

Surface Type
Right Carriageway Lane 1 to 5
Width

322
3.7 Annexure-7: Enterprise GIS Software Specifications

Bidder shall supply Enterprise GIS software to set up GIS enabled applications and provide a
maintenance support for Implementation Phase plus five years to provide flexible software
management. It is envisioned that the deployment model would be in Active-Active mode to
ensure maximum uptime. Desktop GIS software with extension (added capabilities) would be
used for GIS data creating, updating & publishing. Following are the quantities & specifications
of the GIS software that would be required:

# Software / Tools category


Enterprise GIS Server Software with facility of Spatial analysis, Network analysis, 3D
1
Data and Analysis and Data interoperability
Desktop GIS Software with facility of Spatial analysis, Network analysis, 3D Data and
2
Analysis, image analysis and Data interoperability

3.7.1 GIS Desktop Specifications

# GIS Desktop Specifications Compliance Remark

Create/manage/use spatial bookmarks, Use map templates to


1.
standardize maps, Interactively set transparency for all data
2. Facility to create buffer, overlay analysis
The system should support a common database instance for all
modules viz. Web portal, Citizen Geoportal and Desktop software.
The data must be stored in industry standard RDBMS Format and
3.
Should allow user to define a spatial query against SQL spatial types
in a spatial database to create a layer (query layer) that can be
viewed and queried in GIS Software.
Create layers or shortcuts to geographic data that store symbology
4.
for Displaying features.
Facility to view and overlay vector and raster data in different
5.
formats and projections
Thematic classifications like: Single symbol, Unique value, Match to
predefined style, Graduated colours or symbols, Proportional
6.
symbols, Dot density mapping, Chart mapping including pie and bar
chart, Bivariate and multivariate data rendering .
Should support rule based symbology and cartographic
7.
representations of map entities.
8. Should support time series data support
Should support Image classification like thematic classes Contrast,
9.
Brightness.

323
# GIS Desktop Specifications Compliance Remark

Should have Image rectification tools for easily georeferencing


10.
existing scanned images.
On-the-fly automatic labelling, multi-labelling, interactive labelling,
11. rotation of labels from an attribute field, interactive label placement,
predefined label styles
Software should provide Raster handling tools like contrast,
12.
brightness, transparency etc.
13. Facility to do spatial analysis such as hydrology analysis
Facility to do spatial analysis, network analysis and 3D analysis
14.
like slope/aspect calculation etc.
Facility for On-the-fly re-projection, Map composer,
15.
Identify/select features and edit/view/search attributes
Provision to handle the satellite/ air borne sensor data of
16.
different Formats
17. Facility to link between maps and tables
Facility for DEM Hydro-Processing, DEM visualization, Drainage
18.
network extraction & Network and Catchment extraction etc.
Open architecture and support seamless access to the data
19.
stored in database
Export graphics to industry standard formats like Portable document
20. format (PDF), Joint Photographic Experts Group (JPEG),Tagged image
file format (TIFF) etc.
21. Facility to do mosaic of raster data
22. Display of raster and multiple vector maps in map windows
23. Provision to take prints in defined templates
Provision to handle the satellite/ air borne sensor data of
24.
different formats
Create layers from all supported data sources including coverage
25. feature classes; shapefiles; CAD, TIN, raster, and Spatial database
feature; or tables /spreadsheets containing x,y coordinates.
26. The software should have Reports Generation facility.
27. Facility to display Aerial, Projection and Surface distances.
Edit multiple layers simultaneously with Unlimited undo/redo
operations.The implementation must allow a Maker Checker
workflow for direct database level editing. The editor can edit the
data but the same must be saved along with Audit trail within the
database. The checker or validator must be able to accept or reject
any changes made by the editor. Individual editor must be binded
28.
with their own validator. All users must be the same which have
access to the other modules and no separate user directory for
desktop must be created. Till the validator approves the changes, the
changes must remain in a staging database and must not be
published to the other softwares viz. the departmental portal and
the citizen portal.

324
# GIS Desktop Specifications Compliance Remark

Should support inherent RDBMS and all data must be stored in


29.
industry standard RDBMS only.

Should be able to control & create rule based topology for the spatial
30.
database.
Feature construction tools including: Point-and-click feature location
31. with mouse, locations with mouse, x, y coordinate input with
keyboard coordinate input with keyboard
Feature edits tools including: Move, rotate, delete, copy, and paste,
32. Reshape, Split and trim, Divide into N-parts or into specified
intervals, Vertex editing (add, delete, and move), etc.
Should have Spatial data adjustment tools including: Rubber
33.
sheeting, Transformation, Edge matching, Attribute transfer.
Snap to vertex, endpoint, midpoint, or along the edge of features &
34.
layer wise snapping
36. Should be able to plot data on the map directly from the tables
37. UNICODE support for Multilanguage attributes
38. Direct Read of Vector Data like Shapefiles, Spatial database etc.
39. Should be able to operate on Windows 7, 8.1, 10.
Perform interactive perspective viewing, including pan and zoom,
41. rotate, tilt for presentation, analysis, or export for display on the
Web.
42. Software should have the facility visualize temporal data
Software should be capable of authoring the layers with time
43.
information
Software should have report generation tool for creating and
44.
managing reports.
45. Should have the capability to web enable the 3D models.
Should have capability to Computes 3D points from stereo pairs and
48.
outputs a point cloud as a set of LAS files
50. Software should support Metadata management.
Create statistics & various statistical operations, viz. create charts
51. and reports, Sort tables by multiple attributes, Populate values based
on expression, Summery of data.
52. View and create KML and view LIDAR data
Toolset should include features like locate various data points
53. captured by LiDAR or equivalent technology (Locate Points By
Proximity, Point Statistics By Area etc.)
Derive contour, slope, viewshed, aspect, and hillshades of these
54.
surfaces.

325
# GIS Desktop Specifications Compliance Remark

55. Ability to carry out neighborhood and zone analyses.


Should assist in calculation of the cost of travel, cost-weighted
56.
distance, and shortest path.
57. Should provide tools for building network data for Network Analysis
Software should support assigning and editing network features such
58.
as barriers, turns and uni-directional flow.
Software should generates containing travel time and travel distance
59.
for origins and destinations
60. Tool should Check network connectivity
Software should have out-of-the-box validation checks to detect
62.
errors in the data
Should support geoprocessing services to run the functions like
63.
Neighborhood analysis, Ground water Analysis, Raster classifications

326
3.7.2 GIS Server Specifications

# GIS Server Specifications Compliance Remark


Web GIS Application Software to operate on Windows and
Linux
1.
and Mac and support concurrent users to view the datasets in
web environment

Facility for basic Navigation tools like the software should have
2.
tools to Pan, Zoom, and Rotate the Map according to user
requirements
3. Facility for spatial data classification based on specific attribute
value and report generation
4. Ability to search and to zoom into the user specified x, y
coordinates
5. Support Predefined Geographic Coordinate Systems, Projected
Coordinate Systems, Predefined Vertical Coordinate Systems
6. Provision for definition of map projection system and geodetic
datum to set all the maps in a common projection and scale.
Server based GIS should be OGC Compliant and must Support
any client. It shall be
7. a. Form independent i.e. it shall work on mobiles, tablets
etc.
b. Web browsers independent
c. Shall support desktop applications
Facility for display of spatial layers, query management like
8. have
various query tools for queries based on attributes, location,
etc.
Server Software should run as a native 64-bit application and
9. should support Windows 64-bit and / or Linux/UNIX operating
systems 64-bit. Server licensing should not be restricted by
Hardware / Users / Instance or Sites.
10. It should be possible to deploy in all virtualized environment and
support vSphere and vCenter.
11.
Support service-oriented architectures
Software should have utility for checking availability of server
12.
software updates/patches and bidder must provide updates and
upgrades for all solutions
13.
Software should support Feature service
14. Support portal standards like JSR-356, UDDI, CSW from OGC, web
portal frameworks, and APIs

327
# GIS Server Specifications Compliance Remark

It should be possible to create and manage a central spatial


15. information repository using all and any type OGC Compliant and
Industry Standard Relational Database Management Systems
(RDBMs)
16. The Server software should support Replication across Multiple
instances or sites
The GIS server should be scalable and must be offered with at least
2 instances to be deployed on 2 separate physical servers (Active-
Active) load balanced via application common application load
balancer to be provided supporting a minimum of 250
simultaneous users with heavy usage for departmental portal and
17. minimum 1500 simultaneous users for citizen portal to be
separately hosted for Internal and Internet Geoportal. Bidder must
provision additional instances for other requirements such as
Reverse Proxy, Cache Server, Web Server, Application Server etc.
In case client decides to host a Disaster recovery site later, bidder
must provision licenses required along with support for project
duration.
Deployment Should support unlimited/ multiple number of spatial
18.
data editing and viewing by desktop, web browser and mobile
clients.
19.
Should supportany leading Web server / application server.
Should support Web Services including Map, KML, WMS, WCS, WFS
20.
and WFS-T. REST and SOAP. Support all OGC Compliant maps and
Open source Map Servers and Web Map Servers.
22. Should be capable of visualizing temporal data stored in RDBMS
maintaining historical / legacy data version management
23. Should have out-of-the-box, end user applications and services for
spatial data management, visualization, and spatial analysis.
The Solution must be deployed on LDAP which must be the same
as used for the ERP and other solutions deployed as a part of this
project. Users must be common and must get access based on the
24.
rights and privileges. Access restrictions must work on Layer level
and based on spatial administrative layers defined within the
system such as Zones / Wards / Blocks etc.

25. Should have option to create geographic database, manage


geographic database, and load spatial data into spatial database.
26. Should be possible to publish and share geographic data (2D & 3D),
maps, analyses
Should have out of the box Web Application Functionalities like
27.
pan, zoom, identifying features on a map, feature based hyperlink,
measure distance, maptips, intgeractive north arrow, overview

328
# GIS Server Specifications Compliance Remark
window, find place, query attribute, search attribute, editing, geo-
processing tasks etc.
Should support server-based analysis and geo-processing,
28.
including vector, raster, 3D analysis, and network analysis as well
as scripts, and tools
30. Solution should support distributed editing through Desktop/Web
using Cache image and Raw Image
31. Should have geo-processing framework, geo-processing tools, core
analysis functionalities, spatial statistics analysis functionalities
32. Should have Centrally managed data, models, tools, maps, and
applications.
It should provide network analysis tools for desktop, mobile, and
33.
web applications without requiring the end user to install
additional GIS software.
35. It must be possible to integrate GIS Server services with enterprise
applications.
The offered software must be form factor independent and must
36. be HTML 5 compliant and must not require any installation on the
device unless device level hardware is being used for instance Laser
Distometer / Camera integration for Property survey.
The application should provide an out-of-the-box, configurable
37. unlimited mobile clients that allows dynamic query . The mobile
application should be able to integrate with GPS devices on
Windows, Linux, iOS, & Android Platform.
38. Should support Tile layer from Vector and Raster layers for better
performance and fast accessibility
39. Should support web application to visualize raster, vector, and 3D
data, terrain, subsurface, and volumetric views
40.
Should support web application to analyze GIS data for 3D data
Should support web application in finding multipoint optimized
41.
routing, time-sensitive, turn-by-turn driving directions, service area
allocation, and fastest fixed route to the closest facility
42. Should support web application for network modeling capability
for Network analysis
43.
Should support web application for Spatial analysis.
44. Should support web application in assigning and editing network
features such as barriers, turns and uni-directional flow
45.
Should support web application for water cachment area analysis
46.
Should assist in calculation of the shortest path.

329
# GIS Server Specifications Compliance Remark

50. Should allow clients to view metadata information for each raster
in a mosaic dataset.
51. support overlapping imagery and explore temporal changes using
the advanced image serving capabilities
52.
Application shall have capability to be hosted on cloud
53. Distribute large volumes of geospatial imagery to thousands of
users from a single server.
54.
Easily integrate with third-party GIS software
55.
Application should support industry standard APIs
56.
Should support web application for Mapping & Charting.

3.7.3 Specifications for Mobile GIS


1. All features shall be available on all possible form factor such as Mobile, Tablet etc.
2. All web applications shall be device independent
Note: For each of specification mentioned in section 3.7, the Bidder must provide documentary
evidence of website link(s) and/or printed brochure(s) as supporting evidence. While giving
compliance certificate, the bidder shall add one more column and provide such references.

330
3.8 Annexure-8: Specifications Specification of Lidar or Equivalent to Lidar
technology
Terrestrial LiDAR Scanning (TLS)

• Specifications:
o Data capturing range up to 300 m
o Data scan rate is 1,00,000 points per second or more
o Absolute accuracy < 10 cm
o Scanning with Wide Field of View (FOV) 360° horizontal and 270° vertical
o Should be eye-safe with laser class 1.
• Data Collection Requirements
o LiDAR Acquisition must be collected with coupled GNSS data for trajectory processing.
GPS GNSS Data must be RTK processed.
o LiDAR Acquisition must include image to colorize the point cloud and to aid with
feature identification and attribution.
o The images must be indexed and delivered with the LiDAR data.
o Occlusions with shall not be acceptable, except in the below mentioned cases;
- Water bodies
- Areas of low reflectivity e.g. glass
- Object shadowing (e.g., buildings, towers, vertical cliffs)
o All processing should be carried out with the understanding that point cloud data
deliverables are required to be in fully compliant ASPRS LAS, v1.4 Point Record Format
10.
• Deliverables:

This project requires deliverables, which range from a standard CAD product to a physical
three-dimensional (3D) scale model of the actual subject. Deliverables specific to TLS surveys
include, but are not limited to:

o Geo-referenced 3D point clouds (XYZ or XYZI files) in, LAS, LAZ format.
o Digital photo mosaic files.
o Registration report including GCPs used in the processing of the data.
o Survey narrative report and QA/QC files
o Geospatial metadata files

Mobile Laser Scanning (MLS)

• MLS System Requirements


o The field collection will utilize ground based Mobile LiDAR. The collection must be
completed with a fully integrated mobile LiDAR system consisting of Laser Scanner(s),
L1 & L2 GPS + GNSS Antenna(s) & Receiver(s), Inertial Measurement Unit, Digital
Cameras and Distance Measuring Instrument (odometer). The MLS must have 360°
field of view (FOV).

331
• MLS Specifications:
o Comprises of Laser sensor, cameras, GNSS/INS positional navigation system (GPS +
IMU), Laptop and mobile platform.
o Scan rate of 1, 00,000 points per second.
o Capable of capturing MLS datasets with a minimum point density of 100 points/m and
sample spacing of 0.01 m.
o Provide acquisition of 360° FOV.
o Minimum range of 110 meters.
o Should be eye-safe with laser class 1.

Prior to collection the successful bidder will develop a field collection work plan for
presentation to the Project Manager. The work plan will detail:

o Routes to be covered.
o Proposed drive paths and number of trajectories to be run on each route
o Times and specification of data collection
o Mobile LiDAR Unit Calibration report(s)
o Quality Control and Quality Assurance Measures to be employed for field
collection
• Data Collection Requirements
o LiDAR data must be collected with coupled GNSS data. GPS GNSS Data must be
RTK processed.
o LiDAR data acquisition must include image collection along the trajectory routes
to colorize the point cloud and to aid with feature identification and attribution.
o The images must be indexed and delivered with the LiDAR data.
o Multiple passes must be employed in areas where obstructions occur due to
traffic, if any.
o Data shall be collected in weather free from cloud/fog.
o GPS Time stamp shall be recorded and delivered for each point.
o Completed at or near traffic speeds to avoid impeding traffic while ensuring
adequate spacing from surrounding traffic to avoid obstructions.
o Occlusions with shall not be acceptable, except in the below mentioned cases;
o Water bodies
o Areas of low reflectivity e.g. glass
o Object shadowing (e.g., buildings, towers, vertical cliffs)
All processing should be carried out with the understanding that point cloud data deliverables
are required to be in fully compliant ASPRS LAS, v1.4 Point Record Format 10.

332
3.9 Annexure-9: List of Existing application in PCMC

Sr IT Application Sr IT Application
1 Asset & Works Management System 19 Fire Brigade
2 Audit Department 20 Food Licenses Management
3 Birth & Death Management 21 Geo Tagging
GISDA (GIS For Dynamic
4 Blood Bank Management 22
Administration)
5 BSUP (Nagarvasti, Mahila Bal Kalyaan) 23 Grievance Monitoring
6 Building Permission 24 Hawker Management System
7 Central Medical Stores & Inventory 25 Health Card
8 Central Stores & Inventory 26 Health Program Management
9 Citizen Facility Centre 27 Hospital Management (IPD)
10 Dhanvantari Yojna 28 Hospital Management (OPD)
11 Digital Dashboards - Phase II 29 Intranet
12 Disaster Management 30 IT Assets Management
13 Document Management & File Tracking 31 ITI Management System
14 Election Department 32 Land and Estates Management
15 Electrical Department 33 Legal Department
16 e-Office Project 34 Marriage Registration
17 E-tendering System 35 M-Governance
18 Financial Accounting 36 Municipal Secretariat Management
37 Octroi / LBT 48 Scanning & Digitization
38 PCMC Services Portal 49 School Management
39 Personnel Management 50 Security Management
40 Tenant Tracking 51 Sky Sign & Industrial Licenses
41 Pothole Management 52 Slum Billing Management
42 Project Prakash 53 Solid Waste Management
43 Property Tax Management System 54 Sports Portal
44 Public Auditorium Management 55 Town Planning Management
45 Public Library Management 56 Vehicle Workshop Management
46 RTI Online System 57 Veterinary Management
47 SARATHI Helpline 58 Water Tax Management System

333
Obtaining Sky Sign License
SAN Notification to
storage to Applicant
store NO
documents

System generates tracking


Citizen fills online Auto checking of
ID and Application gets
Citizen registers on license form and Property Clerk to verify the completeness of
START populated on concerned
PCMC Service Portal upload necessary Tax,PAN,Aadhaar application and documents?
Clerk s dashboard/Login
documents etc. details
Screen

NO Notification to YES
Applicant Property
Tax, PAN,
Aadhaar
Clerk authorizes
Database and forwards
OS to verify the completeness of application to
application and documents? Office
Sky Sign Superintendent Digital
Calendar License Notification to (OS)
Database Database Applicant Key

YES

Perform site visit and


OS raise request Submit the comments Depending on the A payment link will be
upload at least 4
for site on Inspection in Sky license demanded and enabled in applicant's Citizen logins on
images of the site System captures the
inspection as Sign Application and history of previous registered account from PCMC Service
from at least 4 angles Geo location of site
per calendar authorize the dues, the license fees where s/he can make the Portal
from Mobile
schedule application will be generated online payment
Application

Notification to SAN storage GIS database


Applicant to store to store geo
images location Payment Gateway
Digital Key

Additional
System changes the status License Inspector Assistant Commissioner
Commissioner Obtain digitally signed
Citizen pays Amounts gets credited of application status as authorizes and forwards authorizes and forwards
approves the license or can download
license fees in PCMC s bank paid and it is automatically the application to the application to
license digitally the copy from the PCMC
online accounf gets forwarded to License Assistant Commissioner Additional Commissioner
with digital Service Portal
Inspector for approval for approval
Signature

Financial All the details of license


Account will be stored in database
Database
for further renewals and
Digital Key Digital Key Digital Key analytics. The pdf of
complete file to be
Sky Sign
License available for printing/
Performed by Database download
Symbols Notification background system
Activity by User Database

Digital Key Payment Gateway END


Obtaining New Water Connection (1/2)
SAN storage to store Notification to
documents NO Applicant

Citizen fills online


Auto checking of As per address provided,
license form for new System
Citizen registers on Property application gets populated Clerk to verify the completeness of
START water connection and generates
PCMC Service Portal Tax,PAN,Aadhaar on concerned Clerk s application and documents?
upload necessary tracking ID
etc. details dashboard/Login Screen
documents

Yes
Notification to
NO Applicant

Meter Inspector to
Submit comments on
Authorize and perform site visit and Authorize and forward
System captures the Inspection in Water Junior Engineer to scrutinize the
forward application upload image of application to Junior
Geo location of site Connection proposal and check physical site
to Meter Inspector property from Mobile Engineer
Management System All OK?
Application

SAN storage GIS database


Reasons for rejection:
to store to store geo
1. Lack of compliance
images location
2. Outright Rejection
Digital Key Digital Key a. No water available
Yes b. No Network available
c. No water and network available

System
Submit comments on
Authorize and forward Deputy Engineer Is diameter of water forwards the Executive Engineer
Inspection in Water
application to Deputy verifies, authorizes the connection more than YES application to verifies, authorizes the
Connection
Engineer application 25 mm? Executive application
Management System Digital Key
Engineer

Digital Key Digital Key


NO

Depending on the A payment link will be

A
connection demanded and enabled in applicant's Citizen logins on Citizen pays
Approve the
history of previous dues, registered account from PCMC Service license fees
application
the connection fees will be where s/he can make the Portal online
Payment Gateway
generated online payment

Water Connection Notification to


Management Database Applicant
Obtaining New Water Connection (2/2)

System changes the status System sends


System creates ID to

A
Amounts gets credited of application status as Concerned Clerk notification to
work order for Plumber installs
in PCMC s bank paid and it is automatically generates the 1. Plumber
payment and work the connection
account sends notification to work order 2. Cranberry
completion tracking
concerned clerk 3.Meter Inspection

Financial
Account
Database Financial Accounting Water Connection
Database Management Database

Project Management
Database

Plumber uploads
images of System sends notification Concerned Clerk System sends notification
GIS cell update the
completion of work to concerned clerk about verifies images and to GIS cell to update Utility END
network
and illustrative completion of work approves it network
diagram of network

GIS database
to store
network
Illustrative process for Monitoring construction of new roads

ERP Project code will be


the primary key for pulling
financial and other
attributable information
from Project Planning
Module & display them on
START map.

PCMC officers capture & On completion of


PCMC team adds Project update relevant intermediate milestones,
vendor refers the GIS
PCMC GIS Cell provides code as an attribute to the attributes, click vendor submits GIS map
maps & plan his
required geo-references planning/design GIS map photographs of the to PCMC s GIS cell with
construction activity
GIS map to vendor in ERP Project Planning constructed road by vising accurate measurements
accordingly
Module. the site location and relevant attributes to
personally. process his payment.

In case deviation from After Verification of Vendor submits the as-


planned road, Submit PCMC s GIS cell verifies information PCMC officer built GIS map of the
relevant reasons, the accuracy of GIS maps may give go ahead for Payment is made to completed road with
geotechnical reports, and stores as-built road processing part payment vendor attributes after
engineering reports & map in GIS database. of the vendor depending completion of entire
other legal papers on the milestone project

Disbursed payment field


All such information
should be pulled from
provided will be stored in
Financial Module and END
GIS database which can be
displayed on Operation
pulled out as and when
Dashboard map used for
required
monitoring road progress
Title : GIS enabled ERP System Architecture November 3, 2018

Security Layer

Authentication Services Pattern Matching Services Encryption/decryption services SSO Services User
Central Authorization Server Registry Provisioning Services

Data Layer
Presentation Layer Data Protection & ETL Tool and
Data Storage DR Site
Recovery Data Warehouse
Provisioning Database Servers
Request Handler Data Replication, Data Extract
Service Delivery and
Snapshot DB_01 DB_02

Service Bus
Enterprise
Cleansing Data
Auditing and NAS/SAN Fiber Channel Data Backup and

Service Security
WAP Converter NAS Switch DB_03 DB_04 Warehouse
logging Server Switch Recovery Applications

Manager
Staging
Meta Data data

Management and Configuration


Offsite Storage Enterprise
Session Storage Management Masters Repository Data Load
View Parsers Storage Racks Data
Controller (RAID Switch)
Dispatcher
Data Marts specific to
Request

Business Intelligence (BI)


Client Presentation File Servers ODBC functional department
Processor
User Interface for
File Server FS Interface Connection Pool Finan HR

Warehouse
Caching Server ce
Mobile/

Event
Handheld Transaction Controller
WAP
Mobile Applications
Client Data Access Layer

Business Application
Hand Held Form Generation and Visual Transform AP011: Enterprise Management System

Application Layer
AP003: Asset Management System AP003: Citizen Services

Configuration
Cross Reference Navigation Engine AP001: Human Resource Management System I_AP003_AP002 AEA-8

Manager
Client

JMS, HTTP,FTP, SMTP, SOAP, COM+


I_AP001_AP003 AEA-8 AP002: Financial Management System I_AP003_AP005 AEA-9
Business Applications Form Generation I_AP001_AP005 AEA-9 I_AP002_AP001 AEA-8 I_AP003_AP006
Browser Report Generation
Engine I_AP001_AP006 I_AP002_AP005 AEA-9 I_AP003_AP009 Interface name

Protocol Support
I_AP001_AP009 Interface name I_AP002_AP006 I_AP003_AP010
Portal Services Form Validation
I_AP001_AP010 I_AP002_AP009 Interface name
Engine

ATT-3
Visual Transforms I_AP001_AP002 I_AP002_AP010 I_AP003_DB001

ATT-3
I_AP001_DB001
Enterprise

Service Registry
Error Handler

ATT-3
Applications I_AP002_DB001
IVRS AP004: Procurement Management System
Spreadsheet
Manager AP005: Inventory Management System

Message Handler Enterprise Applications


Business Applications GIS Document Man agement System IT Monitoring Tools
Aggregation Document management Desktop
ERP/ Business Rights Management/
Data GIS Profiling and Versioning Network

Processing
Spatial ATL Applications Management License
Kiosk database Indexing Categoriz ation Management

Form
Conversion Storage and
Scanned Maps XML/EDI Workflow Management

Orchestration Testing
Kiosks CAD Inputs Digitization Spatial Analysis Documents Retrieval Engine Database
Management

and Debugging
Digital Satellite Data Modelling Scanners Application
Application Gateway Images
Projection and
Manual
Server
Performance
Mapping Data Management

Processing
Topological

Document
Web Services Container

Submiss ion Management

Image
Input from GPS Modelling
Presentation

Data Capture
Network Delivery
Handheld Devices GIS Application Modelling
Components
Search Transformation
Digital Terrain Check In/ Payment Gateway Platform Srvices
and and

HCR/ICR
Server Side
Orchestration

Check Out

OCR/
GIS Reader Modelling Retrieval Vis ualization
Client Request Processor Web APIs and
validation Other APIs
Geo-coding
Portal Services E-Mail Server
Call Cent
Application
Routing

Common Components File and Data Management


Local Controller
Enterprise Application Database
Enterprise Service Bus

ACF - 15 ACF - 8
Transaction Transaction
File Management Coordinator (Data
Coordinator Configuration Broker
Code Layer)
Deployment
Client Caching ACF - 13 ACF - 7
components
Query Simplifier/
Configuration Broker Query Builder
XML Parser

Tools and Technology


IP Log
Network PSTN
GPS Business Process Manager ACF – 12 ACF - 9
Transformation/ Mapping

Business Activity Monitoring


Receiver GPS Error Log Error Handler
IVRS Deployment and Process Manager
Central data Configuration Repository of Others
XSLT Engine

Non XML
IVRS XML files Processing unit Tool Business Process

Event Processing
Database files GIS Data Definition Event Delivery Workflow Engine
Process Engine

and Filtering
ACF - 2 ACF - 14
Design Tool and Display
Configuration and Data recording and Business Performance Master Maintenance
ACF - 1
Management Services transmission services (KPI Calculator)
Resource Transaction Manager
Manager Provisioning data for Event Escalation Engine ACF - 14 ACF - 16
GPS Rules Engine Event Router
Workflow Absorption Notification handler
Workflow Engine
SSML Layer Master Maintenance Email and Mes saging Routine
Call Handling Connector Framework
Services XML Data Display Approval Engine
Application Adapter Master
Interpreters Table
Support Cache
Page 1
Contents

A. GENERAL CONDITIONS OF CONTRACT (GCC) ........................................................................... 344


1 Definition of Terms ................................................................................................................. 344
2 Interpretation ......................................................................................................................... 346
3 Measurements and Arithmetic Conventions .......................................................................... 347
4 Ambiguities within Agreement ............................................................................................... 347
5 Priority of Documents ............................................................................................................. 348
6 Scope of work ......................................................................................................................... 348
7 Term and Duration of the Agreement .................................................................................... 349
8 Conditions Precedent & Effective Date .................................................................................. 349
9 Commencement and Progress................................................................................................ 350
10 Standards of Performance .................................................................................................. 351
11 Approvals and Required Consents ..................................................................................... 351
12 Obligations of the SI ........................................................................................................... 352
13 PCSCL’s Obligations ............................................................................................................ 363
14 Financial Matters ................................................................................................................ 364
15 Audit, Access and Reporting ............................................................................................... 367
16 Intellectual Property Rights ................................................................................................ 367
17 Representations & Warranties ........................................................................................... 368
18 Term and Extension of the Contract .................................................................................. 371
19 Dispute Resolution ............................................................................................................. 372
20 Time is of the essence ........................................................................................................ 372
21 Conflict of interest .............................................................................................................. 372
22 Force Majeure .................................................................................................................... 373
23 Delivery ............................................................................................................................... 374
24 Warranty & Maintenance ................................................................................................... 375
25 Insurance ............................................................................................................................ 376
26 Exit Management ............................................................................................................... 378
26.1.1 Purpose .................................................................................................................... 378
B. SPECIAL CONDITIONS OF CONTRACT (SCC) .............................................................................. 382
27 Performance Security ......................................................................................................... 382
28 Liquidated Damages ........................................................................................................... 383

339
29 Indemnifications and Limitation of Liability: ...................................................................... 385
30 Ownership and Retention of Documents ........................................................................... 388
31 Escrow Agreement ............................................................................................................. 388
32 Information Security ........................................................................................................... 390
33 Records of contract documents ......................................................................................... 391
34 Security and Safety ............................................................................................................. 391
35 Confidentiality .................................................................................................................... 391
36 Events of Default by the SI ................................................................................................. 392
37 Termination ........................................................................................................................ 393
38 Effects of Termination ........................................................................................................ 395
39 Change Control Note (CCN) ................................................................................................ 396
40 Project Implementation Timelines, Deliverables and Payment Terms .............................. 397
41 Miscellaneous ..................................................................................................................... 398
41.1 Personnel ........................................................................................................................ 398
C. SERVICE LEVELS.......................................................................................................................... 403
42 Reporting Procedures ......................................................................................................... 403
43 Issue Management Procedures .......................................................................................... 403
44 Service Level Change Control ............................................................................................. 404
45 Governance Law and Dispute Resolution........................................................................... 404
46 Jurisdiction .......................................................................................................................... 406
47 Annex II: Change Control Schedule .................................................................................... 410
48 Annex III: Form of Agreement ............................................................................................ 413
49 Annex IV: Governance Schedule......................................................................................... 415

340
MASTER SERVICE AGREEMENT

This Contract is made at Pimpri, Maharashtra, on this______day of ____, 2019,

BETWEEN

The ‘‘Pimpri Chinchwad Smart City Limited’’ having its registered office at Pimpri Chinchwad
Municipal Corporation, Mumbai-Pune Road, Pimpri, Pune-411018 hereinafter referred to as
"PCSCL”, (which expression unless repugnant to the context therein shall include its
administrator and its assignees) of the FIRST PART;

AND

<NAME OF SYSTEM INTEGRATOR>, a company organized and existing under the Section of
2(20) of Companies Act, 2013, having its registered office at <ADDRESS OF SYSTEM
INTEGRATOR>, India hereinafter referred to as “Systems Integrator” or “the SI”, (which

341
expression unless repugnant to the context therein, shall include its successors,
administrators, executors and permitted assignees), of the SECOND PART.

WHEREAS the SI has the required professional skills, personnel and technical resources, has
agreed to provide the Services on the terms and conditions set forth in this Contract and RFP
and is about to perform services as specified in this RFP Volume I & II (hereinafter called
“works”) mentioned, enumerated or referred to in certain Contract conditions, specification,
scope of work, other Sections of the RFP, covering letter and schedule of prices which, for the
purpose of identification, have been signed by the authorized representative on behalf of
<NAME OF SYSTEM INTEGRATOR> (the SI) and Pimpri Chinchwad Smart City Limited (PCSCL)
and all of which are deemed to form part of the Contract as though separately set out herein
and are included in the expression “Contract” whenever herein used.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows:


a. PCSCL has accepted the tender of the SI for the provision and execution of the said
works for the sum of INR ______ (Rupees ______________), including all taxes and
levies upon the terms laid out in this RFP. (as per Price Schedule attached at Pro-
forma A)
b. The SI hereby agrees to provide Services to PCSCL, conforming to the specified
Service Levels and conditions set out hereunder.
c. The following documents attached hereto shall be deemed to form an integral part of this
Contract:

Complete Request for Proposal (RFP) Volumes I, II and III of the RFP and corrigendum,
Document addendum and clarifications, if any
Price Schedule Detailed Price Schedule – Proforma A

d. The mutual rights and obligations of the “PCSCL” and the SI shall be as set forth in
the Contract, in particular:
• The SI shall carry out and complete the Services in accordance with the provisions of
the Contract
• “PCSCL” shall make payments to the SI in accordance with the provisions of the Contract

NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows,
that is to say, in consideration of the payments to be made to the SI by PCSCL as hereinafter
mentioned, the SI shall deliver the services for the said works and shall do and perform all
other works and things in the Contract mentioned or described or which are implied there
from or there in respectively or may be reasonably necessary for the completion of the said
works within and at the times and in the manner and subject to the terms, conditions and
stipulations mentioned in the said Contract.

342
AND in consideration of services and milestones, PCSCL shall pay to the SI the said sum of INR ____
(Rupees ___________), including all taxes and levies or such other sums as may become payable
to the SI under the provisions of this Contract, such payments to be made at such time and in such
manner as is provided by the Contract.

343
A. GENERAL CONDITIONS OF CONTRACT (GCC)

1 Definition of Terms

“Acceptance of System”: The system shall be accepted by PCSCL, subsequent to its


installation, commissioning of IT and non-IT equipment at all the project locations and
successful rollout of services at all project locations, deployment of trained manpower,
when all the activities as defined in RFP Volume II - Scope of Work have been successfully
executed and completed to the satisfaction of PCSCL.

The SI shall achieve operational acceptance of the complete solutions as defined in the
RFP in accordance with the time schedule specified in the implementation schedule, scope
of work, technical requirements, design considerations Section and any refinements made
in the agreed and finalized project plan, or within the timeframe, the SI has been provided
by PCSCL.

As soon as the System or any subsystem, has, in the opinion of the SI, been delivered,
commissioned, and made in accordance with the technical requirements of the RFP as per
the agreed and finalized Project plan, the SI shall notify PCSCL in writing.

PCSCL shall, after receipt of the SI’s notice, either issue an installation certificate, stating that
the system, or major component or subsystem (if Acceptance by major component or
subsystem) has achieved Installation by the date of the SI’s notice under or notify the SI in
writing of any defects and/or deficiencies, including, but not limited to, defects or
deficiencies in the interoperability or integration of the various components and/or
subsystems making up the System.

System Integrator (the SI) shall use all reasonable endeavors to promptly remedy any defect
and/or deficiencies that notified by PCSCL.

The SI shall then promptly carry out retesting of the system or subsystem and, when in the
SI’s opinion the system or subsystem is ready for commissioning and operational acceptance
testing, notify PCSCL in writing. The procedure shall be repeated, as necessary, until an
Installation certificate is issued. The acceptance criteria shall inter-alia include, but not
limited to:

• Installation and commissioning of all the Hardware & Software supplied as part of the
Project, clearly documented and demonstrated. The documents would include but not
limited to FRS, SLA etc.

344
• Functional Acceptance Criteria – Demonstration of tasks, business processes or functions
which PCSCL has listed out in the RFP as Functional & Non-functional requirement design
considerations
• Submission of manuals, design documents, training materials and other necessary
documents
• Training to personnel identified by PCSCL as per the project plan & the proposal from the
SI
• Summary of test cases and execution results to prove that the acceptance criteria have
been met

1.1 “Applicable Law(s)”: Any statute, law, ordinance, notification, rule, regulation, judgment,
order, decree, by law, approval, directive, guideline, policy, requirement or other
governmental restriction or any similar form of decision applicable to the relevant party and
as may be in effect on the date of the execution of this Contract and during the subsistence
thereof, applicable to the Project
1.3. “PCSCL” means the Pimpri Chinchwad Smart City Limited
1.4. “System Integrator (SI)” means the selected bidder i.e. <NAME OF SYSTEM INTEGRATOR> or
Substitute System Integrator, as the case may be, who shall carry out all the services
mentioned in the scope of work of the RFP
1.5. “Contract” means the agreement entered into by the parties with the entire documentation
specified in the RFP
1.6. “Contract Value” means the price payable to the SI under this Contract for the full and
proper performance of its contractual obligations
1.7. “Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made and
available for sale, lease, or license to the general public.
1.8. “Server Room” means the centralized space to be used for installation and deployment of
all the proposed systems and devices for centralized control, monitoring and management
of all the solutions. The server room is planned to host city’s existing and forth coming
systems for centralized management.
1.9. “Document” means any embodiment of any text or image however recorded and includes
any data, text, images, sound, voice, codes, databases or any other electronic documents as
per IT Act 2000
1.10. “Effective Date” means the date on which this Contract is signed and executed by the parties
hereto. If this Contract is executed in parts, then the date on which the last of such Contracts
is executed shall be construed to be the Effective Date
1.11. “GCC” means General Conditions of Contract
1.12. “Goods” means all of the equipment, sub-systems, hardware, products accessories, software
and/or other material / items which the SI is required to supply, install and maintain under
the contract

345
1.13. “PCMC” means the Pimpri Chinchwad Municipal Corporation
1.14. “PCMC HO” means the Pimpri Chinchwad Municipal Corporation Head Office, Pimpri
1.15. “Command Control Center” means the center from where Police would conduct surveillance
on civil issues on the entire Pimpri Chinchwad City
1.16. “City Operation Center” means the center from where Pimpri Chinchwad Smart City Limited
would conduct monitoring of all the smart city elements throughout the entire Pimpri
Chinchwad City
1.17. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, service
marks, brands, proprietary information whether arising before or after the execution of this
Contract and the right to ownership and registration of these rights
1.18. “Go-Live” means commissioning of project post design, development and implementation,
including training as per scope of work mentioned in the RFP. the SI shall have the approval
from PCSCL for user acceptance testing
1.19. “Notice” means a consent, approval or other communication required to be in writing under
this Contract
1.20. “OEM” means the Original Equipment Manufacturer of any equipment / system / software
/ product, which are providing such goods to PCSCL under the scope of this
RFP
1.21. “The SI’s Team” means the SI who has to provide goods & services to PCSCL under the scope
of this Contract. This definition shall also include any and/or all of the employees of the SI,
authorized service providers/ partners and representatives or other personnel employed or
engaged directly or indirectly by the SI for the purposes of this Contract.
1.22. “Substitute System Integrator” means the organization replacing the SI in case of contract
termination for any reasons
1.23. “Sub-Contractor” shall mean the entity named in the contract for any part of the work or
any person to whom any part of the contract has been sublet with the consent in writing of
PCSCL and the heirs, legal representatives, successors and assignees of such person.
1.24. “SCC” means Special Conditions of Contract.
1.25. “Services” means the work to be performed by the SI pursuant to this RFP and to the contract
to be signed by the parties in pursuance of any specific assignment awarded by PCSCL.

2 Interpretation

In this Agreement, unless otherwise specified:


a) References to Clauses, Sub-Clauses, Paragraphs, Schedules and Annexures are to
clauses, sub-clauses, paragraphs, schedules and annexures to this Agreement;
b) Use of any gender includes the other genders;

346
c) References to a ‘company’ shall be construed so as to include any company,
corporation or other body corporate, wherever and however incorporated or
established;
d) References to a ‘person’ shall be construed so as to include any individual, firm,
company, government, state or agency of a state, local or municipal authority or
government body or any joint venture, association or partnership (whether or not
having separate legal personality);
e) A reference to any statute or statutory provision shall be construed as a reference to
the same as it may have been, or may from time to time be, amended, modified or
re-enacted;
f) Any reference to a ‘day’ (including within the phrase ‘business day’) shall mean a
period of 24 hours running from midnight to midnight;
g) References to a ‘business day’ shall be construed as a reference to a day (other than
a Sunday) on which banks in the state of Maharashtra are generally open for
business;
h) References to times are to Indian Standard Time;
i) A reference to any other document referred to in this Agreement is a reference to
that other document as amended, varied, novated or supplemented at any time; and
j) All headings and titles are inserted for convenience only. They are to be ignored in
the interpretation of this Agreement.
k) System Integrator (SI) has been used for the same entity i.e. Bidder selected for the project.

3 Measurements and Arithmetic Conventions


3.1. All measurements and calculations shall be in the metric system and calculations
done to two decimal places, with the third digit of five or above being rounded up
and below five being rounded down except in money calculations where such
amounts shall be rounded off to the nearest INR.

4 Ambiguities within Agreement


4.1. In case of ambiguities or discrepancies within this Agreement, the following principles
shall apply:
a) as between two Clauses of this Agreement, the provisions of a specific Clause
relevant to the issue under consideration shall prevail over those in a general
Clause;
b) as between the provisions of this Agreement and the Schedules/Annexures, the
Agreement shall prevail, save and except as expressly provided otherwise in the
Agreement or the Schedules/Annexures; and

347
c) as between any value written in numerals and that in words, the value in words shall
prevail.

5 Priority of Documents

This Agreement, including its Schedules and Annexures, represents the entire agreement
between the Parties as noted in this Clause. If in the event of a dispute as to the
interpretation or meaning of this Agreement it shall be necessary for the Parties to refer to
documents forming part of the bidding process leading to this Agreement, then such
documents shall be relied upon and interpreted in the following descending order of priority:
a) This Agreement along with
b) NDA agreement, if any
c) Schedules and Annexures;
d) the RFP along with subsequently issued corrigendum and addendums
e) Technical and financial proposal submitted by the successful bidder, to the extent
they along with subsequently issued clarifications furnished by the System Integrator
in response to the RFP, to the extent they are not inconsistent with any terms of the
RFP.

For the avoidance of doubt, it is expressly clarified that in the event of a conflict between
this Agreement, Annexures / Schedules or the contents of the RFP, the terms of this
Agreement shall prevail over the Annexures / Schedules and Annexures / Schedules shall
prevail over the contents and specifications of the RFP.

6 Scope of work
6.1. Scope of the work as defined in RFP Volume II and Annexures thereto of the tender
and subsequent pre bid clarifications, corrigendum/addendum, if any.
6.2. PCSCL has engaged the SI to provide services related to implementation of the ICT
led smart city solutions using which PCSCL intends to perform its business
operations. The SI is required to provide such goods, services and support as PCSCL
may deem proper and necessary, during the term of this Contract, and includes all
such processes and activities which are consistent with the proposals set forth in the
RFP and this Contract and are deemed necessary by PCSCL, in order to meet its
business requirements (hereinafter ‘scope of work’).
6.3. Bidder shall also provide complete maintenance support for all the proposed
integrated solution as outlined in this RFP for a period of Sixty (60) months from the
date of go-live i.e.

348
“Go-Live” + 60 months. “Go-live” is the date on which the proposed solution is
operational as per the requirements provided in this RFP and all the acceptance tests
are successfully concluded to the satisfaction of PCSCL.

7 Term and Duration of the Agreement

7.1. This Agreement shall come into effect on <DD/MM/YYYY> (hereinafter the ‘Effective
Date’) and shall continue till operation and maintenance completion date which
shall be the date of the completion of the operation and maintenance to PCSCL or
its nominated agencies, unless terminated earlier (as per clause 37), in which case
the contract will get terminated on fulfilment of all obligations mentioned as per
clause 37.

8 Conditions Precedent & Effective Date

8.1. Provisions to take effect upon fulfilment of Conditions Precedent

a) Subject to express terms to the contrary, the rights and obligations under this
Agreement shall take effect only upon fulfilment of all the Conditions Precedent
set out below. However, PCSCL or its nominated agencies may at any time at its
sole discretion waive fully or partially any of the Conditions Precedent for the
System Integrator.
b) For the avoidance of doubt, it is expressly clarified that the obligations of the
Parties (or its nominated agencies) under this Agreement shall commence from
the fulfillment of the Conditions Precedent as set forth below.

8.2. Conditions Precedent of the System Integrator

The System Integrator shall be required to fulfill the Conditions Precedent, which is as follows:
a) To provide a Performance Security/Guarantee and other guarantees/ payments
within fifteen (15) days of the receipt of notification of award from PCSCL; and
b) To provide PCSCL or its nominated agencies certified true copies of its constitutional
documents and board resolutions authorizing the execution, delivery and
performance of this Agreement by the System Integrator (optional)

8.3. Conditions Precedent of PCSCL

PCSCL shall be required to fulfill the Conditions Precedents, which are as follows:
a) Necessary clearances associated with the execution of the project, unless specified
to be performed by the the SI

349
b) Approval of the Project by a Competent Authority, etc.

8.4. Extension of time for fulfillment of Conditions Precedent

The Parties may, by mutual agreement extend the time for fulfilling the Conditions
Precedent and the Term of this Agreement.

8.5. Non-fulfilment of the System Integrator’s Conditions Precedent

a) In the event that any of the Conditions Precedent of the System Integrator have
not been fulfilled within fifteen (15) days of signing of this Agreement and the
same have not been waived fully or partially by PCSCL or its nominated agencies,
this Agreement shall cease to exist;
b) In the event that the Agreement fails to come into effect on account of non-
fulfilment of the System Integrator’s Conditions Precedent, PCSCL or its
nominated agencies shall not be liable in any manner whatsoever to the System
Integrator and PCSCL shall forthwith forfeit the Earnest Money Deposit.
c) In the event that possession of any of PCSCL or its nominated agencies facilities
has been delivered to the System Integrator prior to the fulfilment of the
Conditions Precedent, upon the termination of this Agreement such shall
immediately revert to PCSCL or its nominated agencies, free and clear from any
encumbrances or claims.

9 Commencement and Progress

9.1. The SI shall subject to the fulfilment of the conditions precedent above, commence
the performance of its obligations in a manner as per the Scope of Work (RFP Volume
II).
9.2. The SI shall proceed to carry out the activities / services with diligence and expedition
in accordance with any stipulation as to the time, manner, mode, and method of
execution contained in this Contract.
9.3. The SI shall be responsible for and shall ensure that all activities / services are
performed in accordance with the Contract, RFP Scope of Work and Service
Specifications and that the SI’s Team complies with such specifications and all other
standards, terms and other stipulations/conditions set out hereunder.

350
10 Standards of Performance

10.1. The SI shall perform the services and carry out its obligations under the Contract with
due diligence, efficiency and economy, in accordance with generally accepted
techniques and best practices used in the industry and with IT standards recognized
by international professional bodies and shall observe sound management,
engineering and security practices. It shall employ appropriate advanced technology
and engineering practices and safe and effective equipment, machinery, material
and methods. The SI shall always act, in respect of any matter relating to the
Contract, as faithful advisors to PCSCL and shall, at all times, support and safeguard
PCSCL's legitimate interests in any dealings with Third Parties.

11 Approvals and Required Consents

11.1. The Parties shall cooperate to procure, maintain and observe all relevant, regulatory
and governmental licenses, clearances and applicable approvals (hereinafter the
“Required Consents”) necessary for the System Integrator to provide the services.
The costs of such approvals shall be borne by the Party normally responsible for such
costs according to local custom and practice in the locations where the services are
to be provided. PCSCL shall also provide necessary support to the SI in obtaining the
approvals. In the event that any approval is not obtained, the SI and PCSCL shall co-
operate with each other in achieving a reasonable alternative arrangement as soon
as reasonably practicable for PCSCL and at the discretion of PCSCL without any
adverse impact on PCSCL’s interest including but not limited to additional
time/expenditure, to continue to process its work with as minimal interruption to its
business operations as is commercially reasonable until such approval is obtained,
provided that the SI shall not be relieved of its obligations to provide the services
and to achieve the service Levels until the approvals are obtained if and to the extent
that the SI 's obligations are dependent upon such approvals.
11.2. PCSCL or its nominated agencies shall use reasonable endeavors to assist System
Integrator to obtain the required consent. In the event that any required consent is
not obtained, the System Integrator and PCSCL or its nominated agencies will co-
operate with each other in achieving a reasonable alternative arrangement as early
and as reasonably practicable for PCSCL or its nominated agencies to continue to
process its work with as minimal interruption to its business operations as is
commercially reasonable until such required consent is obtained, provided that the

351
System Integrator shall not be relieved of its obligations to provide the services and
to achieve the service levels until the required consents are obtained to the extent
that the System Integrator’s obligations are not dependent upon such required
consents.

12 Obligations of the SI

12.1. The SI’s obligations shall include all the activities as specified by PCSCL in the Scope of
Work and other Sections of the RFP and Contract and changes thereof to enable PCSCL
to meet the objectives and operational requirements. It shall be the SI’s responsibility
to ensure the proper and successful implementation, performance and continued
operation of the proposed solution in accordance with and in strict adherence to the
terms of his Bid, the Tender and this Contract.
12.2. In addition to the aforementioned, the SI shall provide services to manage and
maintain the said system and infrastructure as mentioned in RFP Volume II.
12.3. PCSCL reserves the right to interview the personnel proposed that shall be deployed
as part of the project team. If found unsuitable, PCSCL may reject the deployment of
the personnel. But ultimate responsibility of the project implementation shall lie with
the SI.
12.4. PCSCL reserves the right to require changes in personnel, which shall be
communicated to the SI. the SI with the prior approval of PCSCL may make additions
to the project team. the SI shall provide PCSCL with the resume of Key Personnel and
provide such other information as PCSCL may reasonably require. PCSCL also reserves
the right to interview the personnel and reject, if found unsuitable. In case of change
in its team members, for any reason whatsoever, the SI shall also ensure that the
exiting members are replaced with at least equally qualified and professionally
competent members.
12.5. the SI shall ensure that none of the Key Personnel, proposed, exit from the project
during the project implementation Phase.
12.6. The SI shall submit profiles of only those resources that shall be deployed on the
project. Any change of resource shall be approved by PCSCL and compensated with
equivalent or better resource.
12.7. In case of change in its team members, the SI shall ensure a reasonable amount of
time overlap in activities to ensure proper knowledge transfer and handover /
takeover of documents and other relevant materials between the outgoing and the
new member.
12.8. The SI shall ensure that the SI’s team is competent, professional and possesses the
requisite qualifications and experience appropriate to the task they are required to

352
perform under this Contract. The SI shall ensure that the services are performed
through the efforts of the SI’s Team, in accordance with the terms hereof and to the
satisfaction of PCSCL. Nothing in this Contract relieves the SI from its liabilities or
obligations under this Contract to provide the Services in accordance with PCSCL’s
directions and requirements and as stated in this Contract and the Bid to the extent
accepted by PCSCL and the SI shall be liable for any non-performance, non-
compliance, breach or other loss and damage resulting either directly or indirectly by
or on account of the the SI’s Team.
12.9. The SI shall be fully responsible for deployment / installation / development and
integration of all the software and hardware components and resolve any problems /
issues that may arise due to integration of components.
12.10. The SI shall ensure that the OEMs supply equipment / components including
associated accessories and software required and shall support the SI in the
installation, commissioning, integration and maintenance of these components
during the entire period of contract. If the SI deploys COTS solutions, the SI shall
ensure that the COTS OEMs supply the software applications and shall support the SI
in the installation / deployment, integration, rollout and maintenance of these
applications during the entire period of contract. It must clearly be understood by the
SI that warranty and AMC of the system, products and services incorporated as part
of system would commence from the day of Go-Live of system as complete solutions
including all the solutions proposed. The SI would be required to explicitly display that
they have a back-to-back arrangement for provisioning of warranty / AMC support till
the end of contract period with the relevant OEMs. The annual maintenance support
shall include patches and updates of the software, hardware components and other
devices.
12.11. All the software licenses that the SI proposes shall be perpetual software licenses.
Licenses shall be in the name of PCSCL/end user. The software licenses shall not be
restricted based on location and PCSCL/end user shall have the flexibility to use the
software licenses for other requirements if required, provided the same does not
violate the usage rights agreed with the original manufacturer.
12.12. All the OEMs that the SI proposes shall have dealer possession licenses.
12.13. PCSCL reserves the right to review the terms of the Warranty and Annual
Maintenance Agreements entered into between the SI and OEMs and no such
agreement/contract shall be executed, amended, modified and/or terminated
without the prior written consent of PCSCL. An executed copy of each of such
agreements/contracts shall, immediately upon execution be submitted by the SI to
PCSCL.
12.14. Alternatively, the the SI can also submit an undertaking on company letterhead in this
regard (specifying broadly the terms of the Warranty and Annual Maintenance

353
Agreements entered into between the the SI and OEM) signed by a competent
authority of the SI/OEM.
12.15. The SI shall ensure that none of the components and sub-components is declared end-
of-sale or end-of-support by the respective OEM at the time of submission of bid. If
the OEM declares any of the products/ solutions end-of-sale subsequently, the the SI
shall ensure that the same is supported by the respective OEM for the entire contract
period. Undertaking on company letterhead in this regard signed by the Global CEO
or the Country head of OEM/the SI shall be submitted by the SI.
12.16. If a product is de-supported by the OEM for any reason whatsoever, from the date of
Acceptance of the System till the end of contract, the SI shall replace the products/
solutions with an alternate that is acceptable to PCSCL at no additional cost to PCSCL
and without causing any performance degradation.
12.17. If there are any licenses, all the Licenses will be in the name of PCSCL only.
12.18. the SI shall ensure that the OEMs provide the support and assistance to the SI in case
of any problems / issues arising due to integration of components supplied by the SI
with any other component(s) / product(s) under the purview of the overall solution. If
the same is not resolved for any reason whatsoever, the SI shall replace the required
component(s) with an equivalent or better substitute that is acceptable to PCSCL
without any additional cost to PCSCL and without impacting the performance of the
solution in any manner whatsoever.
12.19. The SI shall ensure that the OEMs for hardware servers/equipment supply and/or
install all type of updates, patches, fixes and/or bug fixes for the firmware or software
from time to time at no additional cost to PCSCL.
12.20. The SI shall ensure that the OEMs for hardware servers/ equipment or the SI's trained
engineers conduct the preventive maintenance on a Quarterly basis and break-fix
maintenance in accordance with the best practices followed in the industry. The SI
shall ensure that the documentation and training services associated with the
components shall be provided by the OEM partner or OEM’s certified training partner
without any additional cost to PCSCL.
12.21. The SI and their personnel/representative shall not alter / change / replace any
hardware component proprietary to PCSCL and/or under warranty or AMC of third
party without prior consent of PCSCL.
12.22. The SI representative(s) shall have all the powers requisite for the execution of scope
of work and performance of services under this contract. the SI representative(s) shall
liaise with PCSCL’s representative for the proper coordination and timely completion
of the works and on any other matters pertaining to the works. The SI shall extend full
co-operation to PCSCL’s representative in the manner required by them for
supervision/ inspection/ observation of the equipment/ goods/ material, procedures,
performance, progress, reports and records pertaining to the works. He shall also

354
have complete charge of the SI’s personnel engaged in the performance of the works
and to ensure compliance of rules, regulations and safety practice. He shall also
cooperate with the other Service Providers/Vendors of PCSCL working at PCSCL’s
office locations & field locations and COC, CCC.
12.23. The SI shall be responsible on an ongoing basis for coordination with other vendors
and agencies of PCSCL in order to resolve issues and oversee implementation of the
same. The SI shall also be responsible for resolving conflicts between vendors in case
of borderline integration issues.
12.24. The SI’s shall adhere with the followings:
12.24.1 The products, solutions, goods and services etc. quoted by them, shall fulfil all
the RFP requirements including but not limited to OEM compliance and
technical specifications etc. In case any of the quoted products, solutions, goods
and services etc. do not meet any of the RFP requirements, the SI is liable to
provide requisite substitution/alternate to fulfil the RFP requirements by the
approval of PCSCL, without any delay in Project timelines or additional cost to
PCSCL.
12.24.2. The SI’s submitted bid is prepared in conformance of the RFP requirement in
totality and any deficiency in the quoted BoM shall be fulfilled by the SI without
any enhancement in the quoted project cost in its financial bid or change in the
project timelines & SLAs.
12.24.3. Any reference of payment to the the SI on actual basis, anywhere in the RFP, only
means that, for any reasons if PCSCL at any stage decides to enhance or truncates
the scope of work leading to increase or decrease in the no. of hardware
components/devices than the one prescribed in the RFP or in the response of the
the SI, the payment for the same shall be made for such additional or lower
number on the basis of the respective line item unit cost prescribed by the the SI
as part of their financial bid.

12.25. Change of Control:


a) In the event of a change of control of the System Integrator during the term, the
System Integrator shall promptly notify PCSCL and/or its nominated agencies of the
same.
b) In the event that the net worth of the surviving entity is less than that of System
Integrator prior to the change of control, PCSCL or its nominated agencies may within
thirty (30) days of becoming aware of such change in control, require a replacement
of existing Performance Guarantee furnished by the System Integrator from a
guarantor acceptable to PCSCL or its nominated agencies (which shall not be System
Integrator or any of its associated entities).

355
c) If such a guarantee is not furnished within thirty (30) days of PCSCL or its nominated
agencies requiring the replacement, PCSCL may exercise its right to terminate the SLA
and/ or this Agreement within a further thirty (30) days by written notice, to become
effective as specified in such notice.
d) Pursuant to termination, the effects of termination as set out in Clause 37 of this
Agreement shall follow.
e) For the avoidance of doubt, it is expressly clarified that the internal reorganization of
the System Integrator shall not be deemed an event of a change of control for
purposes of this Clause unless the surviving entity is of less net worth than the
predecessor entity.

12.26. Final Testing and Certification

The Project shall be governed by the mechanism of final acceptance testing and certification
to be put into place by PCSCL and System Integrator as under:

a. Final testing and certification criteria will lay down a set of guidelines following
internationally accepted norms and standards for testing and certification for all
aspects of project development and implementation covering software, hardware
and networking including the processes relating to the design of solution
architecture, design of systems and sub-systems, coding, testing, business process
description, documentation, version control, change management, security, service
oriented architecture, performance in relation to compliance with SLA metrics,
interoperability, scalability, availability and compliance with all the technical and
functional requirements of the RFP and this Agreement;
b. Final testing and certification criteria will be finalized from the development stage to
ensure that the guidelines are being followed and to avoid large scale modifications
pursuant to testing done after the application is fully developed;
c. Final testing and certification criteria will consider conducting specific tests on the
software, hardware, networking, security and all other aspects;
d. Final testing and certification criteria will establish appropriate processes for
notifying the System Integrator of any deviations from the norms, standards or
guidelines at the earliest instance after taking cognizance of the same to enable the
System Integrator to take corrective action; etc.
e. The Parties shall each ensure that the range of the Services under the SLA shall not
be varied, reduced or increased except with the prior written agreement between
PCSCL and System Integrator in accordance with the Change Control Schedule set out
in Annex II of this Agreement.

356
f. Save for the express terms of the Terms of Payment Schedule set out of this
Agreement, PCSCL or its nominated agencies and its users may purchase any
particular category of Services that may become necessary as per the Change Control
Schedule set out in Annex II of this Agreement, without the need to go for a separate
procurement process.

12.27. Use of Assets by the System Integrator

During the Term, the System Integrator shall:

a) Take all reasonable and proper care of the entire hardware and software, network or
any other information technology infrastructure components used for the Project
and other facilities leased / owned / operated by the System Integrator exclusively in
terms of ensuring their usability for the delivery of the Services as per this Agreement
(hereinafter the “Assets”) in proportion to their use and control of such Assets; and
b) Keep all the tangible Assets in as good and serviceable condition (reasonable wear
and tear excepted) as at the date the System Integrator takes control of and/or first
uses the Assets and during the entire Term of the Agreement.
c) Ensure that any instructions or manuals supplied by the manufacturer of the Assets
for use of the Assets and which are provided to the System Integrator will be followed
by the System Integrator and any person who will be responsible for the use of the
Assets;
d) Take such steps as may be properly recommended by the manufacturer of the Assets
and notified to the System Integrator or as may, in the reasonable opinion of the
System Integrator, be necessary to use the Assets in a safe manner;
e) Ensure that the Assets that are under the control of the System Integrator, are kept
suitably housed and in conformity with Applicable Law;
f) Procure permission from PCSCL or its nominated agencies and any persons duly
authorized by them to enter any land or premises on which the Assets are for the
time being sited so as to inspect the same, subject to any reasonable third party
requirements;
g) Not knowingly or negligently use or permit any of the Assets to be used in
contravention of any statutory provisions or regulation or in any way contrary to
Applicable Law

12.28. Access to Sites


12.28.1. For so long as the System Integrator provides services to PCSCL or its nominated
agencies location, as the case may be, on a non-permanent basis and to the extent
necessary, PCSCL as the case may be or its nominated agencies shall, subject to

357
compliance by the System Integrator with any safety and security guidelines which
may be provided by PCSCL as the case may be or its nominated agencies and
notified to the System Integrator in writing, provide the System Integrator with:
a) Reasonable access, in the same manner granted to PCSCL or its
nominated agencies employees, to PCSCL as the case may be location
twenty-four hours a day, seven days a week;
b) Reasonable work space, access to office equipment as mutually agreed
and other related support services in such location and at such other
PCSCL as the case may be location, if any, as may be reasonably necessary
for the System Integrator to perform its obligations hereunder and under
the SLA
12.28.2. Access to locations, office equipment and services shall be made available to the
System Integrator (as per scope of work defined in the tender) by PCSCL as the
case may be or its nominated agencies. The System Integrator agrees to ensure
that its employees, agents and contractors shall not use the location, services and
equipment referred to in RFP for the following purposes:
a) for the transmission of any material which is defamatory, offensive or
abusive or of an obscene or menacing character; or
b) in a manner which constitutes a violation or infringement of the rights of
any person, firm or company (including but not limited to rights of
copyright or confidentiality)

12.29. Start of Installation

12.29.1. The SI shall co-ordinate with PCSCL and stakeholders for the complete setup of
sites before commencement of installation of other areas as mentioned in Scope
of Work of the RFP Volume II document.
12.29.2. The plan and design documents thus developed shall be submitted by the SI for
approval by PCSCL.
12.29.4. After obtaining the approval from PCSCL, the SI shall commence the installation
of the systems.

12.30. Management Phase


12.30.1. Governance

The review and management process of this Agreement shall be carried out in accordance
with the Governance Schedule set out in Annex IV of this document and shall cover all the
management aspects of the Project.

358
12.30.2. Use of Services

a) PCSCL as the case may be or its nominated agencies, will undertake and
use the Services in accordance with any instructions or procedures as per
the acceptance criteria as set out in the SLA or this Agreement or any
agreement that may be entered into between the Parties from time to
time;
b) PCSCL as the case may be or its nominated agencies shall be responsible
for the operation and use of the Deliverables resulting from the Services

12.30.3. Changes
Unless expressly dealt with elsewhere in this Agreement, any changes under or
to this Agreement or under or to the SLA shall be dealt with in accordance with
the Change Control Schedule set out in Annex II of this Agreement.

12.30.4. Security and Safety


a) The System Integrator shall comply with the technical requirements of
the relevant security, safety and other requirements specified in the
Information Technology Act or Telegraph Act including the regulations
issued by dept. of telecom (wherever applicable), IT Security Manual of
PCSCL as specifically stated in the RFP and follow the industry standards
related to safety and security (including those as stated in the RFP),
insofar as it applies to the provision of the Services.
b) the
Each Party to the SLA/Agreement shall also comply with PCSCL or
Government of India, and the respective State’s security standards and
policies in force from time to time at each location of which PCSCL or its
nominated agencies make the System Integrator aware in writing insofar
as the same apply to the provision of the Services.
c) The Parties to the SLA/Agreement shall use reasonable endeavors to
report forthwith in writing to each other all identified attempts (whether
successful or not) by unauthorized persons (including unauthorized
persons who are employees of any Party) either to gain access to or
interfere with PCSCL as the case may be or any of their nominees data,
facilities or Confidential Information.
d) The System Integrator shall upon reasonable request by PCSCL as the case
may be or their nominee(s) participate in regular meetings when safety
and information technology security matters are reviewed.
e) As per the provisions of the SLA or this Agreement, the System Integrator
shall promptly report in writing to PCSCL or its nominated agencies, any

359
act or omission which they are aware that could have an adverse effect
on the proper conduct of safety and information technology security at
the facilities of PCSCL as the case may be.

12.30.5. Co-operation
Except as otherwise provided elsewhere in this Agreement or the SLA, each Party
(“Providing Party”) to this Agreement or to the SLA undertakes promptly to
provide the other Party (“Receiving Party”) with all such information and co-
operation which the Receiving Party reasonably requests, provided that such
information and co-operation:
a) does not require material expenditure by the Providing Party to provide
the same;
b) is reasonably required by the Receiving Party in order for it to comply with
its obligations under this Agreement or the SLA;
c) cannot be construed to be Confidential Information; and
d) is capable of being provided by the Providing Party
Further, each Party agrees to co-operate with the contractors and subcontractors
of the other Party as reasonably requested in order to accomplish the purposes
of this Agreement.

12.31. Reporting Progress


12.31.1. the SI shall monitor progress of all the activities related to the execution of this
contract and shall submit to PCSCL, progress reports with reference to all related
work, milestones and their progress during the implementation phase.
12.31.2. Formats for all above mentioned reports and their dissemination mechanism shall
be discussed and finalized along with project plan. PCSCL on mutual agreement
between both parties may change the formats, periodicity and dissemination
mechanism for such reports.
12.31.3. Periodic meetings shall be held between the representatives of PCSCL and the SI
once in every fifteen (15) days during the implementation phase to discuss the
progress of implementation. After the implementation phase is over, the meeting
shall be held as an ongoing basis, as desired by PCSCL, to discuss the performance
of the contract.
12.31.4. The SI shall ensure that the respective solution teams involved in the execution of
work are part of such meetings.
12.31.5. Several review committees involving representatives of PCSCL and senior officials of
the SI shall be formed for the purpose of this project. These committees shall meet

360
at intervals, as decided by PCSCL later, to oversee the progress of the
implementation.
12.31.6. All the goods, services and manpower to be provided / deployed by the SI under the
Contract and the manner and speed of execution and maintenance of the work and
services are to be conducted in a manner to the satisfaction of PCSCL’s
representative in accordance with the Contract.
12.31.7. PCSCL reserves the right to inspect and monitor/ assess the progress/ performance
of the work / services at any time during the course of the Contract. PCSCL may
demand and upon such demand being made, the SI shall provide documents, data,
material or any other information which PCSCL may require, to enable it to assess
the progress/ performance of the work / service.
12.31.8. At any time during the course of the Contract, PCSCL shall also have the right to
conduct, either itself or through another agency as it may deem fit, an audit to
monitor the performance by the SI of its obligations/ functions in accordance with
the standards committed to or required by PCSCL and the SI undertakes to
cooperate with and provide to PCSCL/ any other agency appointed by PCSCL, all
Documents and other details as may be required by them for this purpose. PCSCL at
its discretion may appoint third party for auditing the activities of onsite services
and operations of entire services provided by the SI. The same cost of the third party
audit shall be borne by the SI.
12.31.9. Should the rate of progress of the works or any part of them at any time fall behind
the stipulated time for completion or is found to be too slow to ensure completion
of the works by the stipulated time, or is in deviation to Tender requirements/
standards, PCSCL’s representative shall so notify the SI in writing.
12.31.10. The SI shall reply to the written notice giving details of the measures the SI
proposes to take to expedite the progress to complete the works by the prescribed
time or to ensure compliance to RFP requirements. The SI shall not be entitled to
any additional payment for taking such steps. If at any time it shall appear to PCSCL
or PCSCL’s representative that the actual progress of work does not conform to the
approved plan the SI shall produce at the request of PCSCL’s representative a
revised plan showing the modification to the approved plan necessary to ensure
completion of the works within the time for completion or steps initiated to ensure
compliance to the stipulated requirements
12.31.11. The submission seeking approval by PCSCL or PCSCL’s representative of such plan
shall not relieve the SI of any of his duties or responsibilities under the Contract.
12.31.12. In case during execution of works, the progress falls behind schedule or does not
meet the Tender requirements, the SI shall deploy extra manpower / resources to
make up the progress

361
or to meet the RFP requirements. Plan for deployment of extra manpower /
resources shall be submitted to PCSCL for its review and approval. All time and cost
effect in this respect shall be borne, by the SI within the contract value.

12.32. Project Plan

12.32.1. Within 15 calendar days of effective date of the contract, the SI shall submit to
PCSCL for its approval a detailed Project Plan with details of the project showing
the sequence, procedure and method in which the SI proposes to carry out the
works. The Plan so submitted by the SI shall conform to the requirements and
timelines specified in the Contract. PCSCL and the SI shall discuss and agree upon
the work procedures to be followed for effective execution of the works, which the
SI intends to deploy and shall be clearly specified. The Project Plan shall include but
not limited to project organization, communication structure, proposed staffing,
roles and responsibilities, processes and tool sets to be used for quality assurance,
security and confidentiality practices in accordance with industry best practices,
project plan and delivery schedule in accordance with the Contract. Approval by
PCSCL’s representative of the Project Plan shall not relieve the SI of any of his duties
or responsibilities under this Contract.
12.32.2. If the SI’s work plans necessitate a disruption/ shutdown in PCSCL’s operation, the
plan shall be mutually discussed and developed so as to keep such
disruption/shutdown to the barest unavoidable minimum. Any time and cost
arising due to failure of the SI to develop/adhere such a work plan shall be to the
SI’s account.

12.33. Adherence to safety procedures, rules regulations and restriction

12.33.1. The SI’s Team shall comply with the provision of all applicable laws including labor
laws, rules, regulations and notifications issued there under from time to time. All
applicable safety and labor laws enforced by statutory agencies and by PCSCL shall
be applicable in the performance of this Contract and the SI’s Team shall abide by
these laws.
12.33.2. Access to the Network Operations Center (NOC), Server Room, Command &
Control Center and City Operation Center (COC) shall be strictly restricted. No
access to any person except the essential members of the SI’s Team who are
authorized by PCSCL and are genuinely required for execution of work or for
carrying out management/ maintenance shall be allowed entry. Even if allowed,
access shall be restricted to the pertaining equipment of PCSCL only. The SI shall
maintain a log of all activities carried out by each of its team personnel.
12.33.3. No access to any staff of the SI, except the essential staff who has genuine work-
related need, shall be given. All such access shall be logged in a loss free manner

362
for permanent record with unique biometric identification of the staff to avoid
misrepresentations or mistakes.
12.33.4. The SI shall take all necessary and proper measures to protect the personnel, work
and facilities and shall observe all reasonable safety rules and instructions. The SI’s
Team shall adhere to all security requirement/ regulations of PCSCL during the
execution of the work. PCSCL’s employee also shall comply with safety procedures/
policy.
12.33.5. The SI shall report as soon as possible any evidence, which may indicate or is likely
to lead to an abnormal or dangerous situation and shall take all necessary
emergency control steps to avoid such abnormal situations.

12.34. Statutory Requirements


12.34.1. During the tenure of this Contract, nothing shall be done by the SI or his team
including consortium in contravention of any law, act and/ or rules/regulations,
there under or any amendment thereof governing inter-alia customs, stowaways,
foreign exchange etc. and shall keep PCSCL indemnified in this regard.

13 PCSCL’s Obligations

13.1. PCSCL or his/her nominated representative shall act as the nodal point for
implementation of the contract and for issuing necessary instructions, approvals,
commissioning, acceptance certificates, payments etc. to the SI.
13.2. PCSCL shall ensure that timely approval is provided to the SI as and when required,
which may include approval of project plans, implementation methodology, design
documents, specifications, or any other document necessary in fulfilment of this
contract.
13.3. PCSCL’s representative shall interface with the SI, to provide the required
information, clarifications, and to resolve any issues as may arise during the
execution of the Contract. PCSCL shall provide adequate cooperation in providing
details, coordinating and obtaining of approvals from various governmental
agencies, in cases, where the intervention of PCSCL is proper and necessary.
13.4. PCSCL may provide on the SI’s request, particulars / information / documentation
that may be required by the SI for proper planning and execution of work and for
providing services covered under this contract and for which the SI may have to
coordinate with respective vendors.
13.5. PCSCL shall provide to the SI only sitting space and basic infrastructure not including,
stationery and other consumables at PCSCL’s office locations.
13.6. Site Not Ready: PCSCL hereby agrees to make the project sites ready as per the
agreed specifications, within the agreed timelines. PCSCL agrees that the SI shall not

363
be in any manner liable for any delay arising out of PCSCL’s failure to make the site
ready within the stipulated period.
13.8. To provide any support through personnel to test the system during the Term;
13.9. To provide any support through personnel and/or test data during development,
rollout, steady state operation, as well as, for any changes/enhancements in the
system whenever required due to scope change that may arise due to business,
delivery or statutory/regulatory reasons;
13.10. PCSCL shall provide the data (including in electronic form wherever available) to be
migrated.
13.11. PCSCL shall authorize the System Integrator to interact for implementation of the
Project with external entities and shall provide prompt Deliverable feedback, sign
offs or its comments for changes.

14 Financial Matters

14.1. Terms of Payment


a) In consideration of the Services and subject to the provisions of this Agreement
and of the SLA, PCSCL shall pay the System Integrator for the Services rendered in
pursuance of this agreement, in accordance with the Terms of Payment Schedule
set out in this Agreement.
b) Payments shall be subject to the application of liquidated damages if any (for
period prior to “Go Live”) or SLA penalties and its adjustments/corrections (for post
“Go-Live”) as may be provided for in the Agreement and the SLA from the relevant
milestone(s).
c) Save and except as otherwise provided for herein or as agreed between the Parties
in writing, PCSCL shall not be required to make any payments in respect of the
Services (or, without limitation to the foregoing, in respect of the System Integrator
performance of any obligations under this Agreement or the SLA) other than those
covered in this Agreement. For the avoidance of doubt, it is expressly clarified that
the payments shall be deemed to include all ancillary and incidental costs and
charges arising in the course of delivery of the Services including consultancy
charges, infrastructure costs, project costs, implementation and management
charges and all other related costs including taxes which are addressed in this
Clause.
d) Notwithstanding contained herein or elsewhere, any variation in applicable taxes,
whether resulting into increase in rate of taxes or levy of new taxes or reduction in
rate of taxes or abolition of existing taxes, shall be borne by PCSCL.

364
14.2. Invoicing & Settlement
a) Subject to the specific terms of the Agreement and the SLA, the System Integrator
shall submit its invoices in accordance with the following principles:
I. PCSCL shall be invoiced by the System Integrator for the Services. Generally and
unless otherwise agreed in writing between the Parties or expressly set out in
the SLA, the System Integrator shall raise an invoice as per the Payment
Schedule of this Agreement; and
II. Any invoice presented in accordance with this Clause shall be in a form agreed
with PCSCL
b) The System Integrator alone shall invoice all payments after receiving due approval
of completion of payment milestone from the competent authority. Such invoices
shall be accurate with all adjustments or changes in the terms of payment as stated
in Payment Schedule of this Agreement.
c) Payment shall be made within Forty Five (45) working days of the receipt of invoice
along with supporting documents by PCSCL subject to deduction of applicable
liquidated damages (till “Go Live”) or SLA penalties (post “Go Live”). The penalties
are imposed on the vendor as per the SLA criteria specified in the SLA.
d) PCSCL shall be entitled to delay or withhold payment of any invoice or part of it
delivered by the System Integrator under Payment Schedule section of this
Agreement where PCSCL disputes/withholds such invoice or part of it provided that
such dispute is bonafide. The withheld amount shall be limited to that which is in
dispute. The disputed / withheld amount shall be settled in accordance with the
escalation procedure as set out in Payment Schedule sections of this Agreement. Any
exercise by PCSCL under this Clause shall not entitle the System Integrator to delay
or withhold provision of the Services.
14.3. Tax
a) PCSCL or its nominated agencies shall be responsible for withholding taxes from the
amounts due and payable to the System Integrator wherever applicable. The System
Integrator shall pay for all other taxes in connection with this Agreement, SLA, scope
of work and any other engagement required to be undertaken as a part of this
Agreement, including, but not limited to, property, sales, use, excise, value-added,
goods and services, consumption and other similar taxes or duties.
b) PCSCL or its nominated agencies shall provide System Integrator with the original tax
receipt of any withholding taxes paid by PCSCL or its nominated agencies on
payments under this Agreement. The System Integrator agrees to reimburse and
hold PCSCL or its nominated agencies harmless from any deficiency including

365
penalties and interest relating to taxes that are its responsibility under this
paragraph. For purposes of this Agreement, taxes shall include taxes incurred on
transactions between and among PCSCL or its nominated agencies, the System
Integrator and third party subcontractors.
c) If, after the date of this Agreement, there is any change of rate of levy under the
existing applicable laws of India with respect to taxes and duties, which are directly
payable by PCSCL for providing the goods and services i.e. GST or any such other
applicable tax from time to time, which increase or decreases the cost incurred by
the System Integrator in performing the Services, then the remuneration and
reimbursable expense otherwise payable to the System Integrator under this
Agreement shall be increased or decreased accordingly by correspondence between
the Parties hereto, However, in case of any new or fresh tax or levy imposed after
submission of the proposal the System Integrator shall be entitled to reimbursement
on submission of proof of payment of such tax or levy.
d) The Parties shall cooperate to enable each Party to accurately determine its own tax
liability and to minimize such liability to the extent legally permissible. In connection
therewith, the Parties shall provide each other with the following:
I. any resale certificates;
II. any relevant information regarding out-of-state or use of materials, equipment
or services; and
III. any direct pay permits, exemption certificates or information reasonably
requested by the other Party.
e) The SI shall bear all personnel taxes levied or imposed on its personnel, or any other
member of the SI’s Team, etc. on account of payment received under this Contract.
The SI shall bear all corporate taxes, levied or imposed on the SI on account of
payments received by it from PCSCL for the work done under this Contract.

f) the SI shall bear all taxes and duties etc. levied or imposed on the SI under the
Contract including but not limited to GST, Sales Tax, Customs duty, Excise duty,
Octroi, Service Tax, VAT, Works Contracts Tax and all Income Tax levied under Indian
Income Tax Act – 1961 or any amendment thereof during the entire contract period,
i.e., on account of material supplied and services rendered and payments received by
him from PCSCL under the Contract. It shall be the responsibility of the SI to submit
to the concerned Indian authorities the returns and all other connected documents
required for this purpose. the SI shall also provide PCSCL such information, as it may
be required in regard to the SI’s details of payment made by PCSCL under the Contract
for proper assessment of taxes and duties. The amount of tax withheld by PCSCL shall

366
at all times be in accordance with Indian Tax Law and PCSCL shall promptly furnish to
the SI original certificates for tax deduction at source and paid to the Tax Authorities.
g) the SI agrees that he shall comply with the Indian Income Tax Act in force from time
to time and pay Indian Income Tax, as may be imposed/ levied on them by the Indian
Income Tax Authorities, for the payments received by them for the works under the
Contract
h) The SI shall fully familiarize themselves about the applicable domestic taxes (such as
GST, value added or sales tax, service tax, income taxes, duties, fees, levies, etc.) on
amounts payable by PCSCL under the Contract. All such taxes must be included by
the SI in the financial proposal. (The SI to find out applicable taxes for the
components being proposed.)
i) Should the SI fail to submit returns/pay taxes in time as stipulated under applicable
Indian/State Tax Laws and consequently any interest or penalty is imposed by the
concerned authority, the SI shall pay the same. the SI shall indemnify PCSCL against
any and all liabilities or claims arising out of this Contract for such taxes including
interest and penalty by any such Tax Authority may assess or levy against PCSCL/the
SI.
j) PCSCL shall if so required by applicable laws in force, at the time of payment, deduct
income tax payable by the SI at the rates in force, from the amount due to the SI and
pay to the concerned tax authority directly.
15 Audit, Access and Reporting
The System Integrator shall allow access to PCSCL or its nominated agencies to all
information which is in the possession or control of the System Integrator and which relates
to the provision of the Services as set out in the Audit, Access and Reporting Schedule and
which is reasonably required by PCSCL to comply with the terms of the Audit, Access and
Reporting Schedule set out as in Annex V of this agreement.

16 Intellectual Property Rights

16.1. Products and fixes:


All products and related solutions and fixes provided pursuant to this Agreement shall
be licensed according to the terms of the license agreement packaged with or
otherwise applicable to such product, the ownership of which shall continue to vest
with the product owner. System Integrator would be responsible for arranging any
licenses associated with products. “Product” means any computer code, web-based
services, or materials comprising commercially released, pre-release or beta products
(whether licensed for a fee or no charge) and any derivatives of the foregoing which
are made available to PCSCL for license which is published by product owner or its

367
affiliates, or a third party. “Fixes” means product fixes that are either released
generally (such as commercial product service packs) or that are provided to you
when performing services (such as workarounds, patches, bug fixes, beta fixes and
beta builds) and any derivatives of the foregoing.
16.2. Bespoke development:
Subject to the provisions of Clause 16.3 and 16.4 below, upon payment, the IPR rights
for any bespoke development done during the implementation of the project will lie
exclusively with PCSCL.
16.3. Pre-existing work:
All IPR including the source code and materials developed or otherwise obtained
independently of the efforts of a Party under this Agreement (“pre-existing work”)
including any enhancement or modification thereto shall remain the sole property of
that Party. During the performance of the services for this agreement, each party
grants to the other party (and their sub-contractors as necessary) a non-exclusive
license to use, reproduce and modify any of its pre-existing work provided to the
other party solely for the performance of such services for duration of the Term of
this Agreement. Except as may be otherwise explicitly agreed to in a statement of
services, upon payment in full, the System Integrator shall grant PCSCL a non-
exclusive, perpetual, fully paid-up license to use the pre-existing work in the form
delivered to PCSCL as part of the service or deliverables only for its internal business
operations. Under such license, either of parties will have no right to sell the pre-
existing work of the other party to a Third Party. PCSCL’s license to pre-existing work
is conditioned upon its compliance with the terms of this Agreement and the
perpetual license applies solely to the pre-existing work that bidder leaves with PCSCL
at the conclusion of performance of the services.
16.4. Residuals:
In no event shall System Integrator be precluded from independently developing for
itself, or for others, anything, whether in tangible or non-tangible form, which is
competitive with, or similar to, the deliverables, set-out in this Agreement. In
addition, subject to the confidentiality obligations, System Integrator shall be free to
use its general knowledge, skills and experience, and any ideas, concepts, know-how,
and techniques that are acquired or used in the course of providing the Services.

17 Representations & Warranties


17.1. Representations and warranties of the System Integrator

368
The System Integrator represents and warrants to PCSCL or its nominated agencies that:
a) it is duly organized and validly existing under the laws of India, and has full power
and authority to execute and perform its obligations under this Agreement and other
agreements and to carry out the transactions contemplated hereby;
b) it is a competent provider of a variety of information technology and business
process management services;
c) it has taken all necessary corporate and other actions under laws applicable to its
business to authorize the execution and delivery of this Agreement and to validly
exercise its rights and perform its obligations under this Agreement;
d) from the Effective Date, it will have the financial standing and capacity to undertake
the Project in accordance with the terms of this Agreement;
e) in providing the Services, it shall use reasonable endeavors not to cause any
unnecessary disruption to PCSCL's normal business operations
f) this Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation, enforceable against it in accordance with the terms hereof, and its
obligations under this Agreement shall be legally valid, binding and enforceable
against it in accordance with the terms hereof;
g) the information furnished in the System Integrator’s response to the RFP and any
subsequent clarification pertaining to the evaluation process, furnished on or before
the date of this Agreement is to the best of its knowledge and belief true and accurate
in all material respects as at the date of this Agreement;
h) the execution, delivery and performance of this Agreement shall not conflict with,
result in the breach of, constitute a default by any of the terms of its Memorandum
and Articles of Association or any Applicable Laws or any covenant, contract,
agreement, arrangement, understanding, decree or order to which it is a party or by
which it or any of its properties or assets is bound or affected;
i) there are no material actions, suits, proceedings, or investigations pending or, to its
knowledge, threatened against it at law or in equity before any court or before any
other judicial, quasi-judicial or other authority, the outcome of which may result in
the breach of this Agreement or which individually or in the aggregate may result in
any material impairment of its ability to perform any of its material obligations under
this Agreement;
j) it has no knowledge of any violation or default with respect to any order, writ,
injunction or decree of any court or any legally binding order of any Government
Instrumentality which may result in any Adverse Effect on its ability to perform its

369
obligations under this Agreement and no fact or circumstance exists which may give
rise to such proceedings that would adversely affect the performance of its
obligations under this Agreement;
k) it has complied with Applicable Laws in all material respects and has not been subject
to any fines, penalties, injunctive relief or any other civil or criminal liabilities which
in the aggregate have or may have an Adverse Effect on its ability to perform its
obligations under this Agreement;
l) no representation or warranty by it contained herein or in any other document
furnished by it to PCSCL or its nominated agencies in relation to the Required
Consents contains or shall contain any untrue or misleading statement of material
fact or omits or shall omit to state a material fact necessary to make such
representation or warranty not misleading; and
m) no sums, in cash or kind, have been paid or shall be paid, by it or on its behalf, to any
person by way of fees, commission or otherwise for entering into this Agreement or
for influencing or attempting to influence any officer or employee of PCSCL or its
nominated agencies in connection therewith.
17.2. Representations and warranties of PCSCL or its nominated agencies
PCSCL or its nominated agencies represent and warrant to the System Integrator that:
a) it has full power and authority to execute, deliver and perform its obligations under
this Agreement and to carry out the transactions contemplated herein and that it has
taken all actions necessary to execute this Agreement, exercise its rights and perform
its obligations, under this Agreement and carry out the transactions contemplated
hereby;
b) it has taken all necessary actions under Applicable Laws to authorize the execution,
delivery and performance of this Agreement and to validly exercise its rights and
perform its obligations under this Agreement;
c) it has the financial standing and capacity to perform its obligations under the
Agreement;
d) it is subject to the laws of India, and hereby expressly and irrevocably waives any
immunity in any jurisdiction in respect of this Agreement or matters arising
thereunder including any obligation, liability or responsibility hereunder;
e) this Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation enforceable against it in accordance with the terms hereof and its
obligations under this Agreement shall be legally valid, binding and enforceable
against it in accordance with the terms thereof;

370
f) the execution, delivery and performance of this Agreement shall not conflict with,
result in the breach of, constitute a default under, or accelerate performance
required by any of the Applicable Laws or any covenant, contract, agreement,
arrangement, understanding, decree or order to which it is a party or by which it or
any of its properties or assets is bound or affected;
g) there are no actions, suits or proceedings pending or, to its knowledge, threatened
against it at law or in equity before any court or before any other judicial, quasi-
judicial or other authority, the outcome of which may result in the default or breach
of this Agreement or which individually or in the aggregate may result in any material
impairment of its ability to perform its material (including any payment) obligations
under this Agreement;
h) it has no knowledge of any violation or default with respect to any order, writ,
injunction or any decree of any court or any legally binding order of any Government
Instrumentality which may result in any Adverse Effect on PCSCL or its nominated
agencies ability to perform its obligations under this Agreement and no fact or
circumstance exists which may give rise to such proceedings that would adversely
affect the performance of its obligations under this Agreement;
i) it has complied with Applicable Laws in all material respects;
j) all information provided by it in the RFP in connection with the Project is, to the best
of its knowledge and belief, true and accurate in all material respects; and
k) upon the System Integrator performing the covenants herein, it shall not at any time
during the term hereof, interfere with peaceful exercise of the rights and discharge
of the obligations by the System Integrator, in accordance with this Agreement.

18 Term and Extension of the Contract

18.1. The Contract period shall commence from the date of signing of contract and shall
remain valid for sixty (60) months from the date of Go Live of the system
18.2. If the delay occurs due to circumstances beyond control of the SI such as strikes,
lockouts, fire, accident, defective materials, delay in approvals or any cause
whatsoever beyond the reasonable control of the SI, a reasonable extension of time
shall be granted by PCSCL.
18.3. PCSCL shall reserve the sole right to grant any extension to the term abovementioned
and shall notify in writing to the SI, at least three (3) months before the expiration of
the Term hereof, whether it shall grant the SI an extension of the Term. The decision
to grant or refuse the extension shall be at PCSCL’s discretion and such extension of
the contract, if any, shall be as per terms agreed mutually between PCSCL and the SI.

371
18.4. Where PCSCL is of the view that no further extension of the term be granted to the
SI, PCSCL shall notify the SI of its decision at least three (3) months prior to the expiry
of the Term. Upon receipt of such notice, the SI shall continue to perform all its
obligations hereunder, until such reasonable time beyond the Term of the Contract
within which, PCSCL shall either appoint an alternative agency/the SI or create its
own infrastructure to operate such Services as are provided under this Contract.

19 Dispute Resolution

a. General: If any dispute arises between the parties during the execution of a contract
that shall be amicably settled by mutual discussions. However, if the dispute is not
settled by mutual discussions, a written representation will be obtained from the
the SI on the points of dispute. The representation so received shall be examined
by PCSCL and may take legal advice of a counsel and then examine the
representation. The the SI will also be given an opportunity of being heard. PCSCL
will take a decision on the representation and convey it in writing to the the SI.

b. In case of dispute arising amongst consortium members, beyond getting amicably


settled by mutual discussion, and in the interest of project, PCSCL Board reserves
the right to allow lead bidder for the change of consortium member as per RFP
requirements and terms & conditions.

c. Arbitration
In the event of unresolved dispute between the parties (PCSCL BoD fails to
resolve), it shall be the subject matter of jurisdiction of Pune district court only.

20 Time is of the essence


20.1. Time shall be of the essence in respect of any date or period specified in this
Contract or any notice, demand or other communication served under or pursuant
to any provision of this Contract and in particular in respect of the completion of
the activities by the SI by the specified completion date.

21 Conflict of interest
21.1. The the SI shall hold the Purchaser’s interests paramount, without any
consideration for future work, and strictly avoid conflict of interest with other
assignments or their own corporate interests. If during the period of this contract,

372
a conflict of interest arises for any reasons, the the SI shall promptly disclose the
same to the purchaser and seek its instructions.
21.2. Prohibition of Conflicting Activities: The the SI shall not engage, either directly or
indirectly, in any business or professional activities related to PCSCL’s mentioned
projects’ Operations & Management that would conflict with the activities assigned
to them under this Contract.
21.3. the SI shall disclose to PCSCL in writing, all actual and potential conflicts of interest
that exist, arise or may arise (either for the SI or the SI’s Team) in the course of
performing the Services as soon as practical after it becomes aware of that conflict.

22 Force Majeure
22.1. Definition of Force Majeure:
“Force Majeure” shall mean any event beyond the reasonable control of PCSCL or of
the the SI, as the case may be, and which is unavoidable notwithstanding the
reasonable care of the party affected.
22.2. Force Majeure events
A Force Majeure shall include, without limitation, the following:
a) War, hostilities, or warlike operations (whether a state of war be declared or
not), invasion, act of foreign enemy, and civil war;
b) Strike, sabotage, lockout, embargo, import restriction, port congestion, lack of
usual means of public transportation and communication, industrial dispute,
shipwreck, shortage or restriction of power supply, epidemics, quarantine, and
plague;
c) Earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave,
typhoon or cyclone, hurricane, storm, lightning, or other inclement weather
condition, nuclear and pressure waves, or other natural or physical disaster;
22.3. If either party is prevented, hindered, or delayed from or in performing any of its
obligations under the Contract by an event of Force Majeure, then it shall notify the
other in writing of the occurrence of such event and the circumstances of the event
of Force Majeure within fourteen (14) days after the occurrence of such event.
22.4. The party who has given such notice shall be excused from the performance or
punctual performance of its obligations under the Contract for so long as the relevant
event of Force Majeure continues and to the extent that such party’s performance is
prevented, hindered, or delayed. The time for achieving Final Acceptance shall be
extended.

373
22.5. The party or parties affected by the event of Force Majeure shall use reasonable
efforts to mitigate the effect of the event of Force Majeure upon its or their
performance of the Contract and to fulfill its or their obligations under the Contract,
but without prejudice to either party’s right to terminate the Contract under Clause
37.
22.6. No delay or non-performance by either party to this Contract caused by the
occurrence of any event of Force Majeure shall:
a) constitute a default or breach of the Contract
b) give rise to any claim for damages or additional cost or expense occasioned by
the delay or non-performance
c) if, and to the extent that, such delay or nonperformance is caused by the
occurrence of an event of Force Majeure
22.7. If the performance of the Contract is substantially prevented, hindered, or delayed
for a single period of more than sixty (60) days on account of one or more events of
Force Majeure during the time period covered by the Contract, the parties will
attempt to develop a mutually satisfactory solution, failing which, either party may
terminate the Contract by giving a notice to the other.
22.8. In the event of termination pursuant to this Clause 22, the rights and obligations of
PCSCL and the the SI shall be as specified in the clause titled Termination.
22.9. Notwithstanding Clause 22, Force Majeure shall not apply to any obligation of PCSCL
to make payments to the the SI under this Contract.
22.10. For the avoidance of doubt, it is expressly clarified that the failure on the part of the
System Integrator under this Agreement or the SLA to implement any disaster
contingency planning and back-up and other data safeguards in accordance with the
terms of this Agreement or the SLA against natural disaster, fire, sabotage or other
similar occurrence shall not be deemed to be a Force Majeure event. For the
avoidance of doubt, it is further clarified that any negligence in performance of
Services, which directly causes any breach of security like hacking aren’t the forces
of nature and hence wouldn’t be qualified under the definition of “Force Majeure”.
In so far as applicable to the performance of Services, Service Provider will be solely
responsible to complete the risk assessment and ensure implementation of adequate
security hygiene, best practices, processes and technology to prevent any breach of
security and any resulting liability therefrom (wherever applicable).

23 Delivery

374
23.1. The SI shall bear the cost for packing, transport, insurance, storage and delivery of all
the goods for “Selection of System Integrator for Supply, Installation, Testing,
Commissioning and O&M for ICT led PCSCL Smart City Solutions” at all locations
identified by PCSCL in Pimpri Chinchwad.
23.2. The Goods and manpower supplied under this Contract shall conform to the
standards mentioned in the RFP, and, when no applicable standard is mentioned, to
the authoritative standards; such standard shall be approved by PCSCL.
23.3. The SI shall only procure the hardware and software after approvals from a
designated Committee/Authority.

24 Warranty & Maintenance

24.1. Standard: The System Integrator warrants that the Project, including all the
system(s), materials and goods supplied pursuant to the Agreement, shall be free
from any defect or deficiency in the material, design, engineering, and workmanship
that prevent the system and/or any of its systems(s) from fulfilling the technical
requirements or that limit in a material fashion the performance, reliability, or
extensibility of the system and/or any of its sub-system(s). Commercial warranty
provisions of products supplied under the Agreement shall apply to the extent they
do not conflict with the provisions of this Agreement.
24.2. The SI also warrants that the products, materials and other goods supplied under the
Agreement are new, unused and incorporate all recent improvements in design that
materially affect the system’s or subsystem’s ability to fulfil the technical
requirements specified in the RFP.
24.3. In addition, the SI warrants that: (i) all Goods components to be incorporated into the
System form part of the SI/OEM’s and/or Subcontractor’s current product lines.
24.4. The warranty period shall commence from the date of Final Acceptance of the System
(or of any major component or subsystem for which phased Go-Live is provided for
in the Agreement) or on expiry of the products commercial warranty, whichever is
earlier.
24.5. If during the warranty period any defect or deficiency is found in the material, design
and performance/workmanship of the Project and other Services provided by the
System Integrator, the System Integrator shall promptly, in consultation and
agreement with PCSCL, and at the System Integrator’s sole cost repair, replace, or
otherwise make good (as the System Integrator shall, at its discretion, determine)
such default, defect or deficiency as well as any damage to the system caused by such
default, defect or deficiency. Any defective component, excluding hard disks, that
has been replaced by the System Integrator shall remain the property of the System
Integrator.

375
24.6. The SI may, with the consent of PCSCL, remove from the site any product and other
goods that are defective, if the nature of the defect, and/or any damage to the
System caused by the defect, is such that repairs cannot be expeditiously carried out
at the site. If the repair, replacement, or making good is of such a character that it
may affect the efficiency of the System, PCSCL may give the SI notice requiring that
tests of the defective part be made by the SI immediately upon completion of such
remedial work, whereupon the SI shall carry out such tests. If such part fails the tests,
the SI shall carry out further repair, replacement, or making good (as the case may
be) until that part of the System passes such tests. The tests shall be agreed upon by
PCSCL and the SI.
24.7. If the SI fails to commence the work necessary to remedy such defect or any damage
to the System caused by such defect within a reasonable time period, PCSCL may,
following notice to the SI, proceed to do such work or contract a third party (or
parties) to do such work, and the reasonable costs incurred by PCSCL in connection
with such work shall be paid to PCSCL by the SI or may be deducted by PCSCL from
any amount due to the the SI.
24.8. If the System or any of its sub-systems cannot be used by reason of such default,
defect or deficiency and/or making good of such default, defect or deficiency, the
warranty period for the Project shall be extended by a period equal to the period
during, which the Project or any of its system could not be used by PCSCL because of
such defect and/or making good of such default, defect or deficiency.
24.9. Items substituted for defective parts of the System during the Warranty Period shall
be covered by the Warranty for the remainder of the Warranty Period applicable for
the part replaced or three (3) months, whichever is greater.
24.10. The Implementing Agency shall have no liability in the case of breach of this warranty
due to use of the deliverables on any environment (hardware or software) other than
the environment recommended or approved by the Implementing Agency, (ii) the
combination, operation, or use of some or all of the deliverables with information,
software, specifications, instructions, data, or materials not approved by the
Implementing Agency; (iii) the deliverables having been tampered with, altered or
modified by PCSCL without the written permission of the Implementing Agency, or
(iv) use of the deliverables otherwise than in terms of the relevant documentation.
24.11. Implied Warranty: The warranties provided herein are in lieu of all other warranties,
both express and implied, and all other warranties, including without limitation that
of merchantability or fitness for intended purpose is specifically disclaimed.

25 Insurance

376
25.1. The Goods supplied under this Contract shall be comprehensively insured by the SI at
his own cost, against any loss or damage, for the entire period of the contract. The SI
shall submit to PCSCL, documentary evidence issued by the insurance company,
indicating that such insurance has been taken.
25.2. The SI shall bear all the statutory levies like customs, insurance, freight, etc. applicable
on the goods and also the charges like transportation charges, etc. that may be
applicable till the goods are delivered at the respective sites of installation shall also
be borne by the SI.
25.3. The SI shall take out and maintain at its own cost, on terms and conditions approved by the
PCSCL, insurance against the risks, and for the coverages, as specified below:
a) At PCSCL’s request, shall provide evidence to PCSCL showing that such insurance
has been taken out and maintained and that the current premiums therefor have
been paid.
b) Employer's liability and workers' compensation insurance in respect of the
Personnel of the Company, in accordance with the relevant provisions of the
Applicable Law, as well as, with respect to such Personnel, any such life, health,
accident, travel or other insurance as may be appropriate
25.4. Obligation to maintain insurance in connection with the provision of the Services, the
Service Provider must have and maintain:
a) For the Agreement Period, valid and enforceable insurance coverage for:
i. Public liability;
ii. Either professional indemnity or errors and omissions;
iii. Product liability;
iv. Workers’ compensation as required by law; and
v. Any additional types specified in Annex II
b) For one year following the expiry or termination of the Agreement, valid and
enforceable insurance policies (if relevant), in the amount not less than the
Insurance Cover derived in this RFP

25.5. Certificates of Currency

25.5.1. The System Integrator must, on request by PCSCL, provide current relevant
confirmation of insurance documentation from its insurance brokers certifying
that it has insurance as required by this Clause 25. The Service Provider agrees
to replace any coverage prior to the date of expiry/cancellation.

377
25.6. Non-compliance

25.6.1. PCSCL or its nominated agencies may, at its election, terminate this Agreement
as per Clause 37.8, upon the failure of System Integrator or notification of such
failure, to maintain the required insurance coverage. Inadequate insurance
coverage for any reason shall not relieve System Integrator of its obligations
under this Agreement.

26 Exit Management

26.1.1 Purpose

26.1.1. This Schedule sets out the provisions, which will apply on expiry or termination
of the MSA, the Project Implementation, Operation and Management SLA.
26.1.2. In the case of termination of the Project Implementation and/or Operation and
Management, the Parties shall agree at that time whether, and if so during what
period, the provisions of this Schedule shall apply.
26.1.3. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management clause.
26.2. Transfer of Assets
26.2.1. PCSCL shall be entitled to serve notice in writing on the the SI at any time during
the exit management period as detailed hereinabove requiring the the SI and/or
its sub-contractors to provide PCSCL with a complete and up to date list of the
Assets within thirty (30) days of such notice. PCSCL shall then be entitled to serve
notice in writing on the SI at any time prior to the date that is thirty (30) days
prior to the end of the exit management period requiring the SI to sell the Assets,
if any, to be transferred to PCSCL or its nominated agencies at book value as
determined as of the date of such notice in accordance with the provisions of
relevant laws.
26.2.2. In case of contract being terminated by PCSCL, PCSCL reserves the right to ask
the SI to continue running the project operations for a period of six (6) months
after termination orders are issued.
26.2.3. Upon service of a notice under this Article the following provisions shall apply:
i. in the event, if the Assets to be transferred are mortgaged to any financial
institutions by the SI, the SI shall ensure that all such liens and liabilities have
been cleared beyond doubt, prior to such transfer. All documents regarding
the discharge of such lien and liabilities shall be furnished to PCSCL.

378
ii. All risk in and title to the Assets to be transferred / to be purchased by PCSCL
pursuant to this Article shall be transferred to PCSCL, on the last day of the
exit management period.
iii. PCSCL shall pay to the SI on the last day of the exit management period such
sum representing the Net Block (procurement price less depreciation as per
provisions of Companies Act) of the Assets to be transferred as stated in the
Terms of Payment Schedule.
iv. Payment to the outgoing SI shall be made to the tune of last set of completed
services / deliverables, subject to SLA requirements.
v. The outgoing SI will pass on to PCSCL and/or to the Replacement SI, the
subsisting rights in any leased properties/ licensed products on terms not less
favorable to PCSCL/ Replacement SI, than that enjoyed by the outgoing SI.
26.3. Cooperation and Provision of Information
During the exit management period:
26.3.1. The System Integrator will allow PCSCL or its nominated agency access to
information reasonably required to define the then current mode of operation
associated with the provision of the services to enable PCSCL to assess the existing
services being delivered;
26.3.2. Promptly on reasonable request by PCSCL, the SI shall provide access to and copies
of all information held or controlled by them which they have prepared or
maintained in accordance with this agreement relating to any material aspect of
the services (whether provided by the System Integrator or sub-contractors
appointed by the System Integrator). PCSCL shall be entitled to copy of all such
information. Such information shall include details pertaining to the services
rendered and other performance data. The System Integrator shall permit PCSCL
or its nominated agencies to have reasonable access to its employees and facilities
as reasonably required by the Chairman, PIU to understand the methods of
delivery of the services employed by the System Integrator and to assist
appropriate knowledge transfer.
26.4. Confidential Information, Security and Data
26.4.1. The System Integrator will promptly on the commencement of the exit
management period supply to PCSCL or its nominated agency the following:
i. Information relating to the current services rendered and customer and
performance data relating to the performance of sub-contractors in relation
to the services;

379
ii. Documentation relating to Computerization Project’s Intellectual Property
Rights;
iii. Documentation relating to sub-contractors;
iv. All current and updated data as is reasonably required for purposes of PCSCL
or its nominated agencies transitioning the services to its Replacement
System Integrator in a readily available format nominated by PCSCL, its
nominated agency;
v. All other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable PCSCL or
its nominated agencies, or its Replacement System Integrator to carry out due
diligence in order to transition the provision of the Services to PCSCL or its
nominated agencies, or its Replacement System Integrator (as the case may
be).
26.4.2. Before the expiry of the exit management period, the System Integrator shall
deliver to PCSCL or its nominated agency all new or up-dated materials from the
categories set out in this section above and shall not retain any copies thereof,
except that the System
Integrator shall be permitted to retain one copy of such materials for archival
purposes only.
26.4.3. Before the expiry of the exit management period, unless otherwise provided
under the MSA, PCSCL or its nominated agency shall deliver to the System
Integrator all forms of System Integrator confidential information, which is in the
possession or control of Chairperson, PIU or its users.

26.5. Employees
26.5.1. Promptly on reasonable request at any time during the exit management period,
the System Integrator shall, subject to applicable laws, restraints and regulations
(including in particular those relating to privacy) provide to PCSCL or its nominated
agency a list of all employees (with job titles) of the System Integrator dedicated
to providing the services at the commencement of the exit management period.
26.5.2. Where any national, regional law or regulation relating to the mandatory or
automatic transfer of the contracts of employment from the System Integrator to
PCSCL or its nominated agency, or a Replacement System Integrator ("Transfer

380
Regulation") applies to any or all of the employees of the System Integrator, then
the Parties shall comply with their respective obligations under such Transfer
Regulations.
26.6. Transfer of Certain Agreements
On request by PCSCL or its nominated agency, the System Integrator shall effect such
assignments, transfers, licenses and sub-licenses as the Chairperson, PIU may require in
favor of the Chairperson, PIU, or its Replacement System Integrator in relation to any
equipment lease, maintenance or service provision agreement between System Integrator
and third party lessors, vendors, and which are related to the services and reasonably
necessary for the carrying out of replacement services by PCSCL or its nominated agency or
its Replacement System Integrator.

26.7. Rights of Access to Premises


26.7.1. At any time during the exit management period, where Assets are located at the
System Integrator's premises, the System Integrator will be obliged to give
reasonable rights of access to (or, in the case of Assets located on a third party's
premises, procure reasonable rights of access to) PCSCL or its nominated agency
and/or any Replacement System Integrator in order to make an inventory of the
Assets.
26.7.2. The System Integrator shall also give PCSCL or its nominated agency or its
nominated agencies, or any Replacement System Integrator right of reasonable
access to the System Integrator's premises and shall procure PCSCL or its
nominated agency agencies and any Replacement System Integrator rights of
access to relevant third party premises during the exit management period and
for such period of time following termination or expiry of the MSA as is reasonably
necessary to migrate the services to PCSCL or its nominated agency, or a
Replacement System Integrator.
26.8. Exit Management Plan
26.8.1. The System Integrator shall provide PCSCL or its nominated agency with a
recommended exit management plan ("Exit Management Plan") which shall deal
with at least the following aspects of exit management in relation to the MSA as a
whole and in relation to the Project Implementation, and the Operation and
Management SLA.
i. A detailed program of the transfer process that could be used in conjunction
with a Replacement System Integrator including details of the means to be

381
used to ensure continuing provision of the services throughout the transfer
process or until the cessation of the services and of the management
structure to be used during the transfer;
ii. Plans for the communication with such of the System Integrator's sub-
contractors, staff, customers and any related third party as are necessary to
avoid any material detrimental impact on PCSCL’s operations as a result of
undertaking the transfer;
iii. If applicable, proposed arrangements for the segregation of the System
Integrator's networks from the networks employed by PCSCL and
identification of specific security tasks necessary at termination;
iv. Plans for provision of contingent support to PCSCL, and Replacement System
Integrator for a reasonable period after transfer.
26.8.2. The System Integrator shall re-draft the Exit Management Plan annually
thereafter to ensure that it is kept relevant and up to date.
26.8.3. Each Exit Management Plan shall be presented by the System Integrator to and
approved by PCSCL or its nominated agencies.
26.8.4. The terms of payment as stated in the Terms of Payment Schedule include the
costs of the System Integrator complying with its obligations under this
Schedule.
26.8.5. In the event of termination or expiry of MSA, and Project Implementation, each
Party shall comply with the Exit Management Plan.
26.8.6. During the exit management period, the System Integrator shall use its best
efforts to deliver the services.
26.8.7. Payments during the Exit Management period shall be made in accordance with
the Terms of Payment Schedule.
26.8.8. This Exit Management plan shall be furnished in writing to PCSCL or its
nominated agencies within ninety (90) days from the Effective Date of this
Agreement.

B. SPECIAL CONDITIONS OF CONTRACT (SCC)

27 Performance Security

27.1. The SI shall furnish Performance Security Deposit to PCSCL, in the form of Bank
Guarantee (PBG), within fifteen (15) days of issuance of Letter of Intent (LoI) or Letter

382
of Award (LoA) for a value equivalent to 5% of the contract value. This PBG shall be
valid up to One hundred and eighty (180) days beyond the term of the Contract
(Contract Period+180 days) including any subsequent term extension. The SI shall be
responsible for extending the validity date and claim period of the PBG as and when
it is due on account of extension of contract and/or warranty period.

28 Liquidated Damages

i. Except as provided under clause “Force Majeure”, if the supplier/ selected bidder
fails to deliver any or all of the items/goods or perform the Related Services within
the period specified in the Contract, the Purchaser may without prejudice to all its
other remedies under the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to the percentage specified in (d) below for each week
or part thereof of delay until actual delivery or performance, up to a maximum
deduction of the percentage specified in the bidding document and/ or contract.
Once the maximum is reached, the Purchaser may terminate the Contract pursuant
to clause “Termination”.
b) The time specified for delivery and installation of the IT/non-IT Infra and software
products licenses in the bidding document shall be deemed to be the essence of the
contract and the supplier/ selected bidder shall arrange items/goods supply and
related services within the specified period.
c) Delivery and installation/ completion period may be extended with or without
liquidated damages, if the delay in the supply of items/goods or service is on
account of hindrances beyond the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser giving
reasons for extending the delivery period of service, if he finds himself unable
to complete the supply of items/goods or service within the stipulated delivery
period or is unable to maintain prorate progress in the supply of items/goods
or service delivery. This request shall be submitted as soon as a hindrance in
delivery of items/goods and service occurs or within fifteen (15) days from such
occurrence but before expiry of stipulated period of completion of delivery of
items / goods and service after which such request shall not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the
delivery of items/goods and service and the period of delay occurred due to
that and recommend the competent authority on the period of extension
which shall be granted with or without liquidated damages.
iii. Normally, extension in delivery period of items/goods and service in following
circumstances may be considered without liquidated damages:

383
a. When delay has occurred due to delay in supply of drawings, designs, plans
etc. if PCSCL was required to supply them to the supplier of items/goods or
service provider as per terms of the contract.
b. When delay has occurred in supply of materials etc. if these were required
to be supplied to the supplier or service provider by PCSCL as per terms of
the contract.
iv. If the competent authority agrees to extend the delivery period/ schedule, an
amendment to the contract with suitable denial clauses and with or without
liquidated damages, as the case may be, shall be issued. The amendment letter
shall mention that no extra price or additional cost for any reason, what so ever
beyond the contracted cost shall be paid for the delayed supply of items/goods
and service.
v. It shall be at the discretion of the concerned authority to accept or not to accept
the supply of items/goods and/ or services rendered by the contractor after the
expiry of the stipulated delivery period, if no formal extension in delivery period
has been applied and granted. The competent authority shall have right to
cancel the contract with respect to undelivered items/goods and/ or service.
vi. If PCSCL is in need of the items/goods and/ or service rendered after expiry of
the stipulated delivery period, it may accept the services and issue a letter of
extension in delivery period with usual liquidated damages and denial clauses
to regularize the transaction.
d) In case of extension in the delivery and installation/completion period is granted with
full liquidated damages, the recovery shall be made on the basis of following
percentages of value of items/goods and/ or service which the supplier/ selected
bidder has failed to supply/ install/ complete :

Condition LD%*

384
Time is the essence of the Agreement
and the delivery dates are binding on
the Implementation Agency. In the
event of delay or any gross negligence
in implementation of the project
before Go-Live, for causes solely
attributable to the Implementation
Agency, in meeting the deliverables,
the Purchaser shall be entitled at its A sum of <0.5%> of the value of the
option to recover from the deliverable which suffered delay or gross
Implementation Agency as agreed, negligence for each completed week or
liquidated damages, a sum of <0.5%> part thereof subject to a limit of <10%> of
of the value of the deliverable which the total contract value.
suffered delay or gross negligence for
each completed week or part thereof
subject to a limit of <10%> of the total
contract value. This right to claim any
liquidated damages shall be without
prejudice to other rights and remedies
available to Purchaser under the
contract and law.

I. Fraction of a day in reckoning period of delay in supplies, successful


installation and completion of work shall be eliminated, if it is less than half a
day.
II. The maximum amount of liquidated damages shall be 10% of the contract
value.
III. *The percentage refers to the payment due for the associated
deliverables/items/ goods/ service.

29 Indemnifications and Limitation of Liability:

29.1. Subject to Clause 29.5 below, System Integrator (the "Indemnifying Party")
undertakes to indemnify, hold harmless PCSCL (the "Indemnified Party") from and
against all claims, liabilities, losses, expenses (including reasonable attorneys' fees),
fines, penalties, taxes or damages (Collectively “Loss”) on account of bodily injury,
death or damage to tangible personal property arising in favor of any person,
corporation or other entity (including the Indemnified Party) attributable to the

385
Indemnifying Party's negligence or wilful default in performance or non-performance
under this Agreement.
29.2. If the Indemnified Party promptly notifies Indemnifying Party in writing of a third
party claim against Indemnified Party that any Service provided by the Indemnifying
Party infringes a copyright, trade secret or patents incorporated in India of any third
party, Indemnifying Party will defend such claim at its expense and will pay any costs
or damages, that may be finally awarded against Indemnified Party.
29.3. Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of
infringement is caused by:
a. Indemnified Party’s misuse or modification of the Service;
b. Indemnified Party’s failure to use corrections or enhancements made available by the
Indemnifying Party;
c. Indemnified Party’s use of the Service in combination with any product or
information not owned or developed by Indemnifying Party;
29.4. However, if any service, information, direction, specification or materials provided by
Indemnified Party or any third party contracted to it, is or likely to be held to be
infringing, Indemnifying Party shall at its expense and option either
a. Procure the right for Indemnified Party to continue using it
b. Replace it with a non-infringing equivalent
c. Modify it to make it non-infringing
The foregoing remedies constitute Indemnified Party’s sole and exclusive remedies
and Indemnifying Party’s entire liability with respect to infringement.
29.5. The indemnities set out in Clause 29 shall be subject to the following conditions:
29.5.1. The Indemnified Party as promptly as practicable informs the Indemnifying Party
in writing of the claim or proceedings and provides all relevant evidence,
documentary or otherwise;
29.5.2. The Indemnified Party shall, at the cost of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the defence of such claim including
reasonable access to all relevant information, documentation and personnel
provided that the Indemnified Party may, at its sole cost and expense, reasonably
participate, through its attorneys or otherwise, in such defence;
29.5.3. If the Indemnifying Party does not assume full control over the defence of a claim
as provided in this Article, the Indemnifying Party may participate in such defence
at its sole cost and expense, and the Indemnified Party will have the right to defend
the claim in such manner as it may deem appropriate, and the cost and expense
of the Indemnified Party will be included in Losses;

386
29.5.4. The Indemnified Party shall not prejudice, pay or accept any proceedings or claim,
or compromise any proceedings or claim, without the written consent of the
Indemnifying Party;
29.5.5. All settlements of claims subject to indemnification under this Clause will:
i. Be entered into only with the consent of the Indemnified Party, which consent
will not be unreasonably withheld and include an unconditional release to the
Indemnified Party from the claimant or plaintiff for all liability in respect of such
claim; and
ii. Include any appropriate confidentiality agreement prohibiting disclosure of the
terms of such settlement
29.5.6. The Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favor of the Indemnified
Party which are to be paid to it in connection with any such claim or proceedings;
29.5.7. The Indemnified Party shall take steps that the Indemnifying Party may reasonably
require to mitigate or reduce its loss as a result of such a claim or proceedings;
29.5.8. In the event that the Indemnifying Party is obligated to indemnify an Indemnified
Party
29.5.9. pursuant to this Article, the Indemnifying Party will, upon payment of such
indemnity in full, be subrogated to all rights and defences of the Indemnified Party
with respect to the claims to which such indemnification relates; and
29.5.10. If a Party makes a claim under the indemnity set out under Clause 28 above in
respect of any particular Loss or Losses, then that Party shall not be entitled to
make any further claim in respect of that Loss or Losses (including any claim for
damages).
29.6. The liability of either Party (whether in contract, tort, negligence, strict liability in tort,
by statute or otherwise) for any claim in any manner related to this Agreement,
including the work, deliverables or Services covered by this Agreement, shall be the
payment of direct damages only which shall in no event exceed one time the total
contract value payable under this Agreement.
29.7. In no event shall either party be liable for any consequential, incidental, indirect,
special or punitive damage, loss or expenses (including but not limited to business
interruption, lost business, lost profits, or lost savings) nor for any third party claims
(other than those set-forth in Clause 29.1) even if it has been advised of their possible
existence.
29.8. The allocations of liability in this Clause 29 represent the agreed and bargained-for
understanding of the parties and compensation for the Services reflects such
allocations. Each Party has a duty to mitigate the damages and any amounts payable

387
under an indemnity that would otherwise be recoverable from the other Party
pursuant to this Agreement by taking appropriate and commercially reasonable
actions to reduce or limit the amount of such damages or amounts.

30 Ownership and Retention of Documents

30.1. PCSCL shall own the Documents, prepared by or for the SI arising out of or in
connection with the Contract.
30.2. Forthwith upon expiry or earlier termination of this Contract and at any other time
on demand by PCSCL, the SI shall deliver to PCSCL all documents provided by or
originating from PCSCL and all documents produced by or for the SI in the course of
performing the Services, unless otherwise directed in writing by PCSCL at no
additional cost. The SI shall not, without prior written consent of PCSCL store, copy,
distribute or retain any such documents.

31 Escrow Agreement

31.1. System Integrator shall comply with the escrow provisions below for all Bespoke
Development customized codes (including subcontractor-owned materials and other
Third Party Material incorporated in System Integrator’s Proprietary Material),
except to the extent System Integrator demonstrates to the satisfaction of PCSCL
that compliance is not permitted by the nature of System Integrator’s limited rights
in such material.
31.2. Within ninety (90) days after PCSCL’s acceptance of the Solution, the Parties shall
enter into a software escrow agreement (“Escrow Agreement”) with a reputable,
independent, third party that provides software escrow services among its principal
business offerings (“Escrow Agent”). The Escrow Agreement shall provide for the
regular deposit into escrow of all source code (including without limitation all make
files, configurationally files, data tables upon which execution is dependent, and the
like, collectively the “Source Code”), object code, and documentation with respect to
all Public Material and System Integrator’s Proprietary Material (and cumulative
updates thereof), together with (a) continually updated instructions as to the
compilation, installation, configuration, deployment, and use of the Source Code,
and (b) a list of all non-deposited third party software used in conjunction with the
Source Code to provide the full functionality of the deposited materials. In the event
of the termination or expiration of the initial Escrow Agreement or any successor
agreement, with minimal delay the Parties shall enter into a substantially equivalent

388
agreement with a successor provider of software escrow services (who shall then be
known as the “Escrow Agent”).

31.3. System Integrator will make its initial deposit of Source Code within fifteen (15) days
after the effective date of the Escrow Agreement.
31.4. System Integrator shall periodically update the escrow deposit as the Parties shall
agree in the Escrow Agreement. In addition to other usual and customary terms, the
Escrow Agreement shall provide that PCSCL shall be entitled to obtain the deposited
materials from escrow upon PCSCL’s making a proper claim for release from escrow
in the event that (c) proper written notice is given to the Escrow Agent that release
of the copy of the deposited materials is pursuant to applicable Central or PCSCL
bankruptcy, insolvency, reorganization, or liquidation statute; (d) System Integrator
files articles of dissolution (but not if System Integrator is consolidated or merged
into another entity); (e) the Contract expires or terminates for Material Breach of
System Integrator.
31.5. The release of deposited materials from escrow shall not confer upon PCSCL any right
of ownership in the deposited materials or the underlying intellectual property
embodied therein. In the event of the release of deposited materials to PCSCL from
escrow, PCSCL shall use the deposited materials solely for the benefit of PCSCL and
its constituents, consistently with the grants of license set forth in Clause 16 of this
Agreement.

31.6. The release of materials from escrow, without more, shall not cause any further
amounts to accrue as payable to System Integrator by PCSCL, and the term of PCSCL’s
possessory and usage rights with respect to the released materials shall be perpetual.
31.7. The Escrow Agreement shall provide for its automatic termination upon the earlier of
five (5) years after the expiration or termination of this Contract, or, release of all
Source Code to PCSCL and PCSCL’s subsequent confirmation of compliance with the
terms of the Escrow Agreement. System Integrator shall pay the escrow costs, as well
as all costs associated with causing its subcontractors and other third parties to abide
by the Escrow Agreement.

389
32 Information Security

32.1. The SI shall not carry any written/printed document, layout diagrams, CD, hard disk,
storage tapes, other storage devices or any other goods /material proprietary to
PCSCL into / out of any location without written permission from PCSCL.
32.2. The SI shall not destroy any unwanted documents, defective tapes/media present at
any location on their own. All such documents, tapes/media shall be handed over to
PCSCL.
32.3. All documentation and media at any location shall be properly identified, labeled and
numbered by the SI. The SI shall keep track of all such items and provide a summary
report of these items to PCSCL whenever asked for.
32.4. Access to PCSCL’s data and systems, Internet facility by the SI at any location shall be
in accordance with the written permission by PCSCL. PCSCL shall allow the SI to use
facility in a limited manner subject to availability. It is the responsibility of the SI to
prepare and equip himself in order to meet the requirements.
32.5. The SI must acknowledge that PCSCL’s business data and other PCSCL proprietary
information or materials, whether developed by PCSCL or being used by PCSCL
pursuant to a license agreement with a third party (the foregoing collectively referred
to herein as “proprietary information”) are confidential and proprietary to PCSCL;
and the SI along with its team agrees to use reasonable care to safeguard the
proprietary information and to prevent the unauthorized use or disclosure thereof,
which care shall not be less than that used by the SI to protect its own proprietary
information. The SI recognizes that the goodwill of PCSCL depends, among other
things, upon the SI keeping such proprietary information confidential and that
unauthorized disclosure of the same by the SI or its team could damage the goodwill
of PCSCL, and that by reason of the SI’s duties hereunder. the SI may come into
possession of such proprietary information, even though the SI does not take any
direct part in or furnish the services performed for the creation of said proprietary
information and shall limit access thereto to employees with a need to such access
to perform the services required by this Contract. the SI shall use such information
only for the purpose of performing the said services.
32.6. the SI shall, upon termination of this Contract for any reason, or upon demand by
PCSCL, whichever is earliest, return any and all information provided to the SI by
PCSCL, including any copies or reproductions, both hardcopy and electronic.
32.7. By virtue of this Contract, the SI’s team may have access to personal information of
PCSCL and/or a third party. PCSCL has the sole ownership of and the right to use, all
such data in perpetuity including any data or other information pertaining to the
citizens that may be in the possession of the SI team in the course of performing the
Services under the Contract.

390
33 Records of contract documents

33.1. The SI shall at all-time make and keep sufficient copies of the process manuals,
operating procedures, specifications, Contract documents and any other
documentation for the SI to fulfil his duties under the Contract.
33.2. The SI shall keep on the Site at least three copies of each and every specification and
Contract Document, in excess of his own requirement and those copies shall be
available at all times for use by PCSCL’s Representative and by any other person
authorized by PCSCL’s Representative.
34 Security and Safety
34.1. The SI shall comply with the directions issued from time to time by PCSCL and the
standards related to the security and safety, insofar as it applies to the provision of
the Services.
34.2. The SI shall upon reasonable request by PCSCL, or its nominee(s) participate in regular
meetings when safety and information technology security matters are reviewed.

35 Confidentiality
35.1. PCSCL or its nominated agencies shall allow the System Integrator to review and utilize
highly confidential public records and the System Integrator shall maintain the highest
level of secrecy, confidentiality and privacy with regard thereto.
35.2. Additionally, the System Integrator shall keep confidential all the details and
information with regard to the Project, including systems, facilities, operations,
management and maintenance of the systems/facilities.
35.3. PCSCL or its nominated agencies shall retain all rights to prevent, stop and if required
take the necessary punitive action against the System Integrator regarding any
forbidden disclosure.
35.4. The System Integrator shall ensure that all its employees, agents and sub-contractors
involved in the project, execute individual non-disclosure agreements, which have
been duly approved by PCSCL with respect to this Project.
35.5. For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall
not apply to the following information:
35.5.1. Information already available in the public domain;
35.5.2. Information which has been developed independently by the System Integrator;
35.5.3. Information which has been received from a third party who had the right to
disclose the aforesaid information;
35.5.4. Information which has been disclosed to the public pursuant to a court order
35.6. To the extent the System Integrator shares its confidential or proprietary information
with PCSCL for effective performance of the Services, the provisions of the Clause 35.1
to 35.3 shall apply mutatis mutandis on PCSCL or its nominated agencies

391
35.7. Any handover of the confidential information needs to be maintained in a list, both by
PCSCL
The SI, containing at the very minimum, the name of provider, recipient, date of
generation of the data, date of handing over of data, mode of information, purpose
and signatures of both parties.
35.8. Notwithstanding anything to the contrary mentioned hereinabove, the System
Integrator shall have the right to share the Letter of Intent / work order provided to it
by PCSCL in relation to this Agreement, with its prospective PCSCLs solely for the
purpose of and with the intent to evidence and support its work experience under this
Agreement.

36 Events of Default by the SI

The failure on the part of the SI to perform any of its obligations or comply with any of the
terms of this Contract shall constitute an Event of Default on the part of the SI. The events
of default are but not limited to:
36.1. The SI Team has failed to perform any instructions or directives issued by PCSCL
which it deems proper and necessary to execute the scope of work or provide
services under the Contract, or
36.2. The SI Team has failed to confirm / adhere to any of the key performance indicators
as laid down in the Key Performance Measures / Service Levels, or if the SI has fallen
short of matching such standards / benchmarks / targets as PCSCL may have
designated with respect to the system or any goods, task or service, necessary for
the execution of the scope of work and performance of services under this Contract.
The above mentioned failure on the part of the SI may be in terms of failure to adhere
to performance, quality, timelines, specifications, requirements or any other criteria
as defined by PCSCL;
36.3. the SI has failed to remedy a defect or failure to perform its obligations in accordance
with the specifications issued by PCSCL, despite being served with a default notice
which laid down the specific deviance on the part of the SI/ the SI’s Team to comply
with any stipulations or standards as laid down by PCSCL; or
36.4. The SI/ The SI’s Team has failed to adhere to any amended direction, instruction,
modification or clarification as issued by PCSCL during the term of this Contract and
which PCSCL deems proper and necessary for the execution of the scope of work
under this Contract
36.5. The SI/ The SI’s Team has failed to demonstrate or sustain any representation or
warranty made by it in this Contract, with respect to any of the terms of its Bid, the
RFP and this Contract

392
36.6. There is a proceeding for bankruptcy, insolvency, winding up or there is an
appointment of receiver, liquidator, assignee, or similar official against or in relation
to the SI.
36.7. The SI Team has failed to comply with or is in breach or contravention of any applicable
laws.
36.8. Where there has been an occurrence of such defaults inter alia as stated above,
PCSCL shall issue a notice of default to the SI, setting out specific defaults / deviances
/ omissions / non-compliances / non-performances and providing a notice of thirty
(30) days to enable such defaulting party to remedy the default committed.
36.9. Where despite the issuance of a default notice to the SI by PCSCL, the SI fails to
remedy the default to the satisfaction of PCSCL, PCSCL may, where it deems fit, issue
to the defaulting party another default notice or proceed to contract termination.

37 Termination
PCSCL may, terminate this Contract in whole or in part by giving the SI a prior 30 days written
notice, indicating its intention to terminate the Contract under the following circumstances:
37.1. Where PCSCL is of the opinion that there has been such Event of Default on the part
of the SI / the SI’s Team which would make it proper and necessary to terminate this
Contract and may include failure on the part of the SI to respect any of its
commitments with regard to any part of its obligations under its Bid, the RFP or under
this Contract.
37.2. Where it comes to PCSCL’s attention that the SI (or the SI’s Team) is in a position of
actual conflict of interest with the interests of PCSCL, in relation to any of terms of
the SI’s Bid, the RFP or this Contract.
37.3. Where the SI’s 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 SI, any failure by the SI to pay any of its dues to
its creditors, the institution of any winding up proceedings against the SI or the
happening of any such events that are adverse to the commercial viability of the SI.
In the event of the happening of any events of the above nature, PCSCL shall reserve
the right to take any steps as may necessary, to ensure the effective transition of the
sites, pilot site to a successor agency, and to ensure business continuity
37.4. Termination for Insolvency: PCSCL may at any time terminate the Contract by giving
written notice to the SI, without compensation to the SI, if the SI becomes bankrupt
or otherwise insolvent, provided that such termination shall not prejudice or affect
any right of action or remedy which has accrued or shall accrue thereafter to PCSCL.

393
37.5. The SI may, subject to approval by PCSCL, terminate this Contract before the expiry of
the term by giving PCSCL a prior and written notice at least three (3) months in advance
indicating its intention to terminate the Contract.
37.6. Termination for Material Breach
I. In the event that either Party believes that the other Party is in Material Breach of
its obligations under this Agreement, such aggrieved Party may terminate this
Agreement upon giving a one month’s notice for curing the Material Breach to the
other Party. In case the Material Breach continues, after the notice period, PCSCL
or System Integrator, as the case may be will have the option to terminate the
Agreement.
II. Any notice served pursuant to this Clause shall give reasonable details of the
Material Breach, which could include the following events and the termination will
become effective:
a. If the System Integrator is not able to deliver the services as per the SLAs
defined in RFP which translates into Material Breach, then PCSCL may serve a
thirty (30) days written notice for curing this Material Breach. In case the
Material Breach continues, after the expiry of such notice period, PCSCL will
have the option to terminate this Agreement. Further, PCSCL may after
affording a reasonable opportunity to the System Integrator to explain the
circumstances leading to such a breach.
b. If there is a Material Breach by PCSCL or its nominated agencies which results
in not providing support for effecting data migration or not providing the
certification of User Acceptance then the System Integrator will give a one
month’s notice for curing the Material Breach to PCSCL. After the expiry of such
notice period, the System Integrator will have the option to terminate the
Agreement.
III. PCSCL may by giving a one month’s written notice, terminate this Agreement if a
change of control of the the SI has taken place. For the purposes of this Clause, in
the case of the the SI, change of control shall mean the events stated in Clause
12.28, and such notice shall become effective at the end of the notice period as set
out in Clause 12.28.
IV. In the event that the SI undergoes such a change of control, PCSCL may, as an
alternative to termination, require a full Performance Guarantee for the obligations
of the SI by a guarantor acceptable to PCSCL or its nominated agencies. If such a
guarantee is not furnished within thirty (30) days of PCSCL’s demand, PCSCL may
exercise its right to terminate this Agreement in accordance with this Clause by
giving fifteen (15) days further written notice to the the SI.
V. The termination provisions set out in this Clause shall apply mutatis mutandis to the SLA

394
37.7. Termination for Convenience
I. PCSCL may at any time terminate the Contract for any reason by giving the the SI a
notice of 30 days cure period for termination that refers to this clause.
II. Upon receipt of the notice of termination under this clause, the the SI shall either
as soon as reasonably practical or upon the date specified in the notice of
termination:
a) cease all further work, except for such work as PCSCL may specify in the
notice of termination for the sole purpose of protecting that part of the
System already executed, or any work required to leave the site in a clean
and safe condition;
b) terminate all subcontracts, except those to be assigned to PCSCL pursuant
to Clause 37.7 (ii) (d) (ii) below;
c) remove all the SI’s Equipment from the site, repatriate the the SI’s and its
Subcontractors’ personnel from the site, remove from the site any
wreckage, rubbish, and debris of any kind;
d) in addition, the the SI shall:
i. Deliver to PCSCL the parts of the System executed by the the SI up to
the date of termination;
ii. To the extent legally possible, assign to PCSCL all right, title, and benefit
of the the SI to the System, or Subsystem, as at the date of termination,
and, as may be required by PCSCL, in any subcontracts concluded
between the the SI and its Subcontractors;
iii. Deliver to PCSCL all non-proprietary drawings, specifications, and other
documents prepared by the the SI or its Subcontractors as of the date
of termination in connection with the System.

37.8. Termination of this Agreement due to bankruptcy of the SI


PCSCL may serve written notice on System Integrator at any time to terminate this
Agreement with immediate effect in the event that the System Integrator reporting an
apprehension of bankruptcy to PCSCL or its nominated agencies.

38 Effects of Termination
I. In the event that PCSCL terminates this Agreement pursuant to failure on the part of
the System Integrator to comply with the conditions as contained in this Clause and
depending on the event of default, Performance Guarantee furnished by System
Integrator may be forfeited.
II. Upon termination of this Agreement, the Parties will comply with the Exit
Management section set out in Clause 26 of this Agreement.

395
III. In the event that PCSCL or the System Integrator terminates this Agreement, the
compensation will be decided in accordance with the Terms of Payment Schedule set
out as Payment Schedule section of this Agreement.

IV. PCSCL agrees to pay System Integrator for


a. all charges for Services System Integrator provides and any Deliverables
and/or system (or part thereof) System Integrator delivers through
termination and any charges at the tendered rate, for extension period
beyond termination as decided by the Nodal Agency, and
b. reimbursable expenses System Integrator incurs through termination.
V. If PCSCL terminates without cause, PCSCL also agrees to pay any applicable
adjustment expenses to System Integrator incurs as a result of such termination
(which System Integrator will take reasonable steps to mitigate.
VI. In the event of termination of the Contract under clause 37.7, PCSCL shall pay to the
the SI the following amounts:
a. The Contract Price, properly attributable to the parts of the System executed
by the the SI as of the date of termination;
b. The costs reasonably incurred by the the SI in the removal of the the SI’s
Equipment from the
c. Site and in the repatriation of the personnel of the SI and its Subcontractors;
d. Any amount to be paid by the SI to its Subcontractors in connection with the
termination of any subcontracts, including any cancellation charges;
e. Costs incurred by the SI in protecting the System and leaving the site in a clean
and safe condition pursuant to clause 37.7; and
f. The cost of satisfying all other obligations, commitments, and claims that the
SI may in good faith have undertaken with third parties in connection with the
Contract and that are not covered by clause 38 (iv) above.

39 Change Control Note (CCN)

39.1. This applies to and describes the procedure to be followed in the event of any
proposed change to contract, site Implementation, and Service levels. Such change
shall include, but shall not be limited to, changes in the scope of services or products
provided by the SI and changes to the terms of payment.
39.2. Change requests in respect of the contract, the site implementation, or the Service
levels shall emanate from the Parties' representative who shall be responsible for
obtaining approval for the change and who shall act as its sponsor throughout the
Change Control Process and shall complete Part A of the CCN (Annex I of this

396
Agreement). CCNs shall be presented to the other Party's representative who shall
acknowledge receipt by signature of the authorized representative of PCSCL.
39.3. The SI and PCSCL while preparing the CCN, shall consider the change in the context
of whether the change is beyond the scope of Services including ancillary and
concomitant services required
39.4. The CCN shall be applicable for the items which are beyond the stated/implied scope
of work as per the RFP document.
39.5. Additional payment due to change in location shall be considered only in those cases
where any such change has been made after approval, by PCSCL, of the detailed
locations plan prepared by the the SI based on actual ground survey and such change
results in additional material and or efforts/labour cost.
39.6. Quotation
39.6.1. The SI shall assess the CCN and complete Part B of the CCN. In completing Part B of
the
CCN, the SI shall provide as a minimum:
o a description of the change;
o a list of deliverables required for implementing the change;
o a timetable for implementation;
o an estimate of any proposed change;
o any relevant acceptance criteria;
o an assessment of the value of the proposed change;
o material evidence to prove that the proposed change is not already covered
o within the scope of the RFP, Contract and Service Levels.
39.6.2. Prior to submission of the completed CCN to PCSCL or its nominated agencies,
the SI shall undertake its own internal review of the proposal and obtain all
necessary internal approvals. As a part of this internal review process, the SI
shall consider the materiality of the proposed change in the context of the
Contract, the sites, Service levels affected by the change and the total effect
that may arise from implementation of the change.
39.6.3. Each Party shall be responsible for its own costs incurred in the quotation,
preparation of CCNs and in the completion of its obligations described in this
process provided the SI meets the obligations as set in the CCN. In the event
the SI is unable to meet the obligations as defined in the CCN then the cost of
getting it done by third party shall be borne by the SI. Change requests and
CCNs shall be reported monthly to each Party's representative who shall
prioritize and review progress.

40 Project Implementation Timelines, Deliverables and Payment Terms

397
As per RFP Volume II or subsequent corrigendum/addendums

40.1. Project Deliverables, Milestones and Timelines

As per RFP Volume II or subsequent corrigendum/addendums

40.2. Payment Terms and Schedule

As per RFP Volume II or subsequent corrigendum/addendums

41 Miscellaneous

41.1 Personnel

a. The personnel assigned by System Integrator to perform the Services shall be


employees of System Integrator or its subcontractor(s), and under no circumstances
shall such personnel be considered employees of PCSCL or its nominated agencies.
The System Integrator shall have the sole responsibility for the supervision and
control of the personnel deployed in the Project and for payment of such personnel’s
compensation, including salary, withholding of income taxes and social security
taxes, worker’s compensation, employee and disability benefits and the like and shall
be responsible for all obligations of an employer subject to Applicable Law.
b. The System Integrator shall use its best efforts to ensure that sufficient System
Integrator personnel are assigned to perform the Services and that such personnel
have appropriate qualifications to perform the Services. After discussion with System
Integrator, PCSCL or its nominated agencies shall have the right to require the
removal or replacement of any System Integrator personnel performing work under
this Agreement based on bonafide reasons. In the event that PCSCL or its nominated
agencies requests that any System Integrator personnel be replaced, the substitution
of such personnel shall be accomplished pursuant to a mutually agreed upon
schedule.
c. In the event that PCSCL and System Integrator identify any personnel of System
Integrator as “Key Personnel”, then the System Integrator shall not remove such
personnel from the Project without the prior written consent of PCSCL or its
nominated agencies unless such removal is the result of an unavoidable circumstance
including but not limited to resignation, termination, medical leave, etc.
d. Except as stated in this Clause, nothing in this Agreement or the SLA will limit the
ability of System Integrator to freely assign or reassign its employees; provided that
System Integrator shall be responsible, at its expense, for transferring all appropriate
knowledge from personnel being replaced to their replacements. PCSCL or its

398
nominated agencies shall have the right to review and approve System Integrator’s
plan for any such knowledge transfer. System Integrator shall maintain the same or
higher standards for skills and professionalism among replacement personnel as in
personnel being replaced.
e. Each Party shall be responsible for the performance of all its obligations under this
Agreement or the SLA as the case may be and shall be liable for the acts and omissions
of its employees and agents in connection therewith.
f. Neither Party will solicit for employment or knowingly hire an employee of the other
Party with whom such Party has contact pursuant to project engagements under this
Agreement. This restriction shall not apply to employees of either Party responding
to advertisements in job fairs or news media circulated to the general public.

41.2. Independent Contractor

Nothing in this Agreement or the SLA shall be construed as establishing or implying any
partnership or joint venture between the Parties to this Agreement or the SLA and, except
as expressly stated in this Agreement or the SLA, nothing in this Agreement or the SLA shall
be deemed to constitute any Parties as the agent of any other Party or authorizes either
Party to:

a) Incur any expenses on behalf of the other Party;


b) Enter into any engagement or make any representation or warranty on behalf of the
other Party;
c) Pledge the credit of or otherwise bind or oblige the other Party; or
d) Commit the other Party in any way whatsoever without in each case obtaining the
other Party’s prior written consent

41.3. Sub-contractors

System Integrator shall not subcontract any work related to Design, Development, Supply,
Installation, Implementation and Operation & Maintenance of ICT led smart city solutions
without PCSCL’s prior written consent. However the System Integrator shall provide the list
of all the other services planned to be sub contracted, within fifteen (15) days of signing the
Agreement. It is clarified that the System Integrator shall be the principal employer for all
claims arising from the liabilities statutory or otherwise, concerning the sub-contractors. The
System Integrator undertakes to indemnify PCSCL or its nominated agencies from any claims
on the grounds stated hereinabove.

41.4. Assignment

399
a) All terms and provisions of this Agreement shall be binding on and shall inure to the
benefit of PCSCL and their respective successors and permitted assigns
b) The System Integrator shall not be permitted to assign its rights and obligations under
this Agreement to any third party
c) PCSCL may assign or novate all or any part of this Agreement and
Schedules/Annexures, and the System Integrator shall be a party to such novation,
to any third party contracted to provide outsourced services to PCSCL or any of its
nominees

41.5. Trademarks, Publicity

Neither Party may use the trademarks of the other Party without the prior written consent
of the other Party except that System Integrator may, upon completion, use the Project as a
reference for credential purpose. Except as required by law or the rules and regulations of
each stock exchange upon which the securities of one of the Parties is listed, neither Party
shall publish or permit to be published either along or in conjunction with any other person
any press release, information, article, photograph, illustration or any other material of
whatever kind relating to this Agreement, the SLA or the business of the Parties without prior
reference to and approval in writing from the other Party, such approval not to be
unreasonably withheld or delayed provided however that System Integrator may include
PCSCL or its client lists for reference to third parties subject to the prior written consent of
PCSCL not to be unreasonably withheld or delayed. Such approval shall apply to each specific
case and relate only to that case.

41.6. Notices

a) Any notice or other document which may be given by either Party under this
Agreement or under the SLA shall be given in writing in person or by pre-paid
recorded delivery post, email or by facsimile transmission
b) In relation to a notice given under this Agreement, any such notice or other
document shall be addressed to the other Party’s principal or registered office
address as set out below:

a. PCSCL Address: Pimpri Chinchwad Municipal Corporation, Mumbai-Pune


Road, Pimpri,
a. Pune-411018
b. Tel: +91-020-27425511/12/13/14/67333333
c. Fax:
d. Email: smartcity@pcmcindia.gov.in

400
e. System Integrator:
f. Tel:
g. Fax:
h. Email:
i. Contact:

c) In relation to a notice given under the MSA / SLA, a Party shall specify the Parties’
address for service of notices, any such notice to be copied to the Parties at the
addresses set out in this Clause
d) Any such notice or other document shall be deemed to have been given to the other
Party (or, if relevant, its relevant associated company) when delivered (if delivered
in person) if delivered between the hours of 9.00 am and 5.00 pm at the address of
the other Party set forth above or if sent by fax, provided the copy fax is accompanied
by a confirmation of transmission, or on the next working day thereafter if delivered
outside such hours, and seven (7) days from the date of posting (if by letter)
e) Either Party to this Agreement or to the SLA may change its address, telephone
number, facsimile number and nominated contact for notification purposes by giving
the other reasonable prior written notice of the new information and its effective
date

41.7. Variations and Further Assurance


a) No amendment, variation or other change to this Agreement or the SLA shall be valid
unless authorized in accordance with the change control procedure as set out in the
Change Control Schedule set out in Annex II of this Agreement. Such amendment
shall be made in writing and signed by the duly authorized representatives of the
Parties to this Agreement or the SLA.
b) Each Party to this Agreement or the SLA agrees to enter into or execute, without
limitation, whatever other agreement, document, consent and waiver and to do all
other things which shall or may be reasonably required to complete and deliver the
obligations set out in this Agreement or the SLA.

41.8. Severability and Waiver

a) If any provision of this Agreement or the SLA, or any part thereof, shall be found by
any court or administrative body of competent jurisdiction to be illegal, invalid or
unenforceable the illegality, invalidity or unenforceability of such provision or part
provision shall not affect the other provisions of this Agreement or the SLA or the
remainder of the provisions in question which shall remain in full force and effect.
The relevant Parties shall negotiate in good faith in order to agree to substitute for

401
any illegal, invalid or unenforceable provision a valid and enforceable provision which
achieves to the greatest extent possible the economic, legal and commercial
objectives of the illegal, invalid or unenforceable provision or part provision.
b) No failure to exercise or enforce and no delay in exercising or enforcing on the part
of either Party to this Agreement or the SLA of any right, remedy or provision of this
Agreement or the SLA shall operate as a waiver of such right, remedy or provision in
any future application nor shall any single or partial exercise or enforcement of any
right, remedy or provision preclude any other or further exercise or enforcement of
such right, remedy or provision or the exercise or enforcement of any other right,
remedy or provision.

41.9. Compliance with Applicable Law


Each Party to this Agreement accepts that its individual conduct shall (to the extent
applicable to its business like the Implementation Agency as an information
technology service provider) at all times comply with all laws, rules and regulations
of government and other bodies having jurisdiction over the area in which the
Services are undertaken provided that changes in such laws, rules and regulations
which result in a change to the Services shall be dealt with in accordance with the
Change Control Schedule set out in Annex II of this Agreement.
41.10. Professional Fees

All expenses incurred by or on behalf of each Party to this Agreement and the SLA,
including all fees of agents, legal advisors, accountants and actuaries employed by
either of the Parties in connection with the negotiation, preparation and execution
of this Agreement or the SLA shall be borne solely by the Party which incurred them.
41.11. Ethics
The System Integrator represents, warrants and covenants that it has given no
commitments, payments, gifts, kickbacks, lavish or expensive entertainment, or
other things of value to any employee or agent of PCSCL or its nominated agencies in
connection with this agreement and acknowledges that the giving of any such
payment, gifts, entertainment, or other things of value is strictly in violation of PCSCL
standard policies and may result in cancellation of this Agreement, or the SLA.
41.12. Entire Agreement
This Agreement and the SLA with all schedules & annexures appended thereto and
the contents and specifications of the RFP constitute the entire agreement between
the Parties with respect to their subject matter, and as to all other representations,
understandings or agreements which are not fully expressed herein, provided that

402
nothing in this Clause shall be interpreted so as to exclude any liability in respect of
fraudulent misrepresentation.
41.13. Amendment
Any amendment to this Agreement shall be made in accordance with the Change Control
Schedule set out in Annex II of this Agreement by mutual written consent of all the Parties.

C. SERVICE LEVELS

As per RFP Volume II

42 Reporting Procedures

42.1. The SI representative shall prepare and distribute Service level performance reports
in a mutually agreed format by the 5th working day of subsequent month. The
reports shall include “actual versus target” Service Level Performance, a variance
analysis and discussion of appropriate issues or significant events. Performance
reports shall be distributed to PCSCL management personnel as directed by PCSCL.
42.2. Also, the SI may be required to get the Service Level performance report audited by
a third-party Auditor appointed by PCSCL.

43 Issue Management Procedures

43.1. General
This process provides an appropriate management structure for the orderly
consideration and resolution of business and operational issues in the event that quick
consensus is not reached between PCSCL and the SI.

Implementing such a process at the beginning of the outsourcing engagement


significantly improves the probability of successful issue resolution. It is expected that
this pre-defined process shall only be used on an exception basis if issues are not
resolved at lower management levels.

43.2. Issue Management Process

43.2.1. Either PCSCL or the SI may raise an issue by documenting the business or
technical problem, which presents a reasonably objective summary of both
points of view and identifies specific points of disagreement with possible
solutions.

403
43.2.2. PCSCL and the the SI will determine which committee or executive level shall
logically be involved in resolution
43.2.3. A meeting or a conference call will be conducted to resolve the issue in a timely
manner. The documented issues will be distributed to the participants at least
24 hours priors to the discussion, if the issue is not an emergency requiring
immediate attention.
43.2.4. PCSCL and the the SI shall develop an interim solution, if required, and
subsequently the permanent solution for the issue at hand. The the SI will then
communicate the resolution to all the interested parties.
43.2.5. Any unresolved issues shall first be referred in writing to the Project Monitoring
Committee. If the Project Monitoring Committee is unable to resolve the issue
referred to them within fifteen (15) days, the same shall be referred to Project
Steering Committee.

44 Service Level Change Control

44.1. General

It is acknowledged that these Service levels may change as PCSCL’s business needs
evolve over the course of the contract period. As such, this document also defines
the following management procedures:
a. A process for negotiating changes to the Service Levels
b. An issue management process for documenting and resolving particularly
c. difficult
PCSCL
an issue
issues.
and
management.
this
both theEither
is not
Contract
parties. SI management
being
Any
shall resolved
changes
be requested,
party can escalation
tointhe ofprocess
a documented
timely
levels manner byto
service
and belowest
the usedduring
provided
negotiatedinpossible
inthe event
the
good that
level
term
faith of
by
request a change.
44.2. Service Level Change Process: The parties may amend Service Level by mutual
agreement in accordance. Changes can be proposed by either party .Unresolved
issues shall also be addressed. the SI’s representative shall maintain and distribute
current copies of the Service Level document as directed by PCSCL. Additional copies
of the current Service Levels shall be available at all times to authorized parties.
44.3. Version Control / Release Management: All negotiated changes shall require changing
the version control number. As appropriate, minor changes may be accumulated for
periodic release or for release when a critical threshold of change has occurred.

45 Governance Law and Dispute Resolution

45.1. This Agreement shall be governed by and construed in accordance with the laws of
India, without giving effect to conflict of law rules. The parties expressly agree to

404
exclude the application of the U.N. Convention on Contracts for the International Sale
of Goods (1980) to this Agreement and the performance of the parties contemplated
under this Agreement, to the extent that such convention might otherwise be
applicable.
45.2. Any dispute arising out of or in connection with this Agreement or the SLA shall in the
first instance be dealt with in accordance with the escalation procedure as set out in
the Governance Schedule set out in Annex IV of this Agreement.
45.3. In case the escalations do not help in resolution of the problem within 3 weeks of
escalation,both the parties shall agree on a mediator for communication between
the two parties.
45.4. The process of the mediation would be as follows:
45.4.1. Aggrieved party shall refer the dispute to the identified mediator in writing,
with a copy to the other party. Such a reference shall contain a description of
the nature of the dispute, the quantum in dispute (if any) and the relief or
remedy sought suitable.
45.4.2. The mediator shall use his best endeavors to conclude the mediation within
a certain number of days of his appointment.
45.4.3. If no resolution can be reached through mutual discussion or mediation within
thirty(30) days then the matter shall be referred to Experts for advising on the issue.
45.5. In case the mediation does not help in resolution and it requires expertise to
understand an issue, a neutral panel of 3 experts, agreeable to both parties shall be
constituted. The process of the expert advisory would be as follows:
45.5.1. Aggrieved party shall write to the other party on the failure of previous
alternate dispute resolution processes within the timeframe and requesting
for expert advisory. This is to be sent with a copy to the mediator.
45.5.2. Both parties shall thereafter agree on the panel of experts who are well
conversant with the issue under dispute
45.5.3. The expert panel shall use his best endeavors to provide a neutral position on
the issue.
45.5.4. If no resolution can be reached through the above means within thirty (30)
days then the matter shall be referred to Arbitration.
45.6. Compliance with laws: Each party will comply with all applicable export and import
laws and regulations.
45.7. Risk of Loss: For each hardware item, System Integrator bears the risk of loss or
damage up to the time it is delivered to the Implementation/PCSCL - designated
carrier for shipment to PCSCL or PCSCL’s designated location.
45.8. Third party components: System Integrator will provide all third party components
solely on a pass-through basis in accordance with the relevant third party terms and
conditions.

405
46 Jurisdiction

In the event of dispute, Pune District Courts shall have the exclusive jurisdiction.

IN WITNESS WHEREOF the Parties have by duly authorized


Representatives set their respective hands and seal on the date first above
Written in the presence of:
WITNESSES:
Signed by:
(Name and designation) For and on behalf of
PCSCL (FIRST PARTY)

Signed by:
(Name and designation)
SYSTEM INTEGRATOR
(SECOND PARTY)

(Name and designation) For and on behalf of System


Integrator Signed by:

406
Proforma A – Detailed Price Schedule

As per submitted and accepted Commercials

407
ANNEXURES

Annex I: Change Control Note

Change Control Note CCN Number:


Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change

(To include reason for change and appropriate details/specifications. Identify


any attachments as A1, A2 and A3 etc.)

Authorized by PCSCL Date:

Name:

Signature:

Received by the Date:


Bidder
Name:

Signature:

Change Control Note CCN Number:


Part B : Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, payment terms, payment profile, documentation, training,
service levels and component working arrangements and any other contractual
issue.
Brief Description of Solution:
Impact:
Deliverables:
Timetable:

408
Charges for Implementation:
(including a schedule of payments)

Other Relevant Information:


(including value-added and acceptance criteria)

Authorized by the Date:


Bidder
Name:

Signature:

Change Control Note CCN Number :


Part C : Authority to Proceed
Implementation of this CCN as
submitted in Part A, in
accordance with Part B is: (tick
as appropriate)
Approved

Rejected

Requires Further Information


(as follows, or as Attachment 1
etc.)
For PCSCL and its nominated
For the SI
agencies

Signature Signature

Name Name
Title Title
Date Date

409
47 Annex II: Change Control Schedule

This Schedule describes the procedure to be followed in the event of any proposed change to the
Master Service Agreement (“MSA”), Project Implementation Phase, SLA and Scope of Work and
Functional Requirement Specifications. Such change shall include, but shall not be limited to, changes
in the scope of services provided by the System Integrator and changes to the terms of payment as
stated in the Terms of Payment Schedule.

PCSCL and the SI recognize that frequent change is an inevitable part of delivering services and that a
significant element of this change can be accomplished by re-organizing processes and responsibilities
without a material effect on the cost. The SI will endeavor, wherever reasonably practicable, to effect
change without an increase in the terms of payment as stated in the Terms of Payment Schedule and
PCSCL or its nominated agencies will work with the System Integrator to ensure that all changes are
discussed and managed in a constructive manner. This Change Control Schedule sets out the
provisions, which will apply to all the changes to this agreement and other documents except for the
changes in SLAs for which a separate process has been laid out in the SLA.

This Change Control Schedule sets out the provisions, which will apply to changes to the MSA.

CHANGE MANAGEMENT PROCESS

a) CHANGE CONTROL NOTE ("CCN")

a. Change requests in respect of the MSA, the Project Implementation, the operation, the
SLA or Scope of work and Functional Requirement specifications will emanate from the
Parties' respective Project Manager who will be responsible for obtaining approval for the
change and who will act as its sponsor throughout the Change Control Process and will
complete Part A of the CCN attached as Annex I hereto. CCNs will be presented to the
other Party's Project Manager who will acknowledge receipt by signature of the CCN.
b. The SI and PCSCL or its nominated agencies, during the Project Implementation Phase and
PCSCL or its nominated agencies during the Operations and Management Phase and while
preparing the CCN, shall consider the change in the context of the following parameter,
namely whether the change is beyond the scope of Services including ancillary and
concomitant services required and as detailed in the RFP and is suggested and applicable
only after the testing, commissioning and certification of the Pilot Phase and the Project
Implementation Phase as set out in this Agreement.
c. It is hereby also clarified that any change of request suggested beyond 25% of the value
of this Project will be beyond the scope of the change control process and will be
considered as the subject matter for a separate bid process and a separate contract. It is
hereby clarified that the 25% of the value of the Project as stated in herein above is

410
calculated on the basis of bid value submitted by the System Integrator and accepted by
PCSCL or its nominated agencies or as decided and approved by PCSCL or it Nominated
Agencies. For arriving at the cost / rate for change upto 25% of the project value, the
payment terms and relevant rates as specified in Annex III shall apply.

b) Quotation

a. The SI shall assess the CCN and complete Part B of the CCN, in completing the Part B of
the CCN the SI shall provide as a minimum:
a) a description of the change
b) a list of deliverables required for implementing the change;
c) a time table for implementation;
d) an estimate of any proposed change
e) any relevant acceptance criteria
f) an assessment of the value of the proposed change;
g) material evidence to prove that the proposed change is not already
covered within the Agreement and the scope of work
b. Prior to submission of the completed CCN to PCSCL, or its nominated agencies, the Service
Provider will undertake its own internal review of the proposal and obtain all necessary
internal approvals.
c. As a part of this internal review process, the SI shall consider the materiality of the
proposed change in the context of the MSA and the Project Implementation affected by
the change and the total effect that may arise from implementation of the change

c) Costs

Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs and
in the completion of its obligations described in this process provided the SI meets the obligations as
set in the CCN. In case of recertification due to proposed changes, required cost will be borne by the
party that initiated the change. In the event the SI is unable to meet the obligations as defined in the
CCN then the cost of getting it done by third party will be borne by the SII.

d) Obligations

The SI shall be obliged to implement any proposed changes once approval in accordance with above
provisions has been given, with effect from the date agreed for implementation and within an agreed
timeframe. The SI will not be obligated to work on a change until the parties agree in writing upon its
scope, price and/or schedule impact. The cost associated with any hardware/goods/License for COTS
product shall not exceed the price quoted in the bidder’s proposal. Any costs associated with changes

411
to Software specifications which cannot be arrived at on the basis of the SI’s proposal shall be mutually
agreed to between the SI and PCSCL.

412
48 Annex III: Form of Agreement

THIS Agreement made the ………….date of………….2018, between……………. (hereinafter……. referred


to as
the “SI”) of the one part and ………………… (hereinafter called the “PCSCL”) of the other part.

WHEREAS the SI has the required professional skills, personnel and technical resources, has agreed
to provide the Services on the terms and conditions set forth in this Contract and is about to
perform services as specified in this RFP …………………..(hereinafter called “works” ) mentioned,
enumerated or referred to in certain Contract conditions, specification, scope of work, other
Sections of the RFP, covering letter and schedule of prices which, for the purpose of identification,
have been signed by ………………. on behalf of the ………….. SI and ……….( PCSCL) on behalf of PCSCL
and all of which are deemed to form part of the Contract as though separately set out herein and
are included in the expression “Contract” whenever herein used.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows:


a. PCSCL has accepted the tender of the SI for the provision and execution of the said works for
the sum of
……………………………..upon the terms laid out in this RFP.
b. The SI hereby agrees to provide Services to PCSCL, conforming to the specified Service Levels
and conditions mentioned
c. The following documents attached hereto shall be deemed to form an integral part of this
Agreement:

Volumes I, II and III of the RFP and


Complete Request for Proposal (RFP) Document
corrigendum and addendum, if any
Break-up of cost components Selected Bidder’s Commercial bid

d. The mutual rights and obligations of the “PCSCL” and the SI shall be as set forth in the
Agreement, in particular:
• The SI shall carry out and complete the Services in accordance with the provisions of
the Agreement; and
• “PCSCL” shall make payments to the SI in accordance with the provisions of the
Agreement.

NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that
is to say, in consideration of the payments to be made to the SI by PCSCL as hereinafter mentioned,

413
the SI shall deliver the services for the said works and shall do and perform all other works and
things in the Contract mentioned or described or which are implied there from or there in
respectively or may be reasonably necessary for the completion of the said works within and at
the times and in the manner and subject to the terms, conditions and stipulations mentioned in
the said Contract.

AND in consideration of services and milestones, PCSCL shall pay to the SI the said sum of
……………………or
such other sums as may become payable to the SI under the provisions of this Contract, such
payments to be made at such time and in such manner as is provided by the Contract.

IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates
respectively mentioned against the signature of each.

Signed Signed
:
Name : _________________ Name ____________
:
Designation : _________________ Designation ____________

Date : Date :

Place : Place :

in the presence of : in the presence of :

Signed Signed
:
Name : _________________ Name ____________
Designatio Designatio :
n : _________________ n ____________
Date : Date :
Place : Place :

414
49 Annex IV: Governance Schedule

Purpose:

The purpose of this Schedule is to:

i. establish and maintain the formal and informal processes for managing the
relationship between PCSCL and the System Integrator (including the outputs from
other Schedules to this Agreement;
ii. define the principles that both Parties wish to follow to ensure the delivery of the
Services;
iii. ensure the continued alignment of the interests of the Parties;
iv. ensure that the relationship is maintained at the correct level within each Party;
v. create the flexibility to revise and maintain the relationship and this Agreement during
the Term;
vi. set out the procedure for escalating disagreements; and
vii. enable contract administration and performance management

Governance Structure:

i. Project Managers: The relationship under this Agreement will be managed by the
Project Managers appointed by each Party, who will provide the interface between
the executive management of the respective Parties.
ii. Project Implementation Unit (PIU): Within seven (7) days following the Effective Date,
PCSCL or its nominated agencies and the System Integrator shall each appoint a Project
Manager.
iii. In the event that either Party wishes to substitute its Project Manager, it will do so in
a manner in which the original appointment is made and notify the other Party of such
substitution as soon as reasonably practicable but at the latest within seven (7) days
of the substitution.
iv. The Project Managers shall have responsibility for maintaining the interface and
communication between the Parties.
v. The PIU will meet formally on a weekly/fortnightly / monthly / quarterly, as required,
basis at a time and location to be agreed between them. These meetings will cover, as
a minimum, the following agenda items: (i) consideration of Quarterly Performance
Reports; (ii) consideration of matters arising out of the Change Control Schedule; (iii)
issues escalated in accordance with the escalation procedure as set out in the
Governance Schedule; (iv) matters to be brought before the PIU in accordance with
the MSA and the Schedules; (v) any matter brought before the PIU by the System

415
Integrator under this Article; and (vi) any other issue which either Party wishes to add
to the agenda.
vi. In the event that there is any material factor which affects the delivery of the Services
or the terms of payment as stated in the Terms of Payment Schedule, the Parties agree
to discuss in the PIU any appropriate amendment to the Agreement or any Service
Level Agreements or Statement of Works including any variation to the terms of
payment as stated in the Terms of Payment Schedule. Any variation so agreed shall be
implemented through the change control procedure as set out in the Change Control
Schedule.

Governance Procedures:

i. The System Integrator shall document the agreed structures in a procedures manual.
ii. The agenda for each meeting of the PIU shall be set to reflect the discussion items referred
to above and extraordinary items may be added either with the agreement of the Parties
or at the request of either Party. Copies of the agenda for meetings of the PIU, along with
relevant pre-reading material, shall be distributed at least one week in advance of the
relevant meeting.
iii. All meetings and proceedings will be documented such documents to be distributed to the
Parties and copies shall be kept as a record. All actions, responsibilities and accountabilities
arising out of any meeting shall be tracked and managed.
iv. The Parties shall ensure as far as reasonably practicable that the PIU shall resolve the issues
and resolve the objectives placed before them and that members representing that Party
are empowered to make relevant decisions or have easy access to empowered individuals
for decisions to be made to achieve this.
v. In order formally to submit a Disputed Matter to the aforesaid for a, one Party ("Claimant")
shall give a written notice ("Dispute Notice") to the other Party. The Dispute Notice shall
be accompanied by (a) a statement by the Claimant describing the Disputed Matter in
reasonable detail and (b) documentation, if any, supporting the Claimant's position on the
Disputed Matter.
vi. The other Party ("Respondent") shall have the right to respond to the Dispute Notice within
seven (7) days after receipt of the Dispute Notice. In the event that the parties are unable
to resolve the Disputed Matter within a further period of seven (7) days, it shall refer the
disputed matter to next level of the dispute resolution for action
vii. All negotiations, statements and / or documentation pursuant to these Articles shall be
without prejudice and confidential (unless mutually agreed otherwise).
viii. If the disputed matter is having a material effect on the operation of the services (or any
of them or part of them) the parties will use all their respective reasonable endeavors to
reduce the elapsed time in reaching a resolution of the disputed matter.

416
E. Annex V: Audit, Access and Reporting

1. PURPOSE

This Schedule details the audit, access and reporting rights and obligations of PCSCL or its nominated
agency and the System Integrator.

2. AUDIT NOTICE AND TIMING

1. As soon as reasonably practicable after the Effective Date, the Parties shall use their best
endeavors to agree to a timetable for routine audits during the Project Implementation
Phase and the Operation and Management Phase. Such timetable during the
Implementation Phase, PCSCL or its nominated agency and thereafter during the operation
Phase, PCSCL or its nominated agency shall conduct routine audits in accordance with such
agreed timetable and shall not be required to give the System Integrator any further notice
of carrying out such audits.
2. PCSCL or its nominated agency may conduct non-timetabled audits at his/ her own discretion
if it reasonably believes that such non-timetabled audits are necessary as a result of an act
of fraud by the System Integrator, a security violation, or breach of confidentiality
obligations by the System Integrator, provided that the requirement for such an audit is
notified in writing to the System Integrator a reasonable period time prior to the audit
(taking into account the circumstances giving rise to the reasonable belief) stating in a
reasonable level of detail the reasons for the requirement and the alleged facts on which the
requirement is based. If the System Integrator considers that the non-timetabled audit was
not appropriate, the matter shall be referred to the escalation procedure as set out in the
Governance Schedule.
3. The frequency of audits shall be a (maximum) half yearly, provided always that PCSCL or its
nominated agency shall endeavor to conduct such audits with the lowest levels of
inconvenience and disturbance practicable being caused to the System Integrator. Any such
audit shall be conducted by with adequate notice of 2 weeks to the System Integrator.
4. PCSCL will ensure that any 3rd party agencies (except CAG) appointed to conduct the audit
will not be the competitor of System Integrator and will be bound by confidentiality
obligations.

3. ACCESS

1. The System Integrator shall provide to PCSCL or its nominated agency reasonable access to
employees, subcontractors, the SIs, agents and third party facilities as detailed in the RFP,
documents, records and systems reasonably required for audit and shall provide all such
persons with routine assistance in connection with the audits and inspections. The
Chairperson, PIU / Steering Committee shall have the right to copy and retain copies of any
relevant records. The System Integrator shall make every reasonable effort to co-operate
with them.

4. AUDIT RIGHTS

2. PCSCL or its nominated agency shall have the right to audit and inspect the SIs, agents and
third party facilities (as detailed in the RFP), server room, documents, records, procedures

417
and systems relating to the provision of the services, but only to the extent that they relate
to the provision of the services, as shall be reasonably necessary to verify:

1.1. The security, integrity and availability of all data processed, held or conveyed by the
Partner on behalf of PCSCL and documentation related thereto;

1.2. That the actual level of performance of the services is the same as specified in the SLA;

1.3. That the System Integrator has complied with the relevant technical standards, and has
adequate internal controls in place; and

1.4. The compliance of the System Integrator with any other obligation under the MSA and
SLA.
1.5. Security audit and implementation audit of the system shall be done once each year, the
cost of which shall be borne by the System Integrator.

1.6. For the avoidance of doubt the audit rights under this Schedule shall not include access
to the System Integrator's profit margins or overheads, any confidential information
relating to the System Integrator’ employees, or (iii) minutes of its internal Board or
Board committee meetings including internal audit, or (iv) such other information of
commercial-in-confidence nature which are not relevant to the Services associated with
any obligation under the MSA.

5. AUDIT RIGHTS OF SUB-CONTRACTORS, the SIs AND AGENTS

3. The System Integrator shall use reasonable endeavors to achieve the same audit and access
provisions as defined in this Schedule with sub-contractors who supply labor, services in
respect of the services. The System Integrator shall inform PCSCL or its nominated agency
prior to concluding any sub-contract or supply agreement of any failure to achieve the same
rights of audit or access.

4. REPORTING: The System Integrator will provide quarterly reports to the Chairperson, PIU /
Steering committee regarding any specific aspects of the Project and in context of the audit
and access information as required by PCSCL or its nominated agency.

6. ACTION AND REVIEW

5. Any change or amendment to the systems and procedures of the System Integrator, or sub-
contractors, where applicable arising from the audit report shall be agreed within thirty (30)
calendar days from the submission of the said report.

6. Any discrepancies identified by any audit pursuant to this Schedule shall be immediately
notified to PCSCL or its nominated agency and the System Integrator Project Manager who
shall determine what action shall be taken in respect of such discrepancies in accordance
with the terms of the MSA.

418
7. TERMS OF PAYMENT

PCSCL shall bear the cost of any audits and inspections. The terms of payment are exclusive of any
costs of the System Integrator and the sub-contractor, for all reasonable assistance and information
provided under the MSA, the Project Implementation, Operation and Management SLA by the
System Integrator pursuant to this Schedule.

8. RECORDS AND INFORMATION

For the purposes of audit in accordance with this Schedule, the System Integrator shall maintain
true and accurate records in connection with the provision of the services and the System Integrator
shall handover all the relevant records and documents upon the termination or expiry of the MSA.

419

You might also like