Sei sulla pagina 1di 39

RFP for Online Building Plan Scrutiny and Approval System

Lucknow Development Authority


Telephones:- 0522 - 2302586 Fax:- 0522 - 2304488

Website :-http://www.ldalucknow.co.in E-mail:- ldacecivil@gmail.com


http://www.ldaonline.in

Request for Proposal(RFP)

For
Supply, Customization& Implementation of Online Automated Building Plan Scrutiny and
Approval System at various Development Authorities and UP Housing Board.

TECHNICAL BID

Critical Dates
SN Particulars Date Time

1 Publishing Date 17/7/2016

2 RFP Bid Submission Start Date 17/7/2016

3 RFP Bid Submission End Date 1/8/2016 3.00 P.M.

4 RFP Bid Opening Date 3/8/2016 4.00 P.M.

Place of Opening RFP Bid:- Chief Engineer LDA Office.

1
RFP for Online Building Plan Scrutiny and Approval System

Table of Contents
1 Section I: LETTER OF INVITATION..................................................................................................................... 6

2 Section II: INSTRUCTIONS TO BIDDERS (ITB).................................................................................................... 8

2.1 DEFINITIONS .............................................................................................................................................. 8

2.2 THE BIDDING DOCUMENT . ....................................................................................................................... 8

2.3 PREPARATION & SUBMISSION OF RFP bid. ............................................................................................... 9

2.4 Format and Signing of RFP bid . ............................................................................................................... 10

2.5 Submission of RFP bid . ............................................................................................................................ 10

2.6 Deadline for Submission of RFP bid . ....................................................................................................... 10

2.7 Late RFP bid............................................................................................................................................. 10

2.8 Receipt and Opening of RFP bid by the Purchaser . ................................................................................ 11

3 SECTION III: TERMS OF REFERENCE (TOR) AND SCOPE OF WORK . ................................................................ 12

3.1 Project Scope . ........................................................................................................................................ 12

3.2 Delivery Schedule. ................................................................................................................................... 14

4 SECTIONIV: ELIGIBILITY CRITERIA................................................................................................................... 15

5 Section V: TECHNICAL EVALUATION CRITERIA............................................................................................... 17

6 Section VI: FUNCTIONAL REQUIREMENT SPECIFICATION . ............................................................................. 20

6.1 CAD based scrutiny of the Building Plans . .............................................................................................. 20

6.2 Work Flow Management System . ........................................................................................................... 21

6.3 Reporting Functionality:. ......................................................................................................................... 22

6.4 Change requirement and modifications in the system.. ......................................................................... 22

7 SECTIONVII–STANDARD TERMS AND CONDITIONS ....................................................................................... 23

7.1 Prices . .................................................................................................................................................... 23

7.2 Period of Validity of Offer ...................................................................................................................... 23

7.3 Scope of Work . ...................................................................................................................................... 23

7.4 Time Schedule/Delivery Period.............................................................................................................. 23


2
RFP for Online Building Plan Scrutiny and Approval System

7.5 Submission of Offer................................................................................................................................ 23

7.6 Evaluation of Offers ............................................................................................................................... 23

7.7 Right to negotiate .................................................................................................................................. 23

7.8 Award Criteria . ...................................................................................................................................... 24

7.9 Acceptance of the Bid ............................................................................................................................ 24

7.10 Notification of Award ............................................................................................................................ 24

7.11 Signing of Contract ................................................................................................................................. 24

7.12 Lucknow Development Authority’s right to vary Quantities at the Time of Award . ............................. 25

7.13 Payment Schedule.................................................................................................................................. 26

7.14 Performance bank guarantee ................................................................................................................ 27

7.15 Assignment/Sub-contracting ................................................................................................................. 27

7.16 Termination for Default ......................................................................................................................... 28

7.17 Termination for Insolvency .................................................................................................................... 28

7.18 Service Provider Integrity....................................................................................................................... 28

7.19 Service Provider’s Obligations ............................................................................................................... 28

7.20 Patent Right . ......................................................................................................................................... 29

7.21 Site Preparation and Installation ........................................................................................................... 29

7.22 Software and System Installation .......................................................................................................... 29

7.23 Use of Documents and Information For Software Projects . .................................................................. 29

7.24 Intellectual Property Rights(IPR) and Replication Rights . ...................................................................... 30

7.25 Force Majeure . ...................................................................................................................................... 30

7.26 Settlement of Disputes .......................................................................................................................... 30

7.27 Arbitration . ............................................................................................................................................ 31

7.28 Limitation of Liability.............................................................................................................................. 31

7.29 Governing Language .............................................................................................................................. 31

3
RFP for Online Building Plan Scrutiny and Approval System

7.30 Applicable Law . ..................................................................................................................................... 32

8 SECTION VIII - TECHNICAL PROPOSAL SUBMISSION FORM . .......................................................................... 32

8.1 BID FORM . ............................................................................................................................................. 32

8.2 DETAILS OF BIDDER ................................................................................................................................ 33

8.3 MINIMUM SPECIFICATION FOR HOSTING THE APPLICATION FOR ONE DEVELOPMENT AUTHORITY ... 34

8.4 MINIMUM REQUIREMENTS FOR HOSTING SERVICES . .......................................................................... 35

8.5 CONNECTIVITY REQUIREMENTS ............................................................................................................ 37

8.6 LIST OF DEVELOPMENT AUTHORITIES OF UP ........................................................................................ 38

4
RFP for Online Building Plan Scrutiny and Approval System

RFP Bid Notice

For
Supply, Customization & Implementation of Online Automated Building Plan Scrutiny and
Approval System at various Development Authorities and UP Housing Board.

RFP bid are invited from experienced Service Providers, for “Supply, Customization &
Implementation of Online Automated Building Plan Scrutiny and Approval System at various
Development Authorities and UP Housing Board ” from 17/7/2016 to 1/8/2016 till 3.00 P.M. and RFP
bid shall be opened on the 3/8/2016. The details of submission of RFP bid are available in the RFP Bid
document uploaded on the website http://www.ldalucknow.co.in . The Authority reserves the right to
cancel any or all the RFP bid or annul the Bidding process without assigning any reason thereof.

Chief Engineer (LDA)

RFP Bid Ref No :-

5
RFP for Online Building Plan Scrutiny and Approval System

Request for Proposal


For
Supply, Customization & Implementation of Online Automated Building Plan Scrutiny and
Approval System at various Development Authorities and UP Housing Board

Lucknow Development Authority is a nodal agency with top ranking among all housing agencies of the
state. During the course of time Lucknow Development Authority has progressed with various landmarks
in the field of housing.

Besides normal housing projects board has diversified its activities to planning, designing, construction
and development of almost all types of urban development projects. Lucknow Development Authority
has planned and executed various projects for the development of health and education. It is also
handling new district headquarters projects with the execution of large number of schemes. Lucknow
Development Authority has attained capability of executing large residential colonies and townships.

1 Section I: LETTER OF INVITATION


Through this Request for Proposal (RFP), it is intended to invite RFP bid for the selection of appropriate
Software Agency/firm for the work of “Supply, Customization & Implementation of Online
Automated Building Plan Scrutiny and Approval System at various Development Authorities and
UP Housing Board”
1. Bidders are advised to study the RFP Bid document carefully.
2. Submission of RFP bid against this tender shall be deemed to have been done after careful study
and examination of the procedures, terms and conditions of the RFP Bid document with full
understanding and its implications.
3. The Authority may at its own discretion extend the date for submission of RFP bid. In such case
all the rights and obligations of the Authority and Bidders previously subject to the deadline will
thereafter be subject to the dead line as extended.
4. Lucknow Development Authority reserves the right to cancel any or all the RFP bid or annul the
RFP Bid process without assigning any reason thereof.
5. The RFP Bid document is available on LDA website http://www.ldalucknow.co.in Interested
Bidders may view, download the RFP Bid document ,seek clarification and submit these RFP bid
6
RFP for Online Building Plan Scrutiny and Approval System

at LDA office up to the date and time mentioned in the table below:-

RFP Bid Reference No:-


Purpose Request For Proposal (RFP) for selection of Software Company /
Firm for “Supply, Customization & Implementation of Online
Automated Building Plan Scrutiny and Approval System at
various Development Authorities and UP Housing &
Development Board”

Date of Publication of 17/7/2016 on website http://www.ldalucknow.co.in


RFP Bid notice
Cost of BID Document Rs. 3,000/- (by DD From Nationalized / Scheduled Bank in favour of
secretary, Lucknow Development Authority payable at Lucknow) (Non
Refundable)
EMD Rs.50,00,000/- (Fifty Lacs ) in the form of Demand Draft / Pay order /
FDR From Nationalized / Scheduled Bank only in favour of Chief
Engineer Lucknow Development Authority payable at Lucknow ) , EMD
is not exempted for any SSI / NSIC registered or even a government
organization.

Last date for submission 1st August 2016 till 3.00 P.M.
of RFP Bid’s
Website address http://www.ldalucknow.co.in
e-mail address ldacecivil@gmail.com

RFP Bid Inviting Officer Chief Engineer LDA


Date of opening of RFP 3rd August 2016 at 4:00 P.M.
Bids
Venue of Opening of Chief Engineer Office LDA
RFP Bids
Contact numbers 0522 – 2302586

Fax number 0522 – 2304488

7
RFP for Online Building Plan Scrutiny and Approval System

2 Section II: INSTRUCTIONS TO BIDDERS (ITB)


2.1 DEFINITIONS
In this Contract, the following terms shall be interpreted:
a. “RFP Bid” means the Technical proposal and the financial proposal.
b. “Instructions to Bidders” means the document which provides interested Bidders with all
information needed to prepare their Bids.
c. “Scope of work”(SOW) means Scope of work mentioned in Section III: Terms of Reference of the
RFP which explains the objectives, Scope of work, activities, tasks to be performed, and
expected results and deliverables of the assignment, respective responsibilities of the Purchaser
and the Bidder.
d. “The Contract” means the agreement entered into between the Lucknow Development Authority
as nodal agency
e. “The Contract rates” mean the charges for the various consultancy assignment payable to the
Consultant under the Contract for the full and proper performance of its contractual obligations;
f. “Services” means the Supply, Customization & Implementation of Online Automated Building
Plan Scrutiny & Approval System at various Development Authorities covered under the Work
Order/Contract.
g. “The Project Site”, where applicable, means the various Development Authorities.
h. “Day” means a calendar day.
i. The “End-Customer/Client Department” means the Lucknow Development Authority

2.2 THE BIDDING DOCUMENT

1. Availability of RFP Bid Document


This RFP Bid document is available on the website www.ldalucknow.co.in to enable the Bidders to view
and download the RFP Bid document, submission of the RFP bid document has to be done at LDA office
before the last date and time mentioned in RFP Bid document
2. Contents of RFP Bid Document
The nature and types of various consultancy services required, Bidding procedure, terms and conditions
etc. are prescribed in the RFP Bid document. The RFP Bid document includes:

 SECTION I : LETTER OF INVITATION

8
RFP for Online Building Plan Scrutiny and Approval System

 SECTION II : INSTRUCTIONS TO BIDDERS (ITB)


 SECTION III : TERMS OF REFERENCE (TOR) AND SCOPE OF WORK
 SECTION IV : BIDDER'S ELIGIBILITY CRITERIA
 SECTION V : TECHNICAL EVALUATION CRITERIA
 SECTION VI : FUNCTIONAL REQUIREMENT SPECIFICATION
 SECTION VII – STANDARD TERMS AND CONDITIONS
 SECTION VIII - TECHNICAL PROPOSAL SUBMISSION FORM
 8.4 PRICE SCHEDULE (FINANCIAL PROPOSAL SUBMISSION FORM)
The Bidders are expected to examine all the instructions, forms, terms and conditions, requirements and
qualifications in the RFP Bid documents. Failure to furnish all the information required as per the Bidding
documents or submission of an RFP Bid not responsive to the RFP Bid document in every respect will
be at the Bidder’s risk and may result in the rejection of his RFP Bid.
3. Clarifications of RFP Bid Documents
A prospective Bidder who has purchased the tender document requiring any clarification of the RFP Bid
documents may raise their point of clarification to Lucknow Development Authority’s e-mail
ldacecivil@gmail.com

4. Amendment of RFP Bid Document


At any time prior to the deadline for submission of RFP Bid the Lucknow Development Authority
may, for any reason, whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the RFP Bid document by amendments. Such amendments shall be
posted/ uploaded on the RFP Bid website www.ldalucknow.co.in through corrigendum and shall form
an integral part of the RFP Bid documents. The relevant clauses of the RFP Bid documents shall be
treated as amended accordingly.
It shall be the sole responsibility of the prospective Bidders to check the RFP Bid website
www.ldalucknow.co.in from time to time for any amendment in the RFP Bid document. In case of failure
to get the amendments, if any, then Lucknow Development Authority shall not be responsible for any
negligence on part of the Bidder.

In order to allow prospective Bidders a reasonable time to take the amendment into account in
preparing their RFP bid, Lucknow Development Authority at its discretion, may extend the deadline for
the submission of RFP bid. Such extensions shall be posted / up-loaded on the RFP Bid website
www.ldalucknow.co.in

2.3 PREPARATION & SUBMISSION OF RFP bid


9
RFP for Online Building Plan Scrutiny and Approval System

1. Documents Constituting the RFP Bid

The RFP bid prepared by the Bidder shall comprise the following components:
RFP bid will comprise of:
a. Technical proposal submission form
b. Financial proposal submission form

2. Documents Establishing Bidder’s Qualification


The Bidder shall furnish, as part of Technical Proposal documents establishing the qualification to
perform the Contract. The Bidder's eligibility criteria and selection procedure are defined in Section IV
of RFP Bid document.

2.4 Format and Signing of RFP bid


The Bidder shall prepare one soft copy of the RFP bid.
Bidder or a person or persons duly authorized to bind the Bidder to the Contract. All the pages/
documents of the RFP Bid shall also be signed manually by the person authorized to sign the RFP bid
before submitting them as bidding documents.

2.5 Submission of RFP bid

The bid documents needs to be submitted physically until Date: - 1st August 2016 before 3.00 P.M.
Bid’s submitted later than the date and time will be not be accepted.

2.6 Deadline for Submission of RFP bid


RFP bid must be submitted by the Bidders before the due date and time specified in this RFP
Bid document.
The Lucknow Development Authority may extend this deadline for submission of RFP bid by amending
the RFP Bid document, in which case all rights and obligations of the Lucknow Development Authority
and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.
Lucknow Development Authority shall not consider any request for date-extension for RFP Bid-
submission on account of late downloading of RFP Bid. RFP bid should be s u b m i t t e d on or before
3.00 P.M. of 1/8/2016 at Chief Engineer LDA office.

2.7 Late RFP bid


The acceptance of the RFP Bid will be as per the due date and time mentioned in the RFP Bid
Submission will only be allowed till the permissible date and time scheduled in the RFP Bid. Once the
10
RFP for Online Building Plan Scrutiny and Approval System

RFP bid submission date and time is over, the Bidder cannot submit his/ her Bid. Bidder has to submit
the RFP Bid well in advance considering the above factors. The Bidder only, will be held responsible if
his/ her RFP bid are not submitted in time due to any reasons.

2.8 Receipt and Opening of RFP bid by the Purchaser


Bidders are advised to submit their RFP bid in `Two-Bid’ system with Technical and Financial bids
separately.
Please note that prices should not be quoted in the Technical Bid (if quoted the bid would be summarily
rejected). The Prices should be quoted in the Financial Bid only. On receipt on RFP Bid, the technical
proposals will be opened first by the Committee members in the office of Lucknow Development
Authority

11
RFP for Online Building Plan Scrutiny and Approval System

3 SECTION III: TERMS OF REFERENCE (TOR) AND SCOPE OF WORK


3.1 Project Scope
The primary scope of the project is

a. Supply, Customization and Implementation of Online Automated Building Plan Scrutiny and
Approval System at 27 Development Authorities.
b. To send an SMS to mobile phones of citizens/ Architects/ employees etc., reminding them about
payment/ status/ alerts/reminders etc. Thus the system should have the facility to send SMSs
wherever required e.g. site visit information, proposal status, payment reminders and any other
updates
c. Hosting the Application at 3rd party secured Data Center.
d. Provision of Manpower for operation of Project for a period of three year.
e. Maintenance of Application for a period of three year after Go-Live.
f. The system should have built in integration with and SMS gateway and the payment gateway for
payments of development charges and other demand generated by the system.
g. The bidder will be responsible for provision of Payment and SMS Gateway.
h. The system shall be integrated with digital signature.

Activity-I: Conduct Requirement Study and Prepare Software Requirement Specifications.


Deliverable (s): Software Requirement Specifications (SRS) document

 Study the existing method for the approval of building plan proposals in 27 Development
Authorities including the method, software and formats being used currently for sanctioning
the building plans.

 Preparation, submission and approval of the System Requirement Study (SRS) of proposed
solution for Automating the Building Plan Approval System for various Development
Authorities.

 The Bidder will prepare an SRS and suggest a system to incorporate best methods and
practices to enhance/augment present of flow of data and mapping of the approval and
occupancy process.

12
RFP for Online Building Plan Scrutiny and Approval System

Activity-II: Customization & Deployment of Application

 Customization, Configuration, and Deployment of Automated Building Plan Scrutiny and


Approval System for 27 Development Authorities and UP Housing Board.

 Provide 15 user license of the proposed software for each Category AS Development
Authority, 10 user license of the proposed software for each Category A Development
Authority, 7 user license of the proposed software for each Category B Development Authority
and 5 user license of the proposed software for each Category C Development Authority
(Total 226 Licenses) There are total development authorities under category AS are 4, total
development authorities under category A are 4, total development authorities under
category-B are 5, total development authorities under category C are 14.

 To train the officials and other stake holders of 27 Development Authorities for one week one
time at their respective locations

 Providing one trained Technical Person with minimum qualification of Diploma in Civil
Architecture for support and Operation of application for a period of 3 year after award of
contract.
Deliverable (s): Test and deploy Automated Building Plan Scrutiny & Approval System

Activity-III Implementation& Go-Live


Implementation & hosting of Application for 27 Development Authorities and run 5 live cases through
system. The system will be considered Go-Live after running total 5 Live cases successfully through
the system at the respective development authority.

Activity-IV: Manpower Deployment for operation of Project after deployment


The bidder shall provide Project management team for Successful operation of Project. The project
team shall consist of 1 Project Coordinator (Minimum B.E. with 5 years of experience in handling
Government Projects) at Lucknow Head Office and 1 Software Operator(Diploma in Civil
Architecture)each at 27 Development Authorities for 36 Months after deployment to assist and run
the solution.

The system should provide sufficient base to ensure security of the plan approved by 27
Development Authorities using the system. This will include storing approved files which will be non-

13
RFP for Online Building Plan Scrutiny and Approval System

editable, storing the approval information in database in secured manner. The system should also
provide facility to print the approved drawings for the system and only those will be considered as
approved drawings by the system.

Activity-IV:
The bidder shall provide Maintenance support for three year after approval of SRS by the authority.
Scope of annual maintenance will be as follows.

 Supporting in smooth functioning of the applications.

 Fixing Bugs reported

 Email based / Telephonic support on the usage / issues of the system.

 Maintain rule database and implementation of changes in the values of the existing DC
Regulations/ By-Laws.

3.2 Delivery Schedule


Software development, implementation, training & handing over should get over within 180 days from
the date of Purchase order/ Agreement and approval of SRS whichever is later along with soft copy of
user manual and system manual. Bidder should provide Operational support for 36 months from date of
Go-Live of Software as part of scope of work. The Bidder should provide annual maintenance support
for 3 Years after approval of SRS by the authority.

14
RFP for Online Building Plan Scrutiny and Approval System

4 SECTIONIV: ELIGIBILITY CRITERIA


Eligibility Criteria for Bidder
Criteria Required Eligibility Documents Required
Existence The Bidders eligible for participation in the tender Valid copy of the Certificate of
shall be registered under the Indian Companies Incorporation / Articles of
Act or corporate body. The Bidder should be an Association, documents
Information Technology Solution provider. confirming the nature of
business.
Turn Over The bidder shall have a total annual turnover of Copy of the audited profit and
Rupees 50 Crores of last three financial years (FY loss account of the company
2013-14, 14-15, 15-16). showing turnover of the
company for last three years.
For 15-16 attach CA
Certificate if PL not available.
Certifications Bidder should have a Valid ISO 9001-2008 Valid copy of the Certificates
certification.
Experience Bidder should have experience in implementing at Relevant work order /
least one e-Governance solution in any agreement to be attached.
ULB/government organisation in India.
Others The Bidder should not have been Undertaking from the Bidder
blacklisted/banned/ suspended by any
Government organization in India in last 5 years

Authorization The Bidder should be either manufacturer or The bidder should submit
Authorized dealer of the proposed COTS solution. MAF(Manufacturers
Authorization Form) from
OEM

15
RFP for Online Building Plan Scrutiny and Approval System

Eligibility for Proposed COTS product:-

The Proposed COTS solution should fulfil following criteria for eligibility (the credentials from bidder/
manufacturer should be enclosed) Please submit relevant documents/evidence in your technical proposal in
response to the eligibility criteria mentioned above..

Eligibility Criteria for Proposed COTS ( Commercially Proof Document Required


Of the shelf ) Product

COTS product should have been successfully implemented and Declaration Letter from OEM with names of
running for last 2 years in at least 20 ULBs (Urban Local Bodies) clients(enclosed Certificates from the Client)
in India.

At least online 50000 building plans has been processed through Declaration Letter from OEM with names of
the proposed COTS solution implemented in various ULBs in clients and number of building plans
India processed through system.

COTS Product should have been deployed in more than 15 Declaration Letter from OEM with names of
Municipal Corporations in a single state order in India. clients (enclose Work Order Copies)

Minimum 5 Crore sq. ft area is processed through system using Declaration Letter from OEM and MIS reports
proposed COTS product. of various ULBs

The COTS OEM’s total turnover for the last 3 financial year i.e.
2013-14,2014-15& 2015-2016 should be minimum INR 100 (CA certificate to be submitted for the same),
crores from the software sales and Consulting. For FY 2015-16, Management books would
be considered with self-certification.

The COTS OEM should have a minimum net worth of Rs 10


crores for the last Financial Year. (CA certification required).If last FY is not
audited then self-certification required

The COTS OEM should have a minimum team of 300 +


employees for development and support of the COTS solution. Self-Certification required. Will have to
provide with more details when sought.

16
RFP for Online Building Plan Scrutiny and Approval System

5 Section V: TECHNICAL EVALUATION CRITERIA


The Evaluation Committee shall evaluate the bid with following parameters and expects the bidder to
provide accurate and precise information in their responses

Sr. Criteria Evaluation Marks Max


No bifurcation points

A Evaluation of Bidder 10

1 Experience in implementing Work Order and If ULBs or 5 5


e-Governance /IT solution Client Certificate Govt >= 2
in at least 1 ULBs shall be attached
If ULBs or 2
govt = 1

2 Operational Track record of Work Order/ If PO = 2 5 5


firm in executing IT projects agreement with and more
in the Govt. sector. (Of a Client shall be
Minimum Contract Value of attached
INR 0.5 Crore, excluding
If PO=1 2
hardware costs)

B Experience of Proposed COTS Product 70

1 COTS product successfully Client Certificates If ULBs= 26 30 30


Implemented in Urban Local for successful and above
Bodies in India in last 5 implementation of
If ULBs 10
years the work order
between 16
received on or
to 25
after 1st March
2011. If ULBs= 11 5
to 15

2 Self-certified MIS If number of 20 20


Reports and URL drawing
substantiating the scrutinized

17
RFP for Online Building Plan Scrutiny and Approval System

Experience of scrutinizing scrutiny reports more then


drawings through proposed shall be provided. 50000
COTS solution in single ULB
If number of 10
drawing
scrutinized
more then
25000

If number of 5
drawing
scrutinized
between
5000 to
25000

3 Implementation of proposed Work order shall If PO= 2 and 20 20


COTS solution in more than be attached more
30 ULBs in a single state
If PO= 1 10
wide order in India

C COTS Functionality 15

1 COTS Compliance to Compliance matrix 81% and 15


Functional Requirement in technical above
Specification of Proposed response and live
71% - 80% 8
Product. product demo to
verify the 61% - 70% 3
compliance matrix
50% -60% 0
to evaluation
committee

D Technical Presentation & Demonstration of COTS application 5

1 Presentation: Overall Live Demo of 5


understanding and Product along with

18
RFP for Online Building Plan Scrutiny and Approval System

functional demonstration state-wide delivery


(No slide presentation) of methodologies.
COTS application with
following modules

1. Scrutiny System
2. Document Management
System
3. Web based approval flow
4. Online Payment
integration & approval
through digital signature
5. State-wide Approach
Total Marks 100

Only the bidders, who score a total Technical score of 70 (Seventy) or more, will qualify for the evaluation
of their commercial bids.
Consequent upon the evaluation, each Technical bid will be assigned a Technical Score out of a
maximum of 100 points. The bidder with highest Technical Score (Tmax) will be awarded 100% score.
Technical Scores for other bidders will be evaluated using the following Formula:
Technical Score (TS) = (Total Technical Score of the Bidder /Tmax) X 100
The Commercial Bids of only the technically qualified consultants will be opened for evaluation. The
consultant with lowest Total Commercial Quote (L1) will be awarded 100% score.
Commercial Scores for other consultants will be evaluated using the following Formula:
Commercial Score (CS) = (Total Commercial Quote of L1/ Total Commercial Quote of the Consultant)
X 100
In determination of the best value bid, the following weightage shall be given for the technical and
commercial scores of the consultants in a Quality and Cost Based Selection methodology (QCBS):
Technical Score: 80%
Commercial Score: 20%
For every Consultant the Final Total Score (FS) will be calculated using the formula
FS = 0.8 X TS + 0.2 X CS
The consultant with the highest value of FS shall be selected as the successful consultant.

19
RFP for Online Building Plan Scrutiny and Approval System

6 Section VI: FUNCTIONAL REQUIREMENT SPECIFICATION


The solution required for Lucknow Development Authority must be designed following open standards
in order to provide for interoperability with multiple platforms and avoid any technology or technology
provider lock-in.
The proposed Application software should be commercially available Off-the-shelf product (COTS) and
that has been developed for deployment in other Authorities/ Corporation/ Similar Organization having
similar nature of work, which shall be configured and customize as per Lucknow Development Authority
requirements and will have the following features:

6.1 CAD based scrutiny of the Building Plans


 The architect / Client plan in soft copy in CAD drawing/ other widely accepted formats to be
mapped and evaluated by directly reading the CAD drawings and mapping them to the
prevailing building, bye laws and norms as applicable to Authorities. There should not be any
manual entry of all DC rules & bye laws for each case.
 Architect/ client’s line drawing in CAD should be read and area calculation sheet is to be
generated by the system to eliminate the human errors. The required tables like area
statement, FSI (Floor Space Index) table per building, summary of FSI calculations, opening
schedules, water/parking calculations, triangulation area for plot, area block diagram to be
generated by the system and should be automatically updated in the drawing.
 A computerized /automated scrutiny report indicating the required/permissible parameters
and the proposed parameters is to be tabled including status of each rule whether passed or
failed.
 There should be system generated list highlighting the entities on which the plan is failing,
thereby enabling the Authorities to prepare objection list and inform the client to take
necessary actions.
 System should be capable to make list of technical remarks provided by the Building
Inspector (BI). Relevant technical remarks will be discussed with the core group members
and shall get incorporated in the software within mutually agreed time frame.
 The acknowledgment letters, approval letters, deviation or the rejection letters etc should be
system generated.
 System should have following features:
 Should address automated building scrutiny of preformatted CAD drawings along with
Building plan approval process management in an integrated manner.

20
RFP for Online Building Plan Scrutiny and Approval System

 Auto-Detection of structures in the drawing based on usage (e.g. Residential, Commercial


or Residential- Commercial Mixed ) and also auto detection of high-rise buildings or low-
rise buildings
 Auto generation of FAR, Area statement, plot area, plot area calculation and schedule of
opening directly from drawing..
 Auto hatching of particular objects as per building control rules.
 Auto detection of site margins and verification of coverage area.
 Auto-generation of Failed entity report and marking the same on the drawing
 Plotting of drawing submitted by Architect and processed through software in non-editable
format

6.2 Work Flow Management System


 The system should have the inbuilt workflow for each service (transaction and workflow based
services)
 The system should have the proper workflow management and should allow respective authority
of concerned department to take appropriate decisions.
 An interface Application form which the applicants can make electronic submissions of the
supporting documents and drawings to the Development Authority.
 Using this interface either at the Development Authority Citizen Service Centers or through
Development Authority Licensed Architects, the applicants would be able to submit the necessary
documentation and soft copy of the drawings in CAD format.
 The system must provide for proper user authentication and access control mechanisms so as
to ensure that only authorized users can access relevant information.
 The system must provide for all submissions to be acknowledged and site visit dates and further
approval schedule is to be provided to the architects/ client instantly.
 The system should automatically generate an SMS which is sent to the Architect and concerned
Field staff if there are any cancellations of site visit, the system should intimate the key relevant
people so as to avoid unnecessary wastage of time. Reasons for such cancellation should also
be recorded in the system.
 The system should generate MIS to be sent to higher authorities for approval and to make the
approval status available online.
 The client/ Architect should be able to review the status of approval online.

21
RFP for Online Building Plan Scrutiny and Approval System

 The system should have the ability and flexibility to design suitable workflow for the approval
process as per the requirements of the Development Authority. The approval workflow should be
as per the work flow being followed by Development Authority’s hierarchy and workflow rules
should be flexible enough to change as desired.
 System should generate automatically the fee memo/ demand notes based on the submitted
Building plan. System should have necessary interfaces for Fee collection and receipt
generation. System will be integrated with Payment Gateway provided by bidder.

6.3 Reporting Functionality:


System should provide various reports to Development Authority staff. External user should be
able to view the application status using an application tracking number. Some other standard
reports will include,

 Plans approved

 Pending proposals

 Delayed approvals

 Revenue generated, etc. as per the Development Authority requirement

6.4 Change requirement and modifications in the system.


A central committee comprising of one technical person from Development Authorities, three from
Lucknow Development Authority, Awasbandhu, UPAVP and one from bidder side would discuss
and finalise the changes required in the system.

 All the required changes would be provided by this committee in writing to the bidder.

 Any development authority requiring any modification in the system need to represent
their case to the committee and only after approval of the committee the same would be
implemented.

 The decision of the committee would be final and acceptable to bidder as well as the
development authority.

22
RFP for Online Building Plan Scrutiny and Approval System

7 SECTIONVII–STANDARD TERMS AND CONDITIONS


7.1 Prices
The total Prices (F.O.R. destination) quoted by the Service Provider should be exclusive of all prevalent
Taxes e.g. VAT, Service Tax, Duties, License fees, etc till delivery, installation and implementation
of application software and all the services to the end-customer.

7.2 Period of Validity of Offer


The offer shall remain valid for 90 days after the date of offer opening prescribed by Lucknow
Development Authority. Any offer valid for a shorter period shall be rejected by Lucknow Development
Authority as non-responsive.

7.3 Scope of Work


The Scope of Work shall be as per requirement of the end-customer, as mentioned in Section–III(Terms
of Reference (TOR) And Scope of Work.

7.4 Time Schedule/Delivery Period


The supply or installation of Software and training as per schedule mentioned in Section-III and all other
items and integrated Solution, if required in the project to the end-customer should be completed within
the time (180 days) specified by the end-customer/as per requirement of the project.

7.5 Submission of Offer


The Service Provider should submit their RFP Bid duly signed and stamped by the authorized Signatory
on each and every page of the documents.

7.6 Evaluation of Offers


The Service Providers will submit t h e i r RFP Bid within stipulated time. The selection will be based on
the proven competence of technically qualified bidder.

7.7 Right to negotiate


The negotiation, if required shall be carried out only with the technically qualified with the lowest Bidder
by Lucknow Development Authority and / or end-customer /any other competent authority /high power
purchase committee of the State Government as per the procedures /policy of the Government of UP,
prevailing at that point of time.
If during negotiations some different technical model is finalized which reduces the price the bidder has

23
RFP for Online Building Plan Scrutiny and Approval System

to pass on the benefit to Lucknow Development Authority.

7.8 Award Criteria


 The Lucknow Development Authority will determine to its satisfaction whether the Service
Provider that is selected as having submitted the lowest evaluated responsive offer, meets the
criteria specified, and is qualified to perform the contract satisfactorily.
 The Lucknow Development Authority will award the contract /order to the lowest evaluated
successful Service Provider whose offer has been determined to be responsive to all the
conditions of the contract and meeting the Technical specification and qualification requirement
of the end-customer.

7.9 Acceptance of the Bid


Lucknow Development Authority do not bind itself to accept the lowest or any bid, and reserves the right
to: -
(a) Reject any or all offers with/without any reason
(b) Accept any offer of Service Provider without assigning any reason and also reduce or extend the
period of contract without assigning any reason.
(c) Accept any offer of Service Provider, who is capable to handle the project and/or whose offer is
viable.

7.10 Notification of Award


 After receiving the firm Order from the end-customer, prior to the expiration of the validity period
(i.e.90days), Lucknow Development Authority will notify the successful Service Provider in writing
by letter/e-mail/fax, that its offer has been accepted.
 The notification of award will constitute the formation of the Contract.

7.11 Signing of Contract


 As soon as the Lucknow Development Authority notifies the successful Service Provider whose
offer has been accepted, the Lucknow Development Authority will send the Service Provider the
Contract Form, incorporating all the conditions of the contract between the parties i.e. Lucknow
Development Authority and successful Service Provider, and if required with the end-customer
also.
 Within 15 days of receipt of the Contract Form, the successful Service Provider shall execute,
sign and date the Contract and return it to the Lucknow Development Authority.

24
RFP for Online Building Plan Scrutiny and Approval System

7.12 Lucknow Development Authority’s right to vary Quantities at the Time of


Award

The Lucknow Development Authority reserves the right at the time of Contract award to increase or
decrease the quantity of goods and services originally specified in the Schedule of Requirements without
any change in unit price or other terms and conditions.

If any such change causes an increase or decrease in the cost, or the time required for, the Supplier’s
performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract
Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the
Supplier for adjustment under this clause must be asserted within seven (7)days from the date of the
Supplier’s receipt of the Purchaser’s change order.

25
RFP for Online Building Plan Scrutiny and Approval System

7.13 Payment Schedule


The payment schedule for each of the cost components are as follows:

S.No. Item Payment in %

1 Advance against Performance Guarantee 10% of Sr. No. A

2 Approval of SRS 10% of Sr. No. A

3 Supply and installation of State wide application at the 30% of Sr. No. A1 &A2
hosted Central Server

4 On Deploying State Wide Application and UAT as per 40% of Sr. No. A1 & A2
Specifications

Supply of User Licenses (Work Flow & CAD based) at 50% against delivery of Sr.
5
each development authority of Lucknow Development No. A3 & A4
Authority

Installation and Commissioning of Licenses at each 20% against installation (on


6
development authority of Lucknow Development Pro rata basis) of Sr. No. A3
Authority & A4

7 On Completion of Training 70% of Sr. No. A5

8 On Final Integrated Demonstration of Application @ 10% of Sr. No. A


State Level

Hosting of application for a period of Three year (Sr. No. B and b1 )

9 Hosting of the complete automated building The payment for the AMC
permission application as per the provided hardware shall be made on a
specification. Quarterly advance basis
within 15 days after raising
invoice

26
RFP for Online Building Plan Scrutiny and Approval System

Manpower & Maintenance for a period of Three year (Sr. No. C&D)

10 Manpower and Maintenance Cost The payment for the AMC


shall be made on a Quarterly
advance basis within 15
days after raising invoice

Change Request, digital signature component (Sr. No. E, F, G, H and I)

11 100% against delivery,


Change Request, digital signature, SMS , Email gate
within 15 days of submission
way component (Sr. No. E, F,G,H and I)
of invoices.

Payment Gateway Services component (Sr. No. J and K)

12 Directly deducted from the


Payment Gateway Services
transaction amount and
(Sr. No. J, and K)
balance transferred to
respective authority with
reconciliation reports.

7.14 Performance bank guarantee


a. The service provider will have to submit a bank guarantee (BG) of 5% of order value valid for 1
year. In case of delay in submitting the Bank Guarantee, corresponding amount will be withheld
by the authority out of payment payable to the service provider for a period of one year. The
performance bank guarantee shall be denominated in Indian rupees.
b. The proceeds of the performance Bank Guarantee shall be payable to the authority in favour of
whom the performance bank guarantee was prepared, as compensation for any loss resulting
from the Service Provider’s failure to complete its obligations under the Contract.
c. The Performance Bank Guarantee will be discharged by the Lucknow Development
Authority/end-customer and returned to the Service Provider upon the written request within 15
days of expiry of its validity.

7.15 Assignment/Sub-contracting
The Service Provider shall not assign / sub-contract, in whole or in parts its obligations to perform under

27
RFP for Online Building Plan Scrutiny and Approval System

the Contract to any other firm except with the Lucknow Development Authority’s prior written consent, but
not absolving of Sub- Provider's ultimate responsibilities to successfully implement the project in totality
in proper functional performance.

7.16 Termination for Default


1. The Lucknow Development Authority may, without prejudice to any other remedy for breach
of contract, by written notice of default sent to the Service Provider, terminate the Contract in
whole or part:
(a) If the Service Provider fails to deliver any or all of the Goods or services within the
period(s)specified in the Contract/Purchase Order, or within any extension thereof
granted by the Lucknow Development Authority/ end-customer
(b) if the Service Provider fails to perform any other obligation(s) under the Contractor
Purchase Order.
2. In the event the Lucknow Development Authority terminates the Contract in whole or in part,
Lucknow Development Authority may procure, upon such terms and in such manner as it deems
appropriate Goods or Services similar to those undelivered, and the Service Provider shall be
liable to the Lucknow Development Authority for any excess costs for such similar Goods or
Services. However, the Service Provider shall continue the performance of the Contract to the
extent not terminated.

7.17 Termination for Insolvency


The Lucknow Development Authority may at any time terminate the Contract by giving written notice to
the Service Provider, if the Service Provider becomes bankrupt or otherwise insolvent. In this event
termination will be without compensation to the Service Provider, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the
Lucknow Development Authority/end-customer.

7.18 Service Provider Integrity


The Service Provider is responsible for and obliged to conduct all contracted activities in accordance with
the contracts using state-of-the-art equipment’s /SW solutions, methods and economic principles and
exercising all means available to achieve the performance specified in the contract.

7.19 Service Provider’s Obligations


The Service Provider is obliged to work closely with the Lucknow Development Authority/end-customer’s
staff, act within its own authority and abide by directives issued by the Lucknow Development Authority
28
RFP for Online Building Plan Scrutiny and Approval System

/end-customer and implement all the activities. The Service Provider shall abide by the job safety
measures prevalent in the country and will indemnify the Lucknow Development Authority from all
demands or responsibilities arising from consequences, accidents or loss of life and property due to
negligence of the Service Provider. The Service Provider will pay all indemnities arising from such
incidents and will not hold the Lucknow Development Authority responsible or obligated. The Service
Provider is responsible for managing the activities of its personnel and will hold itself responsible for any
misdemeanors. The Service Provider will treat all data and information as confidential about the Lucknow
Development Authority and end-customer, obtained in the execution of his responsibilities, in strict
confidence and will not reveal such information to any other party without the prior written approval of the
Lucknow Development Authority/end-customer.

7.20 Patent Right


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 services, Goods or any parts thereof in the country,
the Service Provider shall act expeditiously to extinguish such claim. If the Service Provider fails to comply
and the Lucknow Development Authority is required to pay compensation to a third party resulting from
such infringement, the Service Provider shall be responsible for the compensation including all expenses
(court costs and lawyer fees etc), without delay on getting demand notice from Lucknow Development
Authority.

7.21 Site Preparation and Installation


In charge of the project site, deputed by the end-customer will be solely responsible for site preparation
incompliance with the technical and environmental specifications defined by the Service Provider. The
incharge of project site will identify the installation site before the scheduled installation date to allow the
Service Provider to perform a site inspection to verify the appropriateness of the sites before the
installation of the Software.

7.22 Software and System Installation


The Service Provider is responsible for all the installations of required software. The Service Provider will
test all required software operations and accomplish all adjustments necessary for successful and
continuous operation of the software at all installation sites.

7.23 Use of Documents and Information For Software Projects


The Service Providers shall not, without Lucknow Development Authority's prior written consent, disclose
any document containing specification, plan, drawing, pattern, sample or information furnished by or on
behalf of end-customer in connection there with to any person other than a person employed by the
29
RFP for Online Building Plan Scrutiny and Approval System

Service Providers in the performance of the allotted job. Disclosure to any such employed person shall
be made in confidence and shall extend only as far as may be necessary for purpose of such
performance.

7.24 Intellectual Property Rights(IPR) and Replication Rights


Application software plans, drawings, specifications, design, reports and other documents prepared by
the Service Providers in the execution of the allotted Job order shall remain the exclusive property of the
Service Provider.

7.25 Force Majeure


1. Notwithstanding the provisions of conditions of contract, the Service Provider shall not be liable
for forfeiture of its performance security, liquidated damages or termination for default, if and to
the extent that, it’s delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.

2. For purpose of this Clause, “Force Majeure” means an event beyond the control of the Service
Provider and not involving the Service Provider’s fault or negligence and not foreseeable. Such
events may include, but are not limited to, acts of the Lucknow Development Authority either in
its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions and freight embargoes. If a Force Majeure situation arises the Service Provider shall
promptly notify the Lucknow Development Authority in writing of such conditions and the cause
thereof. Unless otherwise directed by the Lucknow Development Authority in writing, the Service
Provider shall continue to perform its obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.

7.26 Settlement of Disputes


1. If any dispute or difference of any kind whatsoever arises between the Lucknow Development
Authority and the Service Provider in connection with or arising out of the Contract both the parties
shall make every effort to resolve amicably such dispute or difference by mutual consultation.
2. If, the parties have failed to resolve their dispute or difference by such mutual consultation
within30 (thirty) days, then aggrieved party may give notice to other party of its intention to
commence arbitration, as herein after provided, as to the matter in dispute, and no arbitration in
respect of this matter may be commenced unless such notice is given.
3. Any dispute or difference in respect of which a notice of intention to commence arbitration has
been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may
30
RFP for Online Building Plan Scrutiny and Approval System

be commenced prior to or after delivery of the Goods and services under the Contract.

7.27 Arbitration
1. In case of dispute or difference arising between the Lucknow Development Authority and a
Service Provider relating to any matter arising out of or connected with the award of contract,
such dispute or difference shall be referred to Sole Arbitrator, the Principal Secretary/Secretary,
UP Housing Board, Govt of U.P., to decide the dispute both in case of foreign supply as well as
Indian supply. The provision of Arbitration and Conciliation Act, 1996 shall apply.
2. Arbitration proceedings shall be held at Lucknow and the language of the arbitration proceedings
and that of all documents and communications between the parties shall be in English.
3. The decision of the Sole Arbitrator or its nominee shall be final and binding upon both parties.
The cost and expenses of arbitration proceedings will be paid as determined by the Arbitrator.
However the expenses incurred by each party in connection with the preparation, presentation
etc. of its proceedings shall be borne by each party itself.
a. The parties shall continue to perform their respective obligations under the Contract unless they
otherwise agree ; and
b. The Lucknow Development Authority shall pay the Service Provider any money due to the Service
Provider.
All disputes shall be subject to the jurisdiction of the Courts at Lucknow only.

7.28 Limitation of Liability


Except in cases of criminal negligence or willful misconduct, and in the case of Infringement
1. The Service Provider shall not be liable to the Lucknow Development Authority/end-customer,
whether in contract, or otherwise, for any indirect or consequential loss of damage, loss of use,
loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply
to any obligation of the Service Provider to pay liquidated damages to the Lucknow Development
Authority; and
2. The aggregate liability of the Service Provider to the Lucknow Development Authority/end-
customer, whether under the Contract, into or otherwise, shall not exceed the total value of items
ordered under this Contract provided that this limitation shall not apply to the cost of repairing or
replacing defective equipment.

7.29 Governing Language


The Contract shall be written in English language. Subject to condition of contract, English language
version of the Contract shall govern its interpretation. All correspondence and other written in the same

31
RFP for Online Building Plan Scrutiny and Approval System

languages.

7.30 Applicable Law


The Contract shall be interpreted in accordance with the laws of the India.

8 SECTION VIII - TECHNICAL PROPOSAL SUBMISSION FORM


8.1 BID FORM
To: Date:
The Chief Engineer,
Lucknow Development Authority,

Subject:-

Dear Sir,

Having examined the Bidding Documents, we, the undersigned, offer to <Name of Work>in
accordance with the terms and conditions of the contract mentioned in the RFP

We undertake, if our bid is accepted, to commence work as per the schedule and to achieve the
effectiveness of the contract within the respective time period stated in the Bidding Documents.

Construction of the Contract

 We have read the provisions of bid and confirm that these are acceptable to us.

 We further declare that bid is unconditional.

 We undertake, if our bid is accepted, to commence the work as per the schedule immediately
upon your Notification of Award to us, and to achieve Completion within the time stated in
the Bidding Documents.

 If our bid is accepted, we undertake to provide Performance Security in the form and
amounts, and within the times specified in the Bidding Documents.

 We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India

Dated this ____ day of 2016

Signature:
32
RFP for Online Building Plan Scrutiny and Approval System

8.2 DETAILS OF BIDDER

Description Details to be filled by Bidder

Name of the Organization

Nature of the Organization

Government / Public / Private /


Partnership /Proprietorship

Year of Establishment (Enclose any of


the following for proof of
establishment)

• Certificate of Incorporation

• Audited balance sheets

• Registered Partnership deed if


any

Regd. Office Postal Address with


Phone & Fax Number

Name of Bidder:

Signature of Bidder:

33
RFP for Online Building Plan Scrutiny and Approval System

8.3 MINIMUM SPECIFICATION FOR HOSTING THE APPLICATION FOR ONE


DEVELOPMENT AUTHORITY AT DATA CENTER DURING THE CONTRACT.
For Category AS and A Development Authority

Item Quantity Specification


Database Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 512
Server 1 GB DDR3 RAM or higher and 2 x 500 GB SAS hot plug SFF drives.
Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 512
Web server 1 GB DDR3 RAM or higher and 2 x 300 GB SAS hot plug SFF drives.
Application Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 512
Server 1 GB DDR3 RAM or higher and 2 x 300 GB SAS hot plug SFF drives.
Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 512
Back Up Server 1 GB DDR3 RAM or higher and 2 x 300 GB SAS hot plug SFF drives.
Storage 1 10 TB of SAN Storage
Enterprise Edition RDBMS Database and Server software licenses
Software ( MS SQL Enterprise Edition, Windows server Enterprise Edition, 50
Licenses 1 Terminal server Cal licenses)

For Category B and C Development Authority

Item Quantity Specification


Database Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 128
Server 1 GB DDR3 RAM or higher and 2 x 500 GB SAS hot plug SFF drives.
Web server / Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 128
Application GB DDR3 RAM or higher and 2 x 300 GB SAS hot plug SFF drives.
Server 1
Latest generation x86-64 bit Hex Core processor, Intel® Xeon®, 128
Back Up Server 1 GB DDR3 RAM or higher and 2 x 300 GB SAS hot plug SFF drives.
Storage 1 5 TB of SAN Storage
Enterprise Edition RDBMS Database and Server software licenses
( MS SQL Enterprise Edition, Windows server Enterprise Edition, 50
Software Terminal server Cal licenses) MS SQL Enterprise Edition, Windows
Licenses 1 server Enterprise Edition, 20 Terminal server Cal licenses)

If centralized Hosting for all the development authorities at single location is decided by the department, then the
requirement of the servers and other computing capacity would be optimized by the department for further reducing
the hosting and management cost of the proposed solution and bidder has to comply with same.
34
RFP for Online Building Plan Scrutiny and Approval System

8.4 MINIMUM REQUIREMENTS FOR HOSTING SERVICES

Sr.No. Item
Data Center(DC) and Disaster Recovery(DR) Compliance
1 DC infrastructure IPv6 Compliant
2 DC and DR should physically reside in India and all application, data, and all its
supporting infrastructure should reside within India only
3 DC and DR should be managed and monitored 24x7x365 days in the Cloud Service
Provider’s Network Operation Centre(NOC)
4 Firewall with IPS, IDS for both primary and DR servers should be provisioned
5 Hosting Service provider should ensure 24x7x365 security monitoring of OBPS
solution to detect attacks and alert about suspicious events that may lead to breach
of security
6 Should have dynamic load balancing capability
7 The Bidder should ensure OBPS application and all its related Information hosted in
the DC and DR should be under secured environment based on GoI regulatory
requirements if any.
8 DR should be indifferent Seismic Zone with different fault line than the DC.
Business Continuity and Resiliency
9 DR drill is required to be conducted as per Business Continuity and Resiliency Plan
once in every one year, and a detailed report of the same should be submitted by
the bidder.
10 Cloud/ Hosting Service Provider should provide a detailed Business Continuity
and Resiliency Plan for effective disaster management, to handle disaster situations.
CSP should also provide periodic test reports to UVAVP as per the Business
Continuity & Resiliency Plan
Governance Model
The governance policies around OBPS application, all its related data, and storage
11 And retention policies adopted should be informed.

35
RFP for Online Building Plan Scrutiny and Approval System

1. Roles and responsibilities – Clear roles and responsibilities should be defined


by Bidder for all users, Bidder’s team, that will have access to OBPS
application and its related data
2. Control and access –to OBPS application and its related data
3. Infrastructure governance and control–that will host OBPS application and its
related data
4. Governance for data classification, backup, and retention
5. Data management policy for sensitive and personally Identifiable
Information (PII) data.
6. Audit trail for all access points to OBPS application and its data
7. Downtime–any down time should be planned and informed in advance.

Software Compliance
12 Bidder should procure, install, configure and maintain licensed software required for
proper hosting of OBPS solution with latest anti-virus.
13 Bidder to ensure all antivirus software and programs are updated timely and
Regularly in the Cloud / Hosted server and kept up-to-date
14 The bidder should test the patches for OBPS application compatibility
Information Security Management
15 All application security concerns like HTML/SQL Injections, application of Stored
Procedures etc. should be quarterly tested for, and report for the same should be
submitted quarterly.
16 Bidder should ensure appropriate information security, anonymity, and encryption
for OBPS application over Cloud / Hosting to avoid any unauthorized access
17 Ensure there is no data or information leakage
18 Ensure secure disposal and complete removal of all unutilized data and information
Related to OBPS application from all storage media
19 Ensure that data from live OBPS application(Production data)is not replicated or
used in non-production instances without UVAVP permission
Vulnerability and penetration testing should be performed on information security
20 Management on a quarterly basis. CHSP is responsible to submit a report for the
same on a quarterly basis
Creation & maintenance of the directory server integrated with security modules like
Authentication, Authorization & Auditing capabilities, Web single sign on, OTP
21 management for critical components and the usage of Digital signature to ensure
web based signage of documents. The SI should also employ the usage of a log co-
relator system to ensure centralized collection and analysis of log files.
Data, Information and Backup Policy
22 Backup or redundancy mechanisms implemented to ensure compliance with
regulatory, statutory, contractual or business requirements

36
RFP for Online Building Plan Scrutiny and Approval System

23 Services provided should include appropriate data anonymity and encryption over
Cloud
24 Data Disposal should be secure and mechanisms should be for complete removal
Of data from all storage media, ensuring data is not recoverable by any computer
forensic means

8.5 CONNECTIVITY REQUIREMENTS


Following capacity MPLS connectivity with the hosting service location would be required by
each development authority.

 For all AS and A class locations 10 Mbps MPLS connectivity required.


 FOR all Band C class locations 4 Mbps MPLS Connectivity required.

37
RFP for Online Building Plan Scrutiny and Approval System

8.6 LIST OF DEVELOPMENT AUTHORITIES OF UP

Sr.No. Name of Development Authority Category

1 Gaziabad AS

2 Awas Vikas Parishad AS

3 Kanpur AS

4 Lucknow AS

5 UP Housing Board UPHB

Total AS Category 5

1 Agra A

2 Allahabad A

3 Meerut A

4 Muradabad A

Total A Category 4

1 Aligardh B

2 Baraille B

3 Gorakhpur B

4 Mathura B

5 Varanasi B

Total B Category 5

1 Banda C

2 Bulandshar C

3 Faizabad C

4 Firozabad C

5 Hapud-Pilkua C

38
RFP for Online Building Plan Scrutiny and Approval System

6 Zansi C

7 Muzaffarnaagar C

8 Raibareli C

9 Saharanpur C

10 Unnav C

11 Rampur C

12 Urai C

13 Khurja C

Total C Category 13

Total Development Authorities 27

39

Potrebbero piacerti anche