Nothing Special   »   [go: up one dir, main page]

RFP Silpa Sathi Single Window

Download as pdf or txt
Download as pdf or txt
You are on page 1of 95

EODB ON EA

Competitive Bidding

Request for Proposal for Silpasathi Single Window Clearance System Portal of
Government of West Bengal

REQUEST FOR PROPOSAL

February 2021

West Bengal Industrial Development Corporation Ltd


"Protiti", 23, Abanindranath Thakur Sarani,
(Camac Street), Ground Floor
Kolkata - 700017,
West Bengal, India
Phone: +91 33 2255 3700 - 705
Telefax: +91 33 2255 3737
Email: wbidc@wbidc.com
Disclaimer

1. This RFP document is neither an agreement nor an offer by the West Bengal Industrial Development
Corporation Ltd to the prospective bidders or any other person. The purpose of this RFP is to
provide information to the interested parties that may be useful to them in the formulation of their
bid pursuant to this RFP.

2. West Bengal Industrial Development Corporation Ltd does not make any representation or
warranty as to the accuracy, reliability or completeness of the information in this RFP document and
it is not possible for West Bengal Industrial Development Corporation Ltd to consider particular
needs of each party who reads or uses this RFP document. This RFP includes statements which
reflect various assumptions and assessments arrived at by WBIDC in relation to the project. Such
assumptions, assessments and statements do not purport to contain all the information that each
bidder may require. Each prospective bidder should conduct its own investigations and analyses and
check the accuracy, reliability and completeness of the information provided in this RFP document
and obtain independent advice from appropriate sources.

3. West Bengal Industrial Development Corporation Ltd will not have any liability to any prospective
Bid Company/ Firm or any other person under any laws (including without limitation the law of
contract, tort), the principles of equity, restitution or unjust enrichment or otherwise for any loss,
expense or damage which may arise from or be incurred or suffered in connection with anything
contained in this RFP document, any matter deemed to form part of this RFP document, the award
of the Project, the information and any other information supplied by or on behalf of West Bengal
Industrial Development Corporation Ltd or their employees, any consultants or otherwise arising in
any way from the selection process for the Project. West Bengal Industrial Development
Corporation Ltd will also not be liable in any manner whether resulting from negligence or
otherwise however caused arising from reliance of any bidder upon any statements contained in this
RFP.

4. West Bengal Industrial Development Corporation Ltd will not be responsible for any delay in
receiving the bids. The issue of this RFP does not imply that West Bengal Industrial Development
Corporation Ltd is bound to select a bidder, as the case may be, for the project and West Bengal
Industrial Development Corporation Ltd reserves the right to accept/reject any or all of bids
submitted in response to this RFP document at any stage without assigning any reasons whatsoever.
West Bengal Industrial Development Corporation Ltd also reserves the right to withhold or
withdraw the process at any stage with intimation to all who submitted the RFP Application.

5. The information given is not an exhaustive account of statutory requirements and should not be
regarded as a complete or authoritative statement of law. West Bengal Industrial Development
Corporation Ltd accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein.

6. West Bengal Industrial Development Corporation Ltd reserves the right to change/ modify/ amend
any or all provisions of this RFP document. Such revisions to the RFP will be made available on the
website of West Bengal Industrial Development Corporation Ltd and also on the West Bengal
eTendering website.
Contents

1. Fact Sheet................................................................................................................................................... 5
2. Dates and Timelines ................................................................................................................................... 7
3. Instruction to Bidders ................................................................................................................................ 7
4. Introduction ............................................................................................................................................. 10
5. Eligibility of Bidders.................................................................................................................................. 16
6. Preparation of Bid .................................................................................................................................... 18
7. Submission , receipt and opening of bids ................................................................................................ 19
8. Evaluation of bids ..................................................................................................................................... 20
9. Selection of the bidder ............................................................................................................................. 20
10. Negotiation .............................................................................................................................................. 26
11. Award of Contract .................................................................................................................................... 26
12. Miscellaneous .......................................................................................................................................... 29
13. Project Profile and background Information ........................................................................................... 29
13.1. Goal of the project ................................................................................................................................... 35
13.2. Silpa Sathi Single Window Project Objectives.......................................................................................... 35
14. Terms of Reference .................................................................................................................................. 38
14.1. Portal and System Specifications ............................................................................................................. 49
15. Training and Capacity Building ................................................................................................................. 56
16. Manpower................................................................................................................................................ 56
16.1. Type of resources required to be deployed............................................................................................. 56
16.2. Minimum Qualification for each resource type ....................................................................................... 57
17. Deliverables, Milestone and Time Schedule ............................................................................................ 59
18. Service Level and Penalty clause.............................................................................................................. 60
18.1. SLA and Penalty related to Deliverables of goods and services .............................................................. 60
18.2. Termination due to breach of SLA parameters tolerance levels ............................................................. 62
18.3. Patent Indemnity ..................................................................................................................................... 62
18.4. Limitation of Liability................................................................................................................................ 63
19. Payment Terms and schedule .................................................................................................................. 63
20. Termination of Contract........................................................................................................................... 66
21. Intellectual Property Rights and Source codes ........................................................................................ 66
22. Force Majeure .......................................................................................................................................... 67
List of Annexure ....................................................................................................................................................... 68
Annexure # 1 : Format for Power of Attorney for Authorized representative ........................................................ 68
Annexure # 2 : Comments and Pre-Bid Queries in this RFP .................................................................................... 70
Annexure # 3 : Team Composition .......................................................................................................................... 72
Annexure #4 : Curriculum Vitae (CV) for Proposed Professional Staff ................................................................... 73
Annexure #5 : Staffing schedule .............................................................................................................................. 76
Annexure #6 : Work Schedule.................................................................................................................................. 77
Annexure # 7 : Financial Bid Submission Form ........................................................................................................ 78
Annexure#8 : Pre-Qualification and Technical Evaluation Form ............................................................................. 80
Annexure#9 : List of in-scope Services..................................................................................................................... 85
ANNEXURE#10: PROFORMA FOR PERFORMANCE BANK GUARANTEE ................................................................... 90
ANNEXURE#11 NIT DECLARATION ........................................................................................................................... 94

TABLE OF FIGURES

Figure 1: Silpa Sathi Portal .......................................................................................................................... 36


Figure 2 : Silpa Sathi on Enterprise Architecture ........................................................................................ 38
Figure 3: Opensource EA tool ..................................................................................................................... 40
Figure 4: Silpa Sathi Microservices.............................................................................................................. 41

1. Fact Sheet
This Fact Sheet, comprising of important factual data on the bid, is provided to bidders as follows:

Clause Reference Topic

Request for Proposal for enterprise architecture, Platform for Silpa Sathi
Project Name and
Initiator

Method of (CCQBS) with 70% weight to the Technical Bid and 30 % weight to Financial Bid
evaluation

Mode of Bidding E-tendering

RFP document RFP document can be downloaded from the website https://www.wbtenders.gov.in

Interested applicants are requested to submit their responses to the Request for
RFP processing Fees
proposal online as well as at the address mentioned below, in sealed cover below
and Earnest Money
Deposit on or before XXX XXXX 2021, 3:00PM. The RFP submissions will necessarily have to
be accompanied with RFP Processing Fees of Amount INR 6000/- ( Rupees Six
Thousand Only ) & Earnest Money Deposit of INR 1000000 ( Rupees Ten Lakh Only ).
Proposals not accompanied with the RFP processing fees and EMD shall be liable to
be rejected by West Bengal Industrial Development Corporation Ltd. Fees are to be
deposited online.

Taxes The selected bidder CAN levy GST as per prevailing rates and laws of India.

Bid Validity Bids must remain valid for 180 days after the submission date

Bid Submission Bid documents to be submitted duly Digitally signed by authorized signatory of the
bidder ONLY at the website https://www.wbtenders.gov.in

The bid submission address is only through e-bidding website


Mode of Submission of
Bid https://www.wbtenders.gov.in
Note :

For any query regarding this RFP please contact Chairman by e-mail on or before XXXX on XXXX. No
queries will be entertained after this time.

Chairman,
West Bengal Industrial Development Corporation Ltd
"Protiti", 23, Abanindranath Thakur Sarani,
(Camac Street), Ground Floor
Kolkata - 700017,
West Bengal, India
Phone: +91 33 2255 3700 - 705
Telefax: +91 33 2255 3737
Email: wbidc@wbidc.com

2. Dates and Timelines


Sl No Particulars Particulars

Date of publishing of RFP (through e-tendering website


1 https://www.wbtenders.gov.in only) T

T
2 RFP Documents available date

T+7
3 Pre-Bid queries submission Last Date

T+1
4 Bid submission start date ( e-tendering only)

T+17
5 Last Data for issue of Corrigendum if required

T+21 at 12:00 PM
6 Bid submission end date

To be communicated
7 Date for opening of Bid in presence of bidder’s representatives

8 Date of communicating selected bidder To be communicated

9 Date of Pre-Bid Meeting To be communicated

3. Instruction to Bidders

i. West Bengal Industrial Development Corporation Ltd will select a firm/ organization (the
enterprise architecture and Delivery & maintenance vendor for Silpa Sathi), in accordance with
the method of selection specified in the data sheet. No explanation or justification for any
aspect of the Selection Process will be given and that West Bengal Industrial Development
Corporation Ltd's decisions are final and without any right of appeal whatsoever.
ii. The bidder are invited to submit Pre-Qualification and Technical Proposals (collectively called as
“the Proposal”), as specified in the data sheet, for the services required for the Assignment. The
term “bidder” refers to a single entity. The Proposal will form the basis for contract signing with
the selected bidder. The assignment shall be implemented in accordance with the requirements
as detailed in this document.
iii. The bidder shall submit the Proposal in the form and manner specified in this RFP. The Proposal
shall be submitted as per the forms given in relevant sections herewith. Upon selection, the
bidder shall be required to enter into a contract with West Bengal Industrial Development
Corporation Ltd in the form specified in this RFP (the “Contract”).
iv. Bidders should familiarize themselves with local conditions and take them into account in
preparing their Proposals.
v. West Bengal Industrial Development Corporation Ltd will timely provide, at no cost to the
bidders, the inputs and facilities required to carry out the services, and provide relevant project
data and reports related to the project available with West Bengal Industrial Development
Corporation Ltd. However, for avoidance of doubt, it is hereby clarified that the aforesaid data/
information provided under the RFP or to be provided later, is only indicative and solely for the
purposes of rendering assistance to the bidders towards preparation of their proposals. The
bidders are hereby advised to undertake their own due diligence (to their complete satisfaction)
before placing reliance on any such data/information furnished or to be provided later by West
Bengal Industrial Development Corporation Ltd and/ or any of his Enterprise architecture and
Delivery vendors
vi. Bidders shall bear all costs associated with the preparation and submission of their proposals,
and their participation in the selection process, and presentation including but not limited to
postage, delivery fees, expenses associated with any demonstrations or presentations which
may be required by West Bengal Industrial Development Corporation Ltd or any other costs
incurred in connection with or relating to its Proposal. West Bengal Industrial Development
Corporation Ltd is not bound to accept any Proposal, and reserves the right to annul the
selection process at any time prior to Contract award, without thereby incurring any liability to
the bidders.
vii. West Bengal Industrial Development Corporation Ltd requires that the bidders provides
professional, objective, and impartial services and at all times hold West Bengal Industrial
Development Corporation Ltd's interests’ paramount, avoid conflicts with other assignments or
its own interests, and act without any consideration for future work. The selected bidder shall
not accept or engage in any assignment that may place it in a position of not being able to carry
out the assignment in the best interests of West Bengal Industrial Development Corporation Ltd
and the Project.
viii. It is West Bengal Industrial Development Corporation Ltd's requirement that the bidders
observe the highest standard of ethics during the Selection Process and execution of such
contracts. In pursuance of this policy, West Bengal Industrial Development Corporation Ltd:
(i) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “Corrupt practice” means the offering, giving, receiving, or soliciting anything of value to
influence the action of officials in the Selection Process or in contract execution; and
(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence the
selection process or the execution of a contract in a way which is detrimental to West
Bengal Industrial Development Corporation Ltd, and includes collusive practices among
bidders (prior to or after submission of proposals) designed to establish prices at
artificial, non-competitive levels and to deprive West Bengal Industrial Development
Corporation Ltd of the benefits of free and open competition.
(ii) will reject the Proposal for award if it determines that the bidder has engaged in corrupt or
fraudulent activities in competing for the contract in question;
(iii) will declare a bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the bidder has engaged in corrupt or
fraudulent practices in competing for and in executing the contract.

ix. All bidders are required to follow the highest level of work ethics, if any bidder has a Conflict of
Interest or indulge in “Prohibited Practices”, the bidder is liable to be disqualified. Further, in
the event any entity has been barred by the Central Government, any State Government, a
statutory authority or a public sector undertaking, as the case may be, from participating in any
project or bid, and the bar subsists as on the Proposal Due Date, it would not be eligible to
submit a Proposal

x. Arbitration: If any dispute or difference of any kind whatsoever arises between the parties in
connection with or arising out of or relating to or under this RFP, the parties shall promptly and
in good faith negotiate with a view to its amicable resolution and settlement. In the event no
amicable resolution or settlement is reached within a period of thirty (30) days from the date on
which the above-mentioned dispute or difference arose, such dispute or difference shall be
finally settled by arbitration. The arbitral tribunal shall consist of a sole arbitrator appointed by
mutual agreement of the parties. In case of failure of the parties to mutually agree on the name
of a sole arbitrator, the arbitral tribunal shall consist of three arbitrators. Each party shall
appoint one arbitrator and the two arbitrators so appointed shall jointly appoint the third
arbitrator. The seat of arbitration shall be Kolkata – India and the arbitration shall be conducted
in the English language. The Arbitration and Conciliation Act, 1996 shall govern the arbitral
proceedings. The award rendered by the arbitral tribunal shall be final and binding on the
parties.

xi. Termination of Contract: West Bengal Industrial Development Corporation Ltd will have the
right to terminate the contract by giving 30 (thirty) days written notice. In the event of
termination for no fault of selected bidder, West Bengal Industrial Development Corporation Ltd
will reimburse all the expenses incurred by the selected bidder (upon submission of proof)
including closing-up of the project. If the contract is terminated due to the fault of the selected
bidder or in case of termination of the contract by the selected bidder for reasons not
attributable to the West Bengal Industrial Development Corporation Ltd, West Bengal Industrial
Development Corporation Ltd will forfeit the performance security of the selected bidder.

xii. Details related to timelines and submission of deliverables at each stage is given in the Data
sheet above.

xiii. The Proposal shall be valid for a period of not less than 180 (one hundred and eighty) days from
the Proposal Due Date (the “PDD”).

xiv. Brief Description of the Selection Process: West Bengal Industrial Development Corporation Ltd
has adopted a three stage selection process (collectively the “Selection Process”) for evaluating
the Proposals. The Bids shall comprise of three parts namely the Pre-Qualification, Technical
and Financial Proposals to be submitted in www.wbtenders.gov.in . The Pre-Qualification
Proposal shall be placed separately in the website titled Request for Qualification along with the
processing fee as prescribed in this RFP document. The Technical Proposal and Bid Security shall
be placed in separate folder created in the website as prescribed in this RFP document. The
submissions for Pre-Qualification shall be evaluated first as specified in this RFP. Subsequently
the technical evaluation as specified in this RFP will be carried out only for those bidders who
meet the Pre-Qualification criteria. Based on this technical evaluation, a list of technically
qualified bidders shall be prepared. Only the Financial Proposals of technically qualified bidders
will be opened. Proposals will finally be ranked according to their combined technical and
financial scores as specified in this RFP. The first ranked bidder shall be selected for discussion
(the “Selected Applicant”) while the subsequent ranked bidders will be kept in reserve.

xv. Number of Proposals: No Bidder or its Associate shall submit more than one Application for the
project. A bidder applying shall not be entitled to submit another application.

xvi. Right to reject any or all Proposals:


(i) Notwithstanding anything contained in this RFP, West Bengal Industrial Development
Corporation Ltd reserves the right to accept or reject any Proposal and to annul the
Selection Process and reject all Proposals, at any time without any liability or any obligation
for such acceptance, rejection or annulment, and without assigning any reasons thereof.
(ii) Without prejudice to the generality of above, West Bengal Industrial Development
Corporation Ltd reserves the right to reject any Proposal if:
a) at any time, a material misrepresentation is made or discovered, or
b) the bidder does not provide, within the time specified by West Bengal Industrial
Development Corporation Ltd, the supplemental information sought by West Bengal
Industrial Development Corporation Ltd for evaluation of the Proposal.
(iii) Such misrepresentation/ improper response by the bidder may lead to the disqualification
of the bidder. If such disqualification/ rejection occurs after the Proposals have been
opened and the highest ranking bidder gets disqualified/ rejected, then West Bengal
Industrial Development Corporation Ltd reserves the right to consider the next best bidder,
or take any other measure as may be deemed fit in the sole discretion of West Bengal
Industrial Development Corporation Ltd, including annulment of the Selection Process.
xvii. Acknowledgement by Bidder
(i) It shall be deemed that by submitting the Proposal, the bidder has:
a) made a complete and careful examination of the RFP;
b) received all relevant information requested from West Bengal Industrial Development
Corporation Ltd;
c) accepted the risk of inadequacy, error or mistake in the information provided in the RFP
or furnished by or on behalf of West Bengal Industrial Development Corporation Ltd;
d) satisfied itself about all matters, things and information, including matters herein above,
necessary and required for submitting an informed Application and performance of all
of its obligations there under;
e) acknowledged that it does not have a Conflict of Interest; and
f) agreed to be bound by the undertaking provided by it under and in terms hereof.

(ii) West Bengal Industrial Development Corporation Ltd and/ or its advisors/ Enterprise
architecture and Delivery vendors shall not be liable for any omission, mistake or error on
the part of the bidder in respect of any of the above or on account of any matter or thing
arising out of or concerning or relating to RFP or the Selection Process, including any error
or mistake therein or in any information or data given by West Bengal Industrial
Development Corporation Ltd and/ or its enterprise architecture and Delivery vendor.

4. Introduction

Silpa Sathi – Single Window Services can be accessed through an Online Single Window Portal
www.silpasathi.in using IT-enabled devices which includes desktop PCs and laptops.
Later, this facility will also be available on tablets and smartphones.
 It serves as a digital gateway for providing the necessary statutory compliances under the
applicable Acts, Rules, Policies and Schemes of the Govt of West Bengal.
 Investors can get certificates and licenses required for setting up and operating business in the
State in a smooth and time-bound manner, without the need to visit any government
department or office.
 In addition, SilpaSathi Kiosks are available at 23 Industry Facilitation Centers (IFCs) located in
every district of the State. The IFCs provide handholding support to the investors seeking
statutory compliance services from SilpaSathi portal.
Silpa Sathi is a dedicated set up in West Bengal Industrial Development Corporation Ltd Ltd. (WBIDC)
to facilitate investors in obtaining services required for setting up and operate business in the State
in smooth and time bound manner. Industry Facilitation Centre (IFC) in every district of the State
provides handholding support to the investors seeking services from Silpa Sathi. Online Single
Window Portal serves as a digital gateway for providing the necessary services under the applicable
Acts, Rules, Policies and Schemes made there under from a single point in a time-bound manner

SilpaSathi – Single Window Services of Government of West Bengal can be accessed through an
Online Single Window Portal www.silpasathi.in using IT-enabled devices. It serves as a digital
gateway for providing the necessary statutory compliances under the applicable Acts, Rules, Policies
and Schemes of the Govt of West Bengal.
 Investors can get certificates and licences required for setting up and operating business in the
State in a smooth and time-bound manner, without the need to visit any government
department or office.
 In addition, SilpaSathi Kiosks are available at 23 Industry Facilitation Centres (IFCs) located in
every district of the State. The IFCs provide handholding support to the investors seeking
statutory compliance services from SilpaSathi portal.
SilpaSathi is a dedicated set up in West Bengal Industrial Development Corporation Ltd Ltd.
(WBIDCL) to facilitate investors in obtaining services required for setting up and operate business in
the State in smooth and time bound manner. Industry Facilitation Centre (IFC) in every district of the
State provides handholding support to the investors seeking services from SilpaSathi. Online Single
Window Portal serves as a digital gateway for providing the necessary services under the applicable
Acts, Rules, Policies and Schemes made there under from a single point in a time-bound manner.
State government departments and agencies have implemented a number of reforms for Ease of
Doing Business (EoDB) in the State. These reforms are as per Business Reforms Action Plan (BRAP)
2020. Time-bound delivery of services has been mandated under Right to Public Services (RTPS) Act
2013 and subsequent amendments/notifications. Based on specific govt orders and notifications,
timelines have become legally enforceable and Departments need to adhere to the mandated
timelines.
Ease of Doing Business in Bengal includes:
o Dissemination of web-based information
o Incentives and land allotment in industrial parks & estates
o GIS maps for ease of location
o Simplification of processes & procedures
o Decentralization of approval power
o Reduced documentation
o Introduction of self-declaration and self-certification
o eServices and single window system for business enacted through Single Window Act
for statutory compliances, and a host of other systems and processes.

(i) The bidders are invited to submit Financial Bids (collectively called as “the Bid”), as specified in
the Fact Sheet, for the services required for the project. The term “Bidder” refers to a single
entity to execute the project. The Bid will form the basis for contract signing with the selected
bidder. The project shall be implemented in accordance with the requirements as detailed in
this document.
(ii) The bidder shall submit the Bid in the form and manner specified in this RFP. The Bid shall be
submitted as per the forms given in relevant sections herewith. Upon selection, the bidder shall
be required to enter into a contract with the West Bengal Industrial Development Corporation
Ltd in the form specified in this RFP (the “Contract”).
(iii) Bidder should familiarize themselves with local conditions and take them into account in
preparing their Bids.
(iv) West Bengal Industrial Development Corporation Ltd will timely provide, at no cost to the
selected bidder, the inputs and facilities required to carry out the services, and provide relevant
project data and reports related to the project available with the West Bengal Industrial
Development Corporation Ltd . However, for avoidance of doubt, it is hereby clarified that the
aforesaid data/ information provided under the RFP or to be provided later, is only indicative
and solely for the purposes of rendering assistance to the Bidders towards preparation of their
bids. The Bidders are hereby advised to undertake their own due diligence (to their complete
satisfaction) before placing reliance on any such data/information furnished or to be provided
later by the West Bengal Industrial Development Corporation Ltd and/ or any of his consultants.
(v) Bidders shall bear all costs associated with the preparation and submission of their bids, and
their participation in the selection process, and presentation including but not limited to
postage, delivery fees, expenses associated with any demonstrations or presentations which
may be required by West Bengal Industrial Development Corporation Ltd or any other costs
incurred in connection with or relating to its Bid. West Bengal Industrial Development
Corporation Ltd is not bound to accept any Bid, and reserves the right to annul the selection
process at any time prior to Contract award, without thereby incurring any liability to the
bidders.
(vi) West Bengal Industrial Development Corporation Ltd requires that the bidders provides
professional, objective, and impartial advice and at all times hold West Bengal Industrial
Development Corporation Ltd 's interests’ paramount, avoid conflicts with other projects or its
own interests, and act without any consideration for future work. The selected bidder shall not
accept or engage in any project that may place it in a position of not being able to carry out the
project in the best interests of West Bengal Industrial Development Corporation Ltd and the
Project.
(vii) It is the West Bengal Industrial Development Corporation Ltd ’s policy to require that the
bidders observe the highest standard of ethics during the Selection Process and execution of
such contracts. In pursuance of this policy, West Bengal Industrial Development Corporation Ltd
:
a. defines, for the purposes of this provision, the terms set forth below as follows
i. “Corrupt practice” means the offering, giving, receiving, or soliciting anything of
value to influence the action of officials in the Selection Process or in contract
execution; and
ii. “Fraudulent practice” means a misrepresentation of facts in order to influence
the selection process or the execution of a contract in a way which is
detrimental to the Client, and includes collusive practices among bidders (prior
to or after submission of bids) designed to establish prices at artificial, non-
competitive levels and to deprive West Bengal Industrial Development
Corporation Ltd of the benefits of free and open competition.
b. will reject the Bid for award if it determines that the bidder has engaged in corrupt or
fraudulent activities in competing for the contract in question;
c. will declare an bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the bidder has engaged in corrupt
or fraudulent practices in competing for and in executing the contract.
d. The bidder is required to follow the highest level of work ethics. If any bidder has a
Conflict of Interest or indulge in “Prohibited Practices”; the bidder is liable to be
disqualified. Further, in the event any entity has been barred by the Central
Government, any State Government, a statutory authority or a public sector
undertaking, as the case may be, from participating in any project or bid, and the bar
subsists as on the Date of Bidding, it would not be eligible to submit a Bid.
(viii) Arbitration: If any dispute or difference of any kind whatsoever arises between the
parties in connection with or arising out of or relating to or under this RFP, the parties shall
promptly and in good faith negotiate with a view to its amicable resolution and settlement. In
the event no amicable resolution or settlement is reached within a period of thirty (30) days
from the date on which the above-mentioned dispute or difference arose, such dispute or
difference shall be finally settled by arbitration. The arbitral tribunal shall consist of a sole
arbitrator appointed by mutual agreement of the parties. In case of failure of the parties to
mutually agree on the name of a sole arbitrator, the arbitral tribunal shall consist of three
arbitrators. Each party shall appoint one arbitrator and the two arbitrators so appointed shall
jointly appoint the third arbitrator. The seat of arbitration shall be Kolkata – India and the
arbitration shall be conducted in the English language. The Arbitration and Conciliation Act,
1996 shall govern the arbitral proceedings. The award rendered by the arbitral tribunal shall be
final and binding on the parties.
(ix) Details related to timelines and submission of deliverables at each stage is given in the Scope of
Work.
(x) The Bid shall be valid for a period of not less than 180 (one hundred and eighty) days from the
Bid Submission Date
(xi) Brief Description of the Selection Process: West Bengal Industrial Development Corporation Ltd
has adopt single state selection process for evaluating the Bids. The Bids shall comprise of
Financial Bids to be submitted only through e-bidding format. The detailed bidding process is
provided later in this RFP.
(xii) Number of Bids: No bidder shall submit more than one bid.
(xiii) Right to reject any or all Bids:
a. Notwithstanding anything contained in this RFP, West Bengal Industrial Development
Corporation Ltd reserves the right to accept or reject any Bid and to annul the Selection
Process and reject all bids, at any time without any liability or any obligation for such
acceptance, rejection or annulment, and without assigning any reasons thereof.
b. Without prejudice to the generality of above, West Bengal Industrial Development
Corporation Ltd reserves the right to reject any bid if:
i. at any time, a material misrepresentation is made or discovered, or
ii. the bidder does not provide, within the time specified by West Bengal Industrial
Development Corporation Ltd , the supplemental information sought by West
Bengal Industrial Development Corporation Ltd for evaluation of the Bid.
c. Such misrepresentation/ improper response by the bidder may lead to the
disqualification of the bidder. If such disqualification/ rejection occurs after the bids
have been opened and the highest ranking bidder gets disqualified/ rejected, then West
Bengal Industrial Development Corporation Ltd reserves the right to consider the next
best bidder, or take any other measure as may be deemed fit in the sole discretion of
West Bengal Industrial Development Corporation Ltd , including annulment of the
Selection Process
(xiv) Acknowledgement by Bidder
a. It shall be deemed that by submitting the bid, the bidder has:
i. made a complete and careful examination of the RFP;
ii. received all relevant information requested from West Bengal Industrial
Development Corporation Ltd ;
iii. accepted the risk of inadequacy, error or mistake in the information provided in
the RFP or furnished by or on behalf of West Bengal Industrial Development
Corporation Ltd ;
iv. satisfied itself about all matters, things and information, including matters
herein above, necessary and required for submitting an informed bid and
performance of all of its obligations there under;
v. acknowledged that it does not have a Conflict of Interest; and
vi. agreed to be bound by the undertaking provided by it under and in term hereof.
b. West Bengal Industrial Development Corporation Ltd and/ or its advisors/ consultants
shall not be liable for any omission, mistake or error on the part of the bidder in respect
of any of the above or on account of any matter or thing arising out of or concerning or
relating to RFP or the Selection Process, including any error or mistake therein or in any
information or data given by West Bengal Industrial Development Corporation Ltd and/
or its consultant.
(xv) RFP Processing Fee: The RFP submissions details are provided in the Fact Sheet above.
(xvi) Corrigendum :
a. Bidders may seek clarification on this RFP document, as per timelines provided in the
Fact Sheet of this RFP document . Any request for clarification must be sent by email to
West Bengal Industrial Development Corporation Ltd contact person provided in the
Fact Sheet
b. Response to such queries may be provided by West Bengal Industrial Development
Corporation Ltd as deemed necessary
c. Corrigendum if issued by West Bengal Industrial Development Corporation Ltd related
timelines are provided in the Fact Sheet.
d. All corrigendum will be posted only on e-tendering website. In order to afford the
bidders a reasonable time for taking an amendment into account, or for any other
reason, West Bengal Industrial Development Corporation Ltd may at its discretion
extend the bid submission date
(xvii) Clarification and/ or interpretation of bid documents
a. After submission of the bid by the bidder, to the satisfaction of West Bengal Industrial
Development Corporation Ltd , if clarifications are required or doubt arises as to the
interpretation of anything included in the bid document, bidder shall, on request from
West Bengal Industrial Development Corporation Ltd , furnish such clarification to the
satisfaction of West Bengal Industrial Development Corporation Ltd within timeline as
specified by West Bengal Industrial Development Corporation Ltd .
(xviii) Ownership of document and copyright
a. All the study outputs including primary data shall be compiled, classified and submitted
by the selected Bidder to West Bengal Industrial Development Corporation Ltd in hard
and soft copies in addition to the requirements for the reports and deliverables
indicated in the Scope of Work. The study outputs shall remain the property of West
Bengal Industrial Development Corporation Ltd and shall not be used for any purpose
other than that intended under these terms of reference without the permission of
West Bengal Industrial Development Corporation Ltd .
(xix) Bid security ( Earnest Money Deposit )
a. Details related to submission of Bid security is provided in the fact Sheet above.
b. Client will not be liable to pay any interest on bid security deposits.
c. Bid security of Pre-Qualified but unsuccessful bidders shall be returned, without any
interest, within three months after signing the contract with the Selected bidder or
when the selection process is cancelled by West Bengal Industrial Development
Corporation Ltd .
d. The Selected bidder’s Bid Security shall be returned, without any interest upon the
bidder signing the contract and furnishing the Performance Security in accordance with
provision of the RFP and contract.
e. West Bengal Industrial Development Corporation Ltd will be entitled to forfeit and
appropriate the bid security as mutually agreed loss and damage payable to West
Bengal Industrial Development Corporation Ltd in regard to the RFP without prejudice
to West Bengal Industrial Development Corporation Ltd ’s any other right or remedy
under the following conditions:
i. If a bidder engages in a corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice as envisaged under this
RFP (including the Standard Form of Contract);
ii. If any bidder withdraws its bid during the period of its validity as specified in
this RFP and as extended by the bidder from time to time,
iii. In the case of the Selected bidder, if the Selected bidder fails to sign the
contract or provide the Performance Security within the specified time limit,
or
iv. If any bidder commits any breach of terms of this RFP or is found to have
made a false representation West Bengal Industrial Development
Corporation Ltd .
(iv) Sub-Contracting :
a. Sub Contracting may be allowed ONLY for deployment of manpower by selected
bidder through authorized partners of the selected bidder.
b. Authorized partner for manpower deployment shall mean an entity with which the
selected bidder has signed the sub-contracting agreement for the purpose of this
RFP
c. The selected bidder has to provide proof of authorized partner for deployment of
manpower resources before deployment of the resources. The sub-contracting
agreement signed by the selected bidder and sub-contracting party with details of
sub-contracting shall have to be submitted to West Bengal Industrial Development
Corporation Ltd . West Bengal Industrial Development Corporation Ltd shall make
an assessment of the sub-contracting agreement. Once approved by West Bengal
Industrial Development Corporation Ltd , the selected bidder can deploy manpower
for the project
d. The sub-contracting agreement shall state type of resources, level of resources,
tenure etc for which manpower sub-contracting shall be done by selected bidder to
sub-contracting third party.
e. West Bengal Industrial Development Corporation Ltd shall be indemnified by
selected bidder for any loss to West Bengal Industrial Development Corporation Ltd
for wrong doings, mis-happenings done by sub-contracting party
f. The selected bidder can only provide upto 2 authorized partners during the entire
tenure of the project. Any further request for new authorized partner for
deployment of manpower shall not be allowed by West Bengal Industrial
Development Corporation Ltd
g. All the terms and conditions related to manpower selection criteria of manpower,
performance of duties , Service level parameters and related penalty clause,
confidentiality, non-disclosure shall apply to such sub-contract related resource
deployment as if the resources are employees of the selected bidder.

5. Eligibility of Bidders

(i) The bidder for participation in the Selection Process, shall be a single entity to execute the
project. However, no bidder shall be allowed to apply more than one bids. An entity for the
purpose can be a proprietorship firm, partnership firm, company as registered under Indian
companies act, or any other organization as registered under relevant Act prevailing in India.
(ii) A bidder shall not have a conflict of interest that may affect the Selection Process or the
project (the “Conflict of Interest”). Any bidder found to have a Conflict of Interest shall be
disqualified. In the event of disqualification, West Bengal Industrial Development
Corporation Ltd will forfeit and appropriate the Bid Security as mutually agreed genuine
pre-estimated compensation and damages payable to West Bengal Industrial Development
Corporation Ltd for, inter alia, the time, cost and effort of West Bengal Industrial
Development Corporation Ltd including consideration of such bidders Bid, without
prejudice to any other right or remedy that may be available to West Bengal Industrial
Development Corporation Ltd hereunder or otherwise.
(iii) An Bidder shall be deemed to have a Conflict of Interest affecting the Selection Process, if:
a. the bidder, or Associate (or any constituent thereof) and any other Bidder, its
Associate (or any constituent thereof) have common controlling shareholders or
other ownership interest; provided that this disqualification shall not apply in cases
where the direct or indirect shareholding or ownership interest of an Bidder, its
Member or Associate (or any shareholder thereof having a shareholding of more
than 5 percent of the paid up and subscribed share capital of such Bidder, Member
or Associate, as the case may be) in the other Bidder or Associate is less than 5
percent of the subscribed and paid up equity share capital thereof; provided further
that this disqualification shall not apply to any ownership by a bank, insurance
company, pension fund or a public financial institution referred to in section 4A of
the Companies Act, 1956/2013. For the purposes of this clause, indirect
shareholding held through one or more intermediate persons shall be computed as
follows: (aa) where any intermediary is controlled by a person through management
control or otherwise, the entire shareholding held by such controlled intermediary
in any other person (the “Subject Person”) shall be taken into account for
computing the shareholding of such controlling person in the Subject Person; and
(bb) subject always to sub-clause (aa) above, where a person does not exercise
control over an intermediary, which has shareholding in the Subject Person, the
computation of indirect shareholding of such person in the Subject Person shall be
undertaken on a proportionate basis; provided, however, that no such shareholding
shall be reckoned under this sub-clause (bb) if the shareholding of such person in
the intermediary is less than 26 percent of the subscribed and paid up equity
shareholding of such intermediary; or
b. a constituent of such Bidder is also a constituent of another Bidder; or
c. such Bidder or its Associate receives or has received any direct or indirect subsidy or
grant from any other Bidder or its Associate; or
d. such Bidder has the same legal representative for purposes of this Application as
any other Bidder; or
e. such Bidder has a relationship with another Bidder, directly or through common
third parties, that puts them in a position to have access to each others’ information
about, or to influence the Application of either or each of the other Bidder; or
f. there is a conflict among this and other consulting projects of the Bidder (including
its personnel) and any subsidiaries or entities controlled by such Bidder or having
common controlling shareholders. The duties of the bidder will depend on the
circumstances of each case. While providing services to West Bengal Industrial
Development Corporation Ltd for this particular project, the selected bidder shall
not take up any project that by its nature will result in conflict with the present
project; or
g. a firm which has been engaged by West Bengal Industrial Development Corporation
Ltd to provide goods or works or services for a project, and its Associates, will be
disqualified from providing consulting services for the same project save and except
as per provisions of this RFP, conversely, a firm hired to provide consulting services
for the preparation or implementation of a project, and its Members or Associates,
will be disqualified from subsequently providing goods or works or services related
to the same project; or
h. the Bidder, its Member or Associate (or any constituent thereof), and the bidder or
Concessionaire, if any, for the Project, its contractor(s) or sub-contractor(s) (or any
constituent thereof) have common controlling shareholders or other ownership
interest; provided that this disqualification shall not apply in cases where the direct
or indirect shareholding or ownership interest of an Bidder, its Member or Associate
(or any shareholder thereof having a shareholding of more than 5 percent of the
paid up and subscribed share capital of such Bidder, Member or Associate, as the
case may be,) in the bidder or Concessionaire, if any, or its contractor(s) or sub-
contractor(s) is less than 5 percent of the paid up and subscribed share capital of
such Concessionaire or its contractor(s) or sub-contractor(s); provided further that
this disqualification shall not apply to ownership by a bank, insurance company,
pension fund or a Public Financial Institution referred to in section 4A of the
Companies Act, 1956. For the purposes of this sub-clause (h), indirect shareholding
shall be computed in accordance with the provisions of sub-clause (a) above.
i. For purposes of this RFP, Associate means, in relation to the Bidder, a person who
controls, is controlled by, or is under the common control with such Bidder (the
“Associate”). As used in this definition, the expression “control” means, with respect
to a person which is a company or corporation, the ownership, directly or indirectly,
of more than 50 percent of the voting shares of such person, and with respect to a
person which is not a company or corporation, the power to direct the management
and policies of such person by operation of law or by contract.
(iv) The bidder eventually appointed for this Project, and its Associates, shall be disqualified
from subsequently providing bid / supply of any goods or services of the same Project and
any breach of this obligation shall be construed as Conflict of Interest; provided that the
restriction herein apply till completion of this project; provided further that this restriction
shall not apply to services/ supplies performed for West Bengal Industrial Development
Corporation Ltd in continuation of this project or to any subsequent project performed for
West Bengal Industrial Development Corporation Ltd in accordance with the rules of West
Bengal Industrial Development Corporation Ltd . For the avoidance of doubt, an entity
affiliated with the Bidder shall include a partner in the Bidder’s firm or a person who holds
more than 5 percent of the subscribed and paid up share capital of the Bidder, as the case
may be, and any Associate thereof.
(v) Any entity which has been barred by the Central Government, any State Government, a
statutory authority or a public sector undertaking, as the case may be, from participating in
any project, and the bar subsists as on the date of bid submission, would not be eligible to
submit a bid either by itself or through its Associate.
(vi) An Bidder or its Associate should have, during the last 3 (three) years, neither failed to
perform on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Bidder or its
Associate, nor been expelled from any project or agreement nor have had any agreement
terminated for breach by such Bidder or its Associate.

6. Preparation of Bid

(i) Bidders are requested to submit their Bid in English language and strictly in the formats
provided in this RFP. West Bengal Industrial Development Corporation Ltd will evaluate only
those bids that are received in the specified forms and complete in all respects.
(ii) In preparing their bids, bidders are expected to thoroughly examine the RFP Document.
Material deficiencies in providing the information requested may result in rejection of a Bid.
(iii) Failure to comply with the requirements spelt out above shall lead to the deduction of
marks during the evaluation. Further, in such a case, West Bengal Industrial Development
Corporation Ltd will be entitled to reject the Bid.
(iv) Bids shall be typed or written in indelible ink and Digitally Signed by the Authorized
Representative of the bidder who shall digitally sign each separate document. In case of
printed and published documents, the softcopy of the document should be digitally signed.
All the alterations, omissions, additions, or any other amendments made to the Bid
documents shall be digitally signed by the authorized person(s) signing the Bid. The bid must
be properly signed by the authorized representative (the “Authorised Representative”) as
detailed below:
(i) by the proprietor in case of a proprietary firm;
(ii) by a partner, in case of a partnership firm and/or a limited liability partnership; or
(iii) by a duly authorized person holding the Power of Attorney, in case of a Limited Company or
a corporation or any other category of legal entity as registered under relevant Act In India;
(iv) Bidders should note the Bid submission Date, as specified in Fact Sheet, for submission of
Bids. Except as specifically provided in this RFP, no supplementary material will be
entertained by West Bengal Industrial Development Corporation Ltd , and that evaluation
will be carried out only on the basis of Documents received by the closing time of Bid
submission Date as specified in Fact Sheet. Bidders will ordinarily not be asked to provide
additional material information or documents subsequent to the date of submission, and
unsolicited material if submitted will be summarily rejected. For the avoidance of doubt,
West Bengal Industrial Development Corporation Ltd reserves the right to seek
clarifications in case the bid is non-responsive on any aspects.
(v) Financial bid: While preparing the Financial Bid, Bidders are expected to take into account
the various requirements and conditions stipulated in this RFP document and submit.
(vi) The Bids must remain valid for a period as specified in the Fact Sheet. During this period, the
bidder is expected to keep available the professional staff proposed for the project. West
Bengal Industrial Development Corporation Ltd will make its best effort to complete
contract signing within this period. If West Bengal Industrial Development Corporation Ltd
wishes to extend the validity period of the bids, it may ask the bidders to extend the validity
of their bids for a stated period. The bidders, who do not agree, have the right not to extend
the validity of their Bids.

7. Submission , receipt and opening of bids

(i) The Bid shall be prepared in indelible ink or computer typed. It shall contain no inter-
lineation or overwriting.
(ii) An Authorized Representative of the bid should digital sign the Financial Bids. The
Authorized Representative’s authorization should be confirmed by a written power of
attorney by the competent authority accompanying the Bid.
(iii) The Financial Bid should be submitted online Digitally Signed as per Folders created in the
website https://www.wbtenders.gov.in
(iv) The bidders should submit their bids as per the format given in this RFP Only through
website https://www.wbtenders.gov.in.
(v) No Other mode of submission is permissible apart from online submission of Bid documents
(vi) The Financial Bid along with formats and documents required are to be submitted duly
digitally signed in the website https://www.wbtenders.gov.in
(vii) All documents must be digitally signed by the authorised representative
(viii) All the pages of the Bid must be sequentially numbered and must contain the list of
contents with page numbers.
(ix) Any deficiency in the documentation may result in the rejection of the Bid.
(x) No bid shall be accepted after the closing time for submission of Bids.
(xi) After the deadline for submission of bid the Financial Bid shall be opened by West Bengal
Industrial Development Corporation Ltd to evaluate the financial bids
(xii) After the Bid submission until a bidder is selected, if any bidder wishes to contact West
Bengal Industrial Development Corporation Ltd on any matter related to its Bid, it should do
so in email. Any effort by an bidder to influence West Bengal Industrial Development
Corporation Ltd during the Bid evaluation, Bid comparison or selection may result in the
rejection of the bidder’s bid.

8. Evaluation of bids

(i) A Bid will be considered responsive at each stage only if:


a. The Financial Bid is received in the form specified in this RFP
b. it is submitted online in the folder earmarked on the website
c. it does not contain any condition or qualification; and
d. It is not non-responsive in terms hereof
(ii) West Bengal Industrial Development Corporation Ltd reserves the right to reject any Bid
which is non-responsive and no request for alteration, modification, substitution or
withdrawal will be entertained by West Bengal Industrial Development Corporation Ltd in
respect of such Bids. However, West Bengal Industrial Development Corporation Ltd
reserves the right to seek clarifications or additional information from the Bidder during the
evaluation process. West Bengal Industrial Development Corporation Ltd will subsequently
examine and evaluate Bids in accordance with the Selection Process detailed out in this RFP.
(iii) The Financial Bids shall be opened publicly in the presence of Bidders’ representatives who
choose to attend. The name of the Bidders and the proposed prices will be read aloud and
recorded when the Financial Bids are opened.
(iv) Prior to evaluation of the Financial Bids, West Bengal Industrial Development Corporation
Ltd will determine whether the Financial Bids are complete in all respects, unqualified and
unconditional, and submitted in accordance with the terms hereof.
(v) The cost indicated in the Financial Bid shall be deemed as final and reflecting the total cost
of services and should be stated in INR only.
(vi) The man-months considered for calculation of costs for the personnel in the Financial Bid
should be provided with corresponding rates
(vii) Omissions, if any, in costing of any item shall not entitle the Bidder to be compensated and
the liability to fulfill its obligations as per the Scope of Work within the total quoted price
shall be that of the Bidder.
(viii) The evaluation shall exclude those taxes, duties, fees, levies and other charges imposed
under the Applicable Law as applicable on foreign and domestic inputs.

9. Selection of the bidder

There would be Three (3) stages for evaluation process.

The Stages are:

I) Eligibility Criteria Evaluation

II) Technical Evaluation

III) Commercial Evaluation

ELIGIBILITY EVALUATION:

The Eligibility would be evaluated first for the participating bidders. Tender committee will evaluate the
technical details of bidders who qualify all Eligibility Criteria as mentioned in (Section - 5) and the
Minimum Qualification criteria below. It is desirable that the Bidders have prior experience of designing,
developing and maintaining similar single window systems for other State Governments in India.

Minimum Qualification Criteria

S No Basic Specific Requirements Documents Required


Requirement

1 Annual Turnover Average Annual Turnover from software Extracts from the Balance sheet
development in last Three financial years ending and Profit & Loss AND Certificate
31.03.2020 should be minimum INR 125 Crore from the statutory auditor /
each year. Chartered Accountant

2 Technical The Bidder should have successfully implemented Completion Certificates or


Capability- ICT (Go-Live) or in process of implementing at least 3 Ongoing execution Certificate from
project IT projects similar to Silpa Sathi Single Window the client(s).
platform within the past 5 years

3 Technical Have developed similar applications capable of Bidder shall provide proof of such
Capability handling at least 2500 users on concurrent usage. usage and if actual is not available,
Bidder shall conduct a demo and
provide a system generated self
certified report that can be verified
by WBIDC

4 Legal Entity  Bidder may be a Company, Partnership Firm  Certificates of incorporation


or Sole Proprietorship firm. for Company/ Partnership
deed / Proprietorship firm self
 The bidder should be in existence for last 3 declaration
years at end of 31st March, 2020.
 Certificate from Statutory
 The bidder should into the business of auditor / Chartered Accountant
software development for last 3 years at end for existence of 3 years
of 31st March, 2020.
 Certificate from Statutory
 The bidder shall be solvent at the date of auditor / Chartered Accountant
bidding for business of software
development for last 3 years

 Certificate from Statutory


auditor / Chartered Accountant
for Solvency declaration

5 Other legal  Trade License  Self certified copy


documents
 Service tax Registration and Service Tax
S No Basic Specific Requirements Documents Required
Requirement

return ( Latest )

 Income tax return ( Latest 2 years )

 Professional Tax registration

6 Office Location  Bidder should have an office in Kolkata or  Proof of address


should give an undertaking that the office
shall be opened at the time of signing of the
MSA.

7 Blacklisting  The bidder has never been blacklisted by any A Self Certified letter
Government Department, Ministry or Agency
for breach of ethical conduct or fraudulent
practices.

Technical Evaluation Criteria: The evaluation committee (“Evaluation Committee”) appointed by the
WBIDC will carry out the evaluation of Proposals on the basis of the following evaluation criteria and
points system. Each evaluated Proposal will be given a technical score (St) as detailed below. The
maximum points/ marks to be given under each of the evaluation criteria are:

Criteria Basis for valuation Max Supporting


Marks

ORGANIZATION 20
STRENGTHS

Average Annual Turnover More than Equal to INR 125 Crores but less than 10  Extracts from the
from ICT projects in last INR 150 Crores : 7 marks Balance sheet and
Three financial years Profit & Loss AND
ending 31.03.2020 should More than Equal to INR 125 Crores but less Certificate from the
be minimum INR 125 than INR 200 Crores : 8 marks statutory auditor /
Crore each year. Chartered Accountant
More than Equal to INR 200 Crores but less than
INR 250 Crores : 9 marks

Greater than or equal to INR 300 Crores : 10


marks

Manpower on own Relevant manpower 10  HR certificate


payroll as on 31.03.2020 certifying the relevant
should be at least 200 More than Equal to 200 personnel but less than
Criteria Basis for valuation Max Supporting
Marks

personnel working in 250 personnel : 7 marks manpower strength


enterprise architecture
and microservices More than Equal to 250 personnel but less than
500 personnel : 8 marks

More than Equal to 500 personnel but less than


1000 personnel : 9 marks

Greater than or equal to 1000 personnel : 10


marks

RELEVANT STRENGTHS 30

The Bidder should have When No. of Completed / Ongoing similar IT 10 Completion Certificates
successfully implemented Project of value INR 10 Crores or more over the from the client;
(Go-Live) or past 5 years as on 31.03.2020.
implementing at least 3 OR
similar IT Projects of  Equal to 3 projects : 7 marks
Work Order + Execution
value Rs. 10 Crore or
 For every extra project = 1 Mark each upto Certificate (for ongoing
more each over the past
max. 3 Marks projects) from the
5 years as of 31.03.2020
client(s).

Implemented and  More than 5000 less than equal to 6000 10 Bidder shall provide proof
maintained similar Portal transactions on a peak day : 7 marks of handling such
and system(s) capable of transactions
processing at least 5000  More than 6000 less than equal to 8000
transactions on a peak transactions on a peak day : 8 marks If actual is not available,
day. Bidder shall conduct a
 More than 8000 less than equal to 10000 demo itself and provide a
transactions on a peak day: 9 marks system generated self
certified report which
 More than 10000 transactions on a peak shall be verified by WBIDC
day : 10 marks

Implemented and  More than 2500 less than equal to 3000 10 Bidder shall provide proof
maintained similar users : 7 marks. of handling such
systems capable of transactions and if actual
handling a minimum of  More than 3000 less than equal to is not available, Bidder
2500 users in concurrent 3500 users : 8 Marks. shall conduct a demo and
usage. provide a system
 More than 3500 less than equal to generated self certified
4000 users : 9 marks report which will be
verified by WBIDC
 More than 4000 users : 10 marks
Criteria Basis for valuation Max Supporting
Marks

 APPROACH & METHODOLOGY 30

Solution Proposed  Detailed Technical Solution architecture 15 Self certified document &
Demonstration of and its components proposed to meet presentation
understanding of the data, performance, scalability,
requirements availability and security requirements
of the project : 5 Marks

 Enterprise Architecture Software


solution proposed : 5 Marks

 Training and Post-implementation O&M


support solution proposed : 5 Marks

Approach and Qualitative assessment based on: 15 Self certified document &
Methodology to perform presentation
the work in this  Understanding of the objectives of the
assignment assignment:– 2 Marks

 Security measures to be undertaken to


protect application from hacking /
unauthorized access/ DoS attacks, Risk
Mitigation and Business Continuity
Methodology proposed : 3 Marks

 EA and Microservices development


capabilities and Coverage across all Silpa
Sathi services as highlighted in the RFP – 10
Marks.

RESOURCE PROFILE Qualitative assessment 20

Project Manpower Key Project Resources for Silpa Sathi CV's to be 10 Relevant CVs certified by
submitted the bidder

Implementation: 6 Marks

 One TOGAF/EA certified Project Manager -


1 Marks
 A TOGAF/EA certified Architect- 2 Mark
 One Microservices and TOGAF/EA expertise
Tech Lead - 1 Mark
 A Senior Software Engineer -1 Mark
 One Database Administrator- 1 Mark
Criteria Basis for valuation Max Supporting
Marks

Post Implementation: 2 Marks

 Project Manager Enterprise Architecture -


0.5 Marks
 Senior Software Engineer / Tech Lead
Microservices and Enterprise Architecture -
1 Mark
 Database admin - 0.5 Mark

Support Staff for Post Implementation O&M for


5 years: 2 Mark

 4 support resources in problem solving,


maintenance, minor changes design,
development, technical support and up
gradation of System: 0.5 marks each

Capacity  The bidder must have at least 100 technical 10 Relevant CVs certified by
resources on their payroll conversant with the bidder
design & development of similar projects.

 10 Technical CVs for Silpa Sathi Single


Window application Development : 1 mark
each

Total 100

The minimum technical score required to qualify technical evaluation is 70 Points out of 100. A proposal
will be considered unsuitable and will be rejected at this stage if it does not respond to important
aspects of RFP Document and the Terms of Reference or if it fails to achieve the minimum technical
score. The Client will notify Applicants who fail to score the minimum technical score about the same
and return their Financial Proposals unopened after completing the selection process.

The Client will notify the Applicants who secure the minimum qualifying technical score, indicating the
date and time set for opening the Financial Proposals. The Financial Proposals will be opened publicly in
the presence of Applicants’ representatives who choose to attend. The name of the Applicants, their
technical scores and the proposed prices will be read aloud and recorded when the Financial Proposals
are opened.

Prior to evaluation of the Financial Proposals, the Evaluation Committee will determine whether the
Financial Proposals are complete in all respects, unqualified and unconditional, and submitted in
accordance with the terms hereof. The lowest Financial Proposal (Fm) will be given a financial score (Sf)
of 100 points. The financial scores (Sf) of the other Financial Proposals will be determined using the
following formula:

Sf = 100 x Fm/F;

in which Sf is the financial score, Fm is the lowest Financial Proposal, and F is the Financial Proposal (in
INR) under consideration.

Proposals will be finally be ranked in accordance with their combined technical (St) and financial (Sf)
scores:

S = St x Tw + Sf x Fw;

Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal and Financial
Proposal that will be in the ratio of 0.70:0.30.

The Applicant achieving the highest combined technical and financial score will be considered to be the
successful Applicant and will be invited for contract signing (the “Successful Applicant”).

10. Negotiation

(i) The selected bidder may, if necessary, be invited for negotiations. The negotiations shall
generally not be for reducing the price of bid, but will be for re-confirming the obligations of the
selected implementation agency under this RFP. Issues such as deployment of key personnel,
scope of work, methodology and quality of work plan shall be discussed during negotiations. In
case the selected bidder fails to reconfirm its commitment, West Bengal Industrial Development
Corporation Ltd reserves the right to designate the next ranked bidder as the Selected Bidder
and invite for negotiations.

11. Award of Contract

(i) After selection, a Work Order / Letter of Award (the “LOA”) will be issued, in duplicate, by West
Bengal Industrial Development Corporation Ltd to the Successful Bidder and the Successful
Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy
of the LOA in acknowledgement thereof.
(ii) In the event the duplicate copy of the LOA duly signed by the Successful Bidder is not received
by the stipulated date, the Client may, unless it consents to extension of time for submission
thereof, appropriate the Bid Security of such Bidder as mutually agreed genuine pre-estimated
loss and damage suffered by West Bengal Industrial Development Corporation Ltd on account of
failure of the Successful Bidder to acknowledge the LOA, and the next highest ranking Bidder
may be considered.
(iii) Performance Security / Guarantee :
a. Performance Security equivalent to INR 10% OF THE TOTAL PRICE BID shall be furnished
from a Scheduled Bank, before signing of the contract, in form of a Bank Guarantee
substantially in the form specified at Annexure of the contract.
b. For the successful bidder the Performance Security will be retained by Client until the
completion of the project by the selected Bidder and be released 90 (Ninety eighty) days
after the completion of the project.
c. In case the selected bidder fails to submit performance security within the time
stipulated, West Bengal Industrial Development Corporation Ltd at its discretion may
cancel the LOA issued to the selected bidder without giving any notice. In such a case,
any dues may also be forfeited by West Bengal Industrial Development Corporation Ltd .
d. The selected bidder shall be responsible for extending the validity date and claim period
of the Performance Security as and when it is due on account of non-completion of the
project and Warranty within timelines specified in the contract.
e. West Bengal Industrial Development Corporation Ltd carries the right to invoke
Performance Bank Guarantee in case of
i. Termination of the contract of selected bidder due to any reason whatsoever
ii. West Bengal Industrial Development Corporation Ltd incurs any loss due to
selected bidder’s negligence in carrying out the project implementation as per
the agreed terms & conditions.
iii. Any kind of recoveries, in case; the recoveries from the bidder exceed the
amount payable to the bidder.
(iv) Execution of contract: After acknowledgement of the LOA and furnishing of Performance
Security as aforesaid by the Successful Bidder, it shall execute the Agreement within 30 (thirty)
days from the date of issue of LOA. The Successful Bidder shall not be entitled to seek any
deviation in the Agreement
(v) Commencement of Project: The Successful bidder is expected to commence the Project on the
date of commencement of services as prescribed in the General Conditions of Contract. If the
Successful Bidder fails to either sign the Agreement or commence the project as specified
herein, the Client may invite the second ranked Bidder for contract signing. In such an event, the
Bid Security/ Performance Security, as the case may be, of the first ranked Bidder shall be liable
to be forfeited by the Client.
(vi) Confidentiality : Information relating to evaluation of bids and recommendations concerning
awards of contract shall not be disclosed to the selected Bidder who submitted the bids or to
other persons not officially concerned with the process, until the winning firm has been notified
that it has been awarded the contract
(vii) Fraud and corrupt practices: The bidders and their respective officers, employees, agents and
advisers shall observe the highest standard of ethics during the Selection Process.
Notwithstanding anything to the contrary contained in this RFP, the Client will reject a Bid
without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited
Practices”) in the Selection Process. In such an event, the Client will, without prejudice to its any
other rights or remedies, forfeit and appropriate the Bid Security, as mutually agreed genuine
pre-estimated compensation and damages payable to the Client for, inter alia, time, cost and
effort of the Client, in regard to the RFP, including consideration and evaluation of such Bidder’s
Bid.
(viii) Without prejudice to the rights of the Client under this Clause, hereinabove and the rights and
remedies which the Client may have under the LOA or the Agreement, if an Bidder, as the case
may be, is found by the Client to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue of the LOA or the execution of
the Agreement, such Bidder shall not be eligible to participate in any tender or RFP issued by the
Client during a period of 2 (two) years from the date such Bidder, as the case may be, is found
by the Client to have directly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case
may be.
(ix) For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them:
a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with the
Selection Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the Client who
is or has been associated in any manner, directly or indirectly with the Selection Process
or the LOA or has dealt with matters concerning the Agreement or arising there from,
before or after the execution thereof, at any time prior to the expiry of one year from
the date such official resigns or retires from or otherwise ceases to be in the service of
the Client, shall be deemed to constitute influencing the actions of a person connected
with the Selection Process; or (ii) save as provided herein, engaging in any manner
whatsoever, whether during the Selection Process or after the issue of the LOA or after
the execution of the Agreement, as the case may be, any person in respect of any
matter relating to the Project or the LOA or the Agreement, who at any time has been
or is a legal, financial or technical consultant/ adviser of the Client in relation to any
matter concerning the Project;
b. “fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
c. “coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any persons or property to influence any person’s participation or
action in the Selection Process;
d. “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Client with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Selection Process; or (ii) having a
Conflict of Interest; and
e. “restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and
fair competition in the Selection Process.

12. Miscellaneous
(i) The Selection Process shall be governed by, and construed in accordance with, the laws of India
and the Courts at Kolkata shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/or in connection with the Selection Process.
(ii) West Bengal Industrial Development Corporation Ltd (Client) , in its sole discretion and without
incurring any obligation or liability, reserves the right, at any time, to:
a. suspend and/or cancel the Selection Process and/or amend and/or supplement the
Selection Process or modify the dates or other terms and conditions relating thereto;
b. consult with any Bidder in order to receive clarification or further information;
c. retain any information and/or evidence submitted to the Client by, on behalf of and/or
in relation to any Bidder; and/or
d. Independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any Bidder.
(iii) It shall be deemed that by submitting the Bid, the Bidder agrees and releases the Client, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all
liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising
from the exercise of any rights and/or performance of any obligations hereunder, pursuant
hereto and/or in connection herewith and waives any and all rights and/ or claims it may have in
this respect, whether actual or contingent, whether present or future.
(iv) All documents and other information provided by Client or submitted by a Bidder to Client shall
remain or become the property of Client. The bidders are to treat all information as strictly
confidential. Client will not return any Bid or any information related thereto. All information
collected, analyzed, processed or in whatever manner provided by the bidder to Client in
relation to the project shall be the property of Client.
(v) The Client reserves the right to make inquiries with any of the clients listed by the Bidders in
their previous experience record.

13. Project Profile and background Information

Ease of Doing Business in Bengal includes:

 Dissemination of web-based information

 Incentives and land allotment in industrial parks & estates

 GIS maps for ease of location

 Simplification of processes & procedures

 Decentralization of approval power

 Reduced documentation

 Introduction of self-declaration and self-certification

 eServices and single window system for business enacted through Single Window Act for
statutory compliances, and a host of other systems and processes.
Certificate of Enlistment (Trade License) matters: Urban Local Bodies and Wbidc

 Detail procedure, comprehensive checklist, timeline available in departmental website.

 Defined timeline included in RTPS


[Notification No.722/SS/PN/O/I/4P-3/2013 dtd. 30.09.2015 of P&RD Dept]

 Standardization of rates and standardization of documents

 Provisional Certificate of Enlistment by ULBs in 15 days – no pre-permission from other


government departments required

 Permanent Certificate of Enlistment by ULBs on clearances of other departments/ authorities in


15 days
[No. 569/MA/O/C-4/3R-4/2015 dated 19/08/2015; No. 570/MA/O/C-4/3R-4/2015 dated
19/08/2015 and No. 606/MA/O/C-4/3R-4/2015 dated 03/09/2015 of Municipal Affairs Dept ]

 Certificate of Registration by Panchayat in 15 days


[No.437/SS/PN/O/I/3R-5/03(Pt-II) dated 11/06/2015] of P&RD Dept.]

 Certificate of Registration for a ‘Trade of Special Nature’ by Panchayat Samiti in 15 days


[No. 439/SS/PN/O/I/3R-6/2004 (Pt-II) DATED 11/06/2015] of P&RD Dept.]

 Extended validity for Permanent Certificate of Enlistment upto 3 years (including the ones issued
by Wbidc)

 Documents reduced for application for trade license

Environment (Pollution)

 Detailed procedure and comprehensive checklist available at www.wbpcb.gov.in

 Online Consent to Establish (NOC) including auto-renewal facility


[Memo No. 1542-4A-6/2015 dtd. 01.06.2015 and 1749-4A-6/2015 dtd : 17/06/2015]

 Online Consent to Operate including auto-renewal facility


[Memo No. 1542-4A-6/2015 dtd. 01.06.2015 and Memo No. 1644-4A-6/2015 (Part I) dtd
28/06/2016]

 No clearance/consent required for industries under ‘White’ and ‘Exempted’ category

 Green category industries exempted from inspection

 Standard Operating Procedure for inspection process introduced

 Extended validity of consent to operate up to 7 years for ‘Green’ category and 5 years for
‘Orange’ & ‘Red’ categories
[Memo No. 1646-4A-7/2016 dtd. 28/06/2016 of WBPCB]

 Computerized risk assessment of industries and allocation of inspectors


[Memo No. 1645-4A-6/2015 (Part-I) dtd. 28/06/2015]
 Online submission of inspection report with 48 hours introduced
[Memo No. 1645-4A-6/2015 (Part-I) dtd. 28/06/2015 read with Memo No. 1645A-4A-6/2015
(Part-I) dtd. 28/06/2015 of WBPCB]

 Documentation burden reduced for pollution clearance

Labour matters

 Detailed procedure, comprehensive checklist and timeline under all Labour Laws

 Online approval of factory plan, registration and grant of license including renewal
at www.wbfactories.gov.in

 Online registration & renewal under Shops & Establishments Act 1963
at www.wbshopsonline.gov.in

 Online license for contractor & renewal available at www.wblabour.gov.in

 Registration of principal employer establishment/ registration under building and other


construction workers available at https://wblabour.gov.in/services

 Online registration for Boiler, renewal, payment, downloadable certificate and verification of
validity of certificate available at https://wblabour.gov.in/eservice-directorate-of-boilers

 Validity of factory license extended to a period of three years or more up to a maximum of ten
years
[Notification No. Labr/638/(Law)/LW/4L-5/15 dtd. 29.12.2016]

 Exemption of registration of admn/ clerical department of a factory

 Extended time of operation of shops/ establishments

 No advance notice to be served for any overtime retention of worker

 Risk based categorization of establishments (High Medium and Low)

 Synchronized/ joint inspection under 16 Labour Laws minimizing the hassles of inspection

 3rd party inspection by accreditated agencies allowed for factories and boilers

 Final inspection report submission within 48 hours after inspection


[Order No.470-IR/3C/04/2015 dtd. 23/05/2016 of Labour Dept]

 Exemption of shops and establishment from mandatory closure

 E-register for shops and establishments

 Self-certification allowed under Contract Labour Act, Payment of Wages Act, Shops &
Establishment Act, Minimum Wages Act, Boilers Act and Factories Act.
 Computerized allocation of inspector under various Labour Laws
[Order no.1229-GE/G/4P-15/15 dtd.23.05.2016 of Labour Dept.]

 Well defined Grievance redressal mechanism

 Time bound services under Right to Services Act

Building plan sanction

 Online application for Building Plan Sanction/ Construction permit introduced in Municipal
Corporations and in most of ULBs

 Time bound disposal: within 15 days by ULB and 30 days by Panchayat (60 days, if Department’s
vetting required)

 No Objection under T&CP Act to ULB within 15 days

 Industrial Estate/Park authorities (WBIDC, WBSIDC, WBIIDC, WEBEL) delegated with power to
sanction building plan for industrial units in their estate/park, parks

 Standard fees rate prescribed; no other charges/fee allowed

Tax related matters

 Detailed procedure, comprehensive checklist, timeline for all applicable taxes made online

 Online registration, payment and filling of the return for applicable taxes eliminating physical
process

 Downloadable final certificate and 3rd party verification of approval of certificate

 Composite VAT registration introduced for small traders whereby only a fixed amount is paid
annually & no return is required to be filed

 Provision of tax collection at source

 Users are provided assistance for e-filing at service centers


(http://www.wbcomtax.gov.in/Facilitation_Centre/Facilitation_Centres_All_20150817.pdf)

 A helpline for providing basic service assistance to users in preparing and filing returns. Help
Desk : (033) 71221000 / 1222 or http://www.wbcomtax.gov.in/contacts/contact_us.htm

 Direct credit for refund of VAT to dealer’s account (Trade Circular No. 11/2015 dated:
27.05.2015)

 System for risk based audit related to tax compliance using risk parameters

 Online forms are available relating to information captured at check posts


http://www.wbcomtax.gov.in/Act_Rule_Schedule_Form/vatforms.htm
 Static check posts is being phased out and mobile squads have been mandated Single ID for
State taxes

 e-Waybill, e- Grievances, e-Transit Declaration, e-Appeal/e-Revision/e-Review introduced

 Professional tax and VAT registration certificate is provided within one working day, notification
available at http://www.wbcomtax.gov.in/Circulars/Trade_Circular_02_2016.pdf

 Online registration of brands and labels of liquor and issue of permits for importing liquor for
manufacture and renewal of excise license

 Online payment facility of Excise Duty, 24*7 available, accessible from anywhere without extra
cost

Registering property

 Detailed procedure and comprehensive list of documents available


at www.wbregistration.gov.in

 Online registration, payment, tracking of application , downloadable certified deed, third party
verification (www.wbregistration.gov.in and https://edistrict.wb.gov.in/PACE/login.do and Searc
hing of registration records by property details

 Collection of e-Stamp at time of registration of property without going physically to any bank or
SRO office

 Model Deeds for sale, lease, partition and gift


https://wbregistration.gov.in/(S(kqffdxadx0yewyd3cxrwc4jo))/modeldeed.aspx

 Completion of registration process and delivery of the document on the same day (Circular No.
01/2016, dated 30.03.2016 of Directorate of Registration & Stamp Revenue)

Healthcare

 Detailed procedure, list of documents for application & renewal of wholesale/retail drug license,
drug manufacturing license [ http://www.wbhealth.gov.in/site2/]

 Time bound disposal of application for drug license notified under WBRTPS Act,2013: 90days
[Notification No.HF/O/GA/3885/W-77/2013 dated2.12.2013 of Health & FW Dept.]

 Online application and renewal of wholesale /retail drug license, tracking of application
http://evesoj.wbhealth.gov.in/WBDL/?pass_file_id=

 Online application and renewal of license of Clinical Establishment, detailed procedure and
comprehensive list of documents, tracking of
application [https://ce.wbhealth.gov.in/WBDHFW/?pass_file_id= ]

 Time bound disposal of application of license of Clinical Establishment notified under WBRTPS
Act,2013 :90days [Notification No. HF/O/GA/3885/W-77/2013 dated 2.12.2013 of Health & FW
Dept.]
 Online application and renewal of license for food manufacturing , store &sales by Food
Business Operator(FBO) including detailed procedure and comprehensive list of documents,
tracking of application https://foodlicensing.fssai.gov.in/indexSL_WB.aspx

 Time bound disposal of application under Pre- Conception & Pre- Natal Diagnostic Techniques
notified under WBRTPS Act,2013 : 90days
[Notification No.HF/O/GA/3885/W-77/2013 dated 2.12.2013 of Health & FW Dept.]

 Detailed procedure, comprehensive list of documents for application for operation of Blood
Bank http://www.wbhealth.gov.in/wbsapcs/Admin_Panel/notice/Detail%20procedure%20of%2
0BB%20licence.pdf

Land matters

 Mutation and conversion of land for setting up industries in 21 days and 30 days respectively
(Order No. No.324-LP/1A-12/13 dated 05/02/2015)

 Deemed No Objection from ULC and Local Body etc. for mutation and conversion respectively if
not responded in 14 days of reference
(Order No. No.324-LP/1A-12/13 dated 05/02/2015 of L&LR Dept.)

 Documentation burden reduced for land conversion application

 Dedicated Unique Clearance Centres (UCC) in districts for fast-tracking mutation and conversion
of industrial land

 RS-LR plot information and mutation case status made online (www.banglarbhumi.gov.in)

 Certified copies of Record of Right (ROR) / Plot Information and certified copy of mouza map For
land conversion, only process fee for conversion to be paid
(Order no. 2208- M&M/8/2014 dated 01.09.2016 of L&LR Dept)

 Post facto conversion up to 0.03 acre in Municipal Corporation/Municipality area and 0.08 acre
in other area (other than water body) made permissible
(Notification No. 1414-L dated 05.10.2010)

 Land Allotment Policy made available in public domain (www.banglarbhumi.gov.in)


(Order No. 6686-LP/1A-18/2012 dated:26.12.2012)

 Provision of recording the name and status of lessee and /or assignee in the land khatian/ROR
introduced
(Order No. 1509-LP/1A-10/2014 dated 26.05.2015)

 Digitized land records made available online


(http://banglarbhumi.gov.in:8080/LRWEB/)

 Land Bank with GIS facilities within a single portal is being developed

 Land allotment by various Govt. authorities is being made online with clear timeline
13.1. Goal of the project

There are pre-project clearances and approvals, which an entrepreneur needs to take from different
government departments, boards and corporations either at State level or District level. These offices
may be located at different locations further enhancing investors complexities. One has to spend
significant effort to co-ordinate with different offices leading to wastage of effort, cost and time. Due to
this distributed process, project implementation gets delayed which may lead to dropping of project.
Investors are sometimes required to submit multiple forms along with numerous documents. The
proposed system intends to streamline the entire workflow and minimize the number of forms and
information required form the investor. WBIDC wants to set-up a paperless centralization system of
monitoring each application from an investor throughout the cycle of pre-establishment, establishment
and post establishment phases in a business thereby facilitating Ease of Doing Business (EODB). The
proposed system would work eliminating the need for physical touch points within the setting up of any
business or industry. The Single Window “SILPASATHI SINGLE WINDOW SYSTEM PORTAL” should be the
single and only point of contact for investors and help create a streamlined link to various departments
of the government that are involved in the granting of various approvals.

EODB on Enterprise Architecture is a mission focused approach to design and deliver services in a
coordinated, efficient and equitable way that businesses demand and deserve, aimed to realize
connected government . This comprises primarily integrating about 150+ services belonging to the 50
associated Government Departments based on a loosely coupled application architecture. EODB on
Enterprise Architecture core platform will be implemented on technology framework which is agile,
robust, scalable, secured & follow the Micro services principles. It will enable easy Service Request
Submission, review, approvals, inquiry, monitoring, validation, escalations etc. Router logic will be
implemented to process input requests and transformation of data so that only relevant and necessary
information is routed, Customizable rule engines, Authorization management, Document management
and service orchestration. The Meta-model of EODB EA will consist of layers of applications, built
around a Core Platform

13.2. Silpa Sathi Single Window Project Objectives

The Ease of Doing Business assessment is a yearly study elaborated by the World Bank Group is aimed
to measure the costs to firms of business regulations across countries. The study has become one of the
flagship knowledge products of the World Bank Group in the field of private sector development, and is
claimed to have motivated the design of several regulatory reforms in developing countries.
The Ease of Doing Business indicators have been employed as one of the main measures to monitor
improvements in India’s business climate. Over the past two years the Ease of Doing Business (World)
reports have served as an effective tool to design and implement business regulatory reforms for India.
The data presented by the indicators have led to a clear realization that India is in need of
transformative reforms. Government of West Bengal is committed to taking initiatives for the
betterment of small, medium and large businesses. West Bengal has seen a state of investments from
across the globe due to various initiatives taken by the Government. West Bengal’s image as an
investor-friendly location is attributed to factors like States infrastructure, policies, raw material
availability, polices of Government. Information regarding Government policies is pre-requisite for an
investor to decide upon a project and its location. Information like land availability, gas and power
availability, proximity to ports and airports, incentive schemes, etc. act as facilitators to the decision
making. The Government expects the portal to be ready source of all information to investor.
The Business Reform Action Plan recommended by Government of India and under implementation by
Government of West Bengal through WBIDC currently includes 301 reform points covering all business
regulatory areas such as Access to Information, Single Window System, Labour, Environment, etc. The
larger objective of attracting investments and increasing Ease of Doing Business in each State was
sought to be achieved by introducing an element of healthy competition through a system of ranking
states based on their performance in the implementation of Business Reform Action Plan. Significance
and the need for these rankings is that the State rankings will help attract investments, foster healthy
competition and increase Ease of Doing Business in each State.

Hence the need for migrating from the existing Silpa Sathi single window environment hosted on
proprietary Axpert based Rapid Application Development platform to a faster, robust, seamless,
platform agnostic, opensource system based on enterprise architecture to rapidly respond to annual
BRAP mandates which changes annually. Selected bidder may examine the existing services hosted on
the current Shilpa Sathi through self-registration to understand the features and concepts such as
generation of dynamic Common Application Form (CAF) for multiple services and Single Debit Multiple
Credit on the links provided below.

Figure 1: Silpa Sathi Portal


(i) By enhancing the efficiency of Silpa Sathi services by building and operating an online enterprise
architecture platform of Silpa Sathi services, West Bengal Industrial Development Corporation Ltd
aims to increase industry satisfaction and convenience through expedited delivery of essentials
services. The selected bidder must target to provide industries with completely automated services
through online portal such as Online submission of forms by selecting multiple services into a single
Common Application form (CAF) in one go, Searching of services, User Manuals, Browsing
Categories, Tracking, Third Party Verification, Dashboards, Online payments and Refunds,
Notifications, Tracking of status update, invoice creating, chat support, etc. Upgrading efficiency of
delivering services to industries in West Bengal, the enterprise architecture platform will be a
strong online presence that helps the Government to provide quality services to every corner in the
state.
(ii) Selected bidder will perform Information consolidation by creation of common databases such as
Industry hub, IOT Hub, GIS Hub, Land Hub and Entity Hub to form core infrastructure and core data
layers to save cost and time and to facilitate the creation of single source of truth.
(iii) The Single Window system will be hosted on cloud and the capacity augmentation will be decided
based on usage.

14. Terms of Reference

Background

The Government of West Bengal, in order to Facilitate and Promote Investment in the State of West
Bengal and as part of various initiatives towards fostering Ease of Doing Business (EoDB) standing for the
State is in the process of providing online services under different departments to facilitate
entrepreneurs with increased comfort, information availability, transparency, ease in payment of fees
with regards to mandatory clearances required for setting up their Business in West Bengal.

The primary goal of the project is to create an integrated enterprise architecture portal, and delivery
platform under the banner of West Bengal Industrial Development Corporation Ltd, Government of
West Bengal for the delivery of Silpa Sathi services namely to the industries across WB. The EODB
Enterprise Architecture is envisioned as a platform of transformation by GoWB, aiming to galvanize the
pan-government ecosystem by transcending departmental boundaries & deliver all business-centric
services through a single portal by creating a whole-of-government ecosystem.

Government envisions to implement an integrated application, data and services architecture to bring
all G2B projects on the same platform, including implementation and rollout of 100+ industry services by
FY 2021-22; to shift process from Government-centric to Industry-centric & to rapidly digitize,
implement workflow, automate and integrate re-engineered government processes.
Figure 2 : Silpa Sathi on Enterprise Architecture

Silpa Sathi should enable development of common applications which are agnostic of the department
and relate to horizontal functions of the GoWB, like performance management, productivity tools,
workflow management and core data management, open API, messa messaging,
ging, user management, system
administration and security. These common applications will be built centrally by the selected bidder
and used in common by all the line departments, with appropriate configuration required by each
department for integration with ith their native application
application.. The envisaged platform is intended to be
established as a foundational layer
ayer for Government of WB users, entrepreneurs, industry partners,
distributors, suppliers and dealers. The common platform would enable rapid deployment and Domain
users and officials would be able to collaborate closely with the technology team

Assessment of Current State

The first step for the bidder is to understand the portfolio of services to be integrated from the different
departments under infrastructure
ructure pillar and prepare current state service catalogue & officials
of involved,
touchpoints, payment etc. The stage includes creating awareness about value outcomes, details
required from department officials and quality of data. The exercise to understand d the current state
should be very exhaustive and will remain the base for transformation to achieve the strategic goals for
infrastructure pillar.

The selected bidder will use Opensource Tool


Tools to generate the Enterprise Architecture blueprint and
received signoff from all stakeholders
Figure 3: Opensource EA tool

The Open Group Architecture Framework (TOGAF) framework will be used which is a detailed method
and a set of supporting tools - for developing this enterprise
terprise architecture. The selected bidder will work
under the guidance of the State e-Governance
Governance Mission Team (SeMT) of P&AR department who will
supervise TOGAF ADM architects and facilitate them to conduct an As As-Is
Is study of the relevant
departmental processes
esses and arrive at a To
To-Be
Be process map for the service/s to be developed.

The target state EA blueprint will be developed iteratively by the selected bidder in order to ensure that
the different architecture viewpoints are integrated to meet the process and IT needs of the
Government
overnment Enterprise Architecture Management Process :

 Achieve a clear overview of the current (as


(as-is) and target (to-be)
be) Enterprise Architecture
 Analyze every aspect of the government Service, Process, Information, Application and
Technology Architecture viewpoints effected by an architecture requirement
 Instantly identify pain points (Topics and Gaps) and initiate plans to rectify gaps, redundancies
and overlaps in the enterprise portfolio with Architecture Recommendations
 Plan the target enterprise architecture by analyzing the current business and IT strategies and
vision, designing an appropriate Reference Architecture and creating the Architecture Roadmap.
 Define enterprise Principles, Standards and Guidelines and review the Tar Target
get Enterprise
Architecture by verifying Solutions developed by projects for consistency and compliance to
standards
 Analyze the gaps between as as-is & to-be & propose Projects & Project Type - Quick Win, Stand-
Stand
Alone, Common, Group, Cross
Cross-Cutting or Departmentalntal needed in order to realize the
Architecture Building Blocks with development of bespoke applications or acquisition of COTS
applications.
 Ensure inclusion of all G2B Services & offerings are accurately realized by underlying applications.

Technology Architecture to be followed by the Selected Bidder

Selected Bidder will use Microservices architecture consisting of a collection of small, autonomous
services will be used for interaction with the core EA platform. Each service is self-contained and should
implement a single business capability.

Distributed architecture- All the services will communicate with the api gateway through REST or RPC.
These services can be deployed as multiple instances, and the requests can be distributed to these
instances.for

Separately deployed components-Each component will be deployed separately. If one component


needs changes, others don’t have to deploy again.

Service components-Services components will communicate with each other via service discovery

Figure 4: Silpa Sathi Microservices


Micro services are to be considered for building systems large such as silpa Sathi. The idea behind
micro services is that there are some applications which can easily build and maintain when they are
broken down into smaller applications which work together. Each component is continuously
developed and separately managed, and the application is then merely the sum of its constituent
elements when compared to traditional “monolithic” application developed all in one piece.
Microservices by the selected bidder must have the following features:

a) Asynchronicity.
b) Ease of Integration & Disintegration.
c) Complected Deployments.
d) Evolutionary Architecture.
e) Components are deployed.
f) Features are released.
g) Applications consist of routing.
h) Easier to understand the code – It is easy to distinguish one small service and flow of the whole
service rather than one big code base.
i) Fast Software delivery – Each service can be developed by different developers of the selected
bidder.
j) Efficient debugging – During O&M support the selected bidder should not have to scan through
multiple layers of an application and in essence better fault isolation.
k) Reusable – Since it is an independent service it can be used in onboarding new services quickly
and for other EA projects also by the Government.
l) Scalability- Horizontal scaling, Workload partitioning and no need to scale the whole project.
Only need to scale up that component which needs to scale up.
m) Deployment – Need only to deploy that service which has been changed not the whole project
again.

Reports and Dashboards

Selected bidder to provide minimum of 10 reports, periodic MIS and dashboard as directed by WBIDC
and any adhoc reports as needed from time to time in the Operations and maintenance phase.
Tentative structure of dashboard by department, by date/time range, service is as shown below:

Registration/Renewal Granted Dashboard


(Data to be updated starting from 1st November 2020 as per legacy data obtained from existing
Silpa Sathi Platform). Details to be published for separately for each registration/renewal
granted by the department covered under Business Reforms Action Plan (BRAP)

Particulars Details
Time Limit prescribed as per the Public Service Guarantee
Act
Total Number of applications received
Total Number of applications approved
Average time taken to obtain registration/renewal
Median time taken to obtain registration/renewal
Minimum time taken to obtain registration/renewal
Maximum time taken to obtain registration/renewal
Disaster Recovery and Business Continuity

a) BCP site will be on a different power grid than Silpa Sathi (preferably National Data Center, New
Delhi) and far enough away that a major disaster does not impact both places.

b) Both primary and BCP will be configured by selected bidder as HOT sites ensuring real time
synchronization of silpa sathi data between them such that switch over during crisis, up
time/switch over time for the NDC site may be minimal.

c) Suitable system will be developed and annually demonstrated by the selected bidder such that
both data de-duplication coupled with replication is performed for round the clock storage
synchronization.

d) Assuming a total disaster can strike the primary site, government users and investors should be
able to seamlessly login into Silpa Sathi DR site at NDC.

Industry Wizard to select the right services and clearances

The Selected Bidder will Develop an online information wizard with the following features:

i. The information wizard should provide a comprehensive list of licenses, registrations required for
undertaking a specific business (pre-establishment & pre-operation).

ii. Provide links to online application forms for licenses/ NOCs required by users and their relevant
notifications

wherever necessary (pre-establishment & pre-operation).

iii. Provide details such as time taken, procedures, comprehensive list of documents required,
departments involved.

Areas to be covered are as follows:

- Land related services - Property registration, Land allotment process

- Environmental registration (CTO/ CTE under Water Act 1974 and Air Act, 1981, Authorization under the
Hazardous

and Other Wastes (Management and Transboundary Movement) Rules, 2016)

- Construction permit requirements (Building plan approval, plinth inspection process and process for
obtaining

Completion/Occupancy certificate, NoCs required for construction)

- Registration under Labour laws as listed in Reform point 46

- Utility permits requirement (Electricity, Water)

- Incentives provided by the State Government


Go live Minimum Criteria:

1. The existing environment of Silpa Sathi based on Rapid Application Development platform
i.e. Axpert will be migrated to the new revamped environment with migration of all legacy
data, applications, forms, third party verifications, reports and dashboards by the selected
bidder.
2. A minimum of 30 services from the following list should be onboarded into the Silpa Sathi
environment within the go-live schedule as mentioned in this RFP by the selected bidder.
3. Provide to the Government the user manuals, reports and evidences as required under the
Business Reform Action Plan.

S. No. Dept. Service Name


1. Labour Registration of license under The Factories Act, 1948*

2. Labour Renewal of license under The Factories Act, 1948*

3. Labour Registration for approval of plan and permission to construct/extend/or take into use any
building as a factory under the Factories Act, 1948 - pending
4. Labour Registration of Boilers Manufactures under The Boilers Act, 1923

5. Labour Renewal of Boilers Manufactures under The Boilers Act, 1923

6. Labour Registration of Boilers under The Boilers Act, 1923


7. Labour Renewal of Boilers under The Boilers Act, 1923

8. Labour Registration for license for contractors under provision of The Contracts Labour (Regulation
and Abolition) Act, 1970*
9. Labour Renewal for license for contractors under provision of The Contracts Labour (Regulation and
Abolition) Act, 1970*
10. Labour Registration under The Shops and Establishment Act

11. Labour Renewal under The Shops and Establishment Act

12. Labour Registration of principal employer's establishment under provision of The Contracts
Labour(Regulation and Abolition) Act, 1970*

13. Labour Registration under The Building and Other Construction Workers (Regulation of Employment
andConditions of Service) Act, 1996*

14. Labour Registration of establishment under the Inter State Migrant Workmen (RE&CS) Act, 1979

15. WBPCB Consent to Establish under the Air (Prevention and Control of Pollution) Act, 1981) &
Water(Prevention and Control of Pollution) Act, 1974
16. WBPCB Consent to Operate under the Air (Prevention and Control of Pollution) Act, 1981)& Water Act
(Prevention and Control of Pollution) Act, 1974*
17. WBPCB Authorization under the Hazardous and Other Wastes (Management and
TransboundaryMovement) Rules, 2016
18. WBPCB Registration under The E-waste (Management and Handling) Rules, 2011
19. WBPCB Renewal under The E-waste (Management and Handling) Rules, 2011
20. WBPCB Registration under Plastic Waste (Management and Handling) Rules, 2011
21. WBPCB Renewal under Plastic Waste (Management and Handling) Rules, 2011
22. WBIDC Allotment of land in Industrial Area
23. L&LR and Change in Land use
R&RR
24. UD&MA Trade License and its renewal
25. UD&MA Sewerage connection
26. Fire & ES Fire License
27. Fire & ES Renewal of Fire License
28. Fire & ES Fire Safety Recommendation
29. Fire & ES Fire Safety Certificate
30. WBSEDCL Electricity Connection

31. UD&MA Water Connection


32. WBIDC Sanction of Industrial Building Plan
33. WBIDC Issuance of Occupancy Certificate of Industrial Building

34. WBIDC Issuance of Certificate for Completion upto Plinth Level for Building

35. WBIDC e-Intimation for Commencement of Building Construction

Detailed List of in-scope services can be found in Annexure#9

Other Tasks and Activities

a. Post-development, deployment and configuration of the developed application on Staging


Servers in Data Center of System Integrator for Testing, Integration and Bug-fixing (if any)
leading to the UAT of the developed application software
b. Security functional and performance audit by CERT-IN empanelled vendor
c. Post-UAT, deployment and configuration of the developed application on Production
Servers by System Integrator
d. Training (including preparation of Admin/ Training Manual) and Capacity Building
e. Go-Live of the developed application
f. Post Go-Live, overall maintenance and fine-tuning of the developed application for the
designated contract period and the go-live of all services as mentioned in Annexure#9.
g. Integrate with payment aggregator and existing Silpa Sathi app.

Post implementation support and maintenance

Complete support for 5 years post successful go-live with following are responsibilities of Selected
Bidder:

1. Application Maintenance ,operation & Support


2. All corrective, perfective and preventive maintenance
o Software maintenance activities of Silpa Sathi by the selected bidder will be classified as:
· corrective; · perfective; · adaptive. Corrective maintenance removes software faults.
Corrective maintenance should be the overriding priority of the software maintenance
team.
o Perfective maintenance improves the system without changing its functionality. The
objective of perfective maintenance should be to prevent failures and optimize the
software. This might be done, for example, by modifying the components that have the
highest failure rate, or components whose performance can be cost-effectively
improved
o Adaptive maintenance modifies the software to keep it up to date with its environment.
Users, hardware platforms and other systems all make up the environment of a
software system. Adaptive maintenance may be needed because of changes in the user
requirements, changes in the target platform, or changes in external interfaces.
3. System administration & Database Administration of the application infrastructure (using Cloud
Enabled Platform)
4. Minor changes, beautification,
5. Bug-fixes response and resolution as per SLA parameters
6. Re-integration, development and testing if there is any change in components of Native
application or API of different departments.
7. Disaster Recovery testing annually and submission of reports and obtain signoff from WBIDC

The following are the key stakeholders of the enterprise architecture system:

 SeMT - State e-Governance mission team will manage the project on behalf of WBIDC and all
personnel of Selected Bidder will report to SeMT for day to day activities and status updates.
 Roles identified for Key personnel for WBEA blueprinting
a) Enterprise Architect TOGAF
b) Business Architect TOGAF
c) Business Analyst
d) Data Architect
e) Security Architect
f) Application / Technology Architect Microservices
g) Project Manager Enterprise Architecture
 Department Admin / Authorized Silpa Sathi Executive / Management :
o To update the departmental systems to be made available via API interface with existing
Database of Silpa Sathi.
o Administrators and Silpa Sathi Management will also have the Authority to update the
master data.
o Escalation mechanism to be built into the system to alert Departmental Authorities and
Silpa Sathi executives of Industry concerns, demand and delivery matters.
o Provide Approvals
o Inspections and Quality Assurance of Silpa Sathi Services
 Industry: Industries shall sign up with the portal and avail Silpa Sathi services and make payments ,
update , cancel requests and provide feedback / Grievances.
 Portal Admin: Preserve all portal layout including change management and maintain functionality of
all site. Supervise content for all pages and provide assistance to all personnel and department.
Monitor and analyze all system metrics and maintain optimal performance for Silpa Sathi portal.

Helpline

Helpdesk Agents: Selected Bidder to setup call handling software and helpdesk To help industries via
chat / phone support on product quality, information and delivery related matters.
o Set up automatic responses, reminders, and notifications.
o Assign conversations to specific agents.
o Organize and prioritize cu
customer
stomer interactions. Automate repetitive management tasks with
tools like Workflows
o Interactive Chatbot

 AI Chatbot and Conversational UI may further help the industries with FAQ, Support, available
options, payments, refunds and all general dispute resolutions. Interface may be multilingual i.e.
and chatbot may be able to list the user transactions by date range, department or value. In case
industry is unsatisfied with the chatbot resolution , he or she may request for intervention by human
agent or log a mail / helpdesk ticket. The GOI's single mobile app UMANG's AI chatbot support,
which has these features engrained may be referenced if needed.
14.1. Portal and System Specifications

Functional specification of the Silpa Sathi enterprise architecture platform is provided below :

Basic Requirement of the Silpa Sathi Single Window website and design and development and
content management

Feature Description

Standard and  Portal should be compliant with Government of India Guidelines on Websites
compliance  System should be capable of handling a minimum of 2500 concurrent users
accessing simultaneously without compromising the speed, performance or
quality of service.
 System should be able to provide a page load time of 2 seconds or less.
 User should be able to generate a consolidated form and fees ( total amount )
of combining disparate services of different departments as per the number of
services selected in one go i.e. Dynamic CAF (Common Application Form)

Web Security  The selected bidder will create a comprehensive role-based access for User
Management by various departments. Initial load of all department and
government users will be created by the selected bidder as per instructions
provided by WBIDC.
 The Websites will hold sensitive government data, designed to be completely
hacker-proof with robust encryption, user management,protected from
malware, ransom-ware, xss, injections etc attacks, and free from any other
vulnerability
 System should be free of all security vulnerabilities and must be security
audited by a CERT-In certified agency
 Security audit compliance should be maintained continuously through periodic
security audits (on major changes in the system or every six months, if no
changes in the system)
 Multi factor authentication mechanism on FIDO or similar standards
o Architecture should be modular to allow upgrade of authentication
mechanisms.
o Any user of entity attempting to access should be identified and logged.
o Robust audit trails to be built into the architecture such that no part of
the data can be accessed without it being logged.
 Providing captcha for user verification
 available for access to general public 24X7 through internet facility
 There shall be facility for username and password based access for internal
department officials.
 Role-Privilege based access control mechanism needs to be adopted and
permissions may be assigned to specific operations with meaning in the district
or department.
 SSL authentication
 Strong Passwords
 Alert notice for multiple and suspicious transactions
 The website should be Security Audited by CERT-IN Certified agency
 Getting the Security Clearance Certificate is the responsibility of the selected
bidder.
 Authentication by deployment of LDAP and standard directory server
Search Engine  Keyword Analysis in order to attract relevant traffic to the site
Optimization

Features for Industries are the primary user for this category. Few of their roles and
Investors responsibilities are listed as follows which will be facilitated by the selected bidder:

 Register on the Silpa Sathi portal with OTP and e-Mail validation.

 Login to the portal.


 Choose preferred language.

 Search any service from list of available services.


 Access specific service after registration and authorization.

 Fill department forms and apply for services.

 Fill dynamically generated Combined Application Form (CAF)


 View rate card for various available department services.

 Make one single payment for availed services of different departments


together.

 Status enquiry for any applied service, receive alerts and notifications via mail
and SMS.

 Ability to re-edit and resubmit forms where departments require corrections,


additional documentation.
 Upload supporting documents, each upto 20 MB size limit.

 Interact with the platform via SMS, IVRS etc. for specific scenario.

 Provide feedback for used services.


 Contact customer support for any specific issue via toll free number and
grievance form.
 Chat bot feature (in-case of any clarification required)

Rich Media  The bidder is required to provide latest technology and innovation for creating
content the design, structure and format of the Silpa Sathi portal with flexible content
and layout .
 Administrator or the assigned official will be able to add / modify/ delete
photographs and information through the CMS Module.
 Provision shall be done for variable photographs, flash enabled content on the
Department/District website page
 There should be provision for uploading photographs spread across all the
pages of the website
 Scrolling text for certain information to be provisioned
 Highlighted text for certain specific information
 High resolution colorful background and color combination for each page of
the website
 The enterprise architecture portal will also include content as updated/
modified and provided
 The content structure, links and sublinks, menus and submenus, content,
images and other information shall be provided by WBIDC.
 The page of the website shall have content, photo and color combination
similar to State Portal of West Bengal
 Content shall be in text and high resolution images
 User Interface shall be approved by Department
 Flash enabled content may also be uploaded
 The content structure should be defined by the vendor as per requirement of
the Department providing links and sub-links as required.
 Each Landing page shall contain rich text, High resolution images
 Will contain link for Login into website for internal department officials as well
as authorized external users.
Online service  Data entry may be done by the internal commission officials or authorized
activation and external users.
deactivation  For access to various forms for data entry shall be secured with user id
password and latest technology.
 Facility to periodically save and store the data should be available
Content / files  The available documents/files on the district or department websites may be
access broadly classified into two types 1) Public Document/Files, 2) Non-public
(confidential/secured/private etc.) Documents/Files.
 The Public documents can be accessed by any user.
 But the non-public ones can be accessed only by the authorized users.
Search Facility  The website shall have facility to search both data and content based on Key
Words
Policy creation  Creation of policy related to terms of usage, site policy, content management
policy etc. to be prepared by Selected Bidder in consultation with West Bengal
Industrial Development Corporation Ltd.
Bi Lingual  Use of Unicode fonts must be included for Bengali and English texts and search
mechanism
Performance  Portal performance should be satisfactory with respect to the defined
performance bench mark
 High performance web pages for speedy access between pages
 Website performance should be Server response time should be < = 2 Seconds
for 99.5% of the requests considering concurrent usage of 2500+ users
 Performance and Load testing shall be performed by CERT-IN certified agency

Access on All  Public access to all of the features on the website is not dependent on
Internet specific browser, that is, the web interface is browser agnostic and works with
Browsers all commonly used browsers for example I.E. 9 and above, Chrome and Firefox
version 20 and above etc.
Information  The website shall be developed according to web 2.0 features.
features  Workflow automation for quick and accurate returns and refunds after
approvals by competent authority
 Visitor count of the website
 Portal should have a sitemap
Open Source  Portal should be developed using Open Source Development Stack
 The developed Portal should be supported for minimum 5 years including all
components of the technology stack such as database, front end, , application
logic.
Content  Development of the entire bilingual website will be done through Open Source
management Content Management System.
system  CMS that provides a uniform means of managing web documents whether
posted as web pages or downloadable files.
 Ability to optimize uploaded pictures and graphic files for quickest page
loading.
 Content editing including in-line (WYSIWYG editing), Microsoft Word cut-and-
paste
 Ability to assign read/write permissions by unique users
 User can Add any service to his favourite list from the list of services available
Administration Admin control panel shall consist of the role based content management module
Control Panel separately for English & Bengali for following purposes.

 Master Data Management Module


 Set password policy for website. The user-id will be user driven and password
will be system generated and user-controlled.
 Assigning specific roles and privileges with specific role such as editing the
content of specific or assigned menus or submenus, access to certain roles for
particular service, view of dashboards, reports and statistics. And he / she shall
not be allowed to access any other part of the systems or application.
 View audit logs and admin reports of user activity and events such as login
user, date, time and IP address of a Computer from where application was
accessed. At any point of time application shall maintain the log for the
month’s period. Older than one month log information shall be automatically
archived.
 Visual Dashboard access.
 Modify FAQ and configure chatbot interface
 Applicable procedures, comprehensive list of documents, clear time lines
and third party verification of services would be made on the website
 User Management: User hierarchy may be defined and configured according
to the organizational chain of command of the specific department.
o Create department and department users.
o Modify department and department users.
o Configure changes for on boarding departmental services.
o Modify/deactivate departmental service.
o View and generate application specific reports.
o Access (view/download) departmental reports as a service.
o Integration of ancillary services through code changes.

Load Testing  The website should pass Load test to be conducted by CERT-IN Certified
Agency
Support and  For the first six (6) month after Go-Live any changes in database structure,
Maintenance portal design & architecture should be taken care of by the successful bidder.
 The developed enterprise architecture portal and should be supported for 5
years Onsite comprehensive support and maintenance including all
components of the technology stack such as database, front end, application
logic
Audit trail  Security-relevant chronological records will be maintained in a audit log for
evidence and trace of events and user activities.
 Enable automatic tracking of every change that takes place on the
website within the audit trail.
Analytics  The functionality of analytics will be used in the development, so that the user,
administrators can check on the reports for number of updates, hits on
particular pages, access of website from various IP, total successful logins. This
functionality will also help in security of the application.
 Customizable dashboard showing view of real time flow of visits on website
and detailed view of visitors, pages visited and goals triggered.
 MIS reports of traffic details - visitors, pages viewed, increase in traffic, most
searched etc
Responsive  The portal should be mobile/Tab friendly
Design

Document  Selected bidder will incorporate Document management and Versioning


Management system in the Silpa Sathi Platform to store and retrieve documents,
System certificates, licenses as needed .
 User will be able to upload multiple documents as an image, pdf, spreadsheet
or doc format within the system
 User will be able to tag and add metadata for uploaded document
 User can choose to delete a document
 User shall be able to upload/download any documents by clicking on the My
Documents

Payment • Selected bidder to integrate with payment gateway provided by the West
gateway Bengal Industrial Development Corporation Ltd to enable transactions. The
integration shall be the responsibility of the selected bidder.
• The integration with the payment gateway shall provide for generation of
reports for payment transaction as well as reconciliation. These reports are to
be shared with concerned departments and banks.
• Payment services shall maintain a transaction log and provide transaction
success /failure notification to the users. It shall also provide support for
reconciliation.
• The payment experience for the user should be seamless i.e. the user should
be re-directed back to the relevant section from which the transaction was
initiated or as directed by the department in case of any exceptions.

Chatbot • AI enabled chatbot for SilpaSathi Portal to respond to investor queries,


suggest resolutions and routing of queries.
• Integrated Systems should be able to refer to the CAF No or Reference
Number / Mobile Number while referring to a particular incidence to the
Helpdesk Agents.
• Chatbot to play vital CRM role, hence Grievance numbers may be docketed
and tracked and the resolution workflow + Escalation Matrix may be included
and integrated with Silpa Sathi complaint management system.
• Auto-alerts on BOT when query resolved or more information required. or
more information required.
• May be able to learn and use its algorithms through supervised and
unsupervised learning. Supervised learning means to train the machine to
translate the input data into a desired output value
• The AI Chat system would have an administrative module where system users
can add and modify questions and also order questions according to the
desired logic.
• FAQ List Based on Various Categories included in the Services
Online single Single debit, multiple  User should be able to make single payment of the consolidated
integrated credit fees ( total amount ) of combining disparate services of different
payment departments as per the fees generated for the particular CAF
(Common Application Form)
 No need to pay fees individually for desired services, commission
and GST.
 Payment of fees through secured channel including GRIPS
payment system of Government of West Bengal and/or other
payment gateway as identified by West Bengal Industrial
Development Corporation Ltd
 System should breakup total fees and bifurcate the amount to
treasury / bank accounts
 Applicant should receive authentic paid challan
 The proof of payment has to be transmitted alongwith the order
details to the concerned Government department.
 Upon confirmation, the payment should be immediately
transferred to the Government Account or returned back to the
industry if the order is cancelled due to any reason by the Silpa
Sathi store.

Data Master Data  Selected bidder to consolidate all the large amounts of
Management Government data strewn across many disparate systems and
integrate the data silos into scalable, high performance data
hubs for consumption in Silpa Sathi core platform and
microservices -
o Industrialist/Business Hub
o GIS HUB
o ENTITY HUB
o IOT HUB
o LAND HUB
 To implement Granular security controls with advanced
encryption and easy to use Data Hub UI
 Master data management module of SilpaSathi for maintaining
the central repository of masters across the systems.
 Enable achieving a “single version of truth” in all important areas
- industry, iot, gis, entity etc. The initiative would be executed
following federated architecture pattern & following features:
o Reference data – single view
o Data sharing with state portals
o Data Consistency
o Easy Backups

Online tracking Status update  Applicant is provided a dashboard with details of all activities
of status performed after request is placed.
 Applicant shall be able to check the status of the services and via
Push notifications whenever the status changes.
o Push SMS for milestones to industry mobile number
o System generated email alert

Push based SMS System integration for Push based SMS and email services should be integrated for
and email with SMS / email milestone based communication to applicant user
services gateway

Hardware Webserver, App server, The selected bidder will provide requirements for all Compute in
DB Server virtual environment on opensource platform (preferably Linux),
Storage, Network, Cabling, Operating System, Software, Staging Cum
Testing servers, SAN Switches, Tape Cartridges, Hardware Rack,
Backup software, Web Application Firewall (L7).

WBIDC will provide the requested infrastructure in virtual


environment, however the utilization of the requested infrastructure
should be above 60%. Wherever, the utilization is less than 60%, the
infrastructure will be curtailed on pro-rata basis.

The virtual environment requested by the selected bidder shall be


vendor agnostic . WBIDC reserves the right to provide the virtual
environment any of the cloud service providers of the country.
Alternatively WBIDC may also provide the required infrastructure in
State data center.

The application may be transferred from one VM to another VM i.e.


VM of one service provider to another service provider. The selected
bidder will have to complete the said migration free of cost not more
than twice in the tenure of the contract.

INFRASTRUCTUR Selected bidder will design system and configure the infrastructure
E SETUP AND in such a way that it is capable of handling data and performance
INSTALLATION requirements of the Silpa Sathi services for a period of next five
ON CLOUD years with minimal architectural intervention and changes.
PLATFORM AND
NDC SITE Bidder also needs to ensure that the integration of their systems
with other common system software like Antivirus, Enterprise
Monitoring and Backup systems of SDC in coordination with Data
Center Operator (DCO) and Composite Team (CT) of SDC and WTL
Ltd or Cloud Service Provider (CS) and needs to provide support and
monitoring activities for the entire Silpa Sathi system through the
same.

Similar activities of setup of Disaster Recovery installation and


configuration at National Data Center, New Delhi needs to be
provided by the selected bidder.
15. Training and Capacity Building

The selected bidder shall be responsible for training and capacity building of 200+ Government users
as required at no cost to the West Bengal Industrial Development Corporation Ltd at Protiti or at any
premises of Silpa Sathi as directed by the GoWB.

Training program Details


Role based training to  Hierarchy and roles of each officer shall be defined and provided by the
the users / West Bengal Industrial Development Corporation Ltd to the selected
developers bidder
 Role based training shall be conducted by the selected bidder
Training Plan and  Selected bidder shall prepare a training plan based on the list of officers
schedule received
 On the basis of the requirements, detailed training plan shall be submitted
prior to the start of the training schedule
 Detailed training plan is subject to approval from West Bengal Industrial
Development Corporation Ltd
 Detailed Training plan shall contain the schedule , training period , content
outline
 Training shall be conducted in batches with similar roles
 Infrastructure required for the training shall be arranged by West Bengal
Industrial Development Corporation Ltd . Infrastructure requirements shall
be done by selected bidder in the detailed training plan
Post implementation  Upon changes in the modules , solution or changes in the officers
Trainings  Periodical trainings shall be conducted by the selected bidder as and when
required
 For additional developments beyond Go-Live of Platform user level training
shall have to be conducted by the selected bidder
Satisfaction  Participants shall provide feedback for trainings conducted
certificate  Satisfaction of participants shall be responsibility of the selected bidder
 Unsatisfied participants shall be provided trainings again till they are
satisfied

16. Manpower

For development and maintenance of Silpa Sathi Single Window portal and , the selected bidder, as
per the timelines mentioned in the Work Order from West Bengal Industrial Development
Corporation Ltd , shall be responsible for deployment of the following technical resources as
decided by West Bengal Industrial Development Corporation Ltd .

16.1. Type of resources required to be deployed

Table # Type of resources to be deployed


Sl. No Resource Type

1. TOGAF CERTIFIED Solution Architect / Technical Consultant enterprise


architecture

2. TOGAF CERTIFIED Project Manager enterprise architecture and Microservices

3. TOGAF CERTIFIED Software Designer enterprise architecture and Microservices

4. Tech Lead / Senior Developer/ Sr. Programmer enterprise architecture

5. Developer/ Programmer enterprise architecture

16.2. Minimum Qualification for each resource type

Table # Minimum Qualification for each resource type

Role Qualification and Experience

Technical  TOGAF CERTIFIED , Full Time qualification of B.E. / B. Tech. / MCA from UGC recognized
Advisor / University / Institute in India
Senior  Should have an overall experience of more 15 years with minimum 10 years of
Solution experience in Software Solutioning, Requirement Gathering, Process Mapping, SDLC,
Architect Agile Methods, Designing Large Scale Complex Heterogeneous IT projects, including s
in India, preferably in Government environment.
 Should have minimum 7 years of experience in designing solutions on Enterprise
architecture software platform & enterprise architecture and Microservices
 Demonstrated ability to analyze business requirements and derive high level
architecture diagrams and technical design, Data Analysis, Mapping and Modelling, Use
Cases, DFDs, Design Patterns, Integration framework, IT Asset Management,
Architecture Management Frameworks, System Architecture & Deployment, Enterprise
application Development etc.
 Awareness of various technologies including SOA, BPM, Workflow, Web Architectures,
Web Services and Development Platforms and Tools
 Proficient in MS Office, MS Project, MS Visio and other relevant tools

Technical  TOGAF CERTIFIED, Full Time qualification of B.E. / B. Tech. / MCA from UGC recognized
Consultant University / Institute in India
 Should have an overall experience of more 10 years with minimum 8 years of
experience in Software Solutioning, Requirement Gathering, Process Mapping, SDLC,
Agile Methods, Designing Large Scale Complex Heterogeneous IT projects in India
 Should have minimum 5 years of experience in designing solutions on Enterprise
architecture software platform and & enterprise architecture and Microservices
 Demonstrated ability to analyze business requirements and derive high level
architecture diagrams and technical design, Data Analysis, Mapping and Modeling, Use
Cases, DFDs, Design Patterns, Integration framework, IT Asset Management,
Architecture Management Frameworks, System Architecture & Deployment, Enterprise
application Development etc.
 Awareness of various technologies including SOA, BPM, Workflow, Web Architectures,
Web Services and Development Platforms and Tools  Proficient in MS Office, MS
Project, MS Visio and other relevant tools

Project  TOGAF CERTIFIED, Full Time qualification of B.E. / B. Tech. / MCA from UGC recognized
Manager University / Institute in India
 Should have minimum 8 years of experience in design, development and
implementation of large multi-disciplinary teams of people to successfully deliver
integrated and customized software application
 Should have minimum 2 years of experience in managing projects developed on
Enterprise architecture software platform& enterprise architecture and Microservices
 Proven project management experience in managing large scale application
development team (more than 20 team members) for design, development and
implementation of complex customized software application projects for any
government / private organization in India and should have demonstrated project
management methods, procedures, and quality objectives, including metrics for
assessing progress, issue and risk mitigation etc.
 Awareness of various technologies including SOA, BPM, Workflow, Web Architectures,
Web Services and Development Platforms and Tools.
 Maintains appropriate professional designations and up-to-date knowledge of current
information technology techniques and tools.
 Proficient in MS Office, MS Project, MS Visio and other relevant tools

Software  Full Time qualification of B.E. / B. Tech. / MCA from UGC recognized University /
Designer Institute in India
 Minimum 5 Years’ of experience in Software Designing & enterprise architecture and
Microservices
 Should have proven experience in designing Interactive GUI, REST based API
integration, and Application framework to enhance User Experience
 Hands-on experience in software designing tools like Macromedia Dreamweaver /
Adobe Flash / Coral Draw / Photoshop etc. will be preferred

Tech Lead /  Full Time qualification of B.E. / B. Tech. / MCA from UGC recognized University /
Senior Institute in India
Developer  Should have more than 5 years’ experience in developing web based enterprise
architecture and IT applications and development with REST based API integration
 Should have proven experience with enterprise architecture platform including
ASP.NET, ADO.NET, JAVA, J2EE Stored procedures, C# etc.
 Should have proficiency in using web technologies like XML / XSL / XML parsers / SOAP
/ UDDI / WAP / HTML / DHTML / HTML5 / VBScript etc.
 Should have sound knowledge of developing applications using RDBMS: and standard
OS Platforms

Developer  Full Time qualification of B.E. / B. Tech. / MCA from UGC recognized University /
Institute in India
 Should have more than 3 years’ experience in developing web based IT applications
with REST based API integration.
 Should be proficient in using web technologies like XML / HTML / DHTML / HTML5 /
VBScript / ASP / JAVA/ J2EE etc.
 Should have sound knowledge of developing applications using RDBMS

(i) Age of the manpower proposed should not be more than 60 (sixty) Years on the last day of
submission of bid.
(ii) West Bengal Industrial Development Corporation Ltd reserves the right to ask for the details
regarding the proof of age, qualification, experience and association of the personnel with the
firm.
(iii) A summary of experience (in one page) is to be provided by the Bidder for each of the resources
proposed
(iv) Each page of the CV must be digitally signed by the Authorized representative together with
original or electronic signature of the key team member at the bid stage.
(v) The bidder shall make the assessment of manpower to undertake the project. Additional
support shall be provided as needed for the timely completion of the project within the total
estimated cost. Bidder should provide time estimates of manpower requirements in the staffing
schedule. It is stressed that the time period for the project indicated in the Scope of Work
should be strictly adhered to

17. Deliverables, Milestone and Time Schedule

The relevant core staff of the Silpa Sathi System Integrator will be required to give a presentation to
client regarding the broad features of the deliverable before the submission of each deliverable as per
the delivery milestone. The comments of the client shall be incorporated in the final scheduled
deliverable. The milestones and timelines of the assignment are given in the table below:

Sr. No Phase W1 W2 W3 W4 W5 W6 W7 W8 W9 W10 W11 W12 W13 W14 W15 W16


1 As-Is and To-Be Mapping
2 Finalization of SRS
3 Design and SRS signoff by wbidc
4 Database Design and Development
5 SILPA SATHI PLATFORM DEVELOPMENT
6 Design and Development of Microservices
7 Integration with existing Apps
System Acceptance tests, finalization and
8
Departmental Signoff
9 Go-Live of Silpa Sathi Portal and O&M Support
18. Service Level and Penalty clause

(i) Service level plays an important role in defining the Quality of Services (QoS). The prime
objective of service levels is to ensure high quality of services from selected bidder, in an
efficient manner to the identified users under this procurement.
(ii) The service level shall be tracked on a periodic basis and have penalty clauses on non-adherence
to any of them. The Bidder shall submit reports on all the service levels to West Bengal Industrial
Development Corporation Ltd in accordance with the SLA. The service levels defined below
provide for target level of services required, measurements thereof and associated penalties.
(iii) If the selected bidder fails to deliver the required services due to reasons attributable to the
selected bidder like non-accessibility of the application, non-availability of the technical
personnel/ manpower, etc. the penalty would be imposed as per SLA signed between two
parties.
(iv) Except as provided under clause “Force Majeure”, if the selected bidder is unable to deliver as
per timelines and scope of work West Bengal Industrial Development Corporation Ltd may
without prejudice to all its other remedies under the Contract, may levy penalty as specified as
agreed in the signed Service level agreement between two parties
(v) The time specified for delivery in the bid form shall be deemed to be the essence of the contract
and the successful Bidder shall arrange resources for deployment within the specified period.
(vi) Delivery period may be extended with or without penalty if the delay is on account of
hindrances beyond the control of the bidder.
(vii) West Bengal Industrial Development Corporation Ltd shall have right to cancel the contract with
on the basis of contractual obligations not met.

18.1. SLA and Penalty related to Deliverables of goods and services

Service Expected Service Level Penalty level in case of default

Deployment of Enterprise Within 15 WEEKS from signing Upto 15 weeks from issue of Work order / AOC: No
architecture software platform of Work Order or LOA (letter of penalty
and agreement / award of Contract)
For each week of delay for two weeks: INR fifty
thousand

For next 2 weeks for each week: INR 1 lac

Beyond 4 weeks of delay, West Bengal Industrial


Development Corporation Ltd reserves the right to
invoke termination clause

Go-Live of Silpa Sathi 16 Weeks from issuance of Upto 4 Months from issue of Work order / LOI: No
Work Order penalty

For each day of delay for 2 weeks : INR 5000/- per day

Beyond 2 weeks, For each day of delay till 10 weeks :


INR 10000/- per day

Beyond 10 weeks, West Bengal Industrial


Development Corporation Ltd reserves the right to
invoke termination clause

Operations, Support and maintenance related SLA

Time taken to close each ticket P0– The bug which results into Upto 4 hours : No Penalty
the user not being able to
complete the business >4 upto 8 hours : INR Twenty Five Thousand per ticket
transaction/ activity
>8 upto 24 : INR Fifty Thousad per ticket

If More than 10 tickets not closed in 24 hours per


quarter, West Bengal Industrial Development
Corporation Ltd may invoke termination clause

Post Implementation Service Level and Penalty Clause

Measure Target Explanation Penalty

Silpa Sathi < = 2 Seconds 1. Time taken to Penalty :


response time for 99.5% of complete the request
1. 3-5 Seconds for 99.5% of the requests in each
the requests originating from the
considering portal. Excluding the month : Penalty of INR 100000/- to be deducted
concurrent time taken by the from next invoice
usage of 2500+ external system 2. 5- 10 Seconds for 99.5% of the requests in each
users month : Penalty of INR 250000/- to be deducted
2. Service time excludes
time taken by from next invoice
external systems like 3. 10-15 Seconds for 99.5% of the requests in each
departments or any month : Penalty of INR 500000/- to be deducted
other issue beyond from next invoice
the control of the
Selected bidder 4. Beyond 15 seconds for 99.5% of the requests in
each month : Penalty of INR 10,00000/- to be
deducted from next invoice

If SLA level is breached in this section for more than


6 Months in 12 months period, WBIDC reserves the
right to Terminate the Contract and forfeit
performance guarantee

Availability of 99.5% on 1. Availability of system Penalty :


services monthly basis for user to call the
1. 99.5% to 99.25% : Penalty of 2% of Value
API and avail service

2. Any failure due to 2. 99.24% to 99.0% : Penalty of 5% of Value


external factors like 3. 99.0% to 98.75% : Penalty of 8% of Value
lease line failure,
network failure etc.. 4. Less than 98.75% : Penalty of 10% of Value
are not part of the
Value : Annual Maintenance and warranty rates as
SLA but the Selected
per RFP
bidder is required to
document the If SLA level is breached in this section for more than
external failures to 6 Months in 12 months period, WBIDC reserves the
provide documentary right to Terminate the Contract and forfeit
evidence if asked for performance guarantee

Note :

(i) SLA Monitoring tool to be deployed by selected bidder


(ii) In Case of New Service development or change requests beyond the scope of the RFP, the same
SLA's given above and penalties will be applicable in case of new application development,
integration and any change requests.

18.2. Termination due to breach of SLA parameters tolerance levels

(iii) If tolerance level of above mentioned SLA parameters is breached, West Bengal Industrial
Development Corporation Ltd shall have the right invoke termination clause
(iv) Termination clause parameter provided for above SLA parameters shall apply individually
(v) A notice shall be issued to the selected bidder if SLA breach invoking termination clause is
invoked for any of the above mentioned parameters.

18.3. Patent Indemnity

(i) The selected bidder shall, subject to the West Bengal Industrial Development Corporation Ltd 's
compliance with sub-clause (ii) below, indemnify and hold harmless the West Bengal Industrial
Development Corporation Ltd and its employees and officers from and against any and all suits,
actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of
any nature, including attorney’s fees and expenses, which West Bengal Industrial Development
Corporation Ltd may suffer as a result of any infringement or alleged infringement of any
patent, utility model, registered design, trademark, copyright, or other intellectual property
right registered or otherwise existing at the date of the Contract by reason of:
a. the installation of the Goods by the selected bidder or the use of the Goods in the
country where the Site is located; and
b. the sale in any country of the services produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the
purpose indicated by or to be reasonably inferred from the Contract, neither any infringement
resulting from the use of the Goods or any part thereof, or any services produced thereby in
association or combination with any other equipment, plant, or materials not supplied by the
selected bidder, pursuant to the Contract.
(ii) If any proceedings are brought or any claim is made against the West Bengal Industrial
Development Corporation Ltd arising out of the matters referred to above, West Bengal
Industrial Development Corporation Ltd shall promptly give the selected bidder a notice
thereof, and the selected bidder may at its own expense and in the West Bengal Industrial
Development Corporation Ltd ’s name conduct such proceedings or claim and any negotiations
for the settlement of any such proceedings or claim
(iii) If the selected bidder fails to notify West Bengal Industrial Development Corporation Ltd within
thirty (30) days after receipt of such notice that it intends to conduct any such proceedings or
claim, then West Bengal Industrial Development Corporation Ltd shall be free to conduct the
same on its own behalf.
(iv) West Bengal Industrial Development Corporation Ltd shall, at the selected bidder’s request,
afford all available assistance to the selected bidder in conducting such proceedings or claim,
and shall be reimbursed by the selected bidder for all reasonable expenses incurred in so doing.
(v) West Bengal Industrial Development Corporation Ltd shall indemnify and hold harmless the
selected bidder and its employees, officers, and Subcontractors (if any) from and against any
and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs,
and expenses of any nature, including attorney’s fees and expenses, which the selected bidder
may suffer as a result of any infringement or alleged infringement of any patent, utility model,
registered design, trademark, copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract arising out of or in connection with any design,
data, drawing, specification, or other documents or materials provided or designed by or on
behalf of West Bengal Industrial Development Corporation Ltd .

18.4. Limitation of Liability

Except in cases of gross negligence or willful misconduct:

(i) neither party shall be liable to the other party for any indirect or consequential loss or 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 selected bidder to pay liquidated damages to West
Bengal Industrial Development Corporation Ltd ; and
(ii) the aggregate liability of the selected bidder to West Bengal Industrial Development Corporation
Ltd , whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in
the Contract, provided that this limitation shall not apply to the cost of repairing or replacing
defective equipment, or to any obligation of the selected bidder to indemnify West Bengal
Industrial Development Corporation Ltd with respect to patent infringement.

19. Payment Terms and schedule


(i) No payment shall become eligible for the next stage until the System Integrator completes to
the satisfaction of the Client the work pertaining to the preceding stage.
(ii) Payment will be made in accordance with the following milestone based payment schedule on
submission and acceptance of work completion reports from departments / SeMT.
(iii) The currency or currencies in which payments shall be made to the selected bidder under this
Contract shall be Indian Rupees (INR) only.
(iv) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned
in this bidding document, will be paid by the selected bidder to the West Bengal Industrial
Development Corporation Ltd as per the respective milestones. Taxes, as applicable, as per the
prevalent rules and regulations.

Application Development:

S.No. Milestone Payment (in


percentage of quoted
amount as per price
bid)

1. System Requirements Specification (SRS)/ User Requirements


Specifications (URS), Integration Testing and User Acceptance
15%
Testing (UAT) plans preparation and sign-off with respective
stakeholders like Integrating Departments and WBIDC and SeMT

2. Development of Silpa Sathi core Platform 20%

3. Integration with Payment gateway, SMS gateway, Chatbot, 5%

4. Design and development of Microservices 20%

5. Facilitation and completion of User Acceptance tests and STQC Audit 10%

6. Final System Integration and Hosting in Production environment (Go


20%
Live)

7. SDLC, source-code and all IPR related document handover on go-live 5%

8. SDLC, source-code, knowledge transfer and all IPR related document


5%
handover on end of contract

Capacity Building payment schedule:

S.No. Milestone Payment (in percentage of quoted amount as per price


bid)

1 Capacity Building and Training 100%


API based integration (per integration)

S.No. Milestone Payment (in percentage


of quoted amount as per
price bid)

1. System Requirements Specification (SRS)/ User Requirements


Specifications (URS), Integration Testing and User Acceptance
15%
Testing (UAT) plans preparation and sign-off with respective
departments

2. API Design and Development 30%

3. User Acceptance Testing signoff from respective department 20%

4. Application Security Audit compliance 5%

5. Final System Integration and Hosting in Production environment


20%
(Go Live)

6. SDLC, source-code and all IPR related document handover on go-


5%
live

7. SDLC, source-code, knowledge transfer and all IPR related


5%
document handover on end of contract

O&M for software

S.No. Milestone Payment (in percentage of quoted amount as


per price bid)

1 Annual payment at the end of year on 100% of Annual Amount as quoted in the price
meeting the SLA's bid.
20. Termination of Contract

i. West Bengal Industrial Development Corporation Ltd may terminate the contract in the
following cases :
a. The selected bidder is found to be involved in any fraudulent or corrupt practices
b. In case, at any point of time during the validity period of the contract, the SLA
clause tolerance levels are breached , West Bengal Industrial Development
Corporation Ltd may invoke the termination clause
c. West Bengal Industrial Development Corporation Ltd may at any time terminate
the Contract by giving written notice to the selected bidder, if the selected bidder
becomes bankrupt or otherwise insolvent.
d. The selected bidder files for insolvency
ii. In such cases, West Bengal Industrial Development Corporation Ltd may forfeit the amount
due to the selected bidder
iii. In such events, termination may or may not be without compensation to the selected
bidder, provided that such termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to West Bengal Industrial Development
Corporation Ltd .
iv. In such cases, The Performance Bank Guarantee may be invoked by West Bengal Industrial
Development Corporation Ltd

21. Intellectual Property Rights and Source codes

Intellectual Property Rights for any software property and documents (including source codes,
databases, documents, training manuals, course content etc.) developed for this project shall lie
with the West Bengal Industrial Development Corporation Ltd . The Intellectual Property Rights
of all the software code, data, algorithms, documentation, manuals, etc. for the entire SDLC as
generated as a part of implementation of this project shall solely vest with the West Bengal
Industrial Development Corporation Ltd .

Subsequently, West Bengal Industrial Development Corporation Ltd has all the rights to modify,
reproduce, rewrite, redeploy and redistribute this IP as Owner and the selected bidder will not
have any claim, whatsoever to this software property and documents.

The selected bidder will have to provide source code for all tested modules as well as the final
approved application along with all documents required to maintain or handle the source code
as per Software Engineering Management Practices.

The selected bidder shall provide the source codes on Go-Live of the project. Any changes/
updates in the source codes done by the selected bidder as part of the deliverables of the
project during the contract period shall be have to be provided to West Bengal Industrial
Development Corporation Ltd as and when done. At the end of the contract period, final
documentation shall be provided by the selected bidder to West Bengal Industrial Development
Corporation Ltd with all updates and modifications.
22. Force Majeure

i. Notwithstanding the provisions of the RFP, the successful bidder shall not be liable for penalty
or termination for default if and to the extent that the delay in performance or other failure to
perform its obligations under the contract is the result of an event of Force Majeure. For
purposes of this clause, “Force Majeure” means an event beyond the control of the selected
bidder and not involving West Bengal Industrial Development Corporation Ltd or selected
bidder’s fault or negligence and not foreseeable. Such events may include, but not restricted to
wars, revolutions, epidemics, natural disasters etc.
ii. If force majeure situation arises, the selected bidder shall promptly notify West Bengal Industrial
Development Corporation Ltd in writing of such condition and cause thereof. Unless otherwise
directed by West Bengal Industrial Development Corporation Ltd in writing, the selected bidder
shall continue to perform its obligations under the contract as far as possible. If the Event of
Force Majeure shall continue for more than Twenty (20) days West Bengal Industrial
Development Corporation Ltd shall be entitled to terminate the contract at any time thereafter
without notice.
List of Annexure

Annexure # 1 : Format for Power of Attorney for Authorized representative

Know all men by these presents, We, [name of organization and address of the registered office] do
hereby constitute, nominate, appoint and authorise Mr / Ms [name], son/ daughter/ wife of [name], and
presently residing at [address], who is presently employed with/ retained by us and holding the position
of [designation] as our true and lawful attorney (hereinafter referred to as the “Authorised
Representative”), with power to sub- delegate to any person, to do in our name and on our behalf, all
such acts, deeds and things as are necessary or required in connection with or incidental to submission
of our Bid for and selection as ________ for [name of project], to be developed by West Bengal
Industrial Development Corporation Ltd (the “Authority”) including but not limited to signing and
submission of all applications, bids and other documents and writings, participating conferences and
providing information/ responses to the Authority, representing us in all matters before the Authority,
signing and execution of all contracts and undertakings consequent to acceptance of our bid and
generally dealing with the Authority in all matters in connection with or relating to or arising out of our
Bid for the said Project and/or upon award thereof to us until the entering into of the Contract with the
Authority.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be
done by our said Authorised Representative pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Authorised Representative in
exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, [name of organization], THE ABOVE NAMED PRINCIPAL HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS [date in words] DAY OF [month] [year in ‘yyyy’ format].

For [name and registered address of organization]

[Signature]

[Name]

[Designation]

Witnesses:

1. [Signature, name and address of witness]

2. [Signature, name and address of witness]

Accepted

Signature]

[Name]

[Designation]
[Address]

Notes:

1. 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 seal affixed in accordance with the required procedure.
2. Wherever required, the Bidder should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.
3. For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Bidders from countries that have
signed The Hague Legislation Convention, 1961 are not required to be legalised by the Indian
Embassy if it carries a conforming Appostille certificate.
Annexure # 2 : Comments and Pre-Bid Queries in this RFP

Name of the Bidder:

Comments and Suggestions-

A: On the Scope of Work

1.

2.

3.

B: On the Evaluation

1.

2.

3.

C: On Financial Bid

1.

2.

D: General Comments

1.

2.
Queries

Sl. No. Section Clause Page Queries


No. No. No.

Note: The filled form to be submitted in XLS & PDF Format. There is a cutoff date for receiving of queries
before Pre Bid Meeting. Queries received after the cutoff period will not be accepted. The Purchaser
reserves the right to respond all queries over e-mail.

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: __________________________________________

Company Rubber Stamp: __________________________________________________


Annexure # 3 : Team Composition

Manpower Resources to be deployed

Name of staff Total experience Area of expertise Position assigned Tasks assigned
in enterprise
architecture
projects (years) or
similar
assignments
Annexure #4 : Curriculum Vitae (CV) for Proposed Professional Staff

1. Proposed position

2. Name of firm

3. Name of staff [First] [Middle] [Surname]

4. Date of birth [March 20, 2013]

5. Nationality

6. Education [Indicate college/university and other


specialized education of staff member, giving
names of institutions, degrees obtained, and
year of obtainment starting from the latest
degree]

7. Membership of Professional Organizations

8. Training & Publications [Indicate significant training since education


degrees (under 5) were obtained]

9. Project Name, Description and Locations List relevant projects

10. Languages Language Proficiency (good/ fair/ poor)

Speaking Reading Writing

Bengali

English

Hindi / Other

11. Employment record Name of Position held Duration


[Starting with present Organization
position, list in reverse
order every YYYY to present
employment held by
staff member since
graduation]
12. Details of tasks
assigned

13. Work Undertaken that [Among the assignments in which the Staff has been involved,
Best Illustrates indicate the following information for those assignments that best
Capability to Assigned illustrate staff capability to handle the tasks assigned]
Handle the Tasks
Assigned Name of assignment or project:

Year:

Location:

Client:

Project Cost:

Main project features:

Positions held:

Activities performed:

14. Name of assignment or project:

Year:

Location:

Client:

Project Cost:

Main project features:

Positions held:

Activities performed:

15. Certification I, the undersigned, certify that to the best of my knowledge and
belief, this CV correctly describes me, my qualifications, and my
experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.

Signature Signature

Date: [dd/mm/yyyy] Date: [dd/mm/yyyy]

Name of staff member: Name of Authorized Signatory:

Note:

Please strictly restrict the number of pages per CV to four (04) pages (two sheets if printed both sides).
The one-page summary shall be over and above the four (04) page CV. Pages in the CV greater than
these limits shall not be considered for evaluation. Please strictly follow the above template for the key
staff CV since any deviation may lead to deduction in marks.
Annexure #5 : Staffing schedule

S.No. Name of resource Staff input (in the form of a bar chart) Total staff input

W1 W2 W3 W4 W5 W6 n (WEEKS)

Total
Annexure #6 : Work Schedule

S.No. Activity Months (in the form of a bar chart) Total

W1 W2 W3 W4 W5 W6 n (WEEKS)
Annexure # 7 : Financial Bid Submission Form

[Location]

[Date]

To

Chairman, West Bengal Industrial Development Corporation Ltd

Dear Sir,

Subject: Financial Bid for [name of project].

We, the undersigned, offer to provide the services for [name of project] in accordance with your RFP
dated [date] and our Bid. Our attached Financial Bid is for the sum of [amount(s) in words and figures].

Our Financial Bid shall be binding upon us subject to the modifications resulting from arithmetic
correction, if any, up to expiration of the validity period of the Bid, i.e. [date].

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 namely “Prevention of
Corruption Act 1988”.

We understand you are not bound to accept any Bid you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

S. No. Cost Component Quantity Unit Cost Total Total Amount in


Amount in words inclusive of
figures (INR) all taxes (INR)
inclusive of
all taxes
1) Application Software Design and
Development and Integration
1a Silpa Sathi Databases and Enterprise 1
Architecture Platform design and
development
1b Silpa Sathi Web Portal, Industry 1
Wizard design and development
1c Design and Development of 1
Microservices
1d Design and Development of Silpa 1
Sathi API (s)
1e Payment Gateway, email gateway 1
and SMS gateway integration and
testing
1f AI enabled chatbot for Silpa Sathi 1
Portal to respond to investor queries,
suggest resolutions and routing of
queries.

1g Migration of existing legacy services 1


to revamped Silpa Sathi portal

2) API based Integration with online Per


services of Stakeholder Departments integration
and their System Integrators of G2B
services for Silpa Sathi
3) Setup and configuration of VM and 1
installation of all software and
services at SDC cloud or Cloud Based
Infrastructure provided by CSP on
both primary and DR (NDC) sites
6) Capacity Building and training of 200+ 200+
Silpa Sathi and Government staff

7) Documentation - Support Handbook, As applicable


Evidences and Manuals as required
by WBIDC
8) Complete support for 5 years post 5
successful go-live with (a)Application
Maintenance ,operation & Support
(b) All corrective, perfective and
preventive maintenance
(c)System administration & Database
Administration of the application
infrastructure (using Cloud Enabled
Platform)
(d) Minor changes, beautification,
bug-fixes as per SLA parameters
(e) Re-integration, development and
testing if there is any change in
components of Native application or
API of different departments.
(f) Disaster Recovery testing annually
and submission of reports and obtain
signoff from WBIDC
9) Development and integration of
complete new service as required by
WBIDC

TOTAL COST

Annexure#8 : Pre-Qualification and Technical Evaluation Form

[Location, Date]

To

Chairman, West Bengal Industrial Development Corporation Ltd

RFP dated [date] for selection of System Integrator for [name of assignment]

Dear Sir,

With reference to your RFP Document dated [date], we, having examined all relevant documents and
understood their contents, hereby submit our Technical Proposal for selection as [name of assignment].
The Proposal is unconditional and unqualified.

We are submitting our Proposal as sole applicant with [full name and address of System Integrator].

If negotiations are held during the period of validity of the Proposal, we undertake to negotiate in
accordance with the RFP. Our Proposal is binding upon us, subject only to the modifications resulting
from technical discussions in accordance with the RFP.

We understand you are not bound to accept any Proposal you receive.

Further:

1. We acknowledge that West Bengal Industrial Development Corporation Ltd will be relying on the
information provided in the Proposal and the documents accompanying the Proposal for selection
of the System Integrator, and we certify that all information provided in the Proposal and in the
supporting documents is true and correct, nothing has been omitted which renders such
information misleading; and all documents accompanying such Proposal are true copies of their
respective originals.

2. This statement is made for the express purpose of appointment as the System Integrator for the
aforesaid Project.

3. We shall make available to West Bengal Industrial Development Corporation Ltd any additional
information it may deem necessary or require for supplementing or authenticating the Proposal.

4. We acknowledge the right of West Bengal Industrial Development Corporation Ltd to reject our
application without assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
5. We certify that in the last 3 (three) years, we have neither failed to perform on any contract, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement
or arbitration award against the Applicant, nor been expelled from any project or contract by any
public authority nor have had any contract terminated by any public authority for breach on our
part.

6. We declare that:

a) We have examined and have no reservations to the RFP, including any Addendum issued by the
Authority;

b) We do not have any conflict of interest in accordance with the terms of the RFP;

c) We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in the RFP document, in respect of any tender or request for proposal issued by or any
agreement entered into with West Bengal Industrial Development Corporation Ltd or any other
public sector enterprise or any government, Central or State; and

d) We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice.

7. We understand that you may cancel the selection process at any time and that you are neither
bound to accept any Proposal that you may receive nor to select the System Integrator, without
incurring any liability to the Applicants.

8. We declare that we are not a member of any other Consortium/JV applying for selection as a System
Integrator.

9. We certify that in regard to matters other than security and integrity of the country, we or any of
our affiliates have not been convicted by a court of law or indicted or adverse orders passed by a
regulatory authority which would cast a doubt on our ability to undertake the System Integration for
the Project or which relates to a grave offence that outrages the moral sense of the community.

10. We further certify that in regard to matters relating to security and integrity of the country, we have
not been charge-sheeted by any agency of the Government or convicted by a court of law for any
offence committed by us or by any of our affiliates. We further certify that we have not been barred
by the central government, any state government, a statutory body or any public sector
undertaking, as the case may be, from participating in any project or bid, and that any such bar, if
any, does not subsist as on the date of this RFP.

11. We further certify that no investigation by a regulatory authority is pending either against us or
against our affiliates or against our CEO or any of our Directors/ Managers/ employees.

12. We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by West Bengal Industrial
Development Corporation Ltd in connection with the selection of System Integrator or in connection
with the selection process itself in respect of the above mentioned Project.

13. We agree and understand that the proposal is subject to the provisions of the RFP document. In no
case, shall we have any claim or right of whatsoever nature if the system integration for the Project
is not awarded to us or our proposal is not opened or rejected.

14. In the event of our being selected as the System Integrator, we agree to enter into a Contract in
accordance with the contract prescribed in the RFP. We agree not to seek any changes in the
aforesaid form and agree to abide by the same.
15. We have studied RFP and all other documents carefully. We understand that except to the extent as
expressly set forth in the Contract, we shall have no claim, right or title arising out of any documents
or information provided to us by West Bengal Industrial Development Corporation Ltd or in respect
of any matter arising out of or concerning or relating to the selection process including the award of
Digital Depository project.

16. The Financial Proposal is being submitted in a separate cover. This Technical Proposal read with the
Financial Proposal shall be binding on us.

17. We agree and undertake to abide by all the terms and conditions of the RFP Document.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

(Name and seal of the Applicant/Member in Charge)

[Using the format below, provide information on each assignment for which your firm, and each
associate for this assignment, was legally contracted individually as a corporate entity for carrying out
system integration services similar to the ones requested under this assignment.]

 Use 10 (ten) best projects with copy of proof of experience.


 Exhibit projects in the last three years.
 Projects without the proof of experience from client will not be considered for evaluation.

Assignment Name and project cost: Approx. value of the contract (in INR in Crore):

Country: Duration of assignment (months):


Location within country:
Name of Client, Address, Contact Person, Total No. of staff-months of the assignment:
Designation and Phone Number:
Address: Approx. value of the services provided by your firm
under the contract (in INR in Crore):

Start Date (Month/Year): No. of professional staff – months provided by


Completion Date (Month/Year): associated System Integrators:
Name of Lead Partner: Name of senior professional staff of your firm
involved and functions performed (indicate most
Name of Associated System Integrators, If any: significant profiles such as Project
Director/Coordinator, Team Leader):
Narrative Description of Project:
(highlight project capital cost in the narration)
Description of actual services provided by your staff within the assignment:
1) Submit all supporting documents as listed in Section 9 of this RFP.

2) Bidder shall furnish complete Technical Solution and give detailed architecture for:

o Application Software Development covering interpretability and scalability design and


parameters and testing methodology. The standards used, IPR, copyright, etc, should also be
mentioned

o Training, awareness and sensitization including change management process

o Entire Project Management approach for both implementation and operations

o Any other detail required for the implementation of system

3) The Architecture for execution of the above Project should contain the following:

o Functional Architecture

o Technology Architecture with details of all hardware equipments their numbers, technical
specifications, Software details etc.

 Process Architecture

 People Architecture

 Resource Architecture

Note: Please furnish different architecture on different pages, along with a sheet showing the
integration of the proposed architectures into one system. The Bidder is further expected to give
complete and detailed implementation strategy and time lines for covering all locations.
Technical approach with methodology and work plan is key component of the Technical Proposal. The
System Integrator is suggested to present its Technical Proposal divided into the following chapters:

a) Technical Approach and Methodology,

b) Work Plan, and

c) Organization and Staffing.

 Technical Approach and Methodology. In this chapter the System Integrator should explain the
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities to obtain the expected output and the degree of detail of such output.
The System Integrator should highlight the problems to be addressed along with their
importance and explain the technical approach the System Integrator would adopt to address
them. The System Integrator should also explain the proposed methodologies to adopt and
highlight the compatibility of those methodologies with the proposed approach. Please limit the
discussion to 20 single sided pages (10 double sided pages).

 Work Plan. In this chapter the System Integrator should propose the main activities of the
assignment, their content and duration, phasing and interrelations, milestones (including
interim approvals by the Client) and delivery dates of the reports. The proposed work plan
should be consistent with technical approach and methodology, showing understanding of the
TOR and ability to translate them into a feasible working plan. A list of the final documents,
including reports, drawings, and tables to be delivered as final output, should be included here.

 Organization and Staffing. In this chapter the System Integrator should propose the structure
and composition of the proposed team. The System Integrator should list the main disciplines of
the assignment, the key expert responsible, and proposed technical and support staff.

Firm’s Name:

Authorized Signature:

Note:

Please strictly limit the description of the project in two A4 size sheet of paper. Descriptions exceeding
two A4 size sheet of paper shall not be considered for evaluation.
Annexure#9 : List of in-scope Services

Following tentative list of services should be integrated through REST API and onboard into the Silpa
Sathi platform. Also additional new services as required under annual BRAP during the duration of this
contract will be developed or integrated by the selected bidder as per directive from WBIDC.

App - Service Name / Application


No Department Organization
SS/SA Name
ICE WBIDC Land Availability and Allotment -
1 Silpa Sathi
WBIDC
ICE WBIIDC Land Availability and Allotment -
2 Silpa Sathi
WBIIDC
POWER Department of Electricity - Certification of Electrical
3 Standalone Chief Electrical Installation by Chief Electrical
Inspector - Power
POWER Department of Electricity - Low Voltage up to 250
4 Standalone
Chief Electrical
POWER Department of Electricity - Medium Voltage 250 - 650
5 Standalone
Chief Electrical
6 Silpa Sathi PWD PWD Road Cutting Permission
ENVIRONMENT PCB Consent to Establish under the Air
(Prevention and Control of
7 Silpa Sathi Pollution) Act, 1981) & Water
(Prevention and Control of
Pollution) Act, 1974
ENVIRONMENT PCB Consent to Operate under the Air
(Prevention and Control of
Pollution)
8 Silpa Sathi
Act, 1981)& Water Act
(Prevention and Control of
Pollution) Act, 1974
ENVIRONMENT PCB Authorization under the
Hazardous and Other Wastes
9 Silpa Sathi
(Management and Transboundary
Movement) Rules, 2016
MSMET WBSIDCL Land Availability and Allotment -
10 Silpa Sathi
WBSIDCL
FINANCE Profession Tax Application For Profession Tax
11 Silpa Sathi
Registration
FINANCE Profession Tax Application for Profession Tax
12 Silpa Sathi
Enrollment
LABOUR Boiler Directorate Registration under The Boilers
13 Silpa Sathi
Act, 1923
LABOUR Labour Commisionarate Permission for engaging
14 Silpa Sathi contractor for labour -
Registration of Principal Employer
UDMA UDMA Application for Sanction of Sewer
15 Silpa Sathi Line Connection for Buildings in
Municipal Affairs
UDMA UDMA Application for New Water
16 Silpa Sathi
Connection
17 Silpa Sathi UDMA UDMA Approval of Building Plan
ICE WBIDC Approval of Building Plans -
18 Silpa Sathi
WBIDC
ICE WBIDC E-Intimation for Commencement
19 Silpa Sathi
of Construction
20 Silpa Sathi ICE WBIDC Plinth Level for Building by-WBIDC
21 Silpa Sathi ICE WBIDC Occupancy Certificate - WBIDC
FIRE AND Fire Services Application for Fire Safety
22 Silpa Sathi EMERGENCY Certificate
SERVICES
FIRE AND Fire Services Application for Renewal of Fire
23 Silpa Sathi EMERGENCY Safety Certificate
SERVICES
FIRE AND Fire Services Application for Fire Safety
24 Silpa Sathi EMERGENCY Recommendations
SERVICES
FIRE AND Fire Services Application for Grant of Fire
25 Silpa Sathi EMERGENCY Crackers Selling License
SERVICES
FIRE AND Fire Services Application for Grant of Fire
26 Silpa Sathi EMERGENCY License
SERVICES
FIRE AND Fire Services Application for Renewal for Fire
27 Silpa Sathi EMERGENCY Licenses
SERVICES
MSMET WBSIDCL Approval of Building Plans -
28 Silpa Sathi
WBSIDCL
Partnership Partnership Partnership Registration

29 Silpa Sathi

UDMA UDMA Approval of Building Plans -


30 Silpa Sathi Kolkata Metropolitan
Development Authority
LABOUR Factories directorate Registration and Grant of
31 Silpa Sathi
Factories License
UDMA SJDA Application for New Water
32 Silpa Sathi
Connection - SJDA
LABOUR Labour Commisionarate Permission for engaging
33 Silpa Sathi contractor for labour - Contractors
License
34 Silpa Sathi POWER Power Permit to Operate Lift
POWER DVC Permission for Power Supply -
Power ( DVC )
35 Silpa Sathi

POWER CESC Permission for Power Supply -


Power ( CESC )
36 Silpa Sathi

LABOUR Labour Commisionarate Registration of Principal


37 Silpa Sathi Employers under Inter State
Migrant Workmen
LABOUR Labour Commisionarate Registration under Shops and
38 Silpa Sathi
Establishments Act 1963
FIRE AND Fire Services Application for Renewal of Fire
39 Silpa Sathi EMERGENCY Crackers Selling License
SERVICES
FIRE AND Fire Services Application for Revised Fire Safety
40 Silpa Sathi EMERGENCY Recommendation
SERVICES
LABOUR Boiler Directorate Renewal Under Boiler Act 1923
41 Silpa Sathi

42 Silpa Sathi LABOUR Factories directorate Renewal Inder Factories License


LABOUR Labour Commisionarate Renewal under The Shops and
43 Silpa Sathi
Estabilishments Act
MSMET WBSIDCL Application for Land Availability &
44 Standalone
Allotment
45 Standalone MSMET WBSIDCL Application for NOC
MSMET WBSIDCL Application for Induction of
46 Standalone
Director/Partner
47 Standalone MSMET WBSIDCL Application for Change in Activity
MSMET WBSIDCL Application for Change of name
48 Standalone
and status of the Company/Firm
MSMET WBSIDCL Application for Amalgamation of
49 Standalone
Premises
50 Standalone MSMET WBSIDCL Land Transfer
51 Standalone MSMET WBSIDCL Land Transferre
52 Standalone MSMET WBSIDCL NOC for Surrender
53 Standalone MSMET WBSIDCL NOC Renewal
MSMET Micro, Small & Medium Incentives under
54 Standalone Enterprises Development Industrial/Sectoral Policy - MSME
Institute (MSME)
IRRIGATION WBIWD Water Connection - Allocation of
55 Silpa Sathi (Irrigation & Waterways Surface Water
Department)
ICE WBIDC Application for Land Availability &
56 Standalone
Allotment
ICE Partnership Registration of Registration of firms under the
57 Standalone
Firms - LIE Indian Partnership Act, 1932 - LIE
IRRIGATION WBIWD Permission for Use of Surface
58 Standalone (Irrigation & Waterways Water
Department)
SWID SWID Water Connection - Extraction of
59 Silpa Sathi
Ground Water
60 Silpa Sathi UDMA UDMA Approval of Site Plan
61 Silpa Sathi UDMA UDMA Commencement of Building Plan
62 Silpa Sathi POWER WBSEDCL Electricity Connection - WBSEDCL
CONSUMER Legal Metrology Registration Under Legal
63 Silpa Sathi AFFAIRS Metrology

Land Land Conversion Conversion of Classification of


64 Silpa Sathi
Land - L And LR
TOURISM Department of Tourism Incentives under Tourism policy.
65 Standalone
SWID SWID Application for Ground Water
66 Standalone
Connection
67 Silpa Sathi UDMA UDMA Approval of Plinth Certificate
68 Silpa Sathi UDMA UDMA Issuance of occupancy certificate
CONSUMER Legal Metrology New License
69 Silpa Sathi AFFAIRS

70 Silpa Sathi IT&E IT&E IT Incentives


LABOUR Factories directorate Registration for approval of plan
and permission to
71 Silpa Sathi construct/extend/or take into use
any building as a factory under
the Factories Act, 1948
LABOUR Boiler Directorate Registration of Boilers
72 Silpa Sathi Manufactures under The Boilers
Act, 1923
LABOUR Boiler Directorate Renewal of Boilers Manufactures
73 Silpa Sathi
under The Boilers Act, 1923
LABOUR Labour Commisionarate Registration for license for
contractors under provision of
74 Silpa Sathi The
Contracts Labour (Regulation and
Abolition) Act, 1970
LABOUR Labour Commisionarate Renewal for license for
contractors under provision of
75 Silpa Sathi The
Contracts Labour (Regulation and
Abolition) Act, 1970
MSMET Micro, Small & Medium Incentives under Banglashree
76 Standalone Enterprises Development
Institute (MSME)
ENVIRONMENT PCB Registration under The E-waste
(Management and Handling)
77 Silpa Sathi
Rules,
2011
ENVIRONMENT PCB Renewal under The E-waste
(Management and Handling)
78 Silpa Sathi
Rules,
2011
ENVIRONMENT PCB Registration under Plastic Waste
(Management and Handling)
79 Silpa Sathi
Rules,
2011
ENVIRONMENT PCB Renewal under Plastic Waste
(Management and Handling)
80 Silpa Sathi
Rules,
2011
FINANCE Excise Registration under State Excise for
81 Silpa Sathi
Label and Brand Registration
FINANCE Excise License under State Excise for
local sale, Import and export
82 Silpa Sathi permit of
Spirit and Indian- made foreign
liquor (IMFL)
UDMA UDMA Registration and Renewal for
83 Silpa Sathi
Trade License
84 Silpa Sathi UDMA UDMA Sewerage connection
UDMA KMC Registration and Renewal for
85 Silpa Sathi
Trade License
UDMA KMC Registration of Signage License for
86 Silpa Sathi
advertisement
87 Silpa Sathi UDMA KMC Sewerage connection
UDMA KMC Renewal of Signage License for
88 Silpa Sathi
advertisement
Information and I&CA Registration under State
89 Silpa Sathi Cultural Affairs Protected Monument for Movie
Shooting
Information and I&CA Renewal under State Protected
90 Silpa Sathi
Cultural Affairs Monument for Movie Shooting
UDMA UDMA Registration for Mobile Tower
91 Silpa Sathi
Approval
UDMA KMC Registration for Mobile Tower
92 Silpa Sathi
Approval
UDMA KMC Renewal for Mobile Tower
93 Silpa Sathi
Approval
P&AR eDistrict Registration under Permission
94 Silpa Sathi from District Collector for Movie
Shooting
P&AR eDistrict Renewal under Permission from
95 Silpa Sathi District Collector for Movie
Shooting
FINANCE Directorate of Commercial Registration of Approval for DG
96 Silpa Sathi
Tax (Electric Duty) set installation
FINANCE Directorate of Commercial Renewal of Approval for DG set
97 Silpa Sathi
Tax (Electric Duty) installation
UDMA UDMA Renewal for Mobile Tower
98 Silpa Sathi
Approval
99 Silpa Sathi UDMA KMC Water Connection
HEALTH H&FW Registration for Retail Drug
100 Silpa Sathi
License (Pharmacy)
HEALTH H&FW Renewal for Retail Drug License
101 Silpa Sathi
(Pharmacy)
HEALTH H&FW Registration for Wholesale Drug
102 Silpa Sathi
License
HEALTH H&FW Renewal for Wholesale Drug
103 Silpa Sathi
License
HEALTH H&FW Registration for Drug
104 Silpa Sathi
Manufacturing License
HEALTH H&FW Renewal for Drug Manufacturing
105 Silpa Sathi
License
HOME AND HILL HOME Registration under Police and
106 Silpa Sathi
AFFAIRS Traffic for Movie Shooting
HOME AND HILL HOME Renewal under Police and Traffic
107 Silpa Sathi
AFFAIRS for Movie Shooting
MSMET Micro, Small & Medium Central Inspection System
108 Silpa Sathi Enterprises Development Integration with Silpa Sathi
Institute (MSME) (https://cis.silpasathi.in/)
MSMET Micro, Small & Medium Incentive Dashboard - Cumulative
Enterprises Development figure on and from date for each
109 Silpa Sathi Institute (MSME) scheme. Total applications
received, processed, time to grant
approvals
MSMET Micro, Small & Medium SMS / EMAIL ALERTS
110 Silpa Sathi Enterprises Development
Institute (MSME)
MSMET Micro, Small & Medium Dashboard - APPLICATIONS
Enterprises Development RECEIVED, APPROVED, REJECTED,
111 Silpa Sathi
Institute (MSME) AVG TIME TAKEN FOR GRANTING
APPROVALS

ANNEXURE#10: PROFORMA FOR PERFORMANCE BANK GUARANTEE

(On non-judicial stamp paper of appropriate value to be purchased in the name of executing Bank)

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT –CUM-PRFORMANCE

GUARANTEE

Ref …………………….. Bank Guarantee no…………….

Date…………………..
PROFORMA OF BG FOR SECURITY DEPOSIT

KNOW ALL MEN BY THESE PRESENTS that in consideration of West Bengal Industrial Development
Corporation Ltd LTD, a Government of West Bengal Undertaking incorporated under the Companies
Act, 1956 having its Registered office at Protiti, 23 Camac Street, Kolkata-700017 (hereinafter called
“The Purchaser”) having agreed to accept from ______________________(hereinafter called “The
Contractor”) Having its Head Office at ______________________, a Bank guarantee for Rs.
_____________ in lieu of Cash Security Deposit for the due fulfillment by the Contractor of the terms &
conditions of the Work Order No. ___________________dated____________ issued by the Purchaser
for ________________________________(hereinafter called “the said work order ________________
_______dated____________)”. We ________________ (Name & detailed address of the branch)
(hereinafter called “the Guarantor”) do hereby undertake to indemnify and keep indemnified the
Purchaser to the extent of Rs.__________ (Rupees ____________ _____________) only against any loss
or damage caused to or suffered by the Purchaser by reason of any breach by the Contractor of any of
the terms and conditions contained in the said Work Order No. ____________________
dated__________________ of which breach the opinion of the Purchaser shall be final and conclusive.

(2) AND WE, ____________________DO HEREBY Guarantee and undertake to pay forthwith on demand
to the Purchaser such sum not exceeding the said sum of ________Rupees_______________) only as
may be specified in such demand, in the event of the Contractor failing or neglecting to execute fully
efficiently and satisfactorily the order for __________________________ _______________ Work
Order no. , _______________dated _________

(3) WE __________________________ further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of the said order as
laid down in the said Work Order No. ________________ dated _______________ including the
warranty obligations and that it shall continue to be enforceable till all the dues of the Purchaser under
or by virtue of the said Work Order No. _________________ dated _____________ have been fully paid
and its claims satisfied or is charged or till the Purchaser or its authorized representative certified that
the terms and conditions of the said Work Order No. ______________________ dated
_________________ have been fully and properly carried out by the said contractor and accordingly
discharged the guarantee.

(4) We _____________________________ the Guarantor undertake to extend the validity of Bank


Guarantee at the request of the contractor for further period of periods from time to time beyond its
present validity period failing which we shall pay the Purchaser the amount of Guarantee.

(5) The liability under the Guarantee is restricted to Rs. _________ (Rupees ______________

___________________) only and will expire on ______________ and unless a claim in writing is
presented to us or an action or suit to enforce the claim is filled against us within 6 months from
_______________ all your rights will be forfeited and we shall be relieved of and discharged from all
our liabilities (thereinafter)

(6) The Guarantee herein contained shall not be determined or affected by liquidation or winding up or
insolvency or closer of the Contractor.

(7) The executants has the power to issue this guarantee on behalf of Guarantor and holds full and valid
power of Attorney granted in his favour by the Guarantor authorizing him to execute the Guarantee.

(8) Notwithstanding anything contained herein above, our liability under this guarantee is restricted to
Rs. __________ (Rupees _________________________) only and our guarantee shall remain in force
up to _______________ and unless a demand or claim under the guarantee is made on us in writing on
or before _______________ all your rights under the guarantee shall be forfeited and we shall be
relieved and discharged from all liabilities there under.

WE, __________________________ lastly undertake not to revoke this guarantee during the currency
except with the previous consent of the Purchaser in writing. In witness whereof we
___________________________have set and subscribed our hand on this ________________________
day of _____________________.

SIGNED, SEALED AND DELIVERED

______________________

(Stamp of the executants)

WITNESS

1) ______________________

2) ______________________
(Name & address in full with Rubber Stamp)
INSTRUCTIONS FOR FURNISHING BANK GUARANTEE

1. Bank Guarantee (B.G.) for Advance payment, Mobilization Advance, B.G. for security Deposit-
cum-Performance Guarantee, Earnest Money should be executed on the Non- Judicial Stamp
paper of the applicable value and to be purchased in the name of the Bank.
2. The Executor (Bank authorities) may mention the Power of Attorney No. and date of execution
in his/her favor with authorization to sign the documents. The Power of Attorney is to be
witnessed by two persons mentioning their full name and address.
3. The B.G. should be executed by a Nationalized Bank/ Scheduled Commercial Bank preferably on
a branch located in Kolkata. B.G. from Co-operative Bank / Rural Banks is not acceptable.
4. A Confirmation Letter of the concerned Bank must be furnished as a proof of genuineness of
the Guarantee issued by them.
5. Any B.G. if executed on Non-Judicial Stamp paper after 6 (six) months of the purchase of such
stamp shall be treated as Non-valid.
6. Each page of the B.G. must bear signature and seal of the Bank and B.G. Number.
7. The content of the B.G. shall be strictly as Performa prescribed by WBIDC in line with Purchase
Order /LOI/ Work Order etc. and must contain all factual details.
8. Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials signing
the B.G.
9. In case of extension of a Contract the validity of the B.G. must be extended accordingly.
10. B.G. must be furnished within the stipulated period as mentioned in Purchase Order / LOI /
Work Order etc.
11. Issuing Bank / The Bidder are requested to mention the Purchase Order /
Contract / Work Order reference along with the B.G. No. For making any future queries to
WBIDC.
ANNEXURE#11 NIT DECLARATION

(Bidders are requested to furnish the Format given in this section, filling the entire Blank and to
be submitted on Bidder’s Letter head)

To

Chairman, West Bengal Industrial Development Corporation Ltd Ltd.

"Protiti"
23, Abanindranath Thakur Sarani,
(Camac Street), Ground Floor
Kolkata - 700017,
West Bengal, India
Phone: +91 33 2255 3700 - 705
Telefax: +91 33 2255 3737
Email: wbidc@wbidc.com

Sub:

Dear Sir,

We the undersigned bidder/(s) declare that we have read and examined in details the specifications
and other documents of the subject tender no._____________________________ for
“___________________________________” published by West Bengal Industrial Development
Corporation Ltd Ltd. in e-Tender website.

We further declare that we have agreed and accepted all the clauses / sub-clauses / formats / terms &
conditions other requirements related to the said tender and we will abide by the same as mentioned
in the tender document while participating and executing the said tender.

Thanking you,

Yours faithfully

…………………………………………………

Signature
………………………………………………………..

Name in full

………………………………………………………..

Designation

………………………………………………………..

Company Stamp

Dated, this…………………..day of………………2021

You might also like