Expression of Interest cum Request for Proposal (RFP)
|
|
|
- Garry Hubbard
- 10 years ago
- Views:
Transcription
1 Expression of Interest cum Request for Proposal (RFP) Appointment of Web Application Development Service Provider for Academic monitoring And Analysis System (AMAS) Rehabilitation Council of India, Department of Empowerment of Persons with Disabilities Ministry of Social Justice & Empowerment, Government of India Ref: No /2009-RCI January 2015
2 Table of Contents SECTION 1: Introduction...4 SECTION 2: Instructions to Bidders...8 SECTION 3: Selection Process for Bidder...21 SECTION 4: Scope of the Work...27 SECTION 5 Annexures Page 2 of 49
3 Invitation for Proposal Date:30/01/2015 Rehabilitation Council of India, a Statutory Body under Department of Empowerment of Persons with Disabilities, Ministry of Social Justice & Empowerment, Government of India (hereinafter referred to as RCI), having its Office at B-22, Qutab Institutional Area, New Delhi , invites responses ( Proposals / Bids ) to this Request for Proposal ( RFP ) from eligible Bidders to be appointed as Web Application Development Service Provider for Academic Monitoring and Analysis System (AMAS). Interested bidders are advised to study this RFP document carefully before submitting their proposals in response to the RFP Document. Submission of proposal in response to this RFP shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications. Interested bidders to download the RFP document from the website URL mentioned in the fact sheet. Any subsequent corrigenda / clarifications will be made available on the website URL mentioned in the factsheet. Proposals must be received not later than time, date and venue mentioned in the Fact Sheet. Proposals that are received after the deadline WILL NOT be considered. A bidder will be selected under Quality and Cost Based Selection System (QCBS) and procedures described in this RFP. To obtain first-hand information on the assignment, Bidders are encouraged to attend a pre-bid meeting. Attending the pre-bid meeting is optional. Member Secretary, Rehabilitation Council of India, Ministry of Social Justice & Empowerment, Government of India B-22, Qutab Institutional Area, New Delhi ID: [email protected]; Phone number: Page 3 of 49
4 SECTION 1: Introduction 1.1 About Rehabilitation Council of India The was set up as statutory body by an Act of Parliament in Initially, in 1986 the Rehabilitation Council was set up as a society under the Societies Registration Act and was subsequently converted into a statutory body giving statutory powers to enforce uniform standards and regulation of all training policies and programmes in the field of rehabilitation and special education all over the country Mandate / Objectives of RCI: To regulate the training policies and programmes in the field of rehabilitation of persons with disabilities To bring about standardization of training courses for professionals dealing with persons with disabilities To prescribe minimum standards of education and training of various categories of professionals/ personnel dealing with people with disabilities To regulate these standards in all training institutions uniformly throughout the country To recognize institutions/ organizations/ universities running master's degree/ bachelor's degree/ P.G.Diploma / Diploma/ Certificate courses in the field of rehabilitation of persons with disabilities To recognize degree/diploma/certificate awarded by foreign universities/ institutions on reciprocal basis To promote research in Rehabilitation and Special Education To maintain Central Rehabilitation Register for registration of professionals/ personnel To encourage continuing education in the field of rehabilitation and special education by way of collaboration with organizations working in the field of disability. 1.2 Statement of Requirement As part of its objectives to regulate the training policies and programmes in the field of rehabilitation of persons with disabilities, RCI is desirous of developing a tracking system for the progress of the curriculum of its approved courses and examinations. RCI requires the development of a monitoring and analysis system which will track & analyze the course curriculum progress, conduct of examinations and related matters in all its approved institutions. Page 4 of 49
5 This system should assist RCI to take appropriate and timely decisions based on the institutional inputs and should help RCI to improve its processes. The detailed description of the scope is mentioned in Section Document Structure This RFP document gives the necessary background for technical information and guidelines for preparing the proposal. Structure of this document is as follows: Section 1 Section 2 Section 3 Section 4 Section Fact Sheet Introduction Instructions to Bidders Selection Process Scope of the Work Annexures / Formats Item Description Method of Selection The method of selection is Quality and Cost Base Selection (QCBS). Availability of RFP Documents Download from Date of RFP issuance Tender Document fee (Non- Refundable and MSME units INR 1,000 (INR One Thousand only) by DD in favour of Rehabilitation Council of India, payable at New Delhi Exempted) Bid Security/ Earnest Money Deposit (EMD) Last date for Submission of Pre-Bid Queries Pre-Bid Conference Time, Date, & Venue INR 1,00,000 (INR One Lakh only) by DD in favour of Rehabilitation Council of India, payable at New Delhi , noon All the queries should be received on or before the prescribed date & time, through only with subject line as follows: <Bidder s Name> - Pre-Bid queries. The queries should be submitted as per the format prescribed in Ann. 5.1 The Pre-Bid queries to be sent to the Ids: ID: [email protected]; [email protected] , a.m. Venue: Rehabilitation Council of India, B-22, Qutab Institutional Area, New Delhi Page 5 of 49
6 Posting of responses to queries by RCI Last date and time for Bid/Proposal submission (on or before) Date and time for Opening of Pre-Qualification Bids Language Bid Validity Currency Address for Communication, of Proposal Contact Person for Seeking clarifications Item Description submission , a.m , p.m. Proposals should be submitted in English only Proposals must remain valid up to 180 (One Hundred & Eighty) days from the actual date of submission of the Bid. Currency in which the Bidders may quote the price and will receive payment is INR only. Member Secretary, Rehabilitation Council of India, Ministry of Social Justice & Empowerment, Government of India B-22, Qutab Institutional Area, New Delhi ID: [email protected]; [email protected] Phone number: Shri Sandeep Tambe Rehabilitation Council of India, Ministry of Social Justice & Empowerment, Government of India B-22, Qutab Institutional Area, New Delhi ID: [email protected]; [email protected] Tel : , , , , Fax : Definitions Word Authorised Signatory Contractor or Service Provider Contract Definition shall mean the person Authorised by the resolution of the board of the company to do the business shall mean the successful Bidder to whom the contract has been awarded and with whom the RFP-accepting Authority has signed the contract for rendering of services; means the agreement entered into between the RFP-accepting Authority and the Contractor, as recorded in the document signed by the parties, Page 6 of 49
7 Bidder Contract Price Solution RCI Purchaser Qualified Bidders RFP Services Month / Week Service Level Successful Bidder PMU including all the attachments and appendices thereto, and all documents incorporated by reference therein; means a Government Organization / PSU / PSE / Private limited company or a limited Company in the field of software development and IT services under Indian Laws, that responds to this RFP means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations means all the module(s), IT infrastructure and manuals/ documentations, which the Contractor is required to supply to the RFP-accepting Authority under the Contract Rehabilitation Council of India shall mean RCI. Terms RCI and Purchaser have been used interchangeably in the RFP shall mean the bidders/ companies that meet the qualification criteria shall mean Request for Proposal, Tender Document or Bidding Document including the written clarifications & modifications issued by RCI in respect of the RFP. shall mean requirements defined in this Request for Proposal (RFP) including all additional services associated thereto to be delivered by the Service Provider. The Month shall mean calendar month & Week shall mean calendar week The level of service and other performance criteria which will apply to the Services delivered by the Bidder The bidder who is qualified & successful in the bidding process and is given the award of Work Project Monitoring Unit nominated by the RCI Page 7 of 49
8 SECTION 2: Instructions to Bidders 2.1 General a) While every effort has been made to provide comprehensive and accurate background information and requirements and specifications, Bidders must form their own conclusions about the solution needed to meet the requirements. Bidders and recipients of this RFP may wish to consult their own legal advisers in relation to this RFP. b) All information supplied by Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by the RCI on the basis of this RFP c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of RCI. RCI may cancel this public procurement at any time prior to a formal written contract being executed by or on behalf of RCI. 2.2 Eligible Bidders Bids may be submitted by the following category of bidders only: The Bidder must have the capabilities to deliver the entire scope as mentioned in the RFP The service provider must have domain expertise in disability area. Service Provider must have substantial expertise in web technology, in web programming, web designing, content development, database management and web hosting and have past experience in designing and deploying similar systems. Service provider should have demonstrated experience in developing and deploying educational Applications. The Service Provider must have past experience in designing and deploying services in the Indian context Should be able to design security for the proposed Application. Should have the ability to incorporate future requirements and technological advancements. 2.3 Bidder to inform The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service Levels, Specifications, and Schedules of this RFP. If bidder shall have any doubt as to the meaning of any portion of these Conditions or of the specifications he shall, before the last date for Submission of Pre-Bid Queries, set forth the particulars thereof, and submit them to RCI in writing in order that such doubt may be removed. Page 8 of 49
9 2.4 Compliant Proposals / Completeness of Response a) Bidders are advised to study all instructions, forms, terms, requirements and other information in the RFP documents carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications. b) Failure to comply with the requirements of this paragraph may render the Proposal noncompliant and the Proposal may be rejected. Bidders must: i. Include all documentation specified in this RFP; ii. Follow the format of this RFP and respond to each element in the order as set out in this RFP iii. Comply with all requirements as set out within this RFP. 2.5 Proposal Preparation Costs The Bidder shall be responsible for all costs incurred in connection with participation in the RFP process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/ discussions/ presentations, preparation of proposal, in providing any additional information required by RCI to facilitate the evaluation process, and in negotiating a definitive contract or all such activities related to the bid process. RCI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 2.6 Pre-Bid Meeting & Clarifications Bidders Queries Any clarification regarding the RFP document and any other item related to this project can be submitted to RCI as per the submission mode and timelines mentioned in the Fact Sheet. It is necessary that the pre-bid queries should be limited to maximum of 50 distinct queries, and must be submitted in excel sheet format, along with name and details of the organisation submitting the queries. RCI shall not be responsible for ensuring that the bidder queries have been received by them. Any requests for clarifications post the indicated date and time shall not be entertained by RCI. Further RCI will reserve the right to issue clarifications. Bidders must submit their queries as per the format mentioned in annexure Responses to Pre-Bid Queries and Issue of Corrigendum RCI will organize a pre-bid conference and will respond to any request for clarification or modification of the bidding documents. RCI will formally respond to the pre-bid queries after the pre-bid conference. No clarification will be entertained after the pre-bid conference. RCI will endeavour to provide timely response to all queries. However, RCI makes no representation or warranty as to the completeness or accuracy of any response made in good faith, nor does Page 9 of 49
10 RCI undertake to answer all the queries that have been posed by the bidders. Any modifications of the Bidding Documents, which may become necessary as a result of the Pre-Bid Conference, shall be made by RCI exclusively through a corrigendum. Any such corrigendum shall be deemed to be incorporated into this RFP. However, in case of any such amendment, the bid submission date may be extended at the discretion of RCI. Any corrigendum / notification issued by RCI, subsequent to issue of RFP, shall only be available / hosted on the website URL mentioned in the fact sheet. Any such corrigendum shall be deemed to be incorporated into this RFP. 2.7 RFP Document Fee RFP can be downloaded from the website URL mentioned in the fact sheet. Bidders are required to submit the RFP Document Fee (Non-Refundable) as per the details mentioned in the fact sheet, along with the Proposal. Proposals received without RFP Document Fee or with inadequate RFP Document fees shall be rejected. 2.8 Earnest Money Deposit (EMD) Bidders shall submit, along with their Bids, Bid Security (EMD) as per the details mentioned in the fact sheet. Bid security in any other form will not be entertained. The bid security of all unsuccessful bidders would be refunded without interest by RCI. No interest will be payable to the Bidder on the amount of the EMD. Unsuccessful Bidder s EMD will be discharged/ returned as promptly as possible, but not later than 30 days after the empanelment of the successful bidder. In case bid is submitted without the bid security then RCI reserves the right to reject the bid without providing opportunity for any further correspondence to the bidder concerned. The EMD may be forfeited: a) If a bidder withdraws its bid during the period of bid validity. b) Bidder does not respond to requests for clarification of its Proposal. c) Bidder fails to provide required information during the evaluation process or is found to be nonresponsive. d) In case of a successful bidder, if the bidder fails to sign the contract in accordance with this RFP. 2.9 Performance Security i) Within 15 days of the receipt of notification of award from the RCI, the bidder shall furnish the performance security in form of a Bank Guarantee, for an amount of 10% of contract value. ii) The Performance Security shall be valid for at least 90 (ninety) days beyond the completion of all contractual obligation including warranty obligations and shall be denominated in Indian Page 10 of 49
11 rupees and shall be a bank guarantee in favour of Rehabilitation Council of India, New Delhi from a scheduled bank in India. iii) The proceeds of the Performance Security shall be payable to the RCI as compensation for any loss resulting from the Service Provider s failure to complete its obligations under this bid. RCI shall as soon as practicably possible notify the Service Provider in writing of its invocation of its right to receive such compensation, indicating the reasons for which the Service Provider is in default. iv) Unless invoked pursuant to above conditions the Performance Security shall be discharged by RCI and returned to the Service Provider within 45 days from the date of final certificate/ Report certifying the fulfilment of the performance obligations under this Bid. v) At no time during the pendency of the resultant agreement shall the Service Provider allow the Performance Security to expire. Expiry during the term of the resultant agreement shall be a ground for termination of the Contract Bid Validity Period Bid shall remain valid for the time mentioned in the Fact Sheet. On completion of the validity period, unless the Bidder withdraws his bid in writing, it will be deemed to be valid until such time that the Bidder formally (in writing) withdraws his bid Contents of Bid The bidder shall submit the following envelopes. Envelope Envelope Marked as No. 1 RFP Document fee & Bid Security/ Earnest Money Deposit (EMD) Content of envelope a) RFP Document Fee b) Bid Security/ Earnest Money Deposit (EMD) c) Signed RFP Document d) Signed RFP corrigendum, if any 2 Pre-Qualification bid/ One Original Hard Copy, One Duplicate Hard Proposal Copy & One Soft Copy of the following: a) Pre-Qualification bid/ Proposal as per Section 2.11 along with the required supporting documents. b) No Deviation Certificate as per Ann. 5.3 c) Total Responsibility declaration as per Ann. 5.4 Page 11 of 49
12 3 Technical bid/proposal One Original Hard Copy, One Duplicate Hard Copy & One Soft Copy of the following: a) Technical Bid/ Proposal b) Response to Functional Requirement Specification (FRS) & Technical Requirement Specification (TRS) 4 Financial bid/ proposal One Hard Copy of the Financial Bid/ Proposal Number All sealed envelopes as mentioned above will be placed in a single sealed envelope superscribing name of the project ( Proposal for Appointment of Web Application Development Service Provider for Academic Monitoring and Analysis System ), the bidder's name and address, and the names of primary and secondary contact persons. This envelope has to be delivered to the address mentioned in the Fact Sheet. Each copy of each bid should also be marked as "Original" OR "Duplicate" as the case may be. Please Note that Prices should not be indicated in the Pre-Qualification Bid or Technical Bid but should only be indicated in the Financial Bid. All the pages of the bid must be sequentially numbered and must contain the list of contents with page numbers. Any deficiency in the documentation may result in the rejection of the Bid. The original proposal/bid shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the bidder himself. Any such corrections must be initialed by the person (or persons) who sign(s) the proposals. All pages of the bid including the duplicate copies, shall be initialed and stamped by the person or persons who sign the bid. In case of any discrepancy observed by RCI in the contents of the submitted original paper bid documents with respective copies, the information furnished on original paper bid document will prevail over others. Bidder must ensure that the information furnished by him in respective CDs is identical to that submitted by him in the original paper bid document. In case of any discrepancy observed by RCI in the contents of the CDs and original paper bid documents, the information furnished on original paper bid document will prevail over the soft copy. Failure to submit bid on time could cause a proposal to be rejected. RCI will not accept delivery of bid by fax or Bid Format Bidder shall submit their bids in the format mentioned in the following sub-sections. Bids not in the prescribed formats will be liable for rejection. Page 12 of 49
13 Pre-Qualification Bid Format Section No. Section Heading Details Section 1 Pre-Qualification Bid Covering As per format provided in Ann Letter Section 2 Pre-Qualification Criteria Pre-Qualification criteria table as mentioned in Section 3.5 with response and reference against each criteria Section 3 Experience in Content Development Citation detail as per format provided in Ann with Documentary Evidence Section 4 No Deviation Certificate As per format provided in Ann. 5.3 Section 5 Total Responsibility Certificate As per format provided in Ann Technical Bid Format Section No. Section Heading Details Section 1 Technical Bid Covering Letter As per format provided in Ann Section 2 Checklist As per format provided in Ann Section 3 About Bidder - Details about bidder Section 4 Understanding of RCI business and Scope of Work - Bidders General Information as per format provided in Ann Understanding of the objectives, functioning and requirements of the precise nature / details of the work to be undertaken by the bidder Section 5 Approach and Methodology - Methodology adopted - Project Implementation Approach -Approach for ensuring Service Level Agreement (SLA) compliance - Project Plan Section 6 Bidder s Experience As per format provided in Ann The Bidder must submit the Technical Bids in the formats specified in Ann Page 13 of 49
14 Financial Bid Format Section No. Section Heading Details Section 1 Financial Bid Covering Letter As per format provided in Ann Section 2 Total Cost Total Cost as per format provided in Ann Financial Bid The Bidder must submit the Financial Bid in the formats specified in Ann Financial Bids that are less than 10% or more than 10% of the average bid price will be disqualified (the average bid price is computed by adding all Financial Bid values of ALL the qualified bidders and dividing the same by the number of bidders) Language The Proposal should be filled by the bidders in English language only. If any supporting documents submitted are in any language other than English, translation of the same in English language is to be duly attested by the Bidders. For purposes of interpretation of the documents, the English translation shall govern Authentication of Bids An authorized representative of the Bidder shall initial all pages of the Pre-Qualification, Technical and Financial Bids. Bid should be accompanied by an authorization in the name of the signatory of the Bid. The authorization shall be in the form of a written power of attorney accompanying the Bid or in any other form demonstrating that the representative has been duly authorized to sign Amendment of Request for Proposal At any time prior to the deadline for submission of proposals, RCI, for any reason, may modify the RFP by amendment notified in writing or by fax or to all bidders who have received this RFP and such amendment shall be binding on them. RCI, at its discretion, may extend the deadline for the submission of proposals. RCI may change the scope after the submission of technical bids by the Bidders. In this case, RCI will release a corrigendum/ clarification and ask the Bidders to resubmit their financial bids Bid Price Financial Bid shall be as per the format provided in Ann.5.6. Bidders shall give the required details of all applicable taxes, duties, other levies and charges etc. in respect of direct transaction between RCI and the Bidder. Bidders shall quote for the entire scope of contract on Page 14 of 49
15 a overall responsibility basis such that the total bid price covers all the Bidder s obligations mentioned in or to be reasonably inferred from the bidding documents in respect of providing the product / services. Prices quoted by the Bidder shall remain firm during the entire contract period and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected Deviations and Exclusions Bids shall be submitted strictly in accordance with the requirements and terms & conditions of the RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in Ann The bids with deviation(s) are liable for rejection Total Responsibility Bidder should issue a statement undertaking total responsibility for the defect free operation of the proposed solution as per the format mentioned in Ann Late Bids Bids received after the due date and the specified time (including the extended period if any) for any reason whatsoever, shall not be entertained and shall be returned unopened. The bids submitted by telex/telegram/ fax/ etc. shall not be considered. No correspondence will be entertained on this matter. RCI shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further correspondence on the subject will be entertained. RCI reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon project priorities vis-à-vis urgent commitments Right to Terminate the Process RCI may terminate the RFP process at any time and without assigning any reason. RCI makes no commitments, express or implied, that this process will result in a business transaction with anyone. This RFP does not constitute an offer by RCI. The bidder's participation in this process may result RCI selecting the bidder to engage towards execution of the contract Non-Conforming Proposals A proposal may be construed as a non-conforming proposal and ineligible for consideration a) If it does not comply with the requirements of this RFP. b) If a proposal appears to be canned presentations of promotional materials that do not follow the format requested in this RFP or do not appear to address the particular requirements of the solution, any such bidders may also be disqualified. Page 15 of 49
16 2.22 Acceptance / Rejection of Bids RCI reserves the right to reject in full or part, any or all bids without assigning any reason thereof. RCI reserves the right to assess the Bidder s capabilities and capacity. The decision of RCI shall be final and binding. Bid should be free of over writing. All erasures, correction or addition must be clearly written both in words and figures and attested. Offers not submitted in prescribed manner or submitted after due date and time are liable to rejection. Both delayed as well as late bids are liable for rejection. Hence, offers reaching within the due date & time in the bid box only will be accepted. In the event of any assumptions, presumptions, key points of discussion, recommendation or any points of similar nature submitted along with the Bid, RCI reserves the right to reject the Bid and forfeit the EMD. If there is any discrepancy in the financial bid, it will be dealt as per the following: a) If, in the price structure quoted for the required goods/ services/ works, there is discrepancy between the unit price and total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price corrected accordingly. b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected. c) If there is a discrepancy between words and figures, the amount in words shall prevail. d) If there is such discrepancy in an offer, the same shall be conveyed to the bidder with target date up to which the bidder has to send his acceptance on the above lines and if the bidder does not agree to the decision of RCI, the bid is liable to be ignored. If the Bidder does not meet even one of the Pre-Qualification criteria separately mentioned in Section 2.2, the Bidder shall be disqualified & the entire Bid shall be rejected Confidentiality All the material / information sent to the Bidder shall be treated as confidential and should not be disclosed in any manner to any unauthorized person under any circumstances. The employees of the successful Bidder who were deployed on the project have to furnish a Non- Disclosure Agreement (NDA) as per RFP section Disqualification The proposal is liable to be disqualified in the following cases or in case bidder fails to meet the bidding requirements as indicated in this RFP: a) Proposal not submitted in accordance with the procedure and formats prescribed in this document or treated as non-conforming proposal. b) During validity of the proposal, or its extended period, if any, the bidder increases its quoted prices. Page 16 of 49
17 c) The bidder s proposal is conditional and has deviations from the terms and conditions of RFP. d) Proposal is received in incomplete form. e) Proposal is received after due date and time. f) Proposal is not accompanied by all the requisite documents. g) Information submitted in technical bid is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any. h) Financial bid is enclosed with the same envelope as technical bid. i) Bidder tries to influence the proposal evaluation process by unlawful/corrupt/fraudulent means at any point of time during the bid process. j) In case any one party submits multiple proposals or if common interests are found in two or more bidders, the bidders are likely to be disqualified, unless additional proposals/bidders are withdrawn upon notice immediately Liquidated Damages i) For any delay in the service/delivery there will be LD of 1% of the project cost per service per week subject to maximum of 10% of the project cost ii) For any delay beyond 4 weeks the service provider shall be liable for termination 2.26 Contract Period The contract period will be for Four years from the date of signing of the contract, extendable each year, in case of satisfactory performance of the Service Provider, on the same terms and conditions Force Majeure If at any time the performance, in whole or in part, by either of any obligation under the agreement, shall be prevented due to reasons beyond the reasonable control of the service provider or delayed by reasons of any war or hostility, acts of public enemy, civil commotion, sabotage, fire, flood, explosion, epidemic, quarantine restriction, strikes, or acts of god (hereinafter referred to as events), provided notice of happening of any such eventuality is given by either party to the other within 21days from the date of occurrence of the event, no party shall by reasons of such event, be entitled to determine the penalty arising out of the agreement/contract nor shall either party have any claim for damages against the other in respect of such event. Obligations arising out of this agreement shall resume after the event or events have come to an end or ceased to exist. The decision of PURCHASER as to whether such event or events have come to an end or ceased to exist or whether deliveries of the services / equipment by the Service Provider have been resumed or not shall be final and conclusive. Provided both the parties may at their option terminate their obligations under the Page 17 of 49
18 agreement/contract and thereupon PURCHASER shall be at liberty to take over from the Service Provider all the works at a price to be fixed by PURCHASER, which shall be final, and the Service Provider shall refund forthwith the amount paid to him by PURCHASER Termination PURCHASER may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the Service Provider, terminate the Agreement for services in whole or in parts: i) If the Service Provider fails to deliver either the whole or part of the services as defined in scope of work within the time period(s) specified in the agreement or any extension thereof granted by PURCHASER. ii) If the Service provider, in the judgement of the RCI, has engaged in fraudulent and corrupt practices or acted with mala fide intentions in competing for or in execution of the Contract. iii) If the Service Provider fails to perform as per the SLAs defined or any other obligation(s) and, if the Service Provider, in either of the above circumstances, does not cure its failure within a period of 30 days (or such longer period as Purchaser may authorize in writing) after receipt of the default notice from Purchaser. iv) For convenience on a notice period of 30 days. v) In the event Purchaser terminates the Agreement in whole or in part, as per the above excluding for convenience, Purchaser may procure and install, upon such terms and in such manner as it deems appropriate, similar setup. It will be done at the risk and cost of the Service Provider. However, the Service Provider shall continue performance of the Contract to the extent not terminated. vi) All data /reports collected by the service provider shall be returned to RCI in its original form upon such terminations. The Service Provider shall not have any right on this database, which is proprietary to RCI Termination for Insolvency Purchaser may at any time terminate the Agreement by giving 30 (thirty) days written notice to the Service Provider without compensation to the Service Provider, if the Service Provider becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action which has accrued or will accrue thereafter to Purchaser Infringement and Indemnity i) The Service Provider shall comply with all laws in India. The laws shall include all national, provincial, municipal or other law that affect the performance of the contract and are binding upon the service provider. Page 18 of 49
19 The liabilities of all statutory /legal mandatory regulations/obligations regarding manpower/ services shall be borne by the service provider. The service provider shall indemnify RCI from any breach of government regulations/ infringement of laws such as Copy Right Act, Trade Mark act, PF Regulations, ESI regulations, Labour Laws, Minimum Wages Act, etc. ii) The Service Provider shall at all times indemnify and keep indemnified the Purchaser against any claims in respect of any damages or compensation payable in consequences of any accident or injury sustained or suffered by its (the Service Provider s) employees or agents or by any other third Party resulting from or by any action, omission or operation conducted by or on behalf of the Service Provider iii) The Service Provider shall at all times indemnify and keep indemnified the Purchaser against any and all claims by Employees, Workman, Contractors, sub-contractors, suppliers, agent(s), employed engaged or otherwise working for the Service Provider, in respect of wages, salaries, remuneration, compensation or the like. iv) The Service Provider shall indemnify Purchaser against any third party claims against Purchaser arising as a consequence of the Service Providers actions under the resultant Contract to the extent that such action is caused by the sole actions of the Service Provider. v) Indemnity obligations under this provision shall include litigation costs. vi) All claims regarding indemnity shall survive the termination or expiry of the Contract Intellectual Property Right (IPR) Any IPR created during the execution of this project is the property of RCI and Service provider would need to get requisite permissions from RCI for its usage in other projects. During the transfer of Software the Service provide shall transfer the software, code, SDKs and all other relevant documentation RCI technical team RCI shall build a Technical team, which shall be part of the development team set up by the service provider from the inception of the project till the transfer/exit Exit End of services being provided by the Service Provider due to termination, expiry of term of agreement or any other reason will involve following conditions: i) The Service Provider shall ensure transfer/ handover of entire database and data to RCI, PMU ii) The Service Provider shall handover the software to RCI/PMU at a notional fee of Rs 1. iii) All details of the entire hardware deployed for the project for hosting etc. shall be provided to RCI/PMU iv) In case the agreement is terminated before the expiry of the term for reasons as specified in the RFP, Page 19 of 49
20 a. The service provider shall transfer/ handover the entire code of the software application, technical manual with SRS document b. The detailed training to the PMU/RCI/RCI authorized persons for the successful hosting and maintenance of the application at any Data Centre (DC ) finalized by the RCI whenever any such incidence occurs & c. RCI shall have right to negotiate with the other technically qualified Service Providers for replacement for remaining of the contract term Resolution of Disputes i) If any dispute arises between the Parties hereto during the subsistence or thereafter, in connection with the validity, interpretation, implementation or alleged material breach of any provision of the Agreement or regarding a question, including the questions as to whether the termination of the Agreement by one Party hereto has been legitimate, both Parties hereto shall endeavor to settle such dispute amicably. The attempt to bring about an amicable settlement is considered to have failed as soon as one of the Parties hereto, after reasonable attempts [which attempt shall continue for not less than 30 (thirty) days] give 15 days notice thereof to the other Party in writing for referring the matter for arbitration. ii) The place of the arbitration shall be New Delhi, India. iii) The Arbitration proceeding shall be governed by the Arbitration and Conciliation Act of 1996 as amended from time to time. iv) The proceedings of arbitration shall be in English language Page 20 of 49
21 SECTION 3: Selection Process for Bidder 3.1 Opening of Bids The Proposals will be opened by RCI in the presence of such of those Bidders or their representatives who may be present at the time of opening. The representatives of the bidders should be advised to carry the identity card or a letter of authority from the bidder firms to identify their bonafide for attending the opening of the proposal. There will be three bid-opening events a) Envelope 1 (RFP Document fee & Bid Security/ EMD) and Envelope 2 (Pre-Qualification bid) b) Envelope 3 (Technical bid) c) Envelope 4 (Financial bid) The venue, date and time for opening the Pre-qualification bid are mentioned in the Fact sheet. The date and time for opening of Technical & Financial bid would be communicated to the qualified bidders. All the bids will be opened before the bidders representatives who choose to be present at the specified date, time and location. The Technical Bids of only those bidders will be opened who clear the Pre-qualification stage. The Financial Bids of only those bidders will be opened who score equal to or more than qualifying marks in Technical Bid. 3.2 Preliminary Examination of Bids RCI will examine the bids to determine whether they are complete, whether the documents have been properly signed and whether the bids are generally in order. Any bids found to be non-responsive for any reason or not meeting any criteria specified in the RFP, will be rejected by RCI and shall not be included for further consideration. Initial Bid scrutiny will be held and bids will be treated as non-responsive, if bids are: Not submitted in format as specified in the RFP document Received without the Letter of Authorization (Power of Attorney) Found with suppression of details With incomplete information, subjective, conditional offers and partial offers submitted Submitted without the documents requested Non-compliant to any of the clauses mentioned in the RFP With lesser validity period 3.3 Clarification on Bids During the bid evaluation, RCI may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered, or permitted. Page 21 of 49
22 3.4 Evaluation Process RCI will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders. The Proposal Evaluation Committee constituted by RCI shall evaluate the responses to the RFP and all supporting documents / documentary evidence. Inability to submit requisite supporting documents / documentary evidence, may lead to rejection. The decision of the Proposal Evaluation Committee in the evaluation of proposals shall be final. No correspondence will be entertained outside the process of evaluation with the Committee. The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications or conformations on their proposals. The Proposal Evaluation Committee reserves the right to reject any or all proposals. Each of the responses shall be evaluated as per the criteria and requirements specified in this RFP. The steps for evaluation are as follows: Stage 1: Pre-Qualification 1. RCI shall open Envelope 1 marked RFP Document fee & Bid Security/ Earnest Money Deposit (EMD). 2. If the contents of the Envelope 1 are as per requirements, RCI shall open the Envelope 2 marked Pre-Qualification Bid. Each of the Pre-Qualification condition mentioned in Section 2.2 is MANDATORY. In case the Bidder does not meet any one of the conditions, the bidder will be disqualified. 3. Bidders would be informed of their qualification/disqualification based on the Pre- Qualification criteria through and Phone. The Bid Security amount and the Unopened Technical &Financial Bids will be discharged/ returned as promptly as possible but not later than 30 days after the empanelment of the Successful bidder Stage 2: Technical Evaluation 1. Envelope 3 marked as Technical bid will be opened only for the bidders who succeed in Stage RCI will review the technical bids of the short-listed bidders to determine whether the technical bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified at RCI s discretion. 3. The bidders' technical solutions proposed in the bid document will be evaluated as per the requirements specified in the RFP and technical evaluation framework as mentioned in Section Each Technical Bid will be assigned a technical score out of a maximum of 1000 marks. Only the bidders who get a Technical score of 70% or more (prior to normalization) will qualify for financial evaluation stage. Failure to secure minimum marks shall lead to technical rejection of the Bid and Bidder. Page 22 of 49
23 3.4.3 Technical Presentation Bidders shortlisted on the basis of qualification criteria will be asked to give presentation. Bidder will be expected to present/demonstrate the technical solution and overall project approach & Methodology, project plan and time schedule for execution of the project and work flows. This shall cover following but not limited to aspects of the project. i. Application Software ii. iii. iv. IT Infrastructure Data Migration Front office User interface v. Central Help Desk vi. Training vii. Website design viii. 24X7 Helpdesk for IT Infrastructure support to RCI users Stage 3: Financial Evaluation 1. All the technically qualified bidders will be notified to participate in Financial Bid opening process. 2. The financial bids for the technically qualified bidders will then be opened on the notified date and time and reviewed to determine whether the financial bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified at RCI s discretion. 3. Financial Bids that are not meeting the condition mentioned in Section 2.12 shall be liable for rejection. 4. The Bidder is required to provide the cost under the following heads: Design & development Cost Deployment, Hosting & Maintenance Cost 5. The weights assigned to the two heads are: Design & development Cost 65% Deployment, Hosting & Maintenance Cost 35% Weighted cost for Bidder would be calculated as: Weighted Cost = Design &Development Cost + Deployment, Hosting &Maintenance Cost 6. The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned separately. 7. Any conditional bid would be rejected 8. Errors & Rectification: Arithmetical errors will be rectified on the following basis: Page 23 of 49
24 a. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. b. If there is a discrepancy between words and figures, the amount in words will prevail. 3.5 Pre-Qualification Criteria The Bidder's pre-qualification bid will be evaluated as per the following criteria: # Par S.No. Parameter Pre-qualification criteria description Evidence / supporting documents required 1. Legal Entity Bidder should be 2. Experience in Web Application Development a) A company incorporated in India under the Companies Act, 1956 and subsequent amendments thereto or a partnership firm registered under LLP Act, b) The bidder should be registered in India for providing IT services. The bidder should hold a valid license for such business as currently provided by it in India. c) Registered with the Service Tax Authorities & should have been operating for the last three years. d) The bidder should have a minimum cumulative annual turnover of Rs 20 Cr. from IT services for last 3 years. ( , & ) e) The bidder should have positive net worth (measured as paid up capital plus free reserves) for last 3 financial years a) The bidder should have experience of web application development for government in education/ special education/ training tracking or monitoring or a) Copy of Certificate of Incorporation & articles of association b) Balance sheet clearly showing the revenue from IT services sale, signed by the Statutory Auditor c) Copy of Service tax Registration Certificates d) Auditor s Certificate/ Financial Statements signed by the Authorized Signatory e) Audited/Certified financial statements and Annual Report of ( , & ) a) Work Order + Completion Certificate Page 24 of 49
25 online testing, content development for the last 3 years b) Bidder should have a Software development Centre in India c) Bidder must have the hosting and DC management experience d) Bidder/Consortium must have e- governance experience in India 3. Blacklisting The bidder should not be currently blacklisted by any State/ Center Government/ PSUs as on the bid submission date. b) Undertakings by the Authorised Signatory c) Work Orders & Completion Certificates d) Work Orders & Completion Certificates Self-certificate letter undertaking to this effect on company's letter head signed by company s authorized signatory. Bidder must disclose any blacklisting. RCI reserves the right to select or reject the Bidder 3.6 Technical Evaluation Framework The Bidder's technical solution proposed in the Technical Evaluation bid document will be evaluated as per the evaluation criteria mentioned in the following table. S.No. Evaluation Criteria Total Marks 1 Profile/Standing of the firm 50 2 Understanding of the RFP Experience in projects of similar nature Technical Proposal Maintenance Profile of the proposed team Disaster Management / Safety measures 100 Total 1000 Page 25 of 49
26 3.6.4 Technical Evaluation team RCI reserves the right to check/ validate the authenticity of the information provided in the Prequalification and Technical Evaluation criteria and the requisite support must be provided by the Bidder. Page 26 of 49
27 SECTION 4: Scope of the Work 4.1 Scope of work As part of its objectives already referred to at to regulate the training policies and programmes in the field of rehabilitation of persons with disabilities, RCI is desirous of developing a tracking system for the progress of the curriculum of all its courses, and conduct of examinations & related issues. RCI requires the development of a monitoring and analysis system which will track and analyze the course curriculum progress in all its accredited institutions. This system should assist RCI to take appropriate timely decisions based on the institutional inputs and helps RCI to improve its processes. 4.2 Activities under Scope of Work The following would be the target Users of this system: i) RCI ii) RCI approved training Institutes iii) Applicants for approval of Training Institutes iv) Aspirants for admissions to RCI approved training institutes v) Students in the RCI approved training institutes 4.3 Detailed Scope of Work The system should be able to handle the following functionalities. A Approval to conduct courses (New & Extension) Advertisement for calling proposals online for both fresh & extension of approval Online submission of Proposals Scrutiny of proposals Decision to be conveyed either for rejection of the proposal or inspection of the institute Deputing inspection team from Panel of Visiting Experts Online information to Institute & Visiting Experts Online submission of Inspection Report Processing of Inspection Report Decision to be conveyed either for rejection of the proposal or compliance of shortcomings or approval of the course Online submission of Compliance Report Page 27 of 49
28 B C D Monitoring of Institutions (Information to be given by Institutes) Feedback from Institute, Faculty, Students National Board of Examination in Rehabilitation (NBER) uploading details of approved institutions with courses and validity of approval Number of Admissions Number of students admitted into a particular course should be captured. Course schedule display Institution wise training schedules of the courses should be captured and displayed. Details of Faculty Institution wise faculty of the courses should be captured and displayed. Details of Students Institution wise Students admitted to the courses should be captured and displayed. Progress of Curriculum As the course progresses, the coverage of the curriculum with respect to time schedule of various internal & external exams at the institutions should be captured. Number of examinees for final exams Internal Marks Institute Feedback Any suggestions, recommendations, compliance or complaints should be logged. Faculty feedback Any suggestions, recommendations or complaints from the teaching staff on syllabus, Course schedule, Syllabus covered on weekly/monthly basis should be logged. Student feedback Student feedback on course coverage volume, quality and expectations, Course schedule, Syllabus covered on weekly/monthly basis should be logged. Provision to conduct entrance exams for certificate and diploma level courses. To conduct examinations for certificate and diploma level courses. Number of final Examinees Nominal roll of the students going for the final exam should be captured. Number of Pass outs Number of students passed out in the course should be captured with different data like maximum marks, marks obtained and grade. Consolidated reports Page 28 of 49
29 E F G Registration of Candidates Other Features Report Generation Submission of list of admitted candidates Provision for payment of Incidental and Affiliation Charges through online / DD Submission of Enrolment forms/registration forms Payment of Examination fee Submission of Internal Assessment Submission of Examination forms Downloading of Hall tickets/ Admit cards Downloading of Mark sheet Downloading of Certificate Etc. Requirements at NBER Level Generation of enrolment / registration number Verification of Internal Assessment marks (as per the criteria) Generation of Hall ticket/admit cards Feeding of theory marks Feeding of practical marks Generation of mark sheet - Semester- wise/year-wise - Consolidated sheet Generation of diploma certificate - Conducting final exams for Diploma & Certificate courses - Performance of students in internal/external exams - Generating Mark sheets & certificates MIS Facility to register online for eligible candidates Student s registration can be done online through a link to RCI s existing registration system. Two way message facility RCI to Institutions and vice versa communication should be provided through instant messaging system. Feature to Broadcast by RCI RCI should be able to broadcast important messages to all the institutions. Any Other aspect incidental to above objectives. Auto s / sms Various reports should be generated. These reports can be at Institute level, course level, student level, faculty level or for a particular year. Also reports needs to be consolidated to get information at national level, all institutes level for different courses and for different years. An intelligent search engine to query on various Page 29 of 49
30 combinations of inputs to yield effective reports to assist in Institutional intelligence of the system should be developed. Requirement at Institution Level The system should have the following technical functionalities/ Specifications The application should be Internet/Intranet based. o Support of IE5 browser and above o Support of 800 x 600 screen resolution and above The presentation of the system screens and user experience should be as follows: o Compliance with international usability standards o Compliance with ergonomics standards o Ability to change UI experience dynamically o Support of a unified navigation style Application Security and Data Integrity should be maintained. Other / Miscellaneous requirements o Documentation of all procedures 4.5 Design, Development and Implementation of the Software (e-regulation) Design & Development The service provider shall design and develop the e-regulation for each of the regulatory functions of the RCI (Refer Annex- A). The Service provider shall devise a methodology, based on globally acceptable standards and best practices, that are the most suitable for the RCI. The solution must have following features: i. Modular solution design ii. Web-based solution, accessible anywhere & anytime iii. Intelligent data base, so as to produce basic to medium level reports iv. Monitoring tools with complete access to PMU v. Access control Implementation & Roll-out The service provider shall build the IT solution and rollout in the best-suited manner, so that the solution is available through the web in the anytime, anywhere access mode. Page 30 of 49
31 4.6 Maintenance of the AMAS Website i) The see provider shall follow the DietY guidelines for data security and website design for the RCI Website 4.7 Operations & Maintenance Hosting The e-regulation application shall be hosted, either in cloud or in-premise; by the service provider in accordance with the following: i) Data Center (DC) & Disaster Recovery (DR) location shall be in India ii) DC-DR are at least tier-ii data centers iii) DC & DR shall be located in two different seismic zones iv) DC & DR shall conform to the Government of India guidelines on data security Maintenance for Software The service provider shall be responsible for complete maintenance of the software/application deployed as the part of the IT solution to RCI. It shall include: i) Bug Fixing ii) Conformance to the latest GOI guidelines iii) Minor changes, the changes which do not require a change in design iv) Technical Support Maintenance of IT infrastructure The service provider shall also be responsible for providing the support for maintenance of the IT infrastructure at the client location as the part of the project. This shall include: i) IT infrastructure support and maintenance ii) Up gradation of OS and applications minimum at n-1 level iii) Service of the IT infrastructure System Documentation The Service Provider shall provide complete and updated documentation of the following and get the acceptance from the Purchaser: i) Detailed System Requirement Specification Document (SRS) ii) Administrator s Technical Manual, which shall provide a detailed description of: Page 31 of 49
32 a. Module design and module Architecture inherent in the solution. b. Details of database including database design and objects c. System flow and system diagrams d. Application development platform e. Fully functional, detailed and latest version of the source code of the solution. f. Any other details required by the RCI officials for smooth transfer and handling of the solution by RCI iii) Operator s Manual This manual shall provide a detailed, operational description of all the components of the solution and shall include the application flow showing the various operating instructions. iv) Installation Manual and Documentation The installation manual shall consist of a section that describes the proper installation procedures for a) Hardware b) System software c) Application software v) Transfer Manual a) Database recovery Manual and Documentation: This manual shall describe detailed procedures to recover the database in case of failure. b) Module Transfer mechanism: This documentation shall describe detailed procedures to transfer the module from the Contractor to RCI site. c) Every option in the software/module should have context sensitive help available for the user while the software is in use. d) Any other Manual or Documentation useful for the user in operating, maintaining, transferring and/or administration of the solution. 4.8 Providing Training & Capacity Building The service provider shall be responsible for training the users in RCI on the e-regulation application and shall also support RCI to build the capacity in-house so as to transfer the system effectively Training i) The Service Provider selected through this RFP shall be responsible for providing the training to all concerned in RCI with implementation of IT system. Page 32 of 49
33 ii) Involvement of RCI IT team and PMU in the software development process. Service provider must ensure sufficient access to the development center and project office premises to the RCI IT team and PMU members Capacity Building The service provider shall be responsible for building the capacity to providing the sufficient documentation, training and handholding of the RCI teams. 4.9 Implementation Framework Phase 1 (0-3 months) Design, Development Phase 2 (4-6 months) Design, Development and Go live of the e- regulation Operations & Maintenance Phase 3 (4-48 months) Operations & Maintenance Training Phase 4 (36-48 months) Knowledge transfer Exit Plan Phase 4 (36-48 months) Asset transfer and exit in the 48 th month, in case of non-extension of contract 4.10 Deployment of Resident Engineer The service provider shall also provide Resident Engineers for the technical support at client location. The minimum qualification of the resident engineer is B.Tech./ B.E.(IT), BSC (Computer Science/IT) and he/she should have an IT experience minimum of 1 year in managing and administering of one or more of following: Servers, Networks, Firewalls, Databases and Online Applications Transfer i) The transfer/exit management period shall start 12 months before the expiry of the contract or 3 months before exit in case of termination. Page 33 of 49
34 ii) The service provider must ensure that an updated exit management plan is submitted at least 15 months before the exit to the PMU/RCI iii) Exit management plan must include the following a. Knowledge Transfer Plan b. Secondary Support Plan c. Primary Support Plan d. Relevant documentation Transfer of Software The service provider must ensure that during the Transfer/Exit management period following are duly transferred to RCI or an agency authorized by RCI: i) Source Code (All versions) ii) Configuration settings iii) Data base iv) All Licences and Passwords 4.12 Project Management Project Management Services are required to; achieve timely development/redevelopment of elearning objects/digital resources where commissioned; support appropriate change protocols; ensure appropriate deployment of resources to meet requirements; ensure quality assurance of new materials; and Ensure appropriate documentation. Service Provider must provide a project plan with proposed timelines for the successful implementation of the system that addresses the project requirements, functionalities, services and deliverables as described in this RFP. The project plan and timelines must be developed in such a way as to allow the project to be completed, tested, and in operation, within 3 months on the receipt of work order. The project plan shall include: Project time lines Tasks task durations target dates Page 34 of 49
35 task responsibility (who is responsible for completing the task including a clear distinction between Bidder staff responsibility and RCI staff responsibility Assessment Data requirements (data that is required to satisfy all of the requirements and functionalities of the proposed system) Design & Development All hardware and software specifications Database Web-based tools Integration of existing systems with the solution Functional specifications and reports Testing User Acceptance Testing, Server/Client Based. Implementation/Deployment Options and the preferred alternative if more than one option is presented Assist in implementation Documentation (user manuals, technical documents, training materials, etc.) Knowledge transfer 4.13 Deliverables o Requirements for the installation of system on RCI server/web-server o Risks and constraints o Underlying assumptions a) Deliverables Source code and the technical specifications Documentation User manual Technical documents 4.14 Payment Terms Payments will be linked to the conformation to SLAs. The payments will be made on basis of quarterly installment due towards the Service Provider with adjustment as per the SLA report. The invoices towards the services rendered shall be submitted to the RCI on Quarterly basis at the end of every quarter along with the monthly system generated report, PMU shall review the same and RCI shall release the payments to the Service Provider based on the report of the Page 35 of 49
36 PMU on performance of the Service Provider as per SLAs as defined. No advance payment will be made Payment Schedule S. No. Description Amount 1 Design, Development of the software till Go Live 25% of the total project Cost on completion 2 Quarterly Equated Payout for 15 Quarters 60% of the total project Cost 3 Transfer payout (to be released after successful completion certificate by PMU) 15% of the total Project Cost In case of extension the same QEPs shall be payable during the extension period Total Project Cost Total Project Cost shall mean the total of the following as per the Financial Bid: a. Design & Development of the Software till Go Live b. Supply & Installation of the IT Infrastructure c. Design and maintenance of RCI website d. O & M cost e. Cost of deployment of Resident Engineers for 4 Years Page 36 of 49
37 SECTION 5: Annexures 5.1 Template for Pre-Bid Queries Bidder shall submit all pre-bid queries in excel in the following format. S.No. Page No Section (Name & No.) Statement as per tender document Query by bidder Reason for Query Page 37 of 49
38 5.2 Formats for Submission of the Pre-Qualification Bid Pre-Qualification Bid Covering Letter To, Member Secretary, Rehabilitation Council of India, Ministry of Social Justice & Empowerment, Government of India B-22, Qutab Institutional Area, New Delhi ID: [email protected], [email protected] Phone number: Subject: Submission of the Pre-Qualification bid for Academic monitoring And Analysis System (AMAS) Dear Sir, We, the undersigned, offer to provide Systems Integrator services to RCI with reference to your Request for Proposal dated <insert date> and our Proposal. We are hereby submitting our Prequalification bid. We hereby declare that all the information and statements made in this Prequalification bid are true and accept that any misinterpretation contained in it may lead to our disqualification. We agree to abide by all the terms and conditions of this RFP document. We would hold the terms of our proposal valid for the number of days as stipulated in the RFP document. Yours sincerely, (Authorised Signatory) Signature: Name: Designation: Address: Seal: Date: Page 38 of 49
39 5.2.2 Pre-Qualification Citations S. No. Item Bidder s Response 1. Proposed Product/ Solution (for which the citation has been provided) 2. Name of Bidder entity 3. Assignment Name 4. Name of Client 5. Country 6. Contact Details (Contact Name, Address, Telephone Number) 7. Approximate Value of the Contract 8. Duration of Assignment (months) 9. Award Date (month/year) 10. Completion Date (month/year) 11. Narrative description of the project 12. Details of Work that defines the scope relevant to the requirement 13. Documentary Evidence attached Page 39 of 49
40 5.3 No Deviation Certificate This is to certify that our offer is exactly in line with your tender enquiry/rfp (including amendments) no. dated. This is to expressly certify that our offer contains no deviation either Technical or Financial in either direct or indirect form. (Authorised Signatory) Signature: Name: Designation: Address: Seal: Date: Page 40 of 49
41 5.4 Total Responsibility This is to certify that I/We undertake the total responsibility for developing and managing the web application and provide continuous services as per the requirement of the RFP for the duration mentioned in all the sections of the RFP. (Authorised Signatory) Signature: Name: Designation: Address: Seal: Date: Page 41 of 49
42 5.5 Formats for Submission of Technical Bid Technical Bid Covering Letter Format To Member Secretary, Rehabilitation Council of India, Ministry of Social Justice & Empowerment, Government of India B-22, Qutab Institutional Area, New Delhi ID: [email protected], [email protected] Phone number: Subject: Submission of the Technical bid for Academic monitoring And Analysis System (AMAS) Dear Sir, We, the undersigned, offer to provide content development services to RCI with reference to your Request for Proposal dated <insert date> and our Proposal. We are hereby submitting our Proposal, which includes Pre-qualification bid, Technical bid and the Financial Bid sealed in a separate envelope. We hereby declare that all the information and statements made in this Technical bid are true and accept that any misinterpretation contained in it may lead to our disqualification. We agree to abide by all the terms and conditions of all the volumes of this RFP document. We would hold the terms of our bid valid for the number of days as stipulated in the RFP document. We understand you are not bound to accept any Proposal you receive. Yours sincerely, (Authorised Signatory) Signature: Name: Designation: Address: Seal: Date: Page 42 of 49
43 5.5.2 Checklist S. No. Checklist Items Bidder s Response (Yes/ No) 1. RFP Document Fees 2. Earnest Money Deposit (EMD) 3. Non-blacklisting undertaking 4. No Deviation Certificate 5. Total Responsibility Certificate 6. Power of Attorney 7. Pre-Qualification Bid 2 hardcopies (1 original and 1 duplicate) 8. Technical Bid 2 hardcopies (1 original and 1 duplicate) 9. Financial Bid 1 hardcopy 10. CD contain softcopy of - Pre-qualification bid - Technical bid - Financial bid Page 43 of 49
44 5.5.3 Bidder s General Information S. No. Item Bidder s Response 1. Company Name 2. Year Established 3. Incorporated in India (Yes or No) 4. Role 5. Contact Name 6. Position 7. Address 8. Mobile 9. Telephone 10 Fax Number 11. Address Page 44 of 49
45 5.5.4 Bidder s Experience - Client Citations S. No. Item Bidder s Response 1. Proposed Product/ Solution (for which the citation has been provided) 2. Name of Bidder entity 3. Assignment Name 4. Name of Client 5. Country 6. Contact Details (Contact Name, Address, Telephone Number) 7. Approximate Value of the Contract 8. Duration of Assignment (months) 9. Award Date (month/year) 10. Completion Date (month/year) 11. Narrative description of the project 12. Details of Work that defines the scope relevant to the requirement 13. Documentary Evidence attached Page 45 of 49
46 5.5.5 Technical Bid Format 1. Introduction a. Summary b. Details of the firm 2. Understanding of RFP a. Understanding of requirements b. Specific approach to meeting the requirement c. Specification compliance matrix S.No. Requirement Covered 1 Yes/No 2 Yes/No.. Yes/No N Yes/No 3. Technical Proposal a. Introduction b. Goals c. Approach d. Scope e. Software development Methodology i. Architecture of the proposed system ii. Sub-licensed software component/s iii. Software analysis, design and build iv. Preliminary system schematic diagram(s) v. Software testing and test data vi. Deployment and configuration vii. Training and documentation viii. Support of initialization ix. Security Page 46 of 49
47 x. Detailed Project Development Schedule f. Management approach i. Project management ii. Progress reporting iii. Changes over the life of the project iv. Change management approach g. Quality approach i. Quality management h. Dependencies and technical risks i. System performance criteria j. Standards 4. Maintenance 5. List of supervisory personnel with their qualifications & relevant experience (Attach brief profiles) 6. List of technical personnel with their qualifications & experience (Attach brief profiles) 7. Previous experience in the similar nature of job (List all that apply) 8. Other information, if any Note: (a) The bidder should invariably fill up all the columns above and submit the necessary enclosures/documents, or else the bid shall be liable for rejection. (b) Non acceptance / Non confirmation for the above required aspects shall be liable for rejection of the bid. Signature of the Bidder with Seal Page 47 of 49
48 5.6 Formats for Submission of the Financial Bid Covering letter format Financial Bid Format Dear Sir/Madam, We, the undersigned, offer to provide the Implementation services for design, development and maintenance of the AMAS solution in accordance with your Request for Proposal bearing F.No /2009-RCI and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal is for the <Price X>. This amount is inclusive of the local taxes. Signature of the Bidder with Seal Page 48 of 49
49 5.6.2 Format for financial bid S.No. Item Rate in INR Total Cost (Inclusive of all taxes) in INR 1 Design & Development of the AMAS solution 2 Deployment, hosting (at DC & DR ) & Maintenance of the IT system including Software 3 Additional cost Total price (price X = ) Total price in figure (price X ) 3 Deliverables schedule 4 Terms and conditions i) All the prices mentioned in our Tender are in accordance with the terms as specified in the RFP documents. ii) Documents. All the prices and other terms and conditions of this Bid are valid for a period of 90 calendar days from the date of opening of the Bid. ii) We hereby confirm that our prices include all taxes iii) We understand that the actual payment would be made as per the existing indirect tax rates during the time of payment. We hereby declare that in case the contract is awarded to us, we shall submit the Performance Security, as required under this RFP. iv) Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal. v) We understand RCI is not bound to accept any Proposal they receive. vi) We hereby declare that our Tender is made in good faith, without collusion or fraud and the information contained in the Tender is true and correct to the best of our knowledge and belief. vii) We understand that our Tender is binding on us and that you are not bound to accept a Tender you receive. Authorized Signatory (Seal & Signature) Page 49 of 49
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES Table of Contents Page INTRODUCTION.. 3 Section I INVITATION FOR TENDERS... 4 Section II INSTRUCTION TO TENDERERS Appendix to instructions
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT
CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI-110067 TENDER DOCUMENT REQUEST FOR PROPOSAL For Scanning, Digitization of Documents/Files along with software facility for
Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016
Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a
Limited Tenders for the work of : Web Hosting Space for UGVCL s website.
Limited Tenders for the work of : Web Hosting Space for UGVCL s website. 1 INSTRUCTION TO BIDDER & CONDITIONS OF CONTRACT Web Hosting Space for our website. LIMITED TENDER ENQUIRY NO. :-02/2006 UTTAR GUJARAT
Development of application Software for Election Commission
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages
CHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM
STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM TENDER NO.KRA/HQS/NCB-005/2015-2016 RESERVED FOR WOMEN OWNED ENTERPRISES
TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF
Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015
TENDER DOCUMENT FOR PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900
Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)
Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6
Expression of Interest. Scanning of Documents
1 Expression of Interest Scanning of Documents Directorate of Secondary Education, Haryana Shiksha Sadan, Sector-5, Panchkula (India) Tel: 0172-2560269, Fax: 0172-2560264 Email: [email protected]
TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.)
Ref No.:Advt. No.1/2008 Price :Rs.2000.00 ISSUED TO : Date : TENDER DOCUMENT FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012 LAST DATE AND TIME FOR SALE OF TENDER DOCUMENTS
KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015
ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015 TENDER NO.KNH/T/70/2014/2015 Table of Contents Page Section I
Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015
Tender Notice NSIC Technical Services Centre Okhla Industrial Estate, Phase-III, Near Govindpuri Metro Station, New Delhi-110020 Tel: +91-11-26826796/26826801/26826848 Email: [email protected] Tender no.
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.
SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM. TENDER NO. KRA/HQS/NCB- 006/2012-2013 TIMES TOWER BUILDING P.O. BOX
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.
TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE. KRA/HQS/NCB-044/2014-2015 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022 EMAIL:
Service Level Agreement for providing Annual Maintenance Services for STPI.in Project
Annexure SLA Service Level Agreement for providing Annual Maintenance Services for STPI.in Project This SERVICE LEVEL AGREEMENT is made on this the between Director, STPI Bangalore, Bangalore 560 100 (hereinafter
(No.-IIITD/S&P/05/2012-13) Page 1 of 16
REQUEST FOR PROPOSAL (RFP) FOR IMPLEMENTATION OF ISO QUALITY STANDARDS (ISO 9001:2008 QUALITY MANAGEMENT SYSTEM) OF THE INSTITUTE AT OKHLA, NEW DELHI-110020 (No.-IIITD/S&P/05/2012-13) Page 1 of 16 1. INTRODUCTION,
Oracle Financial Services Applications
Small Industries Development Bank of India REQUEST FOR PROPOSAL FOR RENEWAL OF ANNUAL TECHNICAL SUPPORT (ATS) Oracle Financial Services Applications (ALM & FTP components) Tender No.: 400/2012/815/BYO/ISD
Address for Communication :
For printing and supply of Calendar, 2014 AXOM SARVA SIKSHA ABHIYAN MISSION ASSAM KAHILIPARA, GUWAHATI-781019 Tender No. SSA/MDM/Calendar/2014-15/95/2014/8148 Date : 18.02.2014 INVITATION FOR TECHNICAL
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016
TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 310900 FAX:
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.
REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO. JUD/146/2014-2015 The Judiciary Supreme Court Building, City Hall Way P.O.
SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES
SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth
Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016
REQUEST FOR PROPOSAL(RFP) State Bank of India (SBI) invites Bids for procuring Customised Provident Fund Software Solution (application) / HR (software) Solution with Provident Fund as a major module Reference
SOFTWARE TECHNOLOGY PARKS OF INDIA
SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68
THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE
THE SUSTAINABLE ENERGY AUTHORITY OF IRELAND PURCHASE ORDER TERMS AND CONDITIONS OF PURCHASE WHEREAS The Sustainable Energy Authority of Ireland (hereinafter called SEAI ) of Wilton Park House, Wilton Place,
School of Open Learning University of Delhi
` School of Open Learning University of Delhi REQUEST FOR PROPOSAL FOR RENEWAL OF ORACLE ANNUAL TECHNICAL SUPPORT Dated:25/10/12 Cost: Rs.500/- Last Day of Submission:9/11/2012 Request for Proposal (RfP)
Standard conditions of purchase
Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER
OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN-786602, ASSAM ------------------------------------------ NOTICE OF INVITING TENDER OIL INDIA LIMITED (OIL) invites sealed tenders under single
Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year 2014-1 5.
National Human Rights Commission Manav Adhikar Bhawan, C-Block, GPO Complex, INA, New Delhi-110023 INDIA Fax : 91-01 1-24651329 E-mail : nhrcga@
TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)
Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals
BOARD OF MANAGEMENT SUNDAR INDUSTRIAL ESTATE BIDDING DOCUMENT FOR PROCUREMENT OF FACE DETECTION ATTENDANCE SYSTEM
BOARD OF MANAGEMENT SUNDAR INDUSTRIAL ESTATE BIDDING DOCUMENT FOR PROCUREMENT OF FACE DETECTION ATTENDANCE SYSTEM CHECK LIST KNOCK OUT CLAUSES SN DETAIL YES / NO PAGE # 1 Valid National ID Card (NADRA).
Selection of Digital Promotion & Marketing Consultant. for. the Ministry of Tourism, Government of India
1 MINISTRY OF TOURISM GOVERNMENT OF INDIA Request For Proposal (RFP) Selection of Digital Promotion & Marketing Consultant for the Ministry of Tourism, Government of India File No.:11.IT(1)/2015 Date :
TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON
Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION
TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS
TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS THROUGH ADVERTISED TENDER TENDER NOTICE External Publicity
Canadian Pharmaceutical Distribution Network Certificate Authority Services Agreement. In this document:
Canadian Pharmaceutical Distribution Network Certificate Authority Services Agreement In this document: Company refers to the hospital, hospital group, or other entity that has been pre- registered by
TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF
NATIONAL HOUSING CORPORATION P.O. BOX 30257-00100 NAIROBI. TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF CLOSING DATE 4 TH DECEMBER, 2013 AT: 11.00AM TENDER DOCUMENT
Request for Proposal Scanning of Policy and non policy documents at SBI Life HO
Request for Proposal Scanning of Policy and non policy documents at SBI Life HO SBI Life Insurance Co Ltd RFP for Centralized Scanning Services Page 1 1. INTRODUCTION AND BACKGROUND SBI Life is a joint
E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016
~~ Government of India Ministry of ExternaL Affairs (Haj Division) E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016 Tender No: M/Haj/1183/09/2016
Procurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016
TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/2015-2016 HILL PARK BUILDING P.O. BOX 3602-00506 NAIROBI, KENYA Email: [email protected]
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560
Prequalification Document for Procurement of Works
STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement
KERIO VALLEY DEVELOPMENT AUTHORITY
KERIO VALLEY DEVELOPMENT AUTHORITY TENDER NO.: KVDA/T/14/2015-2016 FOR PROVISION OF GROUP PERSONAL ACCIDENT INSURANCE COVER FOR STAFF Receipt No. Tender Reg. No CLOSING DATE 26 TH JUNE, 2015 AT 10.00 AM
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT TENDER FOR SUPPLY AND INSTALLATION OF VIDEO CONFERENCE FACILITY AT THE VICE-CHANCELLOR S OFFICE TENDER
TENDER NO. REA/2014-2015/NT/060
REA-STD DOCUMENT- Small Works - SECTION I: INVITATION FOR TENDERS (IFT) TENDER NO. REA/2014-2015/NT/060 TENDER DOCUMENT FOR THE PROPOSED ADDITIONAL CIVIL WORKS TO THE RURAL ELECTRIFICATION AUTHORITY OFFICES
Government of India Ministry of Communications &IT Department of Telecommunication
Government of India Ministry of Communications &IT Department of Telecommunication To, (As per by email) Subject: Invitation of Expression of Interest (EOI) for Implementation of ISO 9001:20008 project
Empanelment of Vendors for Load Testing
Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last
LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)
Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER
i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: [email protected] TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF
STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement
SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS
ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
How To Bid For A Power Plant In India
Tender For Conducting the Security Audit of UPCL Data Center, Disaster Recovery Center and Website BY UTTARAKHAND POWER CORPORATION LIMITED DEHRADUN https://www.upcl.org Tender No: 02/R-APDRP-A/2015-16
Chapter I. 1. Purpose. 2. Your Representations. 3. Cancellations. 4. Mandatory Administrative Proceeding. dotversicherung-registry GmbH
Chapter I.versicherung Eligibility Requirements Dispute Resolution Policy (ERDRP) 1. This policy has been adopted by all accredited Domain Name Registrars for Domain Names ending in.versicherung. 2. The
Request for Proposal For
Request for Proposal For FOR CREATION OF GIS DATABASE OF ALL DEPARTMENTS OF UT OF DADRA AND NAGAR HAVELI DADRA & NAGAR HAVELI, PLANNING AND DEVELOPMENT AUTHORITY, 1 st floor, South wing, New Collectorate
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083
REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ENERGY REGULATORY COMMISSION 1 ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD UPPERHILL, P.O. Box 42681 00100 NAIROBI,
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION
100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:
Technical Requirement and Specifications for Hiring of 100 Mbps Dedicated Uncompressed Symmetric Internet Bandwidth (1:1) Connectivity through Optic Fibre Leased Line for CSIR-CIMFR, Digwadih Campus, Dhanbad-828108
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY
PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY TENDER NO. NCA/T/7/2015-2016 OCTOBER, 2015 1 Table of Contents Page
Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business 31.08.2015. HO : Near Bajrang Bhawan, Delhi Road
Request for Proposal (RFP) for Corporate Agency Arrangement for General Insurance Business 31.08.2015 HO : Near Bajrang Bhawan, Delhi Road Rohtak 124 001 (Haryana) www.shgb.co.in A. General Information
TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT MAP_IT
TENDER DOCUMENT FOR EMPANELMENT OF MANPOWER CONSULTANTS/ HR RECRUITMENT AGENCY FOR HIRING & PAYROLL MANAGEMENT OF CONTRACTUAL MANPOWER AT Madhya Pradesh Agency for Promotion of Information Technology State
EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing
Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last
KENYA MEDICAL TRAINING COLLEGE
KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES TENDER NO. KMTC/9/2015 2016 FOR THE YEARS 2015/2016 TO 2016/2017 CLOSING DATE: 28 TH MAY 2015 Table of Contents
Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP
Request for Techno-Commercial Proposal Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Dr. Marri Channa Reddy Human Resource Development Institute of Andhra Pradesh
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY
Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders
TENDER NO: NGEC/T2/2015-2016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES
NATIONAL GENDER AND EQUALITY COMMISSION TENDER NO: NGEC/T2/20152016 FOR PROVISION OF GENERAL INSURANCE BROKERAGE SERVICES TABLE OF CONTENTS Page SECTIO I INVITATION TO TENDER.. 2 SECTIO II INSTRUCTIONS
Consultant s Services Small Assignments, Lump-Sum Payments
STANDARD AND SAMPLE CONTRACT FOR Consultant s Services Small Assignments, Lump-Sum Payments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents SECTION I: CONTRACT FORM... 1 Services...
JHARKHAND STATE ELECTRICITY BOARD
JHARKHAND STATE ELECTRICITY BOARD NIT for Supply of Oracle e- Business Suite Application User Software Licenses and Annual Technical Support Tender Ref. No.: NIT 714/PR/JSEB/13-14 JHARKHAND STATE ELECTRICITY
TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.
Government of India Directorate of Film Festivals Ministry of Information & Broadcasting Siri fort Auditorium Complex August Kranti Marg New Delhi-110049 Dated:-17.05.2013 TENDER FOR ANNUAL MAINTENANCE
BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER
BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise
QUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT
Page 1 of 5 INTERPRETATION QUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT FOR THE SUPPLY AND DELIVERY OF FOODSTUFF OR AMENITIES ITEM(S) FOR THE PERIOD SPECIFIED IN THE AWARD LETTER In these Terms
JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.
JRI S STANDARD TERMS OF PURCHASE 1. INTERPRETATION 1.1 Definitions. In these Conditions, the following definitions apply: Business Day: a day (other than a Saturday, Sunday or public holiday) when banks
TENDER NO. BOZ/CTC/ICT/02/2009
Bank of Zambia Bidding Documents TENDER NO. BOZ/CTC/ICT/02/2009 TENDER FOR THE SUPPLY, DELIVERY AND INSTALLATION OF A SERVICE DESK MANAGEMENT SYSTEM MAY, 2009 Source of Funds Bank of Zambia Bank Square
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps
15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:
TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank
Tender Document. Managed Services. (Service Desk Outsourcing)
Tender Document Managed Services (Service Desk Outsourcing) Punjab Information Technology Board 15-C-1 Model Town, Lahore - Pakistan. Phone: (+ 92) (42) (5843701-2, 9232121), Fax: (+92) (42) (9232123)
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS
TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS Bureau of Indian Standards (BIS), the National standards body of India, working under the aegis of Ministry of Consumer Affairs and Public Distribution,
BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA)
BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) SHORT-TERM TENDER NOTICE Tender Ref. No.: 23 02-3 3 / 01-- BRDS invites
SPECIAL CONDITION OF CONTRACTS
SPECIAL CONDITION OF CONTRACTS i) The contractors should quote the rate in figures as well as in words, and amount tendered by them. The amount for each item should be worked out and the requisite totals
Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software
NATIONAL HEALTH SYSTEMS RESOURCE CENTRE NIHFW Campus, Baba Gangnath Marg, Munirka, New Delhi - 110067 TENDER DOCUMENT UNDER TWO BID SYSTEMS NAME OF WORK Tender Document for Supply, Implementation & Maintenance
Request For Proposal (RFP) for Empanelment of IT Consultants for Bank
RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI
REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI CONTACT PERSON: SH. B.P. MEENA Room no. 327, C.R. BUILDING I.P. ESTATE, NEW
Corrigendum Document. For. Selection of Agency
Corrigendum Document For Selection of Agency To Establish Comprehensive Call Centre for Department of Health & Family Welfare, Govt. of Himachal Pradesh Mission Director, National Health Mission Department
TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP)
TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI 400 025 REQUEST FOR PROPOSAL (RFP) For engagement of a Software Development firm for Developing a Dedicated Website
Document Control Sheet
Document Control Sheet S.No DESCRIPTION PARTICULARS 1 EOI- Document Ref. Number IDBI /PCELL / EOI/ 2015-16/020 2 Date of Issue of EOI 20 October 2015 3 Last date of receipt of pre bid queries. 26 October
TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES
NATIONAL ENVIRONMENT MANAGEMENT AUTHORITY (NEMA) TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES NEMA/T/14/2015-2016 MAY 2015 TABLE OF CONTENTS INTRODUCTION. 3
TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)
TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS) TENDER NUMBER CU/70/2015-2016 August, 2015 TABLE OF CONTENTS PAGE 1 INTRODUCTION.
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.
KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP. TENDER NO. KMA/ONT/BULK DIGITIZATION/011/ 2014-15 KENYA MARITIME
Following terms and conditions may be kept in view while submitting the bids :-
No.1/19/2013-DCH/Genl.. Government of India Ministry of Textiles Office of the Development Commissioner for Handlooms. ****** Udyog Bhavan, New Delhi Dated the 23 rd May, 2014 TENDER NOTICE Subject: Installation
INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR
INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Fax No. +91 79 2397 2583 Website:
