+ All Categories
Home > Documents > SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a...

SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a...

Date post: 04-Nov-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
30
SELECTION OF CONSULTANT REQUEST FOR PROPOSAL Design, Development and Maintenance of IT-ITeS Information Technology Infrastructure in conjunction with IT-ITeS Sector Skills Council NASSCOMReference Number: SSC NASSCOM 2309-2020 Issued by: NASSCOM Plot No - 7 to 10, Sector 126, Noida - 201303, UP
Transcript
Page 1: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

SELECTION OF CONSULTANT

REQUEST FOR PROPOSAL

“Design, Development and Maintenance of

IT-ITeS Information Technology Infrastructure

in conjunction with

IT-ITeS Sector Skills Council NASSCOM”

Reference Number: SSC NASSCOM 2309-2020

Issued by:

NASSCOM Plot No - 7 to 10,

Sector 126, Noida - 201303, UP

Page 2: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Table of Contents

A. General Provisions ................................................................................................................. 3

1. Definitions............................................................................................................................... 3

2. Introduction ........................................................................................................................... 4

3. Conflict of Interest ................................................................................................................. 4

4. Corrupt and Fraudulent Practices ....................................................................................... 5

5. General Considerations ......................................................................................................... 6

6. Cost of Preparation of Proposal ........................................................................................... 6

7. Language ................................................................................................................................ 6

8. Documents Comprising the Proposal .................................................................................. 6

9. Proposal Validity ................................................................................................................... 7

10. Clarification and Amendment of RFP ................................................................................. 7

11. Technical Proposal Format and Content ............................................................................. 8

12. Financial Proposal ................................................................................................................. 8

13. Submission, Sealing, and Marking of Proposals ................................................................. 8

14. Confidentiality ........................................................................................................................ 9

15. Evaluation of Proposal ........................................................................................................ 10

16. Award of Contract ............................................................................................................... 13

Annexure B – Terms of Reference for Design, Development and Maintenance of IT-ITeS

Information Technology Infrastructure in conjunction with IT-ITeS Sector Skills Council

NASSCOM................................................................................................................................... 23

Page 3: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

A. General Provisions

1. Definitions

(a) “Affiliate(s)” means an individual or an entity that directly or indirectly controls, is

controlled by, or is under common control with the Consultant.

(b) “Applicable Guidelines” means the policies of NASSCOM governing the selection and

Contract award process as set forth in this RFP.

(c) “Applicable Law” means the laws and any other instruments having the force of law in

the Client’s country, or in such other country as may be specifically described as part of

this agreement.

(d) “Client” means IT/ ITeS Sector Skills Council NASSCOM that shall sign the Contract

for the Services with the selected Consultant.

(e) “Consultant” means a legally-established professional consulting firm or an entity that

intends to provide Services to the Client and is submitting its proposal as part of the

instant RFP.

(f) “Contract” means a legally binding written agreement signed between the Client and

the Consultant.

(g) “Day” means a calendar day.

(h) “Experts” means, collectively, Key Experts, Non-Key Experts, or any other personnel

of the Consultant, Sub-consultant or Joint Venture member(s).

(i) “Government” means the government of the Client’s country.

(j) “Joint Venture (JV)” means an association with or without a legal personality distinct

from that of its members, of more than one Consultant where one member has the

authority to conduct all business for and on behalf of any and all the members of the JV,

and where the members of the JV are jointly and severally liable to the Client for the

performance of the Contract.

(k) “Key Expert(s)” means an individual professional whose skills, qualifications,

knowledge and experience are critical to the performance of the Services under the

Contract and whose CV is taken into account in the technical evaluation of the

Consultant’s proposal.

(l) “Non-Key Expert(s)” means an individual professional provided by the Consultant or

its Sub-consultant and who is assigned to perform the Services or any part thereof under

the Contract and whose CVs are not evaluated individually.

Page 4: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

(m) “Proposal” means the Technical Proposal and the Financial Proposal of the Consultant.

(n) “Services” means the work to be performed by the Consultant pursuant to the Contract.

(o) “Sub-consultant” means an entity to whom the Consultant intends to subcontract any

part of the Services while remaining responsible to the Client during the performance

of the Contract.

2. Introduction

2.1. The Client intends to select a Consultant, in accordance with the ‘Terms of Reference’ as

specified at ‘Annexure B’ of this document.

2.2. The shortlisted Consultants are invited to submit a Technical Proposal and a Financial

Proposal, for consulting services required for the assignment “Design, Development and

Maintenance of IT-ITeS Information Technology Infrastructure in conjunction with IT-

ITeS Sector Skills Council NASSCOM”. The Proposal will be the basis for negotiating

and ultimately signing the Contract with the selected Consultant. 2.3. The Client will timely provide, at no cost to the Consultants, the inputs, relevant project

data, and reports required for the preparation of the Consultant’s Proposal

2.4. A firm will be selected under Quality and Cost Based Selection (QCBS) procedures and in

Full Technical Proposal format as described in this RFP, in accordance with the policies of

the client.

3. Conflict of Interest

3.1. The Consultant is required to provide professional, objective, and impartial advice, at all

times holding the Client’s interests paramount, strictly avoiding conflicts with other

assignments or its own corporate interests, and acting without any consideration for future

work.

3.2. The Consultant has an obligation to disclose to the Client any situation of actual or potential

conflict that impacts its capacity to serve the best interest of its Client. Failure to disclose

such situations may lead to the disqualification of the Consultant or the termination of its

Contract and/or sanctions by the client.

3.3. Without limitation on the generality of the foregoing, the Consultant shall not be hired

under the circumstances set forth below:

i. Conflict among consulting assignments: A Consultant (including its Experts and

Sub-consultants) or any of its Affiliates shall not be hired for any assignment that, by

its nature, may be in conflict with another assignment of the Consultant for the same

or for another Client.

Page 5: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

ii. Relationship with the Client’s staff: A Consultant (including its Experts and Sub-

consultants) that has a close business or family relationship with a professional staff of

the of the Client who are directly or indirectly involved in any part of (i) the preparation

of the Terms of Reference for the assignment, (ii) the selection process for the Contract,

or (iii) the supervision of the Contract, may not be awarded a Contract, unless the

conflict stemming from this relationship has been resolved in a manner acceptable to

the client throughout the selection process and the execution of the Contract.

4. Corrupt and Fraudulent Practices

4.1. The client requires that no fraudulent or corrupt means shall be used by the consultant in

order to get the award of work.

4.2. The Consultant shall permit and shall cause its agents, experts, sub-consultants, sub-

contractors, services providers, or suppliers to permit the client to inspect all accounts,

records, and other documents relating to the submission of the Proposal and contract

performance (in case of an award), and to have them audited by external auditors, if needed.

Page 6: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

B. Preparation of Proposals

5. General Considerations

5.1. Bidders are advised to study all instructions, forms, terms, requirements and other

information in the RFP document 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;

5.2. Response to this RFP should be full and complete in all respects. Failure to furnish all

information required by the RFP documents or submission of a proposal not substantially

responsive to the RFP documents in every respect will be at the Bidder's risk and may result

in rejection of its Proposal.

6. Cost of Preparation of Proposal

6.1. The consultant is responsible for all costs incurred in connection with participation in this

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 the client to facilitate the

evaluation process, and in negotiating a definitive ‘Contract’/Agreement’ or all such

activities related to the bid process. The client would not be responsible or liable for those

costs, regardless of the conduct or outcome of the bidding process;

6.2. The Client is not bound to accept any proposal, and reserves the right to annul the selection

process at any time prior to Contract award, without thereby incurring any liability to the

Consultant.

7. Language

7.1. The Proposal, as well as all correspondence and documents relating to the Proposal

exchanged between the Consultant and the Client shall be written in English Language.

8. Documents Comprising the Proposal

8.1. The Proposal shall comprise the documents and forms listed in the Data Sheet.

8.2. If specified in the Data Sheet, the Consultant shall include a statement of an undertaking

of the Consultant to observe, in competing for and executing a contract, the Client

country’s laws against fraud and corruption (including bribery).

8.3. The Consultant shall furnish information on commissions, gratuities, and fees, if any, paid

or to be paid to agents or any other party relating to this Proposal and, if awarded, Contract

execution, as requested in the Financial Proposal Submission Form 6 placed at Annexure-

A to this RFP.

Page 7: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

8.4. All materials submitted by the consultant shall become the property of the client and may

be returned at the client’s sole discretion.

9. Proposal Validity

9.1. The Consultant’s Proposal must remain valid for 120 days after the Proposal submission

deadline.

9.2. During this period, the Consultant shall maintain its original Proposal without any change,

including the availability of the Key Experts, the proposed rates and the total price.

9.3. If it is established that any Key Expert nominated in the Consultant’s Proposal was not

available at the time of Proposal submission or was included in the Proposal without his/her

confirmation, such Proposal shall be disqualified and rejected for further evaluation.

9.4. The Client will make its best effort to complete the negotiations within the proposal’s

validity period. However, should the need arise, the Client may request, in writing, all

Consultants who submitted Proposals prior to the submission deadline to extend the

Proposals’ validity.

9.5. If the Consultant agrees to extend the validity of its Proposal, it shall be done without any

change in the original Proposal and with the confirmation of the availability of the Key

Experts.

9.6. The Consultant has the right to refuse to extend the validity of its Proposal in which case

such Proposal will not be further evaluated.

10. Clarification and Amendment of RFP

10.1. The Consultant may request a clarification of any part of the RFP during the period before

between beginning from the date of publishing of this RFP till the Proposals’ submission

deadline. Any request for clarification must be sent in writing, or by standard electronic

means, to the Client’s address as indicated at Clause 13.9. The Client will respond in

writing, or by standard electronic means, and will send written copies of the response

(including an explanation of the query but without identifying its source) to all shortlisted

Consultants. Should the Client deem it necessary to amend the RFP as a result of a

clarification, it shall do so at any time before the proposal submission deadline, the Client

may amend the RFP by issuing an amendment in writing or by standard electronic means.

10.2. If the amendment is substantial, the Client may extend the proposal submission deadline

to give the shortlisted Consultants reasonable time to take an amendment into account in

their Proposals.

10.3. The Consultant may submit a modified Proposal or a modification to any part of it at any

time prior to the proposal submission deadline. No modifications to the Technical or

Financial Proposal shall be accepted after the deadline.

Page 8: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

11. Technical Proposal Format and Content

11.1. The Technical Proposal shall not include any financial information. A Technical Proposal

containing material financial information shall be declared non-responsive.

11.2. Consultant shall not propose alternative Key Experts. Only one CV shall be submitted for

each Key Expert position. Failure to comply with this requirement will make the Proposal

non-responsive.

11.3. The technical proposal shall be made as per standard formats provided at Forms 2-5 placed

at Annexure-A to this RFP.

12. Financial Proposal 12.1. The Financial Proposal shall be prepared using the Standard Forms provided at Form 6 in

Annexure-A. It shall list all costs associated with the assignment, including (a)

remuneration for Key Experts and Non-Key Experts, (b) reimbursable expenses

12.2. The Consultant and its Sub-consultants and Experts are responsible for meeting all tax

liabilities arising out of the Contract unless stated otherwise.

C. Submission, Opening and Evaluation

13. Submission, Sealing, and Marking of Proposals

13.1. The Consultant shall submit a signed and complete Proposal comprising the documents

and forms in accordance with Paragraphs 8,11 and 12. The submission can be done by mail

or by hand in two (2) printed copies and a non-rewritable CD as a single file in PDF format

media in a separate sealed envelope.

13.2. An authorized representative of the Consultant shall sign the original submission letters in

the required format for both the Technical Proposal and, if applicable, the Financial

Proposal and shall initial all pages of both. The authorization shall be in the form of a

written power of attorney attached to the Technical Proposal.

13.3. A Proposal submitted by a Joint Venture shall be signed by all members so as to be legally

binding on all members, or by an authorized representative who has a written power of

attorney signed by each member’s authorized representative.

13.4. Any modifications, revisions, interlineations, erasures, or overwriting shall be valid only if

they are signed or initialled by the person signing the Proposal.

Page 9: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

13.5. The Technical Proposal email shall clearly be subjected as “TECHNICAL PROPOSAL”,

“Design, Development and Maintenance of IT-ITeS Information Technology

Infrastructure in conjunction with IT-ITeS Sector Skills Council NASSCOM”, Email

body must have the following details: reference number, name and address of the

Consultant, and a warning “DO NOT OPEN UNTIL 1730 hrs, 8th Oct 2020. The technical

proposal should not contain any pricing information whatsoever on the services offered.

Pricing information shall be separated and only contained in the Financial Proposal.

13.6. The Financial Proposal shall clearly be subjected as “FINANCIAL PROPOSAL” followed

by the name of the assignment. Email body must have the following details: reference

number, name and address of the Consultant, and a warning “DO NOT OPEN WITH THE

TECHNICAL PROPOSAL.”

13.7. The Technical Proposal with the mentioned 13.5 marking shall be sent by email to Mr.

Abhishek Maggo at [email protected]. The proposal should be in PDF format and

password protected. Password should be shared along with the proposal. Deadline for

submission is 8th Oct 2020, 1730 hrs.

13.8. The Financial Proposals with the mentioned 13.6 marking shall be sent to Mr. Anshul Garg

at [email protected]. The proposal should be in PDF format and password protected.

Password should NOT be shared along with the proposal – password to be shared only

when requested for.

13.9. The Proposal or its modifications must be sent at [email protected] before 8th Oct 2020,

or any extension to this deadline. Any Proposal or its modification received by the Client

after the deadline shall be declared late and rejected.

14. Confidentiality

14.1. From the time the Proposals are opened to the time the Contract is awarded, the Consultant

should not contact the Client on any matter related to its Technical and/or Financial

Proposal. Information relating to the evaluation of Proposals and award recommendations

shall not be disclosed to the Consultants who submitted the Proposals or to any other party

not officially concerned with the process, until the publication of the Contract award

information. 14.2. Any attempt by shortlisted Consultants or anyone on behalf of the Consultant to influence

improperly the Client in the evaluation of the Proposals or Contract award decisions may

result in immediate rejection of its Proposal.

Page 10: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

15. Evaluation of Proposal

15.1. The Consultant is not permitted to alter or modify its Proposal in any way after the proposal

submission deadline. While evaluating the Proposals, the Client will conduct the evaluation

solely on the basis of the submitted Technical and Financial Proposals.

15.2. The client shall constitute a Proposal Evaluation Committee/ Research Project Board

(comprising its own officials/Industry Partners) to open and evaluate the responses of the

bidders to the RFP.

15.3. The Client may require the shortlisted consultants to make a presentation to the

Proposal Evaluation Committee (‘committee’).

15.4. Evaluation Process

The committee constituted by the client shall evaluate the responses to the RFP and all

supporting documents / documentary evidence. The decision of the committee in the

evaluation of responses to the Proposal /Expression of Interest with respect to the RFP

shall be final. No correspondence will be entertained outside the process of negotiation/

discussion with the Committee;

To assist in the examination, evaluation and comparison of Proposals, the client may

at its discretion, ask the Bidder for clarification of its Proposal;

The client will examine the Proposal to determine whether it is complete, whether any

computational errors have been made, whether the documents have been properly

signed, and whether the Proposal is generally in order;

Arithmetical errors will be rectified on the following basis: 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. If the

Bidder does not accept the correction of errors, its Proposal will be rejected;

Prior to the detailed evaluation, the client would determine the substantial

responsiveness of each Proposal to the Request for Proposals (RFP). For purposes of

this RFP, a substantially responsive Proposal is one which conforms to all the terms

and conditions of the RFP without material deviations. The client’s determination of a

Proposal’s responsiveness is based on the contents of the Proposal itself without

recourse to extrinsic evidence;

Proposal determined as not substantially responsive will be rejected by the client and

may not subsequently be made responsive by the Bidder by correction of the non-

conformity

Page 11: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

15.5. Bid Evaluation and Selection Process

15.5.1. Overall evaluation of the bids will be done in two stages namely Technical and

Financial evaluation based on Quality & Cost Based Selection (QCBS). Only at

the end, the short-listed bidders may be informed of the result and called for a

presentation and the subsequent final selection. The final awarding of the contract

will be done based on a QCBS procedure.

15.5.2. After the bidders submit their Technical and Commercial bids according to the

instructions provided in the sections below, the bids will be evaluated through a

two-stage process as described below:

a) Technical Evaluation (80% weightage): Phase I qualifier

b) Commercial Evaluation (20% weightage): Phase II post shortlisting in Phase I

- Calculation of Final Score (Phase I + II Score)

15.5.3. Technical Evaluation

As the first step, the Technical bid will be evaluated based on the “Technical Evaluation

Methodology” provided below. Only those Technical Proposals that qualify will be

considered. Each bidder must score at least 70 Points out of maximum 100 Points as

per table below to qualify the Technical Evaluation round.

SNo

.

Evaluation

Criteria

Definition Point

Score

1 Technical Ability &

Prior Experience

Technical Ability to offer the functionalities

Ability of the provider to collect and process inputs as

required

Capability of the vendor to build the logic required to

deliver the outputs in the manner required

Ability of the provider to display the information to the

user in a manner which can be understood and is useful

Future-ready tech offering and integration capabilities

with the help of API

Understanding of Cloud Storage (AWS,Azure or GCP)

Specialization in developing web/cloud applications

using .Net MVC framework.

Good understanding of current UI/UX trends and

ability to design best in class user interface.

Understanding of Agile methodology and Scrum

framework

Experience in creating robust Database structure.

Time taken for overall integration effort

Creating & Maintaining Skill Database of Participants

Performance security and assurance capabilities

Plan for annual maintenance with zero downtime

30

Page 12: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Understanding of job roles, job families, QP & NOS

structure

Understanding to create recommendations across

technologies for design & development of module

creation for organsing assessment through SSC

NASSCOM existing portal

2 Solution

Evaluation Evaluation of proposed solution architecture

Evaluation of proposed database framework

Solution to ensure data integrity & cyber security

Solution Proposed around redressal of payment

gateway issues

30

3 Methodology of

Execution

Description of the project management methodology work

plan describing processes, key activities, approach to the

development process, detailed work breakdown structure,

understanding of major deliverables and control systems to

be used to efficiently manage the project

Methodology of execution (PMO, check-ins, testing

schedules, updates, reports, Database Schema)

Niche/Broad-based recommendations and accuracy of

those recommendations/results/depth of content on

conducting assessments

Strategy and plan pertaining to security, data privacy

and cyber security

Execution timelines, responsiveness and efficiency

15

4 Timelines for

Execution Capacity to achieve milestones and complete the

project timelines as agreed during proposal stage.

Time required by the vendor to deliver the project after

finalizing the project requirements and aligning on

detailed design of the module (inclusive of testing)

Plan for weekly updates & milestone accomplishment.

15

5 Profile of the Team

Leader/Senior

People managing

the project

The relevant experience and profile of the project team

and Team Leader

10

TOTAL POINTS 100

15.5.4. Financial Evaluation

Financial Proposals, only for shortlisted bidders whose Technical Proposals qualify

will be considered. Financial Proposals of the bidders whose proposals were not

shortlisted will be returned.

Financial proposal should be shared on annual terms and the same can be re-

evaluated at any point of time during the project duration by mutual agreement of

both the parties.

Page 13: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Of the Commercial proposals opened, the lowest “Project-Cost (Fixed & Variable, as

per the Financial Bid format in Form 6)” will be designated as “L1 and L2” and

awarded a score of 100. For the other qualifying bidders, their Commercial-Score will

be calculated according to the formula:

Commercial-Score-fixed = (Project-Cost of “L1”) / (Project-Cost of Bidder) *100

Commercial-Score-variable = (Project-Cost of “L2”) / (Project-Cost of Bidder) *100

Commercial-Score = 0.7*(Commercial-Score-fixed) + 0.3*(Commercial-Score-

variable)

15.5.5. Calculation of Final Score

The “Final-Score” of each qualifying bidder will be calculated as indicated below.

Final-Score = 0.8*(Technical-Score) + 0.2*(Commercial-Score)

The consultant with the highest score would be awarded the contract. In case of a tie,

the consultant with a higher technical score would be shortlisted.

15.5.6. Proposed Timelines for selection process

Bidders may be invited for presentations and/or team interviews as part of the

evaluation process. Details will be provided at a later date. Following are the proposed

timelines for the entire process of selection:

Event Target Date

RFP issued / published on the website 23rd Sept 2020

Last date of submission of proposal with solicited documents 8th Oct 2020

Shortlist bidders basis their ‘Technical’ proposals 12th Oct 2020

Selection of the finalist basis their ‘Technical’ presentation by

the Project Board + by financial evaluation 19th Oct 2020

Award of contract to the finalist by SSC NASSCOM 26th Oct 2020

Commencement of implementation of project post the signing of

the ‘Agreement’ 30th Oct 2020

16. Award of Contract

16.1. Criteria for award of contract

Page 14: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

The client reserves the right to accept or reject any Proposal and to annul the solicitation

process and reject all Proposals at any time prior to award of contract, without thereby

incurring any liability to the affected consultant or any obligation to inform the affected

consultant(s) of the grounds for the client’s action prior to expiration of the period of

proposal validity. The client would award the contract to the qualified consultant whose

Proposal after being evaluated is considered to be the most responsive to the needs of the

organization and activity concerned.

16.2. Client’s right to vary requirements at time of award

The client reserves the right at the time of award of contract to vary the quantity of services

and goods specified in the RFP without any change in price or other terms and conditions

on grounds of mutual consensus.

16.3. Signing of the contract

Within 2 days of receipt of the contract the successful Bidder shall sign and date the

contract and return it to the Client.

The selected Bidder/ Proposer/ Consultant will be notified in writing by the client. As noted

earlier in this document, this date is subject to change at the sole discretion of the client.

The signing of a Contract/Agreement between the client and the

Bidder/Proposer/Consultant is subject to the approval of the client’s Funding Partner.

16.4. Contract Finalization

The Contract/Agreement to be entered into between the selected vendor and client would

be finalized with the Bidder/Proposer/Consultant by the client and will contain client

standard terms and conditions. If, in the opinion of the client, it appears that a contract will

not be finalized with the selected Bidder/Proposer/Consultant within three (3) days,

negotiations with other Bidder/Proposer/Consultant submitting responsive proposals may

be undertaken.

17. Documents

The following set of documents needs to be submitted to qualify for the evaluation process.

These documents are:

Annexure A

Form 1: Covering letter with the Proposal in response to this RFP;

Form 2: Relevant project experience;

Form 3: Resource profiles;

Form 4: Details of the responding organization;

Form 5: Approach, Methodology, and Work Plan;

Form 6: Commercial bid format;

Page 15: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

The formats for each of the above documents are included below. Bidder/Proposer/Consultant

need’s to submit the all the above documents with the proposed solutions for the problem

statements and scope of work mentioned in this RFP.

Page 16: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Form 1: Covering letter with the Proposal in response to RFP notice

(To be submitted on the Letterhead of the responding firm)

{Place}

{Date}

To

CEO,

SSC NASSCOM

NOIDA

Ref: RFP Notification no <xxxx> dated <dd/mm/yy>

Subject: Submission of proposal in response to the RFP for “Design, Development and

Maintenance of IT-ITeS Information Technology Infrastructure in conjunction with IT-

ITeS Sector Skills Council NASSCOM”.

Dear Sir,

1. Having examined the RFP document, we, the undersigned, herewith submit our proposal

in response to your RFP dated <dd/mm/yy> for w.r.t. the subject concerned in full

conformity with the said RFP document.

2. We attach our technical response and our commercial quotation; the technical response as

a softcopy and the commercial response in a separate sealed cover as requested, both of

which together constitutes our proposal, in full conformity with the said RFP.

3. We undertake, if our proposal is accepted, to adhere to assign a team dedicated to the

successful completion of this project.

4. We have read the provisions of RFP and confirm that these are acceptable to us. We further

declare that additional conditions, variations, deviations, if any, found in our proposal shall

not be given effect to.

5. We undertake, if our proposal is accepted, to adhere to the scope of engagement or such a

modified plan as may subsequently be mutually agreed between us and SSC NASSCOM

or its appointed representatives.

6. We agree to unconditionally accept all the terms and conditions set out in the RFP

document.

7. We affirm that the information contained in this proposal or any part thereof, including its

exhibits, schedules, and other documents and instruments delivered or to be delivered to

through this proposal is true, accurate, and complete.

Page 17: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

8. This proposal includes all information necessary to ensure that the statements therein do

not in whole or in part mislead the SSC NASSCOM/NASSCOM as to any material fact.

We agree that SSC NASSCOM is not bound to accept the lowest or any bid response you

may receive. We also agree that you reserve the right in absolute sense to reject all or any

of the products/ services specified in the bid response without assigning any reason

whatsoever.

It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/

firm/organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

Dated this Day of 202___

(Signature) (In the capacity of)

Duly authorized to sign the Bid Response for and on behalf of:

(Name and Address of Company) Seal/Stamp of bidder

Page 18: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Form 2: Relevant Project Experience

Part 1: Project Experience Summary

S No Name of the

Project/Engagement

Client name Duration(Period) Value

Part 2: Project Profile Template

For each of the projects cited above, provide a brief project profile using the format given below.

The profile for each project must be provided in less than 1 page.

SNo Item Details

1 Project title

2 Name of the Client

3 Name of the contact person from the client

organization who can act as a reference with contact

details:

Name

Designation

Address

Phone Number

Mobile Number

Email ID

4 Duration (Start Date and End Date)

5 Current Status

6 Number of personnel deployed (Peak team size)

7 Value of the engagement

8 Narrative description of project: (Highlight the

components / services involved in the project that are

of similar nature to the project for which this RFP is

floated.

9 Description of actual services provided by the

responding firm within the project and their relevance

to the envisaged components / services involved in the

project for which this RFP is floated.

10 Description of the key areas where significant

contributions are made for the success of the project.

Page 19: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Form-3: Resource Profiles

Using the format provided below, please provide the summary information on the team you

propose for the project.

Resource Summary

S. No Proposed Role Number of

Resources

Area of Expertise Key

Responsibilities

Page 20: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Form 4: Details of responding organization Bidder/Proposer/Consultant

S.

No.

Particulars Details to be furnished

1. Details of responding Company

Name

Address

Telephone Fax

E-mail - Website

2. Information about responding Company

Status of Company (Public Ltd. / Pvt. Ltd etc.)

Details of Registration (Ref e.g. ROC Ref #) Date

Ref #

Details of GST Registration

Date

Ref #

2.1 Number of professionals / technically

qualified personnel (on the rolls of the

Company as on Marc 1st, 2018) providing

technical consulting services (excluding

temporary staff)

2.2 Profit in last three(3) financial Years (FY

16-17, 17-18, FY 18-19) as revealed by

Audited Accounts/ certified balance sheet

3. Company Profile (Operations in India)

3.1 Average turnover from Indian Operations

from consulting services in last 3 years

(Turnover in Rs

Crores)

3.2 Full-time professional staff engaged for

various projects

( Number of Staff)

3.4 Extent of operations in India (national

spread) i.e. number of offices in India

(client specific / project specific offices

should not be taken into account)

( Number of Offices

in different

cities/towns and their

address)

Page 21: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Form 5: Approach, Methodology and Work Plan

1. Approach and Methodology

The Bidder/Proposer/Consultant’s firm needs to submit a step-by-step implementation

methodology and project plan, which depicts the firm’s approach to fulfill the scope of the work

envisaged in the assignment. This should, inter alia, cover the timelines for the various activities,

clarity in meeting the objectives and methodology, objectivity in plans, quality of resources

proposed to be deployed during implementation, the deliverables envisaged in various parts and

the control and evaluation mechanism suggested.

Bidder/Proposer/Consultant firm must showcase any value addition, innovation, or technology

advancement/integration that it proposes and feels will help SSC NASSCOM to have both tangible

and intangible benefits from implementing the assignment. Further, for approach and

methodology, the consultant would seek inputs from SSC NASSCOM/NASSCOM after selection

and bidder should be open to adopt and accommodate changes accordingly.

2. Work Plan

In this section the responding Company should propose the main activities of the assignment, their

content and duration, phasing and interrelations including resource planning to be deployed and

delivery dates. The proposed work plan should be consistent with the approach and methodology,

showing understanding of the scope of services, deliverables as given in scope of work and ability

to translate them into a feasible working plan. The work plan should be consistent with the Work

Schedule.

The responding form is to describe the work schedule for different tasks which the responding

Company plans to start and accomplish as part of the project.

The work schedule should reflect how and by when the responding Company/

Bidder/Proposer/Consultant is expected to complete the assignment for each of the components,

as per the major deliverable in the scope of work of the Vendor as mentioned in the RFP subject

to revision for a joint work plan after selection of consultant.

Page 22: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Form 6: Financial Bid format

(To be submitted by the bidder as per the format given below in a separate sealed cover)

S No Cost Heading Value in Rupees Taxes and

other charges

Total value in

Rupees

1 Monthly maintenance

cost (Fixed)

2 Per hour rate for any

development (Variable)

Total amount (in words):

Please note the following terms:

Financial proposal should be agreed on annual terms and the same can be re-evaluated at any

point of time during the project duration by mutual agreement of both the parties.

The estimate of development work will be shared and post approval the development work will

commence.

Development work for a month should be more than 10 hours to be charged.

Page 23: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Annexure B – Terms of Reference for Design, Development and Maintenance of IT-

ITeS Information Technology Infrastructure in conjunction with IT-ITeS Sector Skills

Council NASSCOM

1. Background

IT-ITeS Sector Skills Council NASSCOM (SSC NASSCOM), the ‘Skills Standard Setting

and Assessment Body’ of the IT-BPM Industry, is the education & skill development

initiative of NASSCOM; works with its industry members and select academic and skill

development institutions to help improve the quality and quantity of the employable

workforce available to this industry.

SSC NASSCOM invites the submission of proposals for “Design, Development and

Maintenance of IT-ITeS Information Technology Infrastructure in conjunction with IT-

ITeS Sector Skills Council NASSCOM”

1.1 Overview of NSDC

National Skill Development Corporation (NSDC) has been instituted to address the

compelling need to strategize and operationalize a world-class skill development

solution pertinent to the Indian context, to effectively drive the speedy development of

skills essential to sustain the country’s growing economy present and future. NSDC is

a first-of-its-kind Public-Private Partnership (PPP) model in India with a focus toward

skill development. NSDC’s objective is to contribute significantly to the overall target

of skilling / up skilling of 500 million people i.e. 150 million (about 30 per cent) in

India by 2022.

1.2 Introduction about Issuer

SSC NASSCOM, the skill standard setting body of the IT-BPM Industry, is the education

& skill development initiative of NASSCOM. It is an integral part of NASSCOM but

operates as a separate division established under the aegis NSDC, MSDE (Ministry of Skill

development and Entrepreneurship)

Vision:

Create a sustainable industry ready talent pipeline by scaling quality capacity. Enhance

employ ability at all levels, leveraging technology and our experience in large scale skill

development, in a sustainable manner across skill sectors. Nurture diversity and inclusive

growth to stimulate economic activity relevant to the local ecosystem.

Mission:

SSC NASSCOM, an industry driven body set up under the aegis of the NSDC would work on the following mission in a mission mode:

Develop a future skills platform to address cross function requirements of

Nextgen technologies

Page 24: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Develop occupational standards for the industry

Develop Workforce Management Information System (WFMIS) offering a single

portal for all related activities

Conduct faculty development and subsequent student training

Promote employability assessments, standardize ‘Occupational Standards’.

QP/NOS assessments and certification

Develop foundation and specialization courses across industry verticals

Develop quality assurance, accreditation norms and processes for occupational

standards & related certifications, relevant programs / courses, training institutions

Recommendations on standardization of affiliation and accreditation process in

collaboration with relevant stakeholders

1.3 Purpose (What SSC NASSCOM is looking to achieve?)

SSC NASSCOM is looking for a system integrator who can Design, Develop and Manage

of IT-ITeS Information Technology Infrastructure for relevant applications/portals on

WFMIS, InSDMS, Talent Connect, NAC and NAC-Tech in IT-ITeS sector in conjunction

with IT-ITeS Sector Skills Council NASSCOM (SSC NASSCOM).

1.3.1 Workforce Market Information System (WFMIS)

Public URL: https://www.sscnasscom.com/

Labour/Workforce Market Information System, commonly known as LMIS/WFMIS,

is a platform for manpower management that also has the ability to collect, process,

analyse, and disseminate Labour/workforce market information. LMIS/WFMIS acts as a

one-stop data and information source on the Labour/workforce market. Wide variety of

data reports can be generated from LMIS/WFMIS along with performing trend analysis

and cross referencing.

LMIS/WFMIS is a ‘one single source’ of all information available on the workforce.

Information available is relevant across the industry, trade, geography, and timelines that

cover information on the necessary skills, education, and soon w.r.t. occupations in the

industry sector. LMIS/WFMIS will support informed decision making, by providing

research authenticated reliable workforce market information to the stakeholders. The need

for improved labor/workforce market information particularly for planning skills and

development programs to meet local and overseas demand in employment is vital.

Garnering the data has to be scoped appropriately as the existing info in India is fragmented

and in silos.

Page 25: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

1.3.2 Internal Skill Development Management System (InSDMS)

Public URL: https://insdms.sscnasscom.com/

SSC NASSCOM has various processes running such as PMKVY (STAR) & NON-

PMKVY (Non – STAR) Assessments, Curriculum Alignment Certifications, Affiliation of

Training Providers, Master Trainer registration, Train The Trainer, Trainer Licensing

Registration, Dashboard for Manage all Registrations for Approval and Rejection Process,

Multiple types of document repository etc. These all processes are managing and running

on InSDMS portal.

1.3.3 Talent Connect Portal

Public URL: https://talentconnect.sscnasscom.com/

SSC NASSCOM with NSDC mandates created Demand Aggregation and placement

portal to bridge this demand-supply and to facilitate our Training Partner who has a charter

to deliver 70% placement of their candidates to get further target allocation.

The objective of this project to is to develop a system through which job seeker and

recruiter can communicate to each other. This online job portal will be a platform where

the student or job seeker (within the IT-ITeS SSC NASSCOM’s ecosystem) can register

themselves with the website and search job that are suitable to them where as an employer

can register to post the job which is vacant to their company. It includes Student/Job Seeker

Module, Corporate and Staffing Partner Module, Training Partner Module and Admin

Module.

The online job portal system is a package to be used by agencies and training partners to

improve the efficiency of business. The online job portal system be develop benefit greatly

the members. The system provides job catalogue and information to members and helps

them decide on the job apply. The admin and employer can keeps the job catalogue updates

all the time so that the job seekers get the updated information all the time.

1.3.4 NASSCOM Assessment of Competence (NAC) & NASSCOM Assessment of

Competence – Technology (NAC-Tech):

Note: These portals are currently inactive and their source code is saved which can be

utilized in future.

Public URL: http://nac.nasscom.in/ , http://nactech.nasscom.in/

The Indian BPM industry is growing at a great pace and is contributing heavily to the

Indian economy. India has established its leadership position globally in the off-shoring

market due to availability of skilled manpower being one of the key strengths that it has.

Page 26: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

National Association of Software & Service Companies (NASSCOM), the association for

IT, BPM & Services Companies in India, has been working with the Indian BPM (Business

Process Management) majors to create a national assessment - the NASSCOM Assessment

of Competence (NAC). The initiative is aimed at creating a robust and continuous pipeline

of talent, by continuously assessing candidates on ‘key skills’ and providing skilled

candidates for the industry. It also aims at providing them with training-need-analysis. This

will then be tied in to training and development efforts to help more candidates become

competent to work in the industry.

NAC-Tech has been conceived as an industry standard assessment and certification

program to ensure the transformation of a "trainable" workforce into an "employable"

workforce, hence creating a robust and continuous pipeline of talent for the IT/Engineering

Industry. It is targeted at final year and pre-final year students, who will be seeking

employment opportunities in the IT / Engineering sector.

The intent behind assessing these students is to identify the level of talent which is available

across India, especially in Tier II and Tier III cities and provide feedback to them on areas

they need to work on to improve their employability.

Architecture of SSC NASSCOM Portals

Page 27: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Technical Specification WFMIS / LMIS

Technology WFMIS Component

Operating System Ubuntu Linux

Server Amazon Cloud

Database Server MySQL 5.6

Programming Language Python2.7

Frameworks Django1.5

Dash boarding / Reporting D3.js, Angular

Storage S3 Bucket, GIT Hub

Technical Specification of InSDMS

Technology InSDMS Component

Operating System Microsoft Windows Server

Server Amazon Cloud

Database Server Microsoft SQL Server2014

Programming Language ASP.Net, C#, MVC

Frameworks .NET

Dash boarding / Reporting Customized Admin Panel and Database SQL Queries

Technical Specification of Talent Connect

Technology Talent Connect Component

Operating System Microsoft Windows Server

Server Amazon Cloud

Database Server Microsoft SQL Server 2017

Programming Language ASP.NET MVC Core, C#

Frameworks .Net Core

Dash boarding / Reporting Admin Panel and Database SQL Queries

Technical Specification NAC and NAC-Tech

Technology NAC & NAC-Tech Component

Operating System Microsoft Windows Server

Server Amazon Cloud

Database Server Microsoft SQL Server2014

Programming Language ASP.Net & C#

Frameworks .NET

Dashboard / Reporting Customized Admin Panel and Database SQL Queries

Page 28: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

2. Detailed Scope of Work

2.1. Project Deliverables with Timelines

The scope of this project shall include (but will not be limited to) the following. Scope

of work can added or removed based on evaluation of project from time to time. The

project duration will be for 2 years and can be extended on mutual consent of both the

parties.

The maintenance cost for the month will be fixed and any new development will be

charged at an hourly cost specified in the financial proposal with prior approval of the

estimated work effort.

2.1.1 Workforce Market Information System (WFMIS)

Continuous up-gradation (Framework, Code, Software, Security patches) with Latest

technology and maintenance of WFMIS to ensure availability of industry relevant

information.

Regular Updation of site with news, events, Qualification packs and approved

courseware, etc.

Integrate with the social networking site, Payment gateway and other third party

tools.

Dynamically fetch relevant information from job portals and various companies’

websites

Dynamically fetch information on industry statistics for analytical evaluation –

source of information can be MHRD, MoLE, and UGC, etc.

Provide updated relevant information across geographies, sectors, states, training

organizations, and so on.

Provide analytics information on weekly or Bi-weekly basis.

Optimized website content and improvement of website loading speed.

Re-structure / Re-design website as per latest trend / W3C recommendation.

Backups – data and code backups weekly.

In case of a serious incident, restoration of the website from the most recent backup

needs to be assured as per SLA.

Security – manage all aspects of website security to protect confidential member

information and existing content (data, project information, contact details, etc.), and

prevent hacks, defacing, etc.

Redevelopment and design of pages fully responsive (PC, tablet, Mobile).

Page 29: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Improving existing site designs for layout, graphics, etc., and developing innovative

new designs.

Cross browser compatibility of website to make sure that website still looks fine in

all of the latest versions of major website browsers like Internet Explorer, Firefox,

Chrome and new ones that come up

Search engine optimization

Documentation and Analytics reporting

Implementing Version Control through Git-hub

2.1.2 Internal Skill Development Management System (InSDMS) /Talent Connect

Portal

Development and implementation of new changes, including design and architecture, in

the application as and when any new business rules are introduced and deployment, logic

process, etc. comes into effect.

Develop new Module in existing application as per requirement of SSC.

Develop back-end components and services (Databases, Web Services, Windows

Services, Micro services)

Explore new software technologies and build prototypes based on those technologies.

Backups – data and code backups weekly.

In case of a serious incident, the restoration of the website from the most recent

backup needs to be assured as per SLA

Creation / Updation of InSDMS document (end-to-end flow) of existing or new

launch modules.

Integration of InSDMS Portal with other SSC NASSCOM portal, when required.

Suggest new methods and processes for enhancement, for better performance and

productivity of the portal.

Integration of Payment getaway with InSDMS to accept payments from SSC

stakeholders.

Unit testing of updates / new requirement on staging server before push live any code.

Update repository of InSDMS and Talent Connect Portal.

Researches latest technology trends.

Complies with and understands SSC operation, policies and procedures.

Security – manage all aspects of website security to protect confidential member

information and existing content (data, project information, contact details, etc.), and

prevent hacks, defacing, etc.

Page 30: SELECTION OF CONSULTANT REQUEST FOR ......The shortlisted Consultants are invited to submit a Technical Proposal and a Financial Proposal, for consulting services required for the

Implementing Version Control through Git-hub

2.2. PROJECT METHODOLOGY AND REVIEW

2.2.1 Project Management and Methodology

The methodologies used must follow formal management practice that will ensure that

schedules, scope and costs are strictly adhered to, including a methodology to ensure that SSC

NASSCOM is informed on an ongoing basis regarding project slippage, progress/ performance

reporting, and potential risks and issues.

2.2.2 Project Review and Reporting

Review to be as per the activity charts. In addition, mid-term review may be organized as

per requirement.

Expenses for travel, boarding and other logistics for carrying out project outcomes would

be borne by the bidder and should be included in the quoted amount;

*End of Document*


Recommended