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
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
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.
(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.
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.
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.
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.
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.
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.
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
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
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.
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
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;
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.
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.
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
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.
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
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)
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.
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.
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
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.
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.
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
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
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).
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.
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*