corrigendum: pre-bid queries & clarifications -...

69
No. DGET.U-11011/4/2013-MMP Cell Directorate General of Employment & Training (DGET) Corrigendum: Pre-bid Queries & Clarifications For Request for Proposal (RFP) for “Appointment of a Consulting Agency for National Career Service Project” For Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, Government of India 25 th March, 2014

Upload: ngonhi

Post on 01-Aug-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

No. DGET.U-11011/4/2013-MMP Cell

Directorate General of Employment & Training (DGET)

Corrigendum: Pre-bid Queries & Clarifications

For

Request for Proposal (RFP) for “Appointment of a Consulting Agency for National Career

Service Project”

For

Directorate General of Employment & Training (DGET), Ministry of Labour &

Employment, Government of India

25th March, 2014

Page 2: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |2

With reference to the queries received from the bidders for the RFP (Request for Proposal) for “Appointment of a Consulting Agency for National

Career Service Project”, the clarification/response of Directorate General of Employment & Training (DGE&T), Ministry of Labour & Employment,

Government of India, is provided in this corrigendum. This is to be read along with the initial RFP released on 4th March, 2014, Addendum to the

RFP released on 13th March, 2014 and the presentation made during the pre-bid meeting of 21.03.2014 (appended).

Similar queries raised by the bidders have been summarised & addressed once in this document to avoid repetition. Further, all the queries &

clarifications have been categorised into the following headings:

[A]. Section 2: Tender Details

A.1. Scope of Work

A.2. Composition of Team & Expertise required

A.3. Project Timeline / Schedule for Completion of Task

[B]. Section 3: Instructions to Bidders

B.1. Eligibility Criteria

B.2. Payment Terms

B.3. Bid Evaluation

B.4. Other Instructions to Bidders

[C]. Contents and formats of Technical Bid

[D]. Contents and Formats of Financial Bid

[E]. Evaluation criteria: Technical Bid

[F]. Service Level Agreement (SLAs)

[G]. Methodology for calculation of Absolute Financial Quote (fb)

[H]. General Terms & Conditions

Annexures

Annexure C1: Details on Strategy Team

Annexure C2: Annual Turnover Forms

Annexure C3: Evaluation Criteria: Technical Bid

Annexure C4: Service Level Agreement (SLAs)

The detailed queries of bidders & clarification/response of DGE&T for the above categorises is provided in subsequent sections.

Page 3: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |3

[ A ]. SECTION 2: TENDER DETAILS

A.1. Scope of Work

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

1. 13 2

Scope of Work details Is there any commonality of the project with the Labor Market Information System (LMIS)? Is LMIS a part of the National career Services Portal (NCSP) Or is it a separate initiative that the department will be looking at implementing later. The LMIS provides information on the various labor market parameters to various stakeholders such as job seekers, job providers, students, parents, corporates, Government etc. The information that is provided through LMIS includes- courses offered to students, areas of training that training providers can provide training on, geographies in which various jobs are available etc.

The NCSP and LMIS of NSDA (National Skill Development Agency) are two separate initiatives. The LMIS is being evolved by NSDA and is still in the development stage. The NCS Portal will have linkages with LMIS for exchange of required information.

2. 13 2

Scope of Work details "What is the differentiating factor between the scope of National Career Services Portal (NCSP) and the Employment Exchange- Mission Mode Project (EEMMP)? We understand that EEMMP was also implemented with an aim to make the employment process more transparent, responsive and centralized. Besides, the need to involve more private players into the employment process, what are the other differentiating factors of the NCSP in comparison to EEMMP."

NCSP shall form the National framework for delivery of employment & career related activities. It will provide linkages with the State level systems including employment exchanges, skills training institutions, skill providers etc. It will thus facilitate access & exchange of information either integration with the systems or direct access to the stakeholders.

Page 4: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |4

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

3. 14

2.1.2. Interim Report: Deliverable: To-Be Scenario, Re-engineered process details and flows.

Is there a listing of the processes which need to be covered as part of the assessment available? (Process scope boundary?)

The details are already provided in the RFP in scope of work. However, the detailed listing of processes shall be formalised during the Inception stage of the assignment.

4. 16

Clause 2.1.5. (Contract Preparation) “The consulting agency shall also prepare the contract/service agreement to be signed by DGE&T with the appointed Implementing Agency for the NCSP”.

Is there any specific template of DGE&T that needs to be used for preparation of draft contract?

The Consulting Agency may use the contract template used for eGovernance projects in India. However, the same should be finalised in discussions with DGE&T.

5. 14

2.1.2 Interim Report Based on the DPR for the EEMMP and the discussions/interviews/workshops with the key stakeholders including officials in DGE&T the consulting agency shall prepare the “Interim Project Report” covering the key aspects of the NCSP project. We would like to understand whether some aspects of the Scope of Work for Interim Report overlap with the DPR for the EEMMP and the linkages of recommendations made in the DPR with the Interim Report.

The EEMMP DPR shall be referred to while preparation of the Interim Project Report for NCSP.

6. 14

2.1.2. Interim Report: Key Stakeholders and their expectations

Request DGE&T to please elaborate on this. Please refer the stakeholders details as mentioned on page 12 of the RFP. However, the detailed list shall be formalised during the inception stage of the project.

7. 15

Section 2, 2.1.1 -Interim Report It is written that Interim project report shall be based on the DPR of the EEMMP; what is the status of the completion of the DPR and what shall be the coordination activities required from the bidder with the agency preparing the DPR. "In case, the timelines of preparation of

The DPR for EEMMP is already prepared and approved. However, the details of activities to be conducted for the project shall be formalised during the Inception stage.

Page 5: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |5

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

various reports get delayed due to the unavailability of DPR, the timelines and subsequent penalties on bidder shall be relaxed.

8. 15/ 16

2.1.3. Preparation of Request for Proposal (RFP) - Deliverables - Contractual conditions, Payment terms

Since the contractual / payment conditions are usually based on the client's legal / commercial requirements, what will be the involvement of the consultant in framing the contractual conditions / payment terms of the RFP

The Consulting Agency shall submit the draft RFP in discussion with the DGE&T. Further, based on the suggestions of DGE&T the RFP needs to be revised and submitted by the Consulting Agency (refer clause 2.1.3 on page 16 of the RFP)

9. 17, 20 and 21

2.2 Phase II: Project Management Support -IT /Application Security Audit 4. Project Timelines /Schedule For Completion Of Task

We understand that the audit to be conducted covers the portal and its pages to be developed by the appointed IT and does not cover any other application. Need clarification on the same. This section talks about quotes provided by the TPA. Need to clarify on whom the RFP is referring to as TPA.

It is clarified that the IT/Application Security Audit is already included in the scope of the Consulting Agency to be appointed through this RFP (refer clause 2.2. point 7, page 17 of the RFP). TPA herein should be read as the Consulting Agency. The IT/Application Security Audit shall be done for the complete NCSP portal to be implemented by the Implementing Agency to be appointed under this project.

It is further clarified that since the deliverables of the Consulting Agency depends on the time taken by the IA in patching the vulnerabilities, the Consulting Agency shall not be liable for such delays.

10. 20

Section 4:pt 7. IT/Application Security Audits (First Time & Recurring)

Please clarify whether the Web Portal is internet based or intranet based and if the testing be performed remotely.

The NCSP Portal will be web based application to be developed by the Implementing Agency to work in both internet/intranet mode.

Page 6: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |6

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

11. 20

Section 4: pt 7. IT/Application Security Audits

Please suggest how many users (count and role / category) are configured to access the application.

These details shall be finalised at the time of preparation of RFP for the appointment of Implementing Agency for the NCSP project. However, the same shall be further strengthened when the NCSP is developed and ready for IT/Application Security Audit.

12.

Scope of Work (Addendum) The addendum provides scope of work of the consulting agency in addition to the one detailed out in ‘section 3, clause 2: Scope of Work’, of the RFP and is as given below. We understand that the scope of work is provided in Section 2, Clause 2 of RFP and the addendum is referring to the same. Request you to please clarify the same.

The scope as defined in addendum shall be part of the scope of work for this project and is an integral part of this RFP.

13.

Scope of Work (Addendum) DGET has a repertoire of material (hard copies) for career counsellors and students to educate them on choice of careers. This material is outdated and needs to be revised. The Consulting Agency will assist DGET in evolving a framework for digitisation of this material so that it can be updated for existing careers as also to incorporate new career options, thus creating an interlinked knowledge information repository. Further, the Consulting Agency shall ensure that the NCS Portal architecture / design should include the ‘Knowledge Information System’ as one of the key components. We would like to understand whether the digitization will be a part of the Scope of Work for IA developing the NCS portal or a separate agency will be appointed for the same.

These aspects shall be decided during the execution of the project i.e. at the time of preparation & approval of Interim Project Report.

Page 7: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |7

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

14.

Assist DGE&T in roll out of NCS and provide support in the meetings, conferences, workshops and capacity building sessions with key stakeholders DGET has a repertoire of material (hard copies) for career counsellors and students to educate them on choice of careers. This material is outdated and needs to be revised. Please elaborate on the kind of support required by the consulting firm on this.

Please refer the addendum for the details. However, the same shall be formalised during the Inception stage of the project

A.2. Composition of Team & Expertise Required

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1. 17

2.3 Strategic Support for entire duration of the project The deployment for these experts shall be based on the requirement and shall be approved by DGE&T

Is there a specific timeframe for which the experts need to be deployed? How will the duration of the involvement of the experts be finalised?

The indicative requirement is provided on page 73 of the RFP. However, the actual requirement including duration of deployment of expert(s), expected deliverables / activities etc. shall be mutually discussed and agreed upon with the approval of Project Steering Committee of DGE&T for the NCSP project. The payment to these experts shall be as per the price quoted by the bidder in the Annexure 2 of the RFP.

Page 8: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |8

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

2. 19

Clause 3 (Strategy Team) “The ‘Strategy Team’ shall include team of experts from varied background and expertise as per the activities to be conducted by the consulting agency. These experts shall include the following: Quality Expert, IT Security Expert, Technology Expert, Financial Expert, HR / Recruitment Expert & Legal Expert.”

Is there any specific requirement in terms of number of years of experience, relevant experience, educational qualification for these experts?

Please refer Annexure C1 of this corrigendum.

3. 19

Clause 3 (Strategy Team-Note, point 3) “Further, DGE&T may ask for any other expert during the course of the project depending on the requirement, the rates of which shall be mutually agreed to with the approval of competent authority of DGE&T

Based on our experience, finalisation of rates during the course of the assignment, for aspects which are not covered or are ambiguous in the contract becomes a challenge. This may also lead to delay in deployment of the right resource at the right time which may hamper the execution of the project. Therefore it is requested that some mechanism may be incorporated to fast track the finalisation of these components as and when the need arises.

The PSC (Project Steering Committee) for the NCSP project shall finalise the type of ‘other expert(s)’, expected deliverables, duration of deployment and rates for these ‘other experts’.

4. 19

The core team needs to be deployed full time on the project in the premises of DGE&T for both the phases of the project & should be on the payrolls of the bidder.

We suggest allow bidder the flexibility on deployment of resources (mix of onsite and offsite as per need).

No change in clause. Also as per RFP, the core team has to be deployed full time for the project. Further, to maintain the continuity of team members during the course of project, it is required that the Project Manager of core team for phase 1 should continue till the end of the entire project. In case the said resource or any other resource is replaced it should be with prior approval of DGE&T with the replaced resource being of higher

Page 9: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |9

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

skill set and experience (please refer page 20 of the RFP for replacement conditions & the applicable SLAs as provided in Annexure C4 of this corrigendum) .

A.3. Project Timeline / Schedule for Completion of Task

S.No

Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

1. 20

4. Project Timelines /Schedule For Completion Of Task

Modification of T2 which is defined as" T2 is the date of approval of Request for Proposal (RFP) by DGE&T" "Generally one month from the date of publishing of RFP is provided to bidders for final submission of bids. Taking this into consideration it leaves on 15 days for bid evaluation, clarifications (issue and submission) and award of work order. This is very less considering the nature and scope of this RFP Our Suggestions: T2 should be revised as last date of bid submission "

No change in timelines. ‘Contract for NCSP Implementation’ as per page 20 of the RFP (i.e. Project Timelines /Schedule For Completion Of Task) refers to the submission of the deliverable of the Consulting Agency as provided on page 16 of the RFP

2. 21

Section 4: pt 7c. Issuance of Compliance Security Certificate i.e. certifying that the Portal is “Safe for Hosting” and acceptance of the same by DGE&T / NIC / hosting partner of DGE&T.

As per the RFP, only 3 days are given between submission of final report and issuing the compliance security certificate for the same. The “Safe for Hosting” compliance security certificate can only be provided if issues / findings are closed by development team

As clarified earlier, the deliverable of the Consulting Agency depends on the time taken by the IA (Implementing Agency) in resolving / patching the vulnerabilities, the Consulting Agency shall not be liable for such delays. Further, please note:

Page 10: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |10

S.No

Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

within the given timeframe and the number of retesting mentioned in the RFP. If the vulnerabilities are found to be open during the retesting round then the “Safe for Hosting” certificate cannot be given.

As provided in the RFP the IT / Application Security Audit is in the scope of the Consulting Agency to be appointed through this RFP. The IT / Application Security Audit shall be done for the complete NCSP portal to be implemented by the Implementing Agency to be appointed under this project.

3. 21

Section 2, Clause 4 The penalties mentioned are on the higher side (1% of the F1 as per annexure-2 per week delay) "1.The clause may be rewritten as - 'In case of any delay solely on account of the consulting agency, a penalty of 1% of the line item category (refer Annexure 2 of the RFP) for every week of delay beyond the scheduled timelines may be imposed by DGE&T. In case the delay is more than seven (07) weeks, DGE&T reserves the right to terminate the contract. Suggestion: 1% should be reduced to 0.5% 2.The aggregate penalty for a delay in submitting a report should not exceed rate quoted for that line report and not on the total value F1. For example - if deliverable for Phase 1 (a) Project inception report got delayed by one week (on account of the consulting agency) than the penalty should be 1% of the rates quoted for Project Inception Report of Phase 1 (a) only and not on total F1 quote. 3. It may be assumed that the Penalty shall be calculated considering the rates quoted without taxes. Please confirm."

No change in clause except for the following:

The aggregate penalty herein shall not exceed 10% of F1. Also the penalties shall be on the quote for F1 of the bidder, without taxes.

Page 11: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |11

[ B ]. SECTION 2: INSTRUCTIONS TO BIDDERS

B.1. Eligibility Criteria

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1. 22

Section3, Clause 2.1 (Eligibility Criteria-Point 5) “The Bidder should have successfully completed at least one IT project related RFP & Bid Process Management for a Central Government/ State Government/ PSU/ Government bodies of India, within the last 5 years.”

For this eligibility criterion, is there any specific scope in IT including contract value that needs to be considered by the bidder while submitting their required credential? Request you to also consider experience with Private sector organization for larger participation.

The 'IT project’ here refers to web based application or portal solution. Since this experience is critical to the project, experience in Government bodies in India is required.

2. 22

Section3, Clause 2.1 (Eligibility Criteria-Point 2) “The bidder should have an annual turnover of not less than INR 100 Crores in each of the last three financial years (i.e. 2010-11, 2011-12 & 2012-13), from operations in India.

Requesting to please modify the criteria as: “The bidder should have an annual turnover of not less than INR 100 Crores in each of the last three financial years (i.e. 2010-11, 2011-12 & 2012-13) from operations of the company registered in India”

The Eligibility Criteria No.2 as given on page 22 & 43 of the RFP, is revised as given below:

“The bidder should have an annual turnover of not less than INR 100 Crores in each of the last three financial years (i.e. 2010-11, 2011-12 & 2012-13). Out of this atleast INR 50 Crores should be from operations in India for each of the last three financial years (i.e. 2010-11, 2011-12 & 2012-13).”

Please note:

For the above criteria, the proofs as mentioned in the RFP need to be submitted by the bidder. Failing which the experience shall not be

Page 12: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |12

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

considered for evaluation.

Form 4 as provided on page 49 of the RFP has been revised accordingly and is placed at Annexure C2 of this corrigendum.

3. 22

2.1 Eligibility Criteria We request you to consider global projects in evaluation to bring in versatile experience. For global projects and also for clients where NDA is signed and disclosure of project related documentary evidence is highly restricted, we request you to consider Self Declaration from Authorized Signatory as a supporting document.

The eligibility criteria no. 7 [i.e. ‘The Bidder should have successfully completed at least one IT Audit project of value atleast INR 20 Lakhs for a Central Government / State Government / PSU / Government bodies / Private organizations within the last 5 years, in India] and eligibility criteria no. 8 [i.e. ‘The Bidder should have successfully completed at least one HR (Human Resource) consulting project of value atleast INR 20 Lakhs for a Central Government / State Government / PSU / Government bodies / Private organizations within the last 5 years, in India] have been revised as given below:

Eligibility Criteria No. 7: The Bidder should have successfully completed at least one IT Audit project of value atleast INR 20 Lakhs within the last 5 years.

Eligibility Criteria No. 8: The Bidder should have successfully completed at least one HR (Human Resource) consulting project of value atleast INR 20 Lakhs within the last 5 years.

Further, please note:

The experience provided should

Page 13: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |13

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

be supported with the following documents /proofs, failing which the experience shall not be considered for evaluation: o Copy of Work Order o Copy of Completion

Certificate. - In case the completion

certificate from the client is not available, the authorised signatory of the bidder shall provide an undertaking stating clearly that the project has been completed.

o Proof of completion of the stated value of the project: - In case the value is not

depicted on the work order or completion certificate provided by the Client, then the bidder needs to either provide the copy of invoices or a written confirmation from the Client for the stated value or an undertaking from the statutory auditor of the bidder.

Page 14: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |14

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

4. 22

2.1 (4) The Bidder should have successfully completed at least one IT consultancy project for preparation of Detailed Project Report /IT Strategy of value at least INR 40 lakhs for a Central Government/ State Government/ PSU/ Government bodies of India, within the last 5 years.

Request you to also consider experience with Private sector organization for larger participation.

No change in criteria.

5. 23

Section 3, Clause 2.1 & Section 12, clause 12.1

It is mentioned that any bid failing to meet any one of the eligibility criteria shall be summarily rejected and will not be considered for technical evaluation "Summarily rejection of bid may result in unnecessary exit of genuine bidder (in case of any manual error in bid documents). As a good practice, bidder should be given a chance to prove his eligibility in case of any lapse in submission of eligibility documents (in case of meeting the compliance to eligibility criteria). The respective clauses lines may be reframed as 'However any bid failing to meet any one of the eligibility criteria as mentioned in ITB Clauses 2.1 may be rejected and will not be considered for Technical Evaluation”

The bidder is advised to be careful while preparing the bid documents. However, please refer clause 14 on page 29 of the RFP as reproduced below: "During evaluation of bids, DGE&T may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing. If the response to the clarification is not received before the expiration of deadline prescribed in the request, DGE&T reserves the right to make his own reasonable assumptions at the total risk and cost of the Bidder and also may reject the bid."

Page 15: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |15

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

6. 24 & 46

10 & 10 Blacklisting Decl.

As on date of submission of the proposal, the bidder should not have been blacklisted by any Government entity (Central or State Government or PSU) in India or is under a declaration of ineligibility for fraudulent or corrupt practices by any Government entity (Central or State Government or PSU) in India. "We declare: ""<<Name of the Company >> has not been blacklisted by any Government entity (Central or State Government or PSU) in India or is under declaration of ineligibility for fraudulent or corrupt practices by Government entity (Central or State Government or PSU) in India."

The query is not clear, thus no clarification is necessary.

Page 16: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |16

B.2. Payment Terms

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1. 26

Section3, clause 28 (Payment Terms-Phase II, Point B-IT/Application Security Audits)

Since the first and recurring IT/Application Security Audit shall be conducted separately, it is requested that the total payment should be made on the respective audit rather than on the combined value as mentioned in the RFP ‘First Time & Recurring’.

The clause is revised as given below: “Where FA =Fd x m

FA is the 'Total cost inclusive of taxes for IT/Application Security Audits (First Time or Recurring as the case may be) of NCSP'. This cost is derived from ‘Fd’ (refer Annexure 2 of the RFP) and ‘m’, which are explained below: o Fd is the 'Total rate / quote

inclusive of taxes for IT/Application Security Audits (First Time or Recurring as the case may be) of a dynamic page of the NCSP Portal’ as per Annexure 2 of this RFP.”

o m is the actual number of dynamic pages in the NCSP Portal which are available and ready for the IT/application security audit, as intimated to the consulting agency by DGE&T in writing during the phase II of the project.

Page 17: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |17

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

2. 38

Section 2 Pt no. 28 B: m is the actual number of dynamic pages in the NCSP which are available and ready for the IT/application security audit, as intimated to the consulting agency by DGE&T in writing during the phase II of the project.

Please confirm that for financial bidding, we should take the indicative numbers mentioned in Annexure 5. As per our understanding, Financial Formats in Annexure 2 should be updated with reference to details mentioned in Annexure 5. Pl confirm.

In the financial bid format, only per dynamic page is to be quoted by the bidder. Annexure 5, only provides indicative number of dynamic pages for the purposed of financial evaluation [i.e. calculation of Absolute Financial Quote (Fb)]. The actual number of dynamic pages shall be defined when the NCSP portal is developed and ready for IT / Application Security Audit.

3. 39

Section 2 Pt no. 28 B: Team subject to the government of India norms or norms as fixed by DGE&T. For strategy team even the cost of travel (confined to India) from the base location to the project site and vice versa shall also be reimbursed.

As per our understanding, in case travel of regular and core employees also, if required, the cost of travel would be reimbursed. Requesting you to kindly confirm.

No. Please refer the clause on page 38 of the RFP which is self-explanatory and is reproduced below: "Cost of travel (confined to India) and stay of the consulting agency team including the strategy team for the NCSP Project as instructed and required by DGE&T, shall be reimbursed by DGE&T, based on actual expenses incurred by the consulting agency Team subject to the government of India norms or norms as fixed by DGE&T. For strategy team even the cost of travel (confined to India) from the base location to the project site and vice versa shall also be reimbursed." It is has already been clarified that the core team shall be deployed onsite in the premises of DGE&T.

Page 18: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |18

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

4. 15

2.1.3 & 2.1.4 RFP & Bid Process Management

In case more than one RFP, contract and bid process is managed by the Consulting Agency, how will the payment for the same be made.

It is envisaged that one RFP is required for implementing the Integrated NCSP project. However, during the execution of the project, if it is suggested by the Consulting Agency and/or decided by the PSC that more than one RFP needs to be prepared for implementing the NCSP project for different components, then based on the scope of each RFP, the PSC shall divide the amount quoted by the Consulting Agency in the format provided in Annexure 2 (refer table 1, S.no. c & d, page 61) of the RFP into required proportions. The payment for the same shall be made as per the milestones defined in the RFP. Also the Consulting Agency shall adhere to the timelines provided in the RFP for these separate RFPs of the NCSP project. In case these RFPs are not executed in parallel then each one of them should adhere to the timelines (in months) as provided in the RFP.

Page 19: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |19

B.3. Bid Evaluation

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

1. 31

Section3, Clause 16.1.ii (Evaluation and Comparison of Bids-Final Evaluation of the Proposal) “The combined technical and financial (S)=Tb x T + Fn x P”

In case more than one bidder obtain first rank with combined technical & financial score (S) being equal, will the bidder with the highest technical be considered for the award of the project?

In such rare occurrence, the preference shall be given to the bid with the lower Absolute Financial Quote (i.e. Fb).

B.4. Other Instructions to Bidders

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1. 21

Section3 (Termination of Contract) There is no clause for termination based on mutual agreement or consent. We would request you to consider adding the following clause: “This Contract may be terminated by either Bidder or DG&ET at any time, with or without cause, by giving written notice to the other party not less than [thirty (30)] days before the effective date of termination, provided that, in the event of a termination for cause, the breaching party shall have the right to cure the breach within the notice period“

No change in clause

2. 24

2.2 Consortium & Sub Contracting Consortium & subcontracting are not permitted.

Request you to consider allowing subcontracting.

No change in clause

Page 20: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |20

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

3. 24

2.6 An undertaking from the Bidder stating the compliance with all the conditions of the Contract and Technical criteria of the Bidding Document is required, since no deviation or assumptions will be acceptable to the DGE&T in accordance with Annexure 1 of this RFP.

We understand that the RFP terms will have to be accepted by the Bidder, however, for certain terms and conditions of the RFP, Bidder will be submitting the deviations which will be mutually discussed by both the parties at the contracting stage. Please confirm.

No change in clause

4. 25

4.7 Forfeiture of bid security The bid security can be forfeited, if a Bidder (1)Withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form or (2) Does not accept the correction of errors pursuant to ITB Clause 15 or (3) In case of the successful Bidder, if the Bidder fails to sign the Contract in accordance with ITB Clause 15 and 20 furnish performance bank guarantee in accordance with ITB Clause 21

We request the deletion of sub clause (2). However, in terms of sub clause (3), we understand that our bid will be submitted along with certain deviations to the terms and conditions as stated in the RFP. After the Notification of Award/Purchase Order, the parties must discuss these deviations and arrive on a mutually acceptable position. However, In case the Parties do not reach on an agreement on the terms and conditions and consequently the contract is not signed, neither party will have any liability towards the other. The bid security should not be forfeited in such case. Also, PBG should be given only once the Parties have finalized the contract after mutual discussion. In case the Parties do not reach on an agreement on the terms and conditions and consequently the contract is not signed, neither party will have any liability. No PBG will be submitted in that case and the same shall not amount to forfeiture of EMD.

No change in clause

Page 21: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |21

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

5. 25

4.1 Amount of bid security The Bidder shall furnish, as part of its bid, a bid security in the form of Bank Guarantee /Demand Draft / Banker’s Cheque /Fixed deposit drawn in favor of “PAO, DGE&T, Ministry of Labor and Employment, New Delhi” payable at Delhi for an amount of Rs. 20,00,000/-(Rs Twenty Lakhs Only). EMD should be valid for a period of 180 days from the date of submission of the bid. Please mention the name of Bank and if the DD can be issued from Bank of America which is a scheduled bank

DD issued by a Nationalized/ Scheduled /Commercial Bank in India may be submitted for EMD. However, the EMD should be valid for 180 days. In case the EMD is submitted in the form of Demand Draft which has the validity period of 90 days, the bidder shall also submit an undertaking in their technical bid stating that the same shall be extended for another 90 days, 7 days prior to expiry of the submitted EMD in the form of demand draft.

6. 26

BID Validity Clause is missing Bidder will quote with a bid validity of 30 days from the date of submission of the BID.

Please refer clause 5 page 26 of the RFP where it is clearly stated that the bids shall remain valid for 180 days from the date of submission of bids.

7. 26

5.1 Validity Period Bids shall remain valid for 180 days after the date of submission of bids

Request validity of the proposal to be changed to 90 days

No change in clause

Page 22: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |22

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

8. 34

21.1 Furnishing of Performance Bank Guarantee

Please clarify, if the PBG can be issued in favor of ‘Directorate General of Employment & Training (DGE&T)’ payable at Delhi.

Please clarify the total duration of contract and the related requirement for PBG "The total duration of contract needs to be specified and clause as placed below can be inserted “On completion of <contract duration>, bank will extend the BG at Banks own discretion subject to receipt of written request from bidder within 30 days prior to the expiry of guarantee”

Please refer to page 3 point 10 for details where it is mentioned that the instruments would be drawn in favour of ‘PAO, DGE&T, Ministry of Labour and Employment, New Delhi’. The timelines will be as specified in the RFP.

9. 35

25. The qualified Bidder shall not, be entitled to make any claim, whatsoever, against the Client under or by virtue of or arising out of this contract nor shall the Client entertain or consider any such claim after Bidder shall have signed a "no claim" certificate in favour of the Client in such forms as shall be required by the Client after the works are finally accepted.

We understand that Consulting Agency would be required to sign the No Claim certificate only after the services under this RFP have been delivered and all the payments in full have been received by Consulting Agency from the customer in accordance with the terms of the contract between the parties. Such certificate shall be signed by Consulting Agency only when no dues to Consulting Agency are pending from the customer under the contract signed pursuant to this RFP.

No claim certificate shall be submitted along with the final invoice of the project.

Page 23: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |23

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

10. 35

35. The bidder should provide professional, objective, impartial advice and services and at all times hold the DGE&T’s interests paramount, strictly avoid conflicts with other assignments/ jobs or their own corporate interests and act without any consideration for future work. The bidder shall not be eligible to bid for the activities related to the NCSP project which are in direct conflict, either directly or as a member of consortium or through some other party. Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification, the Authority shall forfeit and appropriate the Bid Security or Performance Security, as the case may be.

In the event an OEM is selected as 'Consulting Agency', we request you to allow their technology to be used as solution by other bidders during further bidding process.

Request the client to curtail this restriction up to the engagement team members bidding for this mandate.

No change in clause.

11. 35

22 to 25 Please add the following line in the end in order to define the receipt of payments in various scenarios if the contract is terminated "Upon termination of this agreement the Bidder shall be entitled to receive payments from the Client for work done, work in progress and expenses incurred till the date of termination of this Agreement."

In case the termination / suspension is due to Force Majeure or due to convenience of DGE&T or for no fault of the bidder as agreed & approved by the PSC, the payment effective till the date of written intimation of termination by DGE&T, as per the payment terms of the RFP shall be payable to the Bidder.

Page 24: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |24

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

12. 36

27. DGE&T shall own and have a right in perpetuity to use all Intellectual Property Rights which have arisen out of or in connection with the implementation of this Contract, including all processes, products, data, knowledge products, training material and other documents which have been developed by the appointed consulting agency during the performance of Services and for the purposes of inter-alia use or sublicense of such Services under this Contract. The consulting agency undertakes to disclose all Intellectual Property Rights arising out of or in connection with the performance of the Services to the DGE&T and execute all such agreements/documents and file all relevant applications, effect transfers and obtain all permits and approvals that may be necessary in this regard to effectively transfer and conserve the Intellectual Property Rights of the DGE&T.DGE&T shall retain all right, title and interest in and to any and all data, entered or generated by the consulting agency for DGE&T pursuant to this agreement, and any modifications thereto or works derived there from.

Considering the nature of work to be undertaken under the RFP, we propose that the Bidder will own the copyright in all Materials created under the Agreement ("Bidder Materials"). However, Bidder will grant Bank an irrevocable, nonexclusive, worldwide, paid-up license to use, execute, reproduce, display, perform, and distribute (within DGE&T only) copies of Bidder Materials solely for the purposes for which they were delivered. We propose that for the purposes of this clause “Materials” means literary works or other works of authorship such as programs, program listing, programming tools, documentation, reports, drawings, etc. that Bidder may deliver to customer as part of the Services. The term ‘Materials’ does not include licensed program products available under respective Bidder’s license agreements. We would also like to propose that the parties will continue to own their respective pre-existing intellectual property rights.

No change in clause & all IPRs related to the project will remain with DGE&T.

Page 25: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |25

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

13. 39

33 Please mention that the sole arbitrator is to be appointed as per mutual agreement or as per the law "Under this clause it has been mentioned that arbitrator shall be appointed by DGE&T. It is requested that the Sole Arbitrator to be appointed as per mutual agreement between the parties or in case the parties fail to mutually agree in that case the arbitrator should be appointed in terms of Arbitration and Conciliation Act 1996."

No change in clause

14. 38

30. Standard of Performance The Selected Bidder shall render out the service and carry out its obligations under the contract with due diligence, efficiency and economy in accordance with generally accepted norms, techniques and practices used in the industry. "Highlighted terms are vague and can be misconstrued or open to interpretation as they have different and very wide interpretation. We request the same be limited to warrant that Services performed under the resultant contract will be performed in a good and workmanlike manner."

No change in clause and the PSC shall be monitoring the progress of the project.

Page 26: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |26

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

15. 39

Section3, clause 31 (Confidentiality) “The Selected Bidder and its personnel shall not, either during the term or after expiration of this contract, disclose any proprietary or confidential information relating to the services, contract or DGE&T's business or operations without the prior written consent of DGE&T.”

The confidentiality period as per this clause is perpetual. It is requested that the time period for the same may be defined as one year post termination of the contract. Accordingly would request DGE&T to consider the following revised clause: “The Selected Bidder and its personnel shall not, either during the term or till one year post termination /expiration of this contract, disclose any proprietary or confidential information relating to the services, contract or DGE&T's business or operations without the prior written consent of DGE&T.”

No change in clause

16. 40

Section3, clause 36 (Indemnity-point 3) “If Bidder is finally judicially determined to be liable to DGE&T, Bidder’s maximum liability for any losses, damages, claims, costs or expenses, relating to or in connection with the project, shall under all circumstances, be limited to the amount of the fees paid by DGE&T to Bidder under the concerned project, except to the extent finally judicially determined to have arisen primarily from the fraud or bad faith of Bidder.”

The clause doesn’t completely cap the liability of the Firm, therefore it is requested to consider the following revised clause: “Notwithstanding anything contained in the contract, DG&ET agrees that the Bidder shall not be liable to DG&ET, for any losses, claims, damages, liabilities, cost or expenses (“Losses”) of any nature whatsoever, for an aggregate amount in excess of the fee paid under the contract for the services provided under the contract, except where such Losses are finally judicially determined to have arisen primarily from fraud or bad faith of the Bidder. In no event shall the Bidder, be liable for any consequential (including loss of profit and loss of data), special, indirect, incidental, punitive, or exemplary loss, damage, or expense relating to the services provided pursuant to this Contract.”

The following point is added to the clause 36 (i.e. Indemnity) on page 40 of the RFP:

In no event shall the Bidder, be liable for any consequential (including loss of profit and loss of data), special, indirect, incidental, punitive, or exemplary loss, damage, or expense relating to the services provided pursuant to this Contract.

Page 27: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |27

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

17.

Retained Rights Clause not present in RFP "Each Party owns, and will continue to own all right, title and interest in and to any inventions however embodied, know how, works in any media, software, information, trade secrets, materials, property or proprietary interest that it owned prior to this Agreement, or that it created or acquired independently of its obligations pursuant to this Agreement (collectively, “Retained Rights”). All Retained Rights not expressly transferred or licensed herein are reserved to the respective owner. To be included"

Please refer the 'IPR' clause on page 36 of the RFP.

[ C ]. CONTENTS AND FORMAT OF TECHNICAL BID

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1. 42

PART 1: FORMAT FOR COVER LETTER

"3. We have read the provisions of the RFP and confirm that these are acceptable to us. We further declare that additional conditions, variations, deviations, assumptions if any, found in our proposal shall not be given effect to. Please delete "We further declare that additional conditions, variations, deviations, assumptions if any, found in our proposal shall not be given effect to.

No change in clause

Page 28: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |28

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

2. 50

Form 4: Annual Turnover: We hereby certify that total annual turnover of M/s. (Name of the bidder) for the each of the last three financial years from operations in India are as given below:

Requesting to please modify the wordings in the format as: We hereby certify that total annual turnover of M/s. (Name of the bidder) for each of the last three financial years from operations of the company registered in India

Refer Annexure C2 of this corrigendum

3. 50

Form 4: Annual Turnover: We hereby certify that the total turnover from IT Consultancy/IT Advisory Services of M/s. ____________________ (Name of the bidder) for the each of the last three financial years from operations in India.

Requesting to please modify the wordings in the format as: "We hereby certify that the total turnover from IT Consultancy/ IT Advisory Services of M/s. ____________________ (Name of the bidder) for each of the last three financial years from operations of the company registered in India".

Refer Annexure C2 of this corrigendum

4. 50

Annexure 1 (Contents and Format of Technical Bid-Part2-Form 4-Annual Turnover)

Since the eligibility criteria requires that the bidder needs to have an annual turnover of atleast INR 15 crores from IT Consultancy / IT Advisory Services in the last three financial years (i.e. 2010-11, 2011-12 & 2012-13), it is requested that the following format for Statutory Auditor’s certificate may also be considered: “We hereby certify that the total turnover from IT Consultancy/IT Advisory Services of M/s. ____________________ (Name of the bidder), exceeds INR. _____crores in each Financial Years (i.e. FY 2010-11, 2011-12 & 2012-13). (Signature of Statutory Auditor) Name of Statutory Auditor: Name of Statutory Auditor Firm: Seal

Refer Annexure C2 of this Corrigendum

Page 29: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |29

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

5. 51-52

Form 5: Previous Experience Kindly provide the copy of work order and certificate of completion /self-certificate attested by the authorized signatory of the bidder (In case of self-certificate the bidder needs to provide proof of completion of the stated value of the concerned experience cited). In case these are not provided the experience cited shall not be considered for evaluation. "Need to understand if there is any prescribed format for self-certificate. For partially completed projects, please clarify whether we need to mention the total contract value or a prorated amount for the completed duration of the project.

The self-certificate should be on the letter head of the organisation and issued by the authorised signatory of the firm and should clearly mention the completion of the project. The total value of the assignment and the value of the completed component should be clearly mentioned as per the requirement of the criteria. Please refer Annexure C3 of this corrigendum

Page 30: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |30

[ D ]. CONTENTS AND FORMATS OF FINANCIAL BID

S.No

Page No. of

the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1. 61

Annexure 2 Table 1: Format for Financial Bid

We would like to bring to your notice that the financial format in Annexure 2 does not have reference to the F2, F3, F4 and Fb. But Annexure 5 has details on F1, F2, F3, F4 and Fb. Please confirm on these observations and as per our understanding Annexure 2 for financial formats would require a change and should be in synch with Annexure 5 details. Also, Please clarify on how is F3 calculated and is different from Fd.

Annexure 5 of the RFP provides the methodology for calculation of Absolute Financial Quote (Fb) which draws references from Annexure 2. Similarly ‘F3’ is derived from ‘Fd’. For estimation purpose the number of dynamic pages (‘m’) and number of audits in a year are assumed only for calculation purpose (for details see page 72 of the RFP).

2.

63 and other

relevant pages

All the prices should be inclusive of all taxes and duties which should be clearly specified.

We propose that the prices will be exclusive of all applicable taxes which shall be charged to DGE&T as per actuals. Please confirm.

No change in RFP.

However any change in taxes or levies structure by the Government of India will be applicable at the time of payment.

The documentary evidences for payment of taxes in this regards will be submitted by the bidder.

Page 31: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |31

[ E ]. EVALUATION CRITERIA: TECHNICAL BID

S.No

Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

3.

64 Annexure-3 Evaluation Criteria: Technical bid

Request for consideration of global experience, private sector experience.

Request to provide weightage for evaluation parameters.

Number of credentials to be provided.

Request for consideration of ongoing projects

Please refer Annexure C3 of this corrigendum

4. 65

Annexure 3 Table Pt. B.1.: Some of the parameters to be evaluated would include:

Total years of experience

Past relevant experience

Educational qualifications

Relevant certifications.

Please provide details on the minimum indicative qualification, years of experience, relevant experience and certifications required for proposing the resources. This would enable us to propose the most suitable resources for this engagement.

For details on core team, please refer to page 18 of the RFP. For the details on Strategy team, please refer to Annexure C1 of this corrigendum.

Page 32: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |32

[ F ]. SERVICE LEVEL AGREEMENT (SLAs)

S.No

Page No. of

the RFP

Reference Clause Queries &

Recommendation/Explanation of Bidder Response of DGE&T

1. 67

Annexure-4; Sl. No. 1 Deployment of Core Team during the contract period (i.e. phase I & Phase II) after signing the contract with the DGE&T

S.No. 1 - penalty level in case of breach of service level:

"(0.5*t)% of the payment to be made to the appointed bidder (i.e. consulting agency) for every week delay beyond the expected service level for the concerned phase (i.e. a percentage of F1 for phase I & quarterly amount to be paid for phase II) for each member of the team not deployed as per expected service level. [where t is the number of weeks beyond the expected service level]"

As per Table 2 of Annexure 2; man month rates are being sought only for Phase II, the percentage of the penalty applicable for phase I should be proportionate to the amount quoted as per table 1 only. Similarly for phase II the penalty amount should be proportionate to amount quoted as per table 2 of Annexure 2.

Request for modification of clause as follows: Penalty level in case of breach of service level for the respective phases: During phase I- '(0.25*t)% of the payment to be made to the appointed bidder (i.e. consulting agency) for every week delay beyond the expected service level for the concerned phase (i.e. a percentage of F1 )

Please refer Annexure C4 of this corrigendum

Page 33: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |33

S.No

Page No. of

the RFP

Reference Clause Queries &

Recommendation/Explanation of Bidder Response of DGE&T

for each member of the team not deployed as per expected service level. [where t is the number of weeks beyond the expected service level] During Phase II-

'(0.25*t)% of the payment to be made to the appointed bidder (i.e. consulting agency) for every week delay beyond the expected service level for the concerned phase (i.e. a percentage of quarterly amount to be paid for phase II) for each member of the team not deployed as per expected service level. [where t is the number of weeks beyond the expected service level]

2. 67

Annexure 4 (Service Level Agreements-Calculation of Penalties-point 3) “The aggregate penalty herein shall not exceed the contract amount for the concerned phase”

The aggregate penalty due to SLA deviation is capped on the entire amount of the concerned phase, which is quite high, it is requested that the same may be capped to 10% of the concerned phase contract amount. Accordingly, it is requested that the following revised clause may be considered: “The aggregate penalty herein shall not exceed 10% of the contract amount for the concerned phase”

Please refer Annexure C4 of this corrigendum

Page 34: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |34

S.No

Page No. of

the RFP

Reference Clause Queries &

Recommendation/Explanation of Bidder Response of DGE&T

3. 68

Annexure-4; Sl. No. 1 Deployment of Core Team during the contract period (i.e. phase I & Phase II) after signing the contract with the DGE&T

S. No. 1 - penalty level in case of breach of service level: ""(0.5*t)% of the payment to be made to the appointed bidder (i.e. consulting agency) for every week delay beyond the expected service level for the concerned phase (i.e. a percentage of F1 for phase I & quarterly amount to be paid for phase II) for each member of the team not deployed as per expected service level [where t is the number of weeks beyond the expected service level]

1.Since Phase 1 is deliverable based and penalty is already being levied for the delay in submission of each deliverable, request DGET for reconsidering application of penalty for the delay in deployment of resources during phase I.

2.Since Phase 1 is deliverable based wherein there will be some dormant period of review and approval process of deliverables, during this period all the resources will not be required at a time. In case penalty for delay in deployment is still kept, request DGE&T for considering it only for the first time deployment of resources during phase I. During the approval process of deliverables, temporary withdrawal of resources should be allowed.

Please refer Annexure C4 of this corrigendum.

Page 35: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |35

S.No

Page No. of

the RFP

Reference Clause Queries &

Recommendation/Explanation of Bidder Response of DGE&T

4. 68

Annexure-4 S.No. 3 & 4 - penalties for penalty should be resource specific "As and when a particular resource is replaced (may be due to DGET request or by bidder request), the penalty shall be specific to the resource replaced. The suggested SLA can be rewritten as - '(0.5*n*t)% of the payment to be made to the appointed bidder (i.e. consulting agency) for every week delay beyond the expected service level for the concerned resource as per table 2 of annexure-2 (i.e. a percentage of respective line item in table 2 for phase I & quarterly amount to be paid for phase II for respective resource). [where n are the number of resources replaced as per the expected service levels & t is the number of weeks delay beyond the expected service levels]

Please refer Annexure C4 of this corrigendum

5. 69

Annexure-4 S.No. 5 - Here too, the penalties should be resource specific (i.e. on the amount of the respective resource replaced) The suggested SLA can be rewritten as - '(0.25*n)% of the payment to be made to the appointed bidder (i.e. consulting agency) for the concerned resource as per table 2 of annexure-2 (i.e. a percentage of respective line item in table 2 for phase I & quarterly amount to be paid for phase II for the replaced resources) . [where n is the replacements beyond the expected service level]

Please refer Annexure C4 of this corrigendum

Page 36: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |36

S.No

Page No. of

the RFP

Reference Clause Queries &

Recommendation/Explanation of Bidder Response of DGE&T

6. 69

Annexure-4 Point 2 in the calculation of penalties specify that the DGE&T reserves the right to terminate the Contract altogether without further notice, where the Bidder has incurred a Penalty of equal to or more than 15% at any time during the Contract Period Point 3 mention the aggregate penalty should not exceed the contract amount for the concerned period. Please clarify whether in the point 2, 15% refers to the total value of the specific resource (line item in F1) or on the total F1

Please refer Annexure C4 of this corrigendum

7. 69

Annexure 4:Service Level Agreements Service Levels and Penalties:

Request for clarification below on penalty clause describe as below in the RFP - Deployment of the expert(s) during the contract period based on written intimation from DGE&T. Replacement of the personnel of the ‘Strategy Team’ i.e. team of experts during the contract period. (0.5*n)% of the man-month payment to be made to the appointed bidder (i.e. consulting agency) for the concerned expert(s)

Please refer Annexure C4 of this corrigendum

Page 37: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |37

[ G ]. METHODOLOGY FOR CALCULATION OF ABSOLUTE FINANCIAL QUOTE (Fb)

S.No Page No. of

the RFP Reference Clause

Queries & Recommendation/Explanation of Bidder

Response of DGE&T

1. 73

[C]: Total cost for IT/Application Security Audits

"Need clarification on below - [C]: Total cost for IT/Application Security Audits (First Time & Recurring) of NCSP in the Phase II of the project (F3) - Total year wise cost of IT/Application Security Audit (First time/Recurring) of NCSP for 4 years of phase II of the project (F3)” Request for a relook, as per our understanding it should be "Total cost of IT/Application Security Audit (First time/Recurring) of NCSP for 4 years of phase II of the project" (F3)

It should be read as: “Total cost of IT/Application Security Audit (First time or Recurring as the case may be) of NCSP for 4 years of phase II of the project (F3)”

[ H ]. GENERAL TERMS & CONDITIONS

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

1.

General We understand that Consulting Agency would be submitting a proposal in response to RFP which shall form an integral part of the contract that will be executed by the parties pursuant to this RFP. Please confirm.

Though the proposal shall be part of the contract, however the bidder also needs to adhere to the following clauses/conditions in the RFP:

Part 1: Format for Cover Letter, Page 42, Point 6.

Form – 1: Undertaking, page 55..

Page 38: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |38

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

2.

General In order to provide quality and effective response, we would require some more time to work on the response/ proposal. Hence request 4 week extension on the submission date.

No change in date of submission of bids

3.

Changes to Services Clause not present in RFP "Either Party may request a change order (""Change Order"") in the event of actual or anticipated change(s) to the agreed scope of Services, Deliverables, project schedule, fee, or any other aspect of the Agreement. Bidder will prepare a Change Order reflecting the proposed changes, including but not limited to the impact on the Deliverables, project schedule, and fee. Absent a Change Order signed by the Parties, Bidder shall not be bound to perform any additional or out-of-scope services beyond what is stated in the Agreement. To be included "

The tasks, activities, deliverables etc for the consulting agency have been defined in the RFP and shall be adhered to. Any changes thereof shall be with the approval of PSC. Further, the bidder is required to adhere to the terms & conditions specified in the RFP.

4.

Deemed Acceptance Clause not present in RFP "Any Deliverable(s) / Work Product(s) provided to the Customer shall be deemed to have been accepted if the customer puts such Deliverable(s) / Work Product(s) to use in its business or does not communicate its disapproval of such Deliverable(s) / Work Product(s) together with reasons for such disapproval within 10 days from the date of receipt of such Deliverable(s) / Work Product(s). To be included"

Not Acceptable. The deliverables without approval of DGE&T shall not become actionable items and hence cannot be used in reference to this RFP.

Page 39: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |39

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

5.

Exclusion of Implied Warranties Clause not present in RFP "Except for the warranties expressly provided herein, bidder hereby excludes and disclaims all warranties, conditions or statements, whether express, implied or statutory, including, without limitation, the implied warranties of merchantability, fitness for a particular purpose, or that the Deliverables will be error free. To be included"

No change in the RFP

6.

Savings Clause Clause not present in RFP bidder’s failure to perform its contractual responsibilities, to perform the services, or to meet agreed service levels shall be excused if and to the extent Bidder’s nonperformance is caused by Company’s omission to act, delay, wrongful action, failure to provide Inputs, or failure to perform its obligations under this Agreement. To be included

No change in the RFP

Page 40: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |40

S.No Page No.

of the RFP

Reference Clause Queries & Recommendation/Explanation

of Bidder Response of DGE&T

7.

Non Hire Clause

Clause not present in RFP Customer acknowledges that personnel to be provided by Bidder represent a significant investment in recruitment and training, the loss of which would be detrimental to Bidder’s business. In consideration of the foregoing, Customer agrees that for the term of this Agreement and for a period of one year thereafter, Customer will not directly or indirectly, recruit, hire, employ, engage, or discuss employment with any Bidder employee, or induce any such individual to leave the employ of Bidder. For purposes of this clause, a Bidder employee means any employee or person who has who has been involved in providing services under this Agreement. To be included

No change in the RFP

Page 41: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |41

ANNEXURE C1: DETAILS ON STRATEGY TEAM

The details on the Strategy Team including expected experience & qualification are given below:

Strategy Team Qualification Years of Experience Relevant Experience

Quality Expert B.Tech / M.Tech / MBA / Masters in Total Quality Management

(Certified ISO 9001:2008 Internal Auditor shall be preferred)

Total 8 years of experience with atleast last 3 years of relevant experience.

Should have experience in: o review of project plans including quality plan. o ensuring that project quality requirement are defined in the

Quality plan and understood by all project stakeholders o ensuring that the project follows the defined configuration

management standards. o framing effective risk mitigation plans. o conducting quality audits and assisting the implementation /

project team in formulating corrective & preventive actions against the audit findings

Should have good knowledge and experience on SDLC framework.

Should possess good understanding of Project Management principles.

Should have excellent knowledge of Quality Management framework.

IT Security Expert

CISA Certified Total 7 years of experience with atleast last 3 years of relevant experience

Should have audited atleast three web based IT applications / Portals.

Should have an excellent understanding on the OWASP (Open Web Application security Project) standards.

Should have experience in conducting audit of IT infrastructure.

Should have prepared guidelines for security in process, systems, infrastructure, data etc. for atleast three clients.

Technology Expert

M.Tech / B.Tech / MCA Total 10 years of experience with atleast last 6 years of relevant experience

Should have experience in : o preparation of IT strategy / Web Strategy. o evaluation & adoption of packages, tools, solutions. o end-to-end implementation of IT applications. o sound programming skills. o designing solution framework/ architecture. o effort estimation for development/implementation of a solution. o data warehouse, data mining etc. o creation of framework/standards for exchange of information of

interoperability between different systems.

Financial Expert CA / MBA (Finance) Total 7 years of experience with atleast last 3 years

Should have experience in: o providing financial advice for enabling decision making o undertaking strategic analysis and assisting with strategic

Page 42: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |42

Strategy Team Qualification Years of Experience Relevant Experience

of relevant experience

planning o producing long-term business plans and revenue generation

plan o carrying out business modeling and risk assessments. o reviewing the proposals from financial aspects. o project budgeting. o analysing financial feasibility /sustainability of projects..

HR/Recruitment Expert

MBA or equivalent in HR or Personnel Management

Total 7 years experience with atleast last 3 years of relevant experience

Should have experience in: o complete recruitment process. o sound understanding of the labour market including placement

agencies, models adopted, job seekers etc. o providing training and preparation of training material (preferably

in IT systems). o preparation of capacity building strategy. o framing & Implementation of HR policies o manpower planning o talent acquisition

Legal Expert L.L.B Total 7 years of experience with atleast last 3 years of relevant experience

Should have experience in preparation of contracts / agreements / MoUs etc.

Should have provided services in laws and regulations related to labour and employment, industrial relations.

Should have experience in advising on: o employment laws, labour laws, industrial relations. o employees Rights, employment and service contracts, labour

disputes and Industrial actions etc. o compliance to employment laws and labour laws.

Note: The roles & responsibilities of the experts for the project shall be based but not limited to the ‘Relevant Experience’ as desired in the above table. The expected roles & responsibilities of the experts shall be formalised in discussions with the bidder and as approved by the PSC of DGE&T.

Page 43: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |43

ANNEXURE C2: ANNUAL TURNOVER FORMS

The annual turnover forms as provided in Annexure 1, Form 4, page 49 of the RFP have been revised as

given in this annexure. These revised forms shall be submitted by the bidder in their bids for the following

eligibility criteria:

The bidder should have an annual turnover of not less than INR 100 Crores in each of the last

three financial years (i.e. 2010-11, 2011-12 & 2012-13). Out of this atleast INR 50 Crores should

be from operations in India for each of the last three financial years (i.e. 2010-11, 2011-12 &

2012-13).

For this criterion, the bidder needs to submit the details as per Form 4.1. and 4.2. as given in this

annexure.

The Bidder should have an annual turnover of atleast INR 15 Crore from IT consultancy/IT

Advisory services in India for each of the last three financial years (i.e. 2010-11, 2011-12 & 2012-

13).

For this criterion, the bidder needs to submit the details as per either Form 4.3.a. or 4.3.b. as

given in this annexure.

Form 4.1.

We hereby certify that total annual turnover of M/s. ____________________ (Name of the bidder) for

the each of the last three financial years is as given below:

Annual Turnover for the Last 3 Financial Years in Indian Rupees (in Crores)

Year

(2010-11)

Year

(2011-12)

Year

(2012-13)

(Signature of Statutory Auditor)

Name of Statutory Auditor:

Name of Statutory Auditor Firm:

Seal

Page 44: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |44

Form 4.2.

We hereby certify that total annual turnover of M/s. ____________________ (Name of the bidder) for

the each of the last three financial years (i.e. FY 2010-11, 2011-12 & 2012-13), exceeds INR

_____crores from operations in India.

(Signature of Statutory Auditor)

Name of Statutory Auditor:

Name of Statutory Auditor Firm:

Seal

Form 4.3.a

We hereby certify that the total turnover from IT Consultancy/IT Advisory Services of M/s.

____________________ (Name of the bidder) for the each of the last three financial years from

operations in India is as given below:

Annual Turnover for the Last 3 Financial Years in Indian Rupees (in Crores)

Year

(2010-11)

Year

(2011-12)

Year

(2012-13)

(Signature of Statutory Auditor)

Name of Statutory Auditor:

Name of Statutory Auditor Firm:

Seal

Page 45: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |45

Form 4.3.b

We hereby certify that the total turnover from IT Consultancy/IT Advisory Services of M/s.

____________________ (Name of the bidder), exceeds INR. _____crores in each of the last three

Financial Years (i.e. FY 2010-11, 2011-12 & 2012-13), from operations in India.

(Signature of Statutory Auditor)

Name of Statutory Auditor:

Name of Statutory Auditor Firm:

Seal

Page 46: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |46

ANNEXURE C3: EVALUATION CRITERIA: TECHNICAL BID

The technical bid evaluation criteria as provided in Annexure 3, page 64 of the RFP is revised as given

below and shall be used for technical evaluation of bids.

S.No. Evaluation Criteria

Maximum

Score /

Marks

Min.

Cut-off

RA PAST EXPERIENCE OF THE FIRM

The criteria for scoring have been revised as given below. Further, for

submission of the required project credentials under various

categories of experience, the bidder should consider the following

aspects:

The details for each of the experience must be provided in

the format as given in the RFP (refer form -2: past

experience, page 56)

The experience provided should be supported with the

following documents / proofs, failing which the experience

shall not be considered for evaluation:

o Copy of Work Order

o Copy of Completion Certificate.

- In case the completion certificate from the

client is not available

the authorised signatory of the

bidder shall provide an undertaking

stating clearly that the project has

been completed.

o Proof of completion of the stated value of the project:

- In case the value is not depicted on the work

order or completion certificate provided by

the Client, then the bidder needs to either

provide the copy of invoices or a written

confirmation from the Client for the stated

value or an undertaking from the statutory

auditor of the bidder.

For each category (i.e. RA.1., RA.2.,RA.3 etc) the bidder

should provide distinct project credentials. However, a project

credential may be repeated across categories if the same

has multifaceted scope.

40 24

RA. 1. Experience in providing services for IT consultancy project for

preparation of Detailed Project Report / IT Strategy to Central

Government / State Government / PSU / Government bodies of India,

9

Page 47: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |47

S.No. Evaluation Criteria

Maximum

Score /

Marks

Min.

Cut-off

within the last 5 years .

The bidder should provide three distinct project details / credentials

for this criterion. Each project should be completed.

Each project credential shall carry a maximum score / marks of 3

each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 3 marks)

Herein the scores / marking shall be as given below:

o Central / State Government: 100% of x.

o PSU / Government Bodies: 60% of x

Total Value of the Project (y marks, where y=35% of 3 marks)

Herein the scores / marking shall be as given below:

o More than 70 lakhs: 100% of y

o More than 50 lakhs and less than 70 lakhs: 80% of y.

o 40 Lakhs to less than 50 lakhs: 60% of y

Relevance to the assignment (z marks, where z=30% of 3

marks).

Herein the scores / marking shall be as given below:

o DPR/IT Strategy for an integrated web based project

including the components similar to the ones

mentioned in the scope of ‘Interim Project Report’ as

defined in the scope of this RFP: 100 % of z.

o DPR /IT Strategy for IT Project for integrated IT

application excluding hardware infrastructure : 80%

of z

o DPR /IT Strategy for IT Project including only

hardware and/ or network infrastructure : 60% of z.

RA.2. Experience in preparation of IT project (i.e. web based application or

portal solution) related RFP & Bid Process Management for a Central

Government / State Government / PSU / Government bodies of India,

within the last 5 years.

The bidder should provide three distinct project details / credentials

for this criterion. Each project should be completed.

Each project credential shall carry a maximum score / marks of 2

each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 2 marks)

Herein the scores / marking shall be as given below:

o Central / State Government: 100% of x.

6

Page 48: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |48

S.No. Evaluation Criteria

Maximum

Score /

Marks

Min.

Cut-off

o PSU / Government Bodies: 60% of x

Total Value of the Project (y marks, where y=35% of 2 marks)

Herein the scores / marking shall be as given below:

o More than 50 lakhs: 100% of y

o More than 30 lakhs and less than 50 lakhs: 80% of y.

o 20 Lakhs to less than 30 lakhs: 60% of y

Relevance to the assignment (z marks, where z=30% of 3

marks).

Herein the scores / marking shall be as given below:

o RFP, Bid Process Management & Contract

Preparation of web based IT project including the

components (Portal / web based application,

hardware infrastructure etc.), similar to the

components required for NCSP as per the scope of

the project: 100 % of z.

o RFP, Bid Process Management & Contract

Preparation of web based IT project excluding

hardware infrastructure : 80% of z

o RFP, Bid Process Management & Contract

Preparation of IT Project including only hardware

or/and network infrastructure: 60% of z.

RA. 3. Experience in providing Project Management support services for

managing & monitoring IT implementation projects for Central

Government / State Government / PSU / Government bodies of India,

within the last 5 years

The bidder should provide three distinct project details / credentials

for this criterion. Each project should have completed at least 1 year

of engagement.

Each project credential shall carry a maximum score / marks of 3

each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 3 marks)

Herein the scores / marking shall be as given below:

o Central / State Government: 100% of x.

o PSU / Government Bodies: 60% of x

Total Value of the Project (y marks, where y=35% of 3 marks)

Herein the scores / marking shall be as given below:

o More than 2 crores: 100% of y

o More than 1.5 crore and less than 2 crores: 80% of y.

o 1 crore to less than 1.5 crores: 60% of y

9

Page 49: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |49

S.No. Evaluation Criteria

Maximum

Score /

Marks

Min.

Cut-off

Relevance to the assignment (z marks, where z=30% of 3

marks).

Herein the scores / marking shall be as given below:

o Project Management of web based IT project

including the components (Portal / web based

application, hardware infrastructure etc.), similar to

the components required for NCSP as per the scope

of the project: 100 % of z.

o Project Management of web based IT project

excluding hardware infrastructure : 80% of z

o Project Management of IT Project including only

hardware or/and network infrastructure: 60% of z.

RA. 4. Experience in providing IT Audit (internal systems audit) services

within the last 5 years.

The bidder should provide two distinct project details / credentials for

this criterion. Each project should be completed.

Each project credential shall carry a maximum score / marks of 3

each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 3 marks)

Herein the scores / marking shall be as given below:

o Government bodies in India: 100% of x.

o International Government organisations: 80% of x.

o Private organisations in India: 70% of x.

o International Private organisations: 60% of x.

Total Value of the Project (y marks, where y=35% of 3 marks)

Herein the scores / marking shall be as given below:

o More than 30 lakhs: 100% of y

o More than 25 lakhs and less than 30 lakhs: 80% of y.

o 20 Lakhs to less than 25 lakhs: 60% of y

Relevance to the assignment (z marks, where z=30% of 3

marks).

Herein the scores / marking shall be as given below:

o IT / Application Security Audit of an Internet based

Portal: 100 % of z.

o IT / Application Security Audit of an Internet based

Web application: 80 % of z.

o IT / Application Security Audit of an application

running on intranet: 60 % of z.

6

Page 50: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |50

S.No. Evaluation Criteria

Maximum

Score /

Marks

Min.

Cut-off

RA.5. Experience in HR (Human Resource) consulting project within the

last 5 years.

The bidder should provide two distinct project details / credentials for

this criterion. Each project should be completed and should be of at

least INR 20 lakhs value.

Each project credential shall carry a maximum score / marks of 5

each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 5 marks)

Herein the scores / marking shall be as given below:

o Government bodies in India: 100% of x.

o International Government organisations: 80% of x.

o Private organisations in India: 70% of x.

o International Private organisations: 60% of x.

Total Value of the Project (y marks, where y=35% of 5 marks)

Herein the scores / marking shall be as given below:

o More than 30 lakhs: 100% of y

o More than 25 lakhs and less than 30 lakhs: 80% of y.

o 20 Lakhs to less than 25 lakhs: 60% of y

Relevance to the assignment (z marks, where z=30% of 5

marks).

Herein the scores / marking shall be as given below:

o HR consulting in preparation of recruitment process

& HR policies of an organisation: 100 % of z.

o HR consulting in organisational change

management: 80 % of z.

o HR consulting for capacity building including content

creation : 60 % of z.

10

RB RESOURCE ASSESMENT (Proposed Team) 40 24

RB. 1. The capability of the proposed Team

Core Team

- Project Manager (9 marks)

- Functional Consultant ( 6 marks)

- Technical Consultant (6 marks)

Strategy Team i.e. Team of Experts

- Quality Expert (3 marks)

- IT Security Expert (3 marks)

- Technology Expert (3 marks)

Page 51: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |51

S.No. Evaluation Criteria

Maximum

Score /

Marks

Min.

Cut-off

- Financial Expert (3 marks)

- HR / Recruitment Expert (4 marks)

- Legal Expert (3 marks)

Each manpower proposed for the above profiles shall be evaluated

out of the total allotted score based on their relevancy of their

experience.

The details on these resources should be provided as per the format

provided in Annexure 1, form-3, page 58 of the RFP, along with

copies of certification if any.

RC APPROACH, METHODOLOGY AND WORKPLAN PROPOSED

FOR THE PROJECT

20 12

RC. 1. Proposed approach, methodology and work plan based on the

understanding of scope of the project.

Some of the parameters to be evaluated shall include:

Understanding of the project and its objectives (5 marks).

Overall approach and methodology for the projects (5 marks).

Project Plan with milestone and timelines (5 marks).

Risk Management (5 marks).

Based on the requirement of DGE&T, the proposed team (i.e.

proposed core team and strategy team), may be asked to make a

presentation highlighting their understanding on the project based on

the requirements / scope of work, staff deployment plans etc.

provided in the RFP.

TOTAL SCORE 100 70

The bidder needs to achieve atleast 60% of the marks for each category of the technical

evaluation criteria as stated above and an overall technical score of 70 to qualify in the technical

evaluation.

Page 52: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |52

ANNEXURE C4: SERVICE LEVEL AGREEMENT (SLAs)

Service Levels and Penalties:

Bidder is expected to meet the following Service Levels in the normal course of carrying out the activities as per the detailed Scope of Work. In

case of default on any or all such Service Levels, the DGE&T will reserve the right to levy Penalties on the Bidder.

S.No. Service Expected Service level Penalty level in case of breach of the expected service level

1. Deployment of the core team

during the contract period (i.e.

phase I & phase II) after

signing the contract with the

DGE&T.

1 week Project Manager

(1.0 x t)% of the monthly payment to be made to the appointed

bidder (i.e. consulting agency) for the Project Manager, for every

week delay beyond the expected service level.

[where t is the number of weeks delay beyond the expected

service level]

Technical & Functional Consultant

(0.5 x t)% of the monthly payment to be made to the appointed

bidder (i.e. consulting agency) for the concerned resource

/manpower (i.e. Technical or Functional Consultant), for every

week delay beyond the expected service level.

[where t is the number of weeks delay beyond the expected

service level]

2. Deployment of the expert(s)

during the contract period

based on written intimation

from DGE&T.

2 weeks (0.5 x t)% of the weekly payment to be made to the appointed

bidder (i.e. consulting agency) for the concerned requested

expert(s), for every week delay beyond the expected service level.

[where t is the number of weeks delay beyond the expected

service level]

3. Replacement of personnel of

the core team during the

contract period (i.e. phase I &

phase II respectively) [as

Maximum 3 weeks from date of

approval from DGE&T,

including Minimum 1 week of

handover time.

If Project Manager is replaced

(1 x t)% of the monthly payment to be made to the appointed

bidder (i.e. consulting agency) for the Project Manager, for every

Page 53: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

P a g e |53

S.No. Service Expected Service level Penalty level in case of breach of the expected service level

initiated by the Bidder or

requested by DGE&T].

week delay beyond the expected service level.

[where t is the number of weeks delay beyond the expected

service levels].

If Functional or Technical consultant are replaced

(0.5 x t)% of the monthly payment to be made to the appointed

bidder (i.e. consulting agency) for the concerned manpower /

resource (i.e. Functional or Technical Consultant), for every week

delay beyond the expected service level.

[where t is the number of weeks delay beyond the expected

service levels].

4. Replacement of the personnel

of the ‘Strategy Team’ i.e.

team of experts during the

contract period as initiated by

the Bidder.

Maximum two replacements in

a year.

(0.5 x n)% of the weekly payment to be made to the appointed

bidder (i.e. consulting agency) for the concerned expert(s)

replaced beyond the expected service level

[where n is the number of replacements beyond the expected

service level]

Calculation of Penalties

The penalty percentages applicable for violation of Service Levels are specified in the table above.

The aggregate penalty herein shall not exceed the amount for each phase as given below:

o Phase 1: 15% of the contract amount for this phase.

o Phase 2: 15% of the amount to be paid to the core team in a year.

In situation, where the Bidder has incurred a penalty defined above during the respective phase in the contract period, the DGE&T

reserves the right to terminate the Contract altogether without further notice.

Page 54: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

1

Directorate General of Employment and Training Ministry of Labour and Employment

Government of India

21 March 2014

Pre bid meeting for engaging a Consulting Agency (PMU) for

National Career Service

1

Agenda for the meeting

• Background

• Role of DGE&T

• EE-MMP

• National Career Service Project

• RFP details

• Queries

2

Page 55: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

2

Indian Demographics

• Largest democracy in the world with 1.2

billion population

• Over 50% population under the age of 25

years

• Projected skilled manpower shortage of 56.5

million globally by 2020 while India to have

surplus of 47 million

3

S. No. Item 1999-2000 2004-05 2009-10 2011-12

1 Total Labour Force 406.06 469.94 474.98 483.7

2 Total Employment 397.00 459.10 465.48 472.9

3 Unemployment 9.04 10.84 9.50 10.8

4 Unemployment Rate (%) 2.2 2.3 2.0 2.2

5 Employment in Organized Sector*

28.11 26.46 28.71 29.0

6 Employment in Unorganized Sector

369.00 432.64 436.77 454.7

7 No. of Job Seekers Registered with Employment Exchange

41.34 39.35 38.15 40.17

(in millions)

Employment & Unemployment scenario in India

4

Page 56: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

3

National Policy on Skill Development (2009) provides a holistic framework to address all issues systematically

• Target to train 50 million persons by 2017

• Aims to enhance individual employability and strengthen competitiveness of the country

• Address issues of o Expanding outreach, equity & access, quality & relevance

o Creation of Sector Skill Councils

o Development of Employment Market Information System

o National Skills Qualification Framework, etc.

5

National Policy on Skill Development

Directorate General of Employment & Training - existing institutions

1. Network of ITIs, RVTIs, ATIs – supply of skilled workforce

2. Employment Exchanges managed by State Governments

3. Vocational Rehabilitation Centers and Coaching-cum-Guidance Centres for disadvantaged groups

6

Page 57: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

4

DGET lays down policy for Employment Exchanges (managed by States)

Employment Exchange (Compulsory Notification of Vacancies) Act, 1959

Notification of vacancies, submission of forms

7

Current Statistics

Employment Exchanges 956

Job-seekers registered 40 million (approx)

Annual placements 400, 000 (approx)

Employment Exchanges

To enhance employability of individuals, create awareness of the employment market – promote self-employment – provide a continues assistance to applicants and job seekers in planning their

vocational careers and in solving their employment and vocational problems

Target Audience – Job-seekers – Unemployed youth – Adults ( applicants with specific work experience) – Students (School/College/Universities)

8

Key Figures

Vocational Guidance Units 409

University Employment Information and Guidance Bureaus 75

Vocational Guidance

Page 58: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

5

• Employers/institutions /Establishments

• Job seekers

• Employment Exchange (EEx) Officers

• Training Institutions

Information asymmetry

• Manual search and job-matching

• Manual compilation of returns and MIS reports

Low level of IT usage

• Dissatisfied job-seekers

• Dissatisfied employers

Long gestation period for placements

• Capacity building of National Employment Service personnel

• Inadequate infrastructure and resources

• Complicated processes

• Physical travel to employment exchanges

• Jurisdictional issues on vacancies and skills availability

Other Challenges

9

Low registration &

placements

Challenges in Employment Services

A Mission Mode Project

Involves Business Process Re-engineering

10

Transformation to National Career Service (NCS)

Page 59: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

6

11

Mis

sio

n

To increase placement of the job seekers registered with Employment Exchanges

Vis

ion

To provide a national platform for interface between stakeholders for responsive, transparent and efficient employment services in order to meet skill needs of a dynamic economy

Obje

ctives

▪ Easy accessibility of services of employment exchanges for all the stakeholders

▪ Provide assessment of capabilities and relevant vocational guidance services to job seekers in improving their employability

▪ Provide accurate and quality Employment Market Information for planning and decision making in a timely manner

▪ Collection and dissemination of information on employment and training to job seekers and employers in organized and unorganized sector

National Career Service Objectives

Using IT to provide a Single Window information with search facility on the following services for youth ‒ Apprenticeship

‒ Skill development courses

‒ Vocational training programs

‒ Career counseling and guidance

Verification of documents at EEs

Notification of Vacancies and providing relevant search facilities for Job-seekers and Employers

Revision of NCO Codes

Multiple delivery channels – e-PRI, CSCs, e-Kiosks

On-demand MIS reports - e-filing of reports and returns

12

Recommendations of Working Group

Page 60: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

7

Proposed NCS system

13

Proposals of States to be examined and processed for:

‒ IT Requirements

‒ IEC and advocacy campaigns

Identify additional service delivery points for EE activities

Change Management and Capacity building of stakeholders

States having IT systems in place ‒ Pipes and bridges to be made for linking with national portal and

sharing database

States not having IT systems in place ‒ Identify requirement of IT infrastructure availability in employment

exchanges – assessment based

14

Looping in States

Page 61: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

8

Garnering support of Industry and Manufacturing Associations, Chambers of Commerce ‒ Registration of establishments

‒ Notification of vacancies

‒ Requirement of skilled manpower

Placement Agencies ‒ Sharing of databases through collaboration

Collaboration and agreements for enhancing registration of job-seekers, establishments and notifying vacancies

Legislative arrangements

15

Private Sector Involvement

16

SL

No Line Activity Target Date

1 Release of RFP for PMU 4-Mar-2014

2 Selection of Consultancy Agency for Project Management (PMU) 1-May-2014

3 Inception Report of PMU 15-Jun-2014

4 Release of Guidelines for States 1-Jul-2014

5 Interaction with stakeholders for shaping the contours of NCSP 15-Jul-2014

6 Selection of System Integrator 31-Aug-2014

7 Setting up of delivery channels 30-Sep-2014

8 IT Infrastructure set up for portal 15-Oct-2014

9 Assistance to States for upgradation 30-Oct-2014

10 Design, Development and Launch of National Career Service Portal

(NCSP) – Beta version

30-Nov-2014

11 Launch of National Career Service Portal (NCSP) – Phase 1 16-Dec-2014

12 Helpdesk through toll-free number 16-Dec-2014

14 Capacity Building – Phase 1 17-Dec-2014

15 Monitoring and Evaluation Ongoing

16 Value added services 28-Feb-2015

Project Timelines (Tentative)

Page 62: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

9

17

PMU RFP details

Events Date & Time

1. Response to queries & release of corrigendum on website

25th March 2014

2. Last date of submission of Technical Bid

12 noon, 11th April

3. Opening of Technical Bids 3:00 PM, 11th April

4. Opening of Financial Bids To be communicated later

Important Dates

18

Page 63: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

10

PHASE I: PROJECT INCEPTION & BID PROCESS MANAGEMENT

1. Project Inception Report T0+ 2 weeks

2. Project Interim Report T0+ 2 months

3. Request for Proposal (RFP) T1+ 1 month

4. Bid Process Management T2+1.5 months

5. Contract for NCSP Implementation T2+2 months

PHASE II: PROJECT MANAGEMENT SUPPORT

6. Project Management Support T3+4 years

7. IT/Application Security Audits (First Time & Recurring)

Submission of Draft Report (First testing / audit report) T4+10 days

Submission of Final Report , testing/audit and acceptance T4+42 days

Issuance of Compliance Security Certificate T4+45 days

Support from the ‘Strategy Team’ (based on requirement) anytime during the entire

duration of the project

Scope of Work & Timelines

19

Composition of the team

20

CORE TEAM - (Deployed for Phase I & II)

• Project Manager

• Functional Consultants

• Technical Consultants

STRATEGY TEAM - (As per requirement basis)

• Domain experts include: Quality Expert IT Security Expert Technology Expert Financial Expert HR / Recruitment Expert Legal Expert

Page 64: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

11

1 Registered Company since last 5 years as on 31st March 2013

2 Annual turnover of at least INR 100Cr. in each of the last 3 financial years from India operations

3 Annual turnover of at least INR 15Cr. from IT consultancy/IT Advisory services in India for each of the last 3 financial years

4 Completion of at least 1 project in each area for a Central Govt./ State Govt./ PSU/ Govt. bodies of India, within the last 5 years: IT consultancy project - at least INR 40 Lakhs IT project related RFP & Bid Process Management Project Management assignment for managing & monitoring IT implementation project - at

least INR 1 Cr. IT Audit project - at least INR 20 Lakhs HR (Human Resource) consulting project - at least INR 20 Lakhs

5 At least 100 full-time consultants (for IT consulting projects, e-governance, program/project management, IT audit projects etc.) as on date of submission of the bid

6 The bidder should not have been blacklisted or be under a declaration of ineligibility for fraudulent or corrupt practices by any Govt. entity (Central or State Govt. or PSU)

7 The bidder should have submitted the Tender document fee (nonrefundable) and the EMD as mentioned in the RFP

Eligibility Criteria

21

Stage I: Technical Bid Evaluation (Tb)

Stage II: Financial Proposal Evaluation (Fn)

– The Financial bids of those bidders who qualify the technical evaluation will only be opened

– Financial Scores will be computed as: Fn = 100 x (Fmin / Fb)

(Fb = absolute financial quote for the bidder under consideration

Fmin = minimum absolute financial quote obtained by any bidder)

Final Evaluation

– Proposals will be ranked according to their combined technical (Tb) and financial (Fn) scores using the weights

(T = 0.70 weight given to Tb; P = 0.30 weight given to Fn; T + P = 1)

Technical Bid

Technical Bid Presentation

This stage is scored out of 100.

Minimum absolute technical score to qualify for financial evaluation is 70 with each category

of technical evaluation criteria achieving minimum 60% of the marks for that category

Evaluation Methodology

Combined technical and financial score (S) = Tb x T + Fn x P 22

Page 65: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

12

S.NO Evaluation Criteria Max Score

Min Cut-off

A PAST EXPERIENCE OF THE FIRM 40 24

A1

Providing services for IT consultancy project for preparation of Detailed Project Report /IT Strategy (3 projects)

9

A2 Preparation of IT project related RFP & Bid Process Management (3 projects)

6

A3 Providing Project Management support services for managing & monitoring IT implementation projects (3 projects)

9

A4 Providing IT Audit service of value at least INR 20 Lakhs (2 projects) 6

A5 Experience in HR (Human Resource) consulting project (2 projects) 10

B RESOURCE ASSESMENT (Proposed ePMU Team) [Core & Strategy] 40 24

C APPROACH, METHODOLOGY AND WORKPLAN PROPOSED 20 12

Proposed approach, methodology and work plan based on the understanding of scope of the project

TOTAL SCORE 100 60

Technical Evaluation Criteria

23

Phase I: Project Inception & Bid Process Management

Phase II: Project Management Support

A: Project Management Support

SR No Milestone/ Deliverable Amount (%)

1. Project Inception Report 10% of F1 10% of F1

2. Project Interim Report 30% of F1 30% of F1

3. Request for Proposal (RFP) 30% of F1

4. Bid Process Management & Submission of Contract for NCSP Implementation

30% of F1

Project Management Support

Quarterly payment for the deployment of the core team as per the rates specified in their financial proposal in the format provided in the Annexure 2 of the RFP.

Payment Schedule

24

Page 66: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

13

B : IT/Application Security Audits (First Time & Recurring)

Strategic Support for entire duration of the project

SR No Milestone/Deliverables Amount (%)

1. Submission of Draft Report (First testing / audit report) 30% of FA

2. Submission of Final Report after necessary round of testing/audit and acceptance of the same by DGE&T / NIC / hosting partner of DGE&T

40% of FA

3. Issuance of Compliance Security Certificate i.e. certifying that the Portal is “Safe for Hosting” and acceptance of the same by DGE&T/ NIC / hosting partner of DGE&T.

30% of FA

Strategy Team: Team of Experts

Payment for the time duration the expert(s) are deployed during the project. The payment would be made after completion of the requested deployment and would be based on the pro-rata rate provided in Annexure 2 of the RFP. Further, the payment would be made on quarterly basis.

Payment Schedule

25

Queries & Discussion

26

Page 67: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

14

Query Coverage

27

Section 1: Invitation for Bids Section 2: Tender Details Section 3: Instructions to Bidders Annexures

• Scope of Work • Core & Strategic Team • Timelines • Eligibility Criteria • Bid Evaluation • Payment Terms • Penalties /Liability • Termination • Confidentiality • IPR • Technical Evaluation • Others

1. Scope Related:

‒ Interdependency between EEMMP DPR and NCSP project: The NCSP is a national platform and does not envisage the scope of the EEMMP

‒ Commonality between NCSP & Labor Management Information System (LMIS): The NCSP will provide linkages with LMIS

‒ Coverage of IT/Application Scope: will be provided

2. Team Related:

‒ Details on Strategy Team /Team of Experts: will be provided

‒ Experience, qualification etc.: will be provided

‒ Mechanism to finalize the duration of involvement of experts: to be decided by the Project Steering Committee

‒ Location of team deployment : on DGET premises

‒ Subcontracting: not permissible in RFP

28

Key Queries - categorised

Page 68: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

15

3. Timelines Related:

‒ Dependency of Audit timelines on Implementing Agency: will be provided

4. Eligibility Related: Will be clarified

‒ Consideration of global experience, private projects, on-going projects

‒ Relevance of IT RFP & Bid Process Management experience

‒ Self Certification

5. EMD: clarified

‒ Validity of DD as per RBI guidelines is 90 days

29

Key Queries

6. Others: will be clarified

‒ Bid Evaluation

‒ Payment Terms (and taxes)

‒ Penalties /Liability

‒ Termination

‒ Confidentiality

‒ IPR

‒ T&C/Clauses

‒ Formats in Annexures

‒ General 30

Key Queries

Response to all queries shall be provided in writing as per the schedule provided in the RFP.

Page 69: Corrigendum: Pre-bid Queries & Clarifications - DGTdgt.gov.in/upload/uploadfiles/files/NCSP.pdf · Corrigendum: Pre-bid Queries & Clarifications ... Instructions to Bidders B.1. Eligibility

25-03-2014

16

Events Date & Time

1. Response to queries & release of corrigendum on website

25th March 2014

2. Last date of submission of Technical Bid

12 noon, 11th April

3. Opening of Technical Bids 3:00 PM, 11th April

4. Opening of Financial Bids To be communicated later

Important Dates

31

32

Further queries ???

Email ID: [email protected], [email protected]