part-b request for proposal (rfp) maintenance of workforce … · 2014. 9. 17. · part-b request...

25
Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for IT –IT Enabled Services Sector IT-ITES Sector Skills Council, 4E-Vandana Building (4th Floor) 11, Tolstoy Marg,New Delhi-110001. T +91 11 41519230/60 F +91 11 41519240

Upload: others

Post on 30-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

Part-B

Request for Proposal (RFP)

Maintenance of Workforce Market Intelligence

System (WFMIS) for IT –IT Enabled Services Sector

IT-ITES Sector Skills Council, 4E-Vandana Building (4th Floor)

11, Tolstoy Marg,New Delhi-110001.

T +91 11 41519230/60 F +91 11 41519240

Page 2: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

2

Contents 1. Brief about WFMIS ....................................................................................................................................... 4

2. Architecture and Technical Specifications ................................................................................................... 4

2.1. Architecture of WFMIS on Amazon Web Services:- ............................................................................ 4

2.2. Technical Specifications ....................................................................................................................... 5

3. Scope of Work and Deliverables for the Vendor ......................................................................................... 5

1.1.1. WFMIS Design Specifications ............................................................................................................... 6

4. Implementation Plan ................................................................................................................................... 6

5. Deliverables and Timelines .......................................................................................................................... 8

6. Evaluation Criteria ........................................................................................................................................ 9

7. Terms of Engagement .................................................................................................................................. 9

1.2. Responsibilities of the Selected Party .................................................................................................. 9

1.3. Terms and Conditions ........................................................................................................................10

8. Bid Evaluation and Selection Process ........................................................................................................10

1.4. Proposal submission guidelines .........................................................................................................10

1.4.1. Technical Proposal .............................................................................................................................10

1.4.2. Commercial Proposal .........................................................................................................................10

1.5. Bid Evaluation ....................................................................................................................................11

1.5.1. Technical Evaluation ..........................................................................................................................11

1.5.2. Commercial Evaluation ......................................................................................................................11

1.5.3. Calculation of Final Score ...................................................................................................................11

1.6. Evaluation Criterion ...........................................................................................................................12

1.7. Proposed Timelines for selection process .........................................................................................13

1.8. General terms and conditions ............................................................................................................13

9. Documents Submission ..............................................................................................................................16

Form 1: Covering letter with the Proposal in response to RFP Notice ..............................................................17

Form 2: Relevant Project Experience .................................................................................................................19

Form-3: Resource Profiles ..................................................................................................................................20

Form 4: Details of responding organization.......................................................................................................21

Form 5: Approach, Methodology and Work Plan ..............................................................................................24

Annexure-I: Commercial Bid format ..................................................................................................................25

Page 3: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

3

Page 4: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

4

1. Brief about WFMIS

WFMIS is ‘one single source’ of all information available on the workforce. Information therein must be relevant across

the industry, trade, geography, and timelines, must cover information on the necessary skills, education, and so on w.r.t.

occupations in the industry sector. WFMIS must support informed decision making, by providing research authenticated

reliable workforce market information to the stakeholders.

The WFMIS system is also updated on regular basis to ensure that data held is not obsolete and that such data meets the

needs of the WFMIS user.

WFMIS is live to public at the URL: www.sscnasscom.com and www.sscnasscom.org.

More details about WFMIS are available in the WFMIS Concept Note.

2. Architecture and Technical Specifications

2.1. Architecture of WFMIS on Amazon Web Services:-

Cloud Architecture for WFMIS

Page 5: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

5

2.2. Technical Specifications

The following are the technical specifications for WFMIS:-

Technology WFMIS Component

Operating System Ubuntu Linux

WSGI HTTP Server Gunicorn

Cloud Services Nginx

Database Server MySQL 5.0.15 or higher

Programming Language Python

Frameworks Django

Content Management System Divio Django CMS

Search Engines Elastic search

Dashboarding / Reporting D3.js, Angular

3. Scope of Work and Deliverables for the Vendor

The Scope of work includes but not limited to:

Implementation of new changes, including design and architecture, in the application as and when any new business

rules and deployment, logic processes etc. comes into effect.

Development of new forms and reports of various modules as needed from time to time as required by SSC

NASSCOM.

Dynamically link WFMIS with external sources, such as job portals and company Web sites for fetching information

using Web Services.

Integrate with external Skill Development portals such as SDMS

Enhancement such as storing candidate information depending on various projects, such as STAR

Analysis of the source code and Document the source code with the description, functional dependency and scope

of each code is required.

Further cleaning and optimization of the source code and making it more efficient to improve the performance.

Tuning and code changes for optimal performance.

Module Version Control of the portal’s source code using versioning repositories like Git Hub.

Debugging and fixing of problems arising in the running applications

Maintaining System, source control, and user documentation of the portal

Hand holding training to the end-users and systems personnel.

Updating of the Django framework and plugin is required for better response and performance of website.

Providing fortnightly reports on the completed work

Suggesting new method and processes for enhancements

Performing regular tests and maintaining test reports and its output

Page 6: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

6

1.1.1. WFMIS Design Specifications

The following are the design specifications that must be considered and followed before making any changes or fixing

bugs in WFMIS:-

Must be compatible with IE 8.0 and above, Safari 4.x, Google Chrome, and Firefox 10.x.

Must be built in accordance to the Web Content Accessibility Guidelines 2.0, provided by the W3C.

Must not require users to download any additional components, such as ActiveX controls.

Must ensure that all pages are consistent in terms of design and specifications. Pages must adhere to a common

navigation scheme.

Must be designed with a balance of text and graphics such that each page loads in 8 seconds or less

Must introduce new changes or fixes to be visually appealing, with the mix of text and graphics.

The layout should use consistent color, graphics, and font.

4. Implementation Plan

It is proposed that the Bidding Organizations to describe the following in the proposal:

4.1: Testing and Debugging

Even though WFMIS has been launched with initial functionalities but an independent testing needs to be performed

and accordingly bugs need to be addressed. As part of WFMIS maintenance, this will be a regular activity. SSC NASSCOM

expects the following tasks to be performed by the selected party:-

Structured cycles of automated testing, which should be done using various tools.

It is expected that selected party will use a bug tracking tool to capture errors and SSC NASSCOM will have

access to the complete project. The bug tracking tool should be able to generate reports in the proposed format

as shown below:

Reference No.

Test Name

Technology

Test Results Test (Fail/ Severity)

Error Resolution

OS Browser

Specific Part of Website & Page

Action/ Events

Expected Results

Actual Results Failure Description

Failure Severity - High, Medium, or Low

Estimated time required for resolution

N=Not Tested; P=Pass; F=Fail. If F, Describe Failure

Proposed sample format for the Testing Report of WFMIS

Note: This format can be revised if it can be replaced by a more appropriate format.

Proper documentation of the cause and resolution of the error for future reference and transparency. Also this

will help in improving the error resolution time.

Prompt response to all issue or error raised by SSC NASSCOM and resolving it in a given time frame depending

on the severity and priority of the issue/error. As the website is live and any bug should not retain too long on

the WFMIS.

Page 7: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

7

The Severity of the issues depends on the following criteria:-

Severity Remarks

HIGH Its impact on the whole project is critical and these are show stopper

problems.

MEDIUM Its impact on the whole project is relative, but requires changes to be done

prior to phase cut over.

LOW Its impact on the whole project is low. Thus, depending on user decision,

changes can be done sometimes after phase cut over.

Severity Criteria

The priority and severity of the errors can be evaluated on the bases of the following matrix

Issue Severity and Priority Matrix

Page 8: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

8

4.2: Changes required by the SSCNASSCOM

There are some changes that are required by SSC NASSCOM and some changes may be required after evaluation of the

feedback from the users. All these changes need to be incorporated by the selected party followed by acceptance testing

performed by the SSC NASSCOM team.

The following type of changes would be required on WFMIS:-

Addition of new pages, components and functionality

Need to add new components and functionalities to the existing system of WFMIS. New forms for collecting

data from different stakeholders are required

Modification in page design and adding new templates for new pages or components

Linking with forms, components and pages on other platform

Customization and modification of few plugins and functionalities of the website

4.3: Day to Day maintenance and Error resolutions:-

This part consist of day to day maintenance and resolution of the issues raised by SSC NASSCOM. This is required for

smooth running of the website and also detection of the errors that any user might be facing while using the website.

These errors will need to be fixed on priority and under strict timelines.

4.4: Implementing Version Control through Git-hub

This implementation of version control on source code of WFMIS through Git-Hub private repository. So that we could

manage change and if any change to the code causes any side-effect to the proper functioning of the website we could

revert back to the earlier state. This part is important before any further work done on the source code to preserve the

present state of the website.

4.5: WFMIS Plugins & framework version updates

The Django Framework, SQL database and various plugins used on the website are latest stable versions but to improve

the website performance regular up-gradation of these need to be done by the vendor. Further vendor should suggest

that which version of above mentioned items will be most suitable for the website.

5. Deliverables and Timelines

The deliverables must be submitted by the selected party to SSC NASSCOM.

All deliverables submitted by the selected party shall be signed-off and accepted by SSC NASSCOM within 2 weeks of the

submission of the report. The deliverables shall also include interim deliverables based on the detailed scope of work as

mentioned above, which will be submitted to SSC NASSCOM for approvals.

The deliverables must include the following:

Review of the existing WFMIS

Test Report using automated testing tools

Proposed changes and up-gradation plans

Proposed ongoing maintenance plans

Page 9: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

9

6. Evaluation Criteria

Criteria to be used to evaluate each RFP response:

Bidding Organizations should have resource people (with requisite qualifications) on their rolls on a permanent

basis. They should have proven expertise in the field of technology consultancy services offered to various

companies for their web portals, etc

Bidding Organizations that have handled similar assignments

They should have independently undertaken similar assignments within the last 2 or 3 years.

References of a few clients for whom similar assignment was handled in the past, with the name, address,

designation, contact phone number, email-id etc. of the contact person in such organizations must be furnished

with the responses.

Company empanelled vendors having skilled resources (with requisite qualifications) on their rolls on a

permanent basis. Vendor should provide 3 times the resource requirement per skill for the Company’s

shortlisting.

Proposed estimated time for error resolution according to severity and priority matrix mentioned above

The Bidding Organization must provide a complete project plan as to what is understood from the given

requirements

The Bidding organizations must comply with the above mentioned criteria. Non-compliance of any of the criteria

will entail summary rejection of the offer.

Photocopies of relevant documents / certificates must be submitted as proof in support of the claims made for

each of the above mentioned criteria. SSC NASSCOM reserves the right to verify / evaluate the claims made by

the Bidding Organizations independently.

7. Terms of Engagement

1.2. Responsibilities of the Selected Party

Carrying out the activities as indicated in this document and submission of all project deliverables to NASSCOM, within

the stipulated time frame.

Adhere to the timelines charted in the terms of this RFP.

Ensure that the quality of deliverables meet the expectations of SSC NASSCOM.

For any workshop / group discussion / presentation to be made during the project duration, the selected party

will conduct the workshop, prepare presentations and resource material (to be approved by SSC NASSCOM) and

document the proceedings of the workshop. Selected party will be expected to submit the presentation before

the workshop /group discussion /presentation.

The selected party will share with SSC NASSCOM all intermediate documents, drafts, reports, surveys and any

other item related to this assignment. No work products, methodology or any other methods used should be

deemed as proprietary and non-shareable with SSC NASSCOM by the selected party.

Selected party will work in close coordination with the Project Manager and team members of SSC NASSCOM

assigned for this project.

Page 10: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

10

1.3. Terms and Conditions

The selected party will be fully and completely responsible to the SSC NASSCOM for all the deliverables

The SSC NASSCOM requires that the bidding party should provide professional, objective, and impartial

advice and at all times hold the SSC NASSCOM’s interests paramount, strictly avoid conflicts with other

assignments/jobs or their own corporate interests and act without any consideration for future work

In case any of the proposed resources are found to be not performing or not meeting the expectations of

SSC NASSCOM, the bidding party shall find a replacement for the resource

SSC NASSCOM will evaluate the replacement profile and indicate the acceptance / rejection of the profile.

SSC NASSCOM may seek a personal interview of the person being proposed.

The SSC NASSCOM reserves the right to terminate the contract by giving a notice of one month if the

performance of the bidding party is not found satisfactory. The bidding party shall be given a period of

fifteen days to cure the breach or fulfil the contractual obligations

Failing which the SSC NASSCOM shall notify the bidding party /identified bidder in writing of this exercise,

and of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for

which the bidding party/ identified bidder is in default. The compensation will be limited to the scope of

the Deliverable

The bidding party to be selected through this bid/tender process will provide deliverables as indicated in

this document and as agreed upon in writing. The bidding party should note that as a part of the

requirement for this assignment the bidding party will share with the SSC NASSCOM all intermediate

documents, drafts, reports and any other item related to this assignment. No work products, methodology

or any other methods used should be deemed as proprietary and non-shareable with SSC NASSCOM by the

bidding party.

8. Bid Evaluation and Selection Process

Overall evaluation of the bids will be done in three stages namely Pre-qualification, Technical and Financial evaluation

based on QCBS. Only at the end the short listed bidders may be informed of the result and called for a presentation and

the subsequent final selection. The final awarding of the contract will be done based on a Quality & Cost Based Selection

(QCBS) procedure.

1.4. Proposal submission guidelines

1.4.1. Technical Proposal

The Technical Proposal should be submitted as a softcopy on a CD and two hard copies shall be couriered up to

NASSCOM, Delhi at the address: 4E Vandana Building (4th Floor), 11 Tolstoy Marg, Connaught place, New delhi-

110001,India and emailed to [email protected].

1.4.2. Commercial Proposal

The Commercial Proposal should be signed by the authorized signatory and submitted in a sealed envelope, only as a

hardcopy, separate from the Technical proposal. Softcopies are not permissible. The Commercial Proposal must adhere

to the following guidelines:

Page 11: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

11

The bidders should submit the Commercial proposal as per the format in Annexure-II

A single, all-inclusive price quote

Service Tax would be additional and as per actual

A detailed explanation of the pricing structure including all price components, unit costs, resource loading,

estimates of overheads and any other assumptions made in arriving at the final all-inclusive price quote

This overall price quote would also include fees against professional services

Out of Pocket Expenses for travel of the team outside of Delhi and for conducting workshop etc, would be

as per actual. However, an estimate as an upper limit must be included in the Commercial Proposal as a

separate head

The Commercial Proposal must be received by the due date mentioned in this RFP at the address: Executive

Director, IT-ITeS SSC NASSCOM, 4E, Vandana Building (4th Floor), 11 Tolstoy Marg, Connaught place, New

delhi-110001,India

1.5. Bid Evaluation

After the bidders submit their Technical and Commercial Bids according to the instructions provided in the sections

below, the bids will be evaluated through a two-stage process as described below:

a) Technical Evaluation

b) Commercial Evaluation

c) Calculation of Final Score

1.5.1. Technical Evaluation

As the first step, the Technical Bid will be evaluated based on the “Technical Evaluation Methodology” provided in the

subsequent section. Only those Technical Proposals that score equal to or more than 70% will be considered qualified.

1.5.2. Commercial Evaluation

The Commercial Proposals, only of the bidders whose Technical Proposals qualify (i.e. whose Technical-Score is equal to

or higher than 70%). The Commercial Proposals of the other bidders will be returned unopened.

Of the Commercial proposals opened, the lowest “Project-Cost” will be designated as “L1” and awarded a score of 100.

For the other qualifying bidders, their Commercial-Score will be calculated according to the formula: Commercial-Score

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

1.5.3. Calculation of Final Score

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

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

Four bidders in the top level w.r.t. Final-Score will be invited for a presentation and an interview. Post that, the bidder

with the best Final Sore will be called for the contract negotiation. In case of a tie in the Final-Score, the bidder with the

higher Technical-Score post the presentation and the interview will be first invited for the contract negotiation.

Page 12: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

12

1.6. Evaluation Criterion

Evaluation Criterion Selected party

Identification

Weightage (%)

1. Experience of the Firm 40

1.1 Experience of the firm in developing and maintaining Python and Django

and Django CMS based Applications

10

1.2 Provide client references (a minimum of 2) 10

1.3

Ability of Testing and Fixing of Bugs on WFMIS – experience with the

automated tools 10

1.4 Ability for customizing and developing new components for WFMIS and

linking it to the website – suggestions based on the current

development

10

2. Approach and Timelines 20

2.1 Proposed estimated time for error resolution according to severity and

priority matrix mentioned above

10

2.2 Ability to respond to issues within strict timelines and resolving

issues in a given time frame according to severity and priory

Plan, Approach, Timeline and documentation proposed

10

3. Lead and Team profile 20

3.1 Technical resources available with the firm with expertise on the

platform and languages mentioned in the technical specifications of

WFMIS

10

3.2 Experience in application maintenance of similar projects 10

4 Pricing 20

4.1 Proposed pricing for the defined phases of the project 20

Total Points 100

Total points will be designated as “Technical-Score” for each bidder. In order to qualify in the technical evaluation, the

bidder must have a minimum Technical- Score of 60 points out of the total 90 points.

Page 13: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

13

1.7. Proposed Timelines for selection process

Bidders may be invited for presentations and/or team interviews as part of the evaluation process. Details will be

provided at a later date. The following are the proposed timelines for the bid process

Schedule for Evaluation Process

S No Milestone Target Date

1. Issue of RFP 17th September 2014

2. Submission of Proposals 1st October 2014

3. Review By the Project Board 9th October 2014

4. Scoring and shortlist of selected party 14th October 2014

5. Presentations by shortlisted parties 21st October 2014

6. Final Selection of selected party 27th October 2014

7. Contract sign off 30th November 2014

8. Commencement of services 5th November 2014

1.8. General terms and conditions

The bidder for this engagement would be selected through a competitive bid process, the details of which are provided

below.

1. Companies wishing to bid for this engagement should respond to SSC NASSCOM (contact information in the

following section) with a proposal and required supporting documentation (indicated below). The proposal

would contain 2 parts:

a) Technical Bid

b) Commercial Bid

2. The contract will be awarded to the bidder whose proposal conforms to the terms of the RFP and is, in the

opinion of SSC NASSCOM, the most advantageous and represents the best value of the assignment, price and

other factors considered. SSC NASSCOM reserves the right to negotiate with the most competitive bidder if

required.

3. No marketing literature pertaining to the bidder is to be enclosed along with the proposal. If enclosed, it will be

treated as a factor of disqualification.

4. The Commercial and Technical Proposals should be submitted separately. There should not be any commercial

information in the Technical Proposal.

5. The Technical and Commercial proposals should be submitted in the given format and signed by authorized

signatory.

6. The instructions and other details pertaining to the Bid submission and the evaluation process are provided

below.

Page 14: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

14

General Instructions and Conditions

1. SSC NASSCOM reserves the right to accept or reject any bid, to annul the entire bid process or reject all bids at

any time prior to award of contract, without thereby incurring any liability to the affected bidder(s) or any

obligation to inform the affected bidder(s) the grounds for such decision. SSC NASSCOM also reserves the right

to negotiate with the successful bidder if necessary.

2. The bidder to be selected through this bid process will provide deliverables as indicated in this document. The

Vendor should note that as a part of requirement for this assignment, the Vendor will share with SSC NASSCOM

all intermediate documents, drafts, reports, surveys and any other item related to this assignment. No work

products, methodology or any other methods used by the Vendor should be deemed as proprietary and non-

shareable with SSC NASSCOM by the Vendor.

3. The contract will be awarded to the bidder whose proposal conforms to this RFP and is, in the opinion of SSC

NASSCOM, the most advantageous and represents the best value to the assignment, price and other factors

considered.

4. No part of this document including the Annexure can be reproduced in any form or by any means, disclosed or

distributed to any person without the prior consent of SSC NASSCOM, except to the extent required for

submitting the bid and no more. The information contained in this document is only disclosed for the purposes

of enabling potential bidders to submit a proposal to SSC NASSCOM. This document should not therefore be

used for any other purpose. This document contains proprietary information furnished for evaluation purposes

only; except with the written permission of the SSC NASSCOM, such information may not be published,

disclosed, or used for any other purpose. The bidding firms acknowledge and agree that this document and all

portions thereof, including, but not limited to, any copyright, trade secret and other intellectual property rights

relating thereto, are and at all times shall remain the sole property of SSC NASSCOM. The title and full ownership

rights in the information contained herein and all portions thereof are reserved to and at all times shall remain

with SSC NASSCOM. Bidders must agree to take utmost care in protecting the proprietary and confidential

nature of the information contained herein.

5. SSC NASSCOM, by issuance of this RFP does not necessarily indicate or imply that the project will be commenced.

The Vendor will absolve SSC NASSCOM of all responsibilities if the project does not start within a stipulated

timeframe. SSC NASSCOM reserves the right to withdraw this assignment any time without prior consultation

or intimation to the bidders.

6. The interested bidders shall furnish an affirmative statement as to the existence of, absence of, or potential for

conflict of interest on the part of the bidder or any prospective subcontractor due to prior, current, or proposed

contracts, engagements, or affiliations with SSC NASSCOM. Additionally, such disclosure shall address any and

all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact

the ability of the bidder to complete the requirements as given in the RFP.

Page 15: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

15

7. The bidder shall not make any alteration / changes in the bid after the closing time and date. Unsolicited

correspondence from the bidder will not be considered.

8. If at any stage of the tendering process or during the currency of the agreement any suppression /

misrepresentation of such information is brought to the knowledge of SSC NASSCOM, SSC NASSCOM shall have

right to reject the bid or terminate the agreement, as the case may be, without any compensation to the bidder.

9. The bidder shall be deemed to have complied with all clauses in this RFP.

Evaluation shall be carried out on the available information in the bid

10. The firms / agencies submitting their proposals would be responsible for all of its expenses, costs and risks

incurred towards preparation and submission of their proposals, attending any pre-proposal meeting and

visiting the site or any other location in connection therewith. SSC NASSCOM shall, in no case, be responsible or

liable for any such costs whatsoever, regardless of the outcome of the process.

11. The proposals submitted by the firms/agencies shall remain valid for a period of two months after the closing

date (deadline) for submission of proposals prescribed in this document.

12. During evaluation, SSC NASSCOM may, at its discretion, ask the respondents for clarifications on their proposals.

The firms/agencies are required to respond within the time frame prescribed by SSC NASSCOM.

13. At any time prior to deadline for submission of proposals, SSC NASSCOM may for any reason, modify the RFP

document. The prospective respondents having received the RFP document shall be notified of the amendments

through email and such amendments shall be binding on them.

14. SSC NASSCOM may at its sole discretion and at any time during the evaluation of proposal, disqualify any

respondent, if the firm:

a. Submitted the proposal after the response deadline

b. Made misleading or false representations in the forms, statements and attachments submitted in proof of

the eligibility requirements

c. Exhibited a record of poor performance such as abandoning works, not properly completing the contractual

obligations, inordinately delaying completion or financial failures, etc. in any project in the preceding three

years

d. Submitted a proposal that is not accompanied by required documentation or is non-responsive Failed to

provide clarifications related thereto, when sought

e. Submitted more than one proposal

f. Was declared ineligible by the Government of India/State/UT Government for corrupt and fraudulent

practices.

15. SSC NASSCOM reserves the right to (a) reject any / all proposals without assigning any reasons thereof, (b) relax

or waive any of the conditions stipulated in this RFP document as deemed necessary in the best interest of SSC

NASSCOM and the objectives of the project without assigning any reasons thereof and (c) include any other

item(s) in the Scope of work at any time after consultation.

Page 16: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

16

9. Documents Submission

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

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

Form 2: Relevant Project Experience

Form 3: Resource Profiles

Form 4: Details of the responding organization

Form 5: Approach, Methodology, and Work Plan

Annexure 1: Commercial Bid format

The formats for each of the above documents are included below. The vendor need to submit the all the above

documents with the proposed solutions for the problem statements and scope of work mentioned in this RFP.

Page 17: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

17

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

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

{Place}

{Date}

To

The Executive Director,

IT-ITeS SSC NASSCOM

New Delhi

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

Subject: Submission of proposal in response to the RFP for “Maintenance of Workforce Market Information System

(WFMIS) for IT –IT Enabled Services Sector”.

Dear Sir,

1. Having examined the RFP document, we, the undersigned, herewith submit our proposal in response to your

RFP dated <dd/mm/yy> for “Maintenance of Workforce Market Information System (WFMIS) for IT –IT

Enabled Services Sector”, in full conformity with the said RFP document.

2. We attach our technical response and our commercial quotation, the technical response as a softcopy and the

commercial response in a separate sealed cover as required by the RFP both of which together constitutes our

proposal, in full conformity with the said RFP.

3. We undertake, if our proposal is accepted, to adhere to assign a team dedicate to this project.

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

additional conditions, variations, deviations, if any, found in our proposal shall not be given effect to.

5. We undertake, if our proposal is accepted, to adhere to the scope of engagement or such modified plan as may

subsequently be mutually agreed between us and SSC NASSCOM or its appointed representatives.

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

abide by this bid response for a maximum period of TWO MONTHS from the date fixed for bid opening and it

shall remain binding upon us with full force and virtue, until within this period a formal contract is prepared and

executed, this bid response, together with your written acceptance thereof in your notification of award, shall

constitute a binding contract between us and SSC NASSCOM.

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

and other documents and instruments delivered or to be delivered to through this proposal is true, accurate,

and complete.

Page 18: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

18

8. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part

mislead the SSC NASSCOM as to any material fact. We agree that SSC NASSCOM is not bound to accept the

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

all or any of the products/ service specified in the bid response without assigning any reason whatsoever.

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

and empowered to sign this document as well as such other documents, which may be required in this

connection.

Dated this Day of 2014

(Signature) (In the capacity of)

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

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

Page 19: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

19

Form 2: Relevant Project Experience

Part 1: Project Experience Summary

S No Name of the Project/Engagement Client name Duration(Period) Value

Part 2: Project Profile Template

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

project must be provided in less than 1 page.

S. No. Item Details

1 Project title

2 Name of the Client

3 Name of the contact person from the client organization who can

act as a reference with contact details:

Name

Designation

Address

Phone Number

Mobile Number

Email ID

4 Duration (Start Date and End Date)

5 Current Status

6 Number of personnel deployed (Peak team size)

7 Value of the engagement

8 Narrative description of project: (Highlight the components /

services involved in the project that are of similar nature to the

project for which this RFP is floated.

9 Description of actual services provided by the responding firm

within the project and their relevance to the envisaged

components / services involved in the project for which this RFP is

floated.

Page 20: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

20

10 Description of the key areas where significant contributions are

made for the success of the project.

Form-3: Resource Profiles

Using the format provided below, please provide summary information on the team you propose for the project.

Resource Summary

S. No Proposed Role Number of Resources Area of Expertise Key Responsibilities

Page 21: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

21

Form 4: Details of responding organization

S. No. Particulars Details to be furnished

1. Details of responding Company

Name

Address

Telephone Fax

E-mail - Website

2. Information about responding Company

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

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

Ref #

Details of Service Tax Registration

Date

Ref #

2.1 Number of professionals /

technically qualified personnel (on

the rolls of the Company as on June

1st, 2012) providing technical

consulting services (excluding

temporary staff)

2.2 Profit in last three(3) financial Years

(FY 09-10, 08-09, FY 07-08) as

revealed by Audited Accounts/

certified balance sheet

2.3 Turnover ( Rs Crores) from

application development and

related application consulting

operations in India;

3. Company Profile (Operations in

India)

Page 22: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

22

3.1 Average turnover from Indian

Operations from application

development and related

application consulting services in

last 3 years

(Turnover in Rs Crores)

3.2 Full-time professional staff engaged

in application development and

related application consulting

services

( Number of Staff)

3.4 Extent of operations in India

(national spread) i.e. number of

offices in India (client specific /

project specific offices should not

be taken into account)

( Number of Offices in

different cities/towns and

their address)

4. Company Experience

4.1 Experience of working on IT / Portal

development projects in

India/Outside India

(Number of Projects and their brief

description*)

* Detailed project description to be

provided in form 2 for the projects

listed above. The corresponding page

number where the project is

described as per Form-2 may be

indicated besides the brief

description of the project.

4.2 Experience of working on WFMIS or

similar projects in India/Outside

India

(Number of Projects and their brief

description*)

* Detailed project description to be

provided in form 2 for the projects

listed above. The corresponding page

number where the project is

described as per Form-2 may be

indicated besides the brief

description of the project.

Page 23: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

23

4.3 Experience of working on Technical

Specifications similar to WFMIS

(Number of Projects and their brief

description*)

* Detailed project description to be

provided in form 2 for the projects

listed above. The corresponding page

number where the project is

described as per Form-2 may be

indicated besides the brief

description of the project.

5 Relevant Certifications

Provide a copy

* Detailed project description and the role to be provided in form 2 for the projects listed above. The

corresponding page number where the project is described as per Form-2 may be indicated besides the

brief description of the project.

Page 24: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

24

Form 5: Approach, Methodology and Work Plan

1. Approach and Methodology

The vendor firm needs to submit a step-by-step implementation methodology and project plan, which depicts the firm’s

approach to fulfill the scope of the work envisaged in the assignment. This should, inter alia, cover the timelines for the

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

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

mechanism suggested.

Vendor firm must showcase any value addition, innovation, or technology advancement/integration that it proposes and

feels will help SSC NASSCOM to have both tangible and intangible benefits from implementing the assignment.

2. Work Plan

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

phasing and interrelations including resource planning to be deployed and delivery dates. The proposed work plan should

be consistent with the approach and methodology, showing understanding of the scope of services, deliverables as given

in scope of work and ability to translate them into a feasible working plan. The work plan should be consistent with the

Work Schedule.

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

and accomplish as part of the project, using the following format:

N° Activity Months

1 2 3 4 5 6 7 8 9 10 11 12 N

1

2

n

The work schedule should reflect how and by when the responding Company is expected to complete the assignment

for each of the component, as per the major deliverable in the scope of work of the Vendor and the timelines of achieving

the same as mentioned in the RFP.

Page 25: Part-B Request for Proposal (RFP) Maintenance of Workforce … · 2014. 9. 17. · Part-B Request for Proposal (RFP) Maintenance of Workforce Market Intelligence System (WFMIS) for

25

Annexure-I: Commercial Bid format

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

S No Item Value in Rupees Taxes and other

charges

Total value in Rupees

Total amount (in words):

Please note the following in preparing your commercial bid:

Dated this [date / month / year]

Authorized Signatory (in full and initials):

Name and title of signatory:

Duly authorized to sign this Proposal for and on behalf of [Name of Vendors]

Name of Firm:

Address: