request for proposal (rfp) › (x(1)s(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals,...

27
302, Indian G Instit REQUEST ACE Globe Chambers,142, Fort Street, Off D. N. Road, Mu + 91 22 67843333 + 91 22 67843330 tute of Actuaries of T FOR PROPOSAL ( ET QUESTION BANK umbai – 400001 Page 1 of 27 f India (RFP)

Upload: others

Post on 26-Jun-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

REQUEST FOR PROPOSAL

ACET

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

REQUEST FOR PROPOSAL (RFP)

ACET QUESTION BANK

Street, Off D. N. Road, Mumbai – 400001

Page 1 of 27

Institute of Actuaries of India

(RFP)

Page 2: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

TABLE OF CONTENTS

1. Introduction

2. Scope of Work

3. Qualification Criteria

4. Evaluation & Selection Criteria

5. Instructions to Bidders

6.Award of Work

7. Proforma and Annexures

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

TABLE OF CONTENTS

Qualification Criteria

4. Evaluation & Selection Criteria

5. Instructions to Bidders

and Annexures

Street, Off D. N. Road, Mumbai – 400001

Page 2 of 27

Institute of Actuaries of India

Page 3: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

1. INTRODUCTION

Institute of Actuaries of India (IAI)

Act 2006 (35 of 2006) for regulation of profession of Actuaries in India. The provisions of the

said Act have come into force from 10

dated 8th

November 2006, issued by the Government of India in the Ministry of Finance,

Department of Economic Affairs. As a consequence of this, the erstwhile

India was dissolved and all the Assets and Liabilities of the Actuarial Society of Indi

transferred to, and vested in, the Institute of Actuaries of India constituted under Section 3 of

the Actuaries Act, 2006.

The erstwhile Actuarial Society of India (ASI) was established in September 1944. Since

1979 the ASI has been a Full Member of

organizations to all actuarial bodies across the world) and is actively involved in its affairs. In

1982, the ASI was registered under Registration of Literary, Scientific and Charitable

Societies Act XXI of 1860 and also under Bombay Public started conducting Fellowship

level examination leading to professional qualification of an actuary, till then the

accreditation was based on Institute of Actuaries, London examinations (now Institute and

Faculty of Actuaries.).

Objects of the IAI: The main objects

2006);

• To promote, uphold and develop the standards of professional education, training,

knowledge, practice and conduct amongst Actuaries;

• To promote the status of the Actuaria

• To regulate the practice by the Members

• To promote, in the public interest, knowledge and research in all the matters relevant

to Actuarial Science and its application; and

• To do all such things as may be incidental or conducive to the above objects or any of

them.

2. SCOPE OF WORK

BACKGROUND, AIM AND OBJECTIVE

2.1 As the basic eligibility criteria for admission as student member of the Institute of

Actuaries of India, is to qualify the Entrance Exam, which is ACET

Entrance Test), IAI conducts this online exam every June and December as of now.

2.2 To appear for ACET, the exami

examination at 10 + 2 level. Nevertheless, it is expected that many of those who are

already in education at higher levels and also those working and having qualifications in

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Institute of Actuaries of India (IAI) IAI is a statutory body established under

for regulation of profession of Actuaries in India. The provisions of the

said Act have come into force from 10th

day of November 2006, in terms of the notification

November 2006, issued by the Government of India in the Ministry of Finance,

rtment of Economic Affairs. As a consequence of this, the erstwhile Actuarial Society of

was dissolved and all the Assets and Liabilities of the Actuarial Society of Indi

transferred to, and vested in, the Institute of Actuaries of India constituted under Section 3 of

The erstwhile Actuarial Society of India (ASI) was established in September 1944. Since

1979 the ASI has been a Full Member of International Actuarial Association (an umbrella

organizations to all actuarial bodies across the world) and is actively involved in its affairs. In

1982, the ASI was registered under Registration of Literary, Scientific and Charitable

f 1860 and also under Bombay Public started conducting Fellowship

level examination leading to professional qualification of an actuary, till then the

accreditation was based on Institute of Actuaries, London examinations (now Institute and

Objects of the IAI: The main objects of the Institute are (section 5 of the Actuaries Act,

To promote, uphold and develop the standards of professional education, training,

and conduct amongst Actuaries;

the status of the Actuarial profession;

To regulate the practice by the Members of the profession of Actuary;

To promote, in the public interest, knowledge and research in all the matters relevant

ience and its application; and

uch things as may be incidental or conducive to the above objects or any of

BACKGROUND, AIM AND OBJECTIVE

criteria for admission as student member of the Institute of

Actuaries of India, is to qualify the Entrance Exam, which is ACET (Actuarial Common

IAI conducts this online exam every June and December as of now.

the examinee must have passed 10+2 examination or an equivalent

examination at 10 + 2 level. Nevertheless, it is expected that many of those who are

already in education at higher levels and also those working and having qualifications in

Street, Off D. N. Road, Mumbai – 400001

Page 3 of 27

Institute of Actuaries of India

is a statutory body established under The Actuaries

for regulation of profession of Actuaries in India. The provisions of the

day of November 2006, in terms of the notification

November 2006, issued by the Government of India in the Ministry of Finance,

Actuarial Society of

was dissolved and all the Assets and Liabilities of the Actuarial Society of India were

transferred to, and vested in, the Institute of Actuaries of India constituted under Section 3 of

The erstwhile Actuarial Society of India (ASI) was established in September 1944. Since

International Actuarial Association (an umbrella

organizations to all actuarial bodies across the world) and is actively involved in its affairs. In

1982, the ASI was registered under Registration of Literary, Scientific and Charitable

f 1860 and also under Bombay Public started conducting Fellowship

level examination leading to professional qualification of an actuary, till then the

accreditation was based on Institute of Actuaries, London examinations (now Institute and

of the Institute are (section 5 of the Actuaries Act,

To promote, uphold and develop the standards of professional education, training,

of the profession of Actuary;

To promote, in the public interest, knowledge and research in all the matters relevant

uch things as may be incidental or conducive to the above objects or any of

criteria for admission as student member of the Institute of

(Actuarial Common

IAI conducts this online exam every June and December as of now.

nee must have passed 10+2 examination or an equivalent

examination at 10 + 2 level. Nevertheless, it is expected that many of those who are

already in education at higher levels and also those working and having qualifications in

Page 4: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

mathematical subjects woul

or professionals, chartered and cost accountants, company secretaries, management

graduates, degree holders in mathematical

this exam.

2.3 ACET is a 2 hour, 100 marks online exam which has 55 multiple choice questions

one correct answer for each question.

2.4 The distribution of questions would be:

1.) 25 questions – 1 mark each

2.) 25 questions – 2 marks each

3.) 05 questions – 5 marks each

2.5 ACET has negative marking

2.6 The Institute requires a Question Bank to be developed for ACET which will have

questions on Mathematics, Statistics, English

Syllabus is given in Appen

2.7 Our requirement is of 1000

5000 questions in which around 450 questions should be 1 mark, another 450 of 2 marks

and around 100 should be of 5 marks for each o

2.8 Since the minimum eligibility

it. We expect 90% of candidates who score 75% plus marks in 10+2 exam to pass this

exam.

2.9 Ensure that the 1 mark, 2 mark and 5 mark questions have

2.10 The questions prepared should be such that to solve a 1 mark question a prepared student

should take up to 50 seconds to complete and likewise, to solve the 2 mark and 5 mark

questions a prepared student should take up to 100

. It needs to be ensured that 1/2/5 mark questions have same standard. It also needs to be

ensured that each question is unique and covers all the aspects of the syllabus. The

questions should not be repeated by changi

being tested the same.

3. QUALIFICATION CRITERIA

3.1 Organisations should have prior experience in development of software for similar work.

3.2 Financial Capability

Organisations should have financial capacity to carry out the services provided as

supported by their Balance Sheets, etc. The bidder’s Average Annual Turnover during

last three years should preferably

be from the revenue of similar work (software development) and not from other associate

activity of the bidder. (Attach documentary evidence such as Balance Sheet etc).

3.3 Organisations should have adequate numbers of experienced professional staff to

the program of work either on their permanent rolls or available on a contractual basis. A

list of the professional members of the team should be attached.

3.4 Organisations should have ISO 9001/ CMMi Level 3/Equivalent/Higher certification

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

mathematical subjects would take up the examinations. For example engineering students

or professionals, chartered and cost accountants, company secretaries, management

graduates, degree holders in mathematical and statistical sciences etc are expected to take

ACET is a 2 hour, 100 marks online exam which has 55 multiple choice questions

one correct answer for each question.

The distribution of questions would be:

1 mark each

2 marks each

5 marks each

ACET has negative marking (50% of mark of the wrongly answered question

requires a Question Bank to be developed for ACET which will have

questions on Mathematics, Statistics, English, Data Interpretation and Logic.

ndix 3.

1000 questions for each of the above mentioned subjects.

in which around 450 questions should be 1 mark, another 450 of 2 marks

and around 100 should be of 5 marks for each of the subjects.

Since the minimum eligibility criterion is 10 + 2, the difficulty level should be based on

We expect 90% of candidates who score 75% plus marks in 10+2 exam to pass this

Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their marks.

The questions prepared should be such that to solve a 1 mark question a prepared student

should take up to 50 seconds to complete and likewise, to solve the 2 mark and 5 mark

questions a prepared student should take up to 100 seconds and 250 seconds respectively.

. It needs to be ensured that 1/2/5 mark questions have same standard. It also needs to be

ensured that each question is unique and covers all the aspects of the syllabus. The

questions should not be repeated by changing only the numbers and keeping the concept

QUALIFICATION CRITERIA

Organisations should have prior experience in development of software for similar work.

Organisations should have financial capacity to carry out the services provided as

supported by their Balance Sheets, etc. The bidder’s Average Annual Turnover during

preferably be Rs 3 crores and above. This turnover/income should

be from the revenue of similar work (software development) and not from other associate

activity of the bidder. (Attach documentary evidence such as Balance Sheet etc).

should have adequate numbers of experienced professional staff to

the program of work either on their permanent rolls or available on a contractual basis. A

list of the professional members of the team should be attached.

3.4 Organisations should have ISO 9001/ CMMi Level 3/Equivalent/Higher certification

Street, Off D. N. Road, Mumbai – 400001

Page 4 of 27

Institute of Actuaries of India

the examinations. For example engineering students

or professionals, chartered and cost accountants, company secretaries, management

and statistical sciences etc are expected to take

ACET is a 2 hour, 100 marks online exam which has 55 multiple choice questions with

of the wrongly answered question).

requires a Question Bank to be developed for ACET which will have

Data Interpretation and Logic. Detail

questions for each of the above mentioned subjects. i.e total

in which around 450 questions should be 1 mark, another 450 of 2 marks

10 + 2, the difficulty level should be based on

We expect 90% of candidates who score 75% plus marks in 10+2 exam to pass this

weightage as per their marks.

The questions prepared should be such that to solve a 1 mark question a prepared student

should take up to 50 seconds to complete and likewise, to solve the 2 mark and 5 mark

seconds and 250 seconds respectively.

. It needs to be ensured that 1/2/5 mark questions have same standard. It also needs to be

ensured that each question is unique and covers all the aspects of the syllabus. The

ng only the numbers and keeping the concept

Organisations should have prior experience in development of software for similar work.

Organisations should have financial capacity to carry out the services provided as

supported by their Balance Sheets, etc. The bidder’s Average Annual Turnover during

crores and above. This turnover/income should

be from the revenue of similar work (software development) and not from other associate

activity of the bidder. (Attach documentary evidence such as Balance Sheet etc).

should have adequate numbers of experienced professional staff to support

the program of work either on their permanent rolls or available on a contractual basis. A

3.4 Organisations should have ISO 9001/ CMMi Level 3/Equivalent/Higher certification

Page 5: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

3.5 Organisations should be registered with appropriate statutory authorities as required under

law. A copy of all such registrations such as PAN, Service Tax, etc. must be enclosed.

3.6 The bidder preferably should have worked with any Examination/Educatio

similar projects.

3.7 Organisations should enclose Earnest Money Deposit (EMD) of Rs

One Lakh only). The EMD will be in the form of a Demand Draft drawn in favour of

Institute of Actuaries of India, payable at Mumbai.

unsuccessful bidders.

4. EVALUATION AND SELECTION CRITERIA

4.1 Evaluation of Technical Bid

The following criteria are prescribed as pre

undertaking the project.

Acceptance of Terms and Conditions of the RFP

Completion of Bidder Profile

Completion of Authorization Letter

Self-certification

Declaration of Financial and Administrative details

The Bidder should ensure registration with appropriate statutory authorities

and should enclose a copy of their registration with Income Tax etc. as

applicable.

The Bidder should have furnished the Earnest Money Deposit (EMD)

Details of similar completed works during last 3 years. Performance/Client

Report of such work.

The Bidder should have submitted the proof of financial capability as

required under 3.1 and 3.2

ISO 9001/ CMMi Level 3/Equivalent/Higher certification

The Bidder should have well qualified staff for providing the services

required (documentary evidence is required)

The Bidder should have submitted the entire design and methodology for

providing the services. The design and methodology will be the main focus

in the evaluation of the technical bids.

The bidder should be a company/consortium

consortium must be having its operation for more than 5 years (i.e. since

2009 and before).

The Working Group Constituted for the purpose

requisites for the conduct of the services. Each Bidder will be awarded a Technical Score

(TS) out of 80 points by the Working Group

The bidders are required to submit documents to establish their capability.

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

5 Organisations should be registered with appropriate statutory authorities as required under

law. A copy of all such registrations such as PAN, Service Tax, etc. must be enclosed.

3.6 The bidder preferably should have worked with any Examination/Educatio

3.7 Organisations should enclose Earnest Money Deposit (EMD) of Rs 1,00

only). The EMD will be in the form of a Demand Draft drawn in favour of

Institute of Actuaries of India, payable at Mumbai. The same shall be refunded to

EVALUATION AND SELECTION CRITERIA

Evaluation of Technical Bid

The following criteria are prescribed as pre-qualifications for bidders interested in

ELIGIBILITY CRITERIA

Acceptance of Terms and Conditions of the RFP

Completion of Bidder Profile

Completion of Authorization Letter

Declaration of Financial and Administrative details

should ensure registration with appropriate statutory authorities

and should enclose a copy of their registration with Income Tax etc. as

The Bidder should have furnished the Earnest Money Deposit (EMD)

Details of similar completed works during last 3 years. Performance/Client

The Bidder should have submitted the proof of financial capability as

ISO 9001/ CMMi Level 3/Equivalent/Higher certification

The Bidder should have well qualified staff for providing the services

required (documentary evidence is required)

The Bidder should have submitted the entire design and methodology for

providing the services. The design and methodology will be the main focus

in the evaluation of the technical bids.

company/consortium. The company/lead partner of

consortium must be having its operation for more than 5 years (i.e. since

Working Group Constituted for the purpose will examine all of the technical pre

of the services. Each Bidder will be awarded a Technical Score

Working Group based on the parameter given in the table below.

The bidders are required to submit documents to establish their capability.

Street, Off D. N. Road, Mumbai – 400001

Page 5 of 27

Institute of Actuaries of India

5 Organisations should be registered with appropriate statutory authorities as required under

law. A copy of all such registrations such as PAN, Service Tax, etc. must be enclosed.

3.6 The bidder preferably should have worked with any Examination/Educational Bodies on

1,00,000/- (Rupees

only). The EMD will be in the form of a Demand Draft drawn in favour of

same shall be refunded to

qualifications for bidders interested in

Annexure 1

Annexure 2

Annexure 3

Annexure 4

Annexure 5

should ensure registration with appropriate statutory authorities

Details of similar completed works during last 3 years. Performance/Client

providing the services. The design and methodology will be the main focus

f

will examine all of the technical pre-

of the services. Each Bidder will be awarded a Technical Score

based on the parameter given in the table below.

Page 6: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

4.2 Bids would be evaluated based on the following criteria

Sr.

No.

Parameters

1. Turnover (supported by Audited Financials)

testing business in last 3

item generation is integral part

2. ISO 9001/ CMMi Level 3/Equivalent/Higher

certification from

3. Number of educational institutes

question bank has been

4. Number of questions developed for

various clients in last 5

5. Number of years of experience in question bank

development in various domains for clients

6. Number of Subject Matter Experts (

developing question items in various domains since last

5 years

7. Bidder should explain their process of Question bank

development. The process should be scientific and also

include quality and security assurance

• Technical bids would be evaluated based on the aforesaid eligibility

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

evaluated based on the following criteria

Scores

Turnover (supported by Audited Financials) from online

testing business in last 3 financial years where Question

item generation is integral part

Above 15

9 – 15 crores

Less than

ISO 9001/ CMMi Level 3/Equivalent/Higher Above 7 Years

5 - 7 years

3 - 5 years

3 Years

Number of educational institutes/ clients for whom

has been prepared in in last 5 years

Above 10

7- 10 clients

4 -7 clients

2 -4 clients

2 or less

developed for online test for

in last 5 years.

Above 50000 questions

marks

30000 –

marks

10000 –

marks

10000 or less

marks

Number of years of experience in question bank

development in various domains for clients

Above 10 years

7- 10 years

4-7 Years

2- 4 years

2 or less

Subject Matter Experts (SMEs) in a pool for

developing question items in various domains since last

25 SMEs

10 SMEs

5 SMEs

Bidder should explain their process of Question bank

development. The process should be scientific and also

include quality and security assurance

20 marks

Technical bids would be evaluated based on the aforesaid eligibility

Street, Off D. N. Road, Mumbai – 400001

Page 6 of 27

Institute of Actuaries of India

evaluated based on the following criteria

15 crore - 10 marks

crores - 5 marks

Less than 9 crores - 0 mark

Above 7 Years – 10 Marks

7 years – 7 marks

5 years – 5 Marks

or less – 0 Mark

10 clients - 10 marks

10 clients – 7 marks

clients - 5 marks

4 clients - 2 marks

2 or less – 0 marks

50000 questions - 10

50000 questions – 7

30000 questions - 5

10000 or less questions - 0

10 years - 10 marks

10 years – 7 marks

Years - 5 marks

years - 2 marks

2 or less – 0 marks

25 SMEs - 10 marks

10 SMEs - 5 marks

5 SMEs - 1 mark

20 marks

Technical bids would be evaluated based on the aforesaid eligibility criteria.

Page 7: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

• The bidder to be technically qualified must achieve minimum

criteria. Those achieving less than

summarily rejected from the bidding.

5. INSTRUCTION TO THE BIDDERS

5.1 GENERAL INFORMATIONThis document should be read in consonance with any Addendum that may be issued with the

RFP. The bidder is required to read the RFP document and the Addendum(s) and would be

deemed to be in knowledge of the provisions of both the document and

claim of any nature whatsoever shall be entertained in this regard. In case of any conflict

between the addendum(s) and the RFP document, the provisions of the RFP document shall

prevail for all intents and purposes.

• Tenders (non-transferable) would be considered in the prescribed RFP format in

paragraph 4.1. Proposals duly filled

should be submitted on or before the given time after which no RFPs will be accepted.

• The bids will be opened a

participating bidders, if any

Bids of only those bidders who have submitted the EMD

Schedule of Bidding Process

1. Last date for receiving queries

2. Institute’s response to queries latest by

3. Pre-Bid meeting, if any

4. Last Date of receipt of Bid

5. Opening of Technical Bids

6. Validity of Bids 90 days

• Financial and Technical Bids can be revised and resubmitted before the last date of

receipt of Bid i.e 17.04.2015 upto 4.00 pm

only be considered.

• The bids will be opened on the scheduled date and time

of representatives of the bidder

requirements of the General Terms and Conditions. Appropriate format prescribed with

this document shall be used for filling quotations. Incomplete, illegible and unsealed bids

will be rejected. Telegraphic bids will not be accepted and no correspondence will be

made in this regard.

• All offers should be made in English. Conditional offers and offers qualified by vague

and indefinite expressions such as “Subject to immediate acceptance”etc. will not

considered.

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

The bidder to be technically qualified must achieve minimum 50

criteria. Those achieving less than 50 marks will not qualify for financial bid and

summarily rejected from the bidding.

INSTRUCTION TO THE BIDDERS

INFORMATION This document should be read in consonance with any Addendum that may be issued with the

RFP. The bidder is required to read the RFP document and the Addendum(s) and would be

deemed to be in knowledge of the provisions of both the document and the Addendum(s). No

claim of any nature whatsoever shall be entertained in this regard. In case of any conflict

between the addendum(s) and the RFP document, the provisions of the RFP document shall

prevail for all intents and purposes.

sferable) would be considered in the prescribed RFP format in

paragraph 4.1. Proposals duly filled-in and accompanying all supporting documents

should be submitted on or before the given time after which no RFPs will be accepted.

The bids will be opened at the given address in the presence of representatives of the

, if any as per the bid schedule mentioned below. The Technical

Bids of only those bidders who have submitted the EMD will be considered.

Schedule of Bidding Process

for receiving queries, if any by IAI 31.03.2015

2. Institute’s response to queries latest by 10.04.2015

11.04.2015

Bid at IAI Office - 17.04.2015 up to

chnical Bids 18.04.2015 at 2.30 pm

days from Date of Opening of Technical Bids

Financial and Technical Bids can be revised and resubmitted before the last date of

receipt of Bid i.e 17.04.2015 upto 4.00 pm. In case of revised bid, the revised bid will

• The bids will be opened on the scheduled date and time irrespective of presence

the bidders. RFPs shall be submitted fully in accordance with the

requirements of the General Terms and Conditions. Appropriate format prescribed with

this document shall be used for filling quotations. Incomplete, illegible and unsealed bids

aphic bids will not be accepted and no correspondence will be

• All offers should be made in English. Conditional offers and offers qualified by vague

and indefinite expressions such as “Subject to immediate acceptance”etc. will not

Street, Off D. N. Road, Mumbai – 400001

Page 7 of 27

Institute of Actuaries of India

50 marks in above

marks will not qualify for financial bid and

This document should be read in consonance with any Addendum that may be issued with the

RFP. The bidder is required to read the RFP document and the Addendum(s) and would be

the Addendum(s). No

claim of any nature whatsoever shall be entertained in this regard. In case of any conflict

between the addendum(s) and the RFP document, the provisions of the RFP document shall

sferable) would be considered in the prescribed RFP format in

in and accompanying all supporting documents

should be submitted on or before the given time after which no RFPs will be accepted.

t the given address in the presence of representatives of the

as per the bid schedule mentioned below. The Technical

will be considered.

up to 4:00 pm

at 2.30 pm

Financial and Technical Bids can be revised and resubmitted before the last date of

bid, the revised bid will

irrespective of presence/absence

. RFPs shall be submitted fully in accordance with the

requirements of the General Terms and Conditions. Appropriate format prescribed with

this document shall be used for filling quotations. Incomplete, illegible and unsealed bids

aphic bids will not be accepted and no correspondence will be

• All offers should be made in English. Conditional offers and offers qualified by vague

and indefinite expressions such as “Subject to immediate acceptance”etc. will not be

Page 8: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

• The price and conditions of the offer should be valid for at least a period of

from the date of RFP opening. RFP with validity of less than

• The bidder shall carefully examine the RFP documents and th

and fully acquaint themselves as to all the conditions and matters, which may in any way,

affect the work or the cost thereof. Should a RFP find discrepancies in or omissions from

the specifications or other documents, or should

he should at once notify IAI, Mumbai and obtain clarification by email at

and e-mail ([email protected]

ask for time beyond the due date fixed for r

• Submitted RFP forms, with overwritten or erased or illegible rate or rates not shown in

figures and words in English, will be liable for rejection. In case of discrepancy between

words and figures noted against

amount, the decision of the competent authority will be final and binding on the bidders.

Total of each item and grand total of

the RFP, if unavoidable, should be made by r

scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection

of the RFP.

• Request from the bidder in respect of additions, alterations, modifications, corrections

etc. of either terms or conditions or rates after opening of the RFP will not be considered.

Sealing and Marking of Bids

The Bidder shall submit both

envelope addressed to Head

Globe Chambers, 142, Fort Street,

envelope as “Technical and Financial Bid for Preparation of Question Bank for IAI

Entrance Exam”

1. The documents accompanying the Bid s

marked as “Enclosures of the Bid”. The documents shall include:

a) Bid Security (Earnest Money);

b) Supporting documents; and

2. The financial bid ,technical bid and Bid Security plus Supporting documents should be

placed in three different envelope

envelope, which shall be sealed. Each of the three envelopes shall clearly bear

following identification: “

Supporting Documents” and shall clearly indicate the name and address of the Bidder. In

addition, the Bid Due Date should be indicated on the right hand top corner of eac

envelopes.

4. Envelopes shall be addressed to so

Mr Gururaj Nayak,

Head - Operations,

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

• The price and conditions of the offer should be valid for at least a period of

from the date of RFP opening. RFP with validity of less than 90 days will be rejected.

• The bidder shall carefully examine the RFP documents and the technical specifications

and fully acquaint themselves as to all the conditions and matters, which may in any way,

affect the work or the cost thereof. Should a RFP find discrepancies in or omissions from

the specifications or other documents, or should there be any doubt as to their meaning,

he should at once notify IAI, Mumbai and obtain clarification by email at

[email protected]). This however does not entitle the bidder to

ask for time beyond the due date fixed for receipt of RFPs.

• Submitted RFP forms, with overwritten or erased or illegible rate or rates not shown in

figures and words in English, will be liable for rejection. In case of discrepancy between

words and figures noted against any item of the RFP and between unit rates and the total

amount, the decision of the competent authority will be final and binding on the bidders.

tem and grand total of whole RFP should be clearly written. Corrections in

the RFP, if unavoidable, should be made by rewriting with dated initial of the bidder after

scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection

• Request from the bidder in respect of additions, alterations, modifications, corrections

ther terms or conditions or rates after opening of the RFP will not be considered.

Sealing and Marking of Bids

both the Bids in the format specified in the RFP and seal it in an

Head - Operations, Institute of Actuaries of India, 302, Indian

Globe Chambers, 142, Fort Street, Off D N Road, Fort, Mumbai 400 001 and mark the

envelope as “Technical and Financial Bid for Preparation of Question Bank for IAI

1. The documents accompanying the Bid shall be placed in a separate envelope and

marked as “Enclosures of the Bid”. The documents shall include:

a) Bid Security (Earnest Money);

b) Supporting documents; and

financial bid ,technical bid and Bid Security plus Supporting documents should be

envelopes and all the three envelopes shall be placed in an outer

envelope, which shall be sealed. Each of the three envelopes shall clearly bear

following identification: “Financial Bid” , “Technical Bid” and “Bid Security and

and shall clearly indicate the name and address of the Bidder. In

addition, the Bid Due Date should be indicated on the right hand top corner of eac

nvelopes shall be addressed to so as to reach IAI latest by 17.04.2015

Street, Off D. N. Road, Mumbai – 400001

Page 8 of 27

Institute of Actuaries of India

• The price and conditions of the offer should be valid for at least a period of 90 days

days will be rejected.

e technical specifications

and fully acquaint themselves as to all the conditions and matters, which may in any way,

affect the work or the cost thereof. Should a RFP find discrepancies in or omissions from

there be any doubt as to their meaning,

he should at once notify IAI, Mumbai and obtain clarification by email at 022-67843331

). This however does not entitle the bidder to

• Submitted RFP forms, with overwritten or erased or illegible rate or rates not shown in

figures and words in English, will be liable for rejection. In case of discrepancy between

etween unit rates and the total

amount, the decision of the competent authority will be final and binding on the bidders.

whole RFP should be clearly written. Corrections in

ewriting with dated initial of the bidder after

scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection

• Request from the bidder in respect of additions, alterations, modifications, corrections

ther terms or conditions or rates after opening of the RFP will not be considered.

at specified in the RFP and seal it in an

of Actuaries of India, 302, Indian

Off D N Road, Fort, Mumbai 400 001 and mark the

envelope as “Technical and Financial Bid for Preparation of Question Bank for IAI

hall be placed in a separate envelope and

financial bid ,technical bid and Bid Security plus Supporting documents should be

shall be placed in an outer

envelope, which shall be sealed. Each of the three envelopes shall clearly bear the

, “Technical Bid” and “Bid Security and

and shall clearly indicate the name and address of the Bidder. In

addition, the Bid Due Date should be indicated on the right hand top corner of each of the

17.04.2015 by 4.00 pm:

Page 9: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

Institute of Actuaries of India,

302, Indian Globe Chambers,

142, Fort Street, Off D. N. Road,

• If the envelopes are not sealed and marke

responsibility for the misplacement of the contents of the Bid submitted.

• While RFPs are under consideration, bidders and their representatives or other int

parties, are advised to refrain from contacting by any means

representatives, on matters relating to the RFPs

will obtain clarification on RFPs by requesting such information from any or all th

bidders either in writing or through personal contact as may be necessary. The bidder will

not be permitted to change the substance of his offer

any bidder to bring pressure of any kind, may disqualify the bidder for the

and the bidder may be liable to be debarred from

for a period of two years.

assigning any reason thereof

• Govt. Levies like service tax shall be paid at actual rates applicable on the date of

delivery. Rates should be quoted accordingly giving the basic price, Service Tax etc.

• The proposal should be submitted in English Language and pric

• Bidder shall sign all pages of RFP.

In case of any discrepancy between rates mentioned in figures and words, the latter shall

prevail.

• Any attempt to influence direct or indirect on the part of the RFP with the authority to

whom he has submitted the RFP or authority who is competent finally to accept it after he

has submitted his RFP or any endeavour to secure any interest for an actual or prospective

bidder or to influence by any means the acceptance of a particular RFP will rende

RFP liable to be excluded from consideration.

Amendments to RFP

• Any Addendum thus issued will be notified only on the website for information to all

the Bidders and no other means of communications will be used by

• In order to afford the Bidders a reasonable time for taking an Addendum into account,

or for any other reason, the Board may, at its own discretion, extend the Bid Due Date.

Pre Bid Meeting

• Pre-Bid meeting of the Bidders

place shall be notified on the Institute

each Bidder shall be allowed to participate in the

• During the course of Pre

make suggestions for consideration of IAI

clarifications and such further information as it may, in its sole discretion, consider

appropriate for facilitating a fair, transparent and competitive Bid

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Institute of Actuaries of India,

302, Indian Globe Chambers,

142, Fort Street, Off D. N. Road, Mumbai – 400001

• If the envelopes are not sealed and marked as instructed above, the Institute

responsibility for the misplacement of the contents of the Bid submitted.

• While RFPs are under consideration, bidders and their representatives or other int

parties, are advised to refrain from contacting by any means

representatives, on matters relating to the RFPs under study. IAI, Mumbai

will obtain clarification on RFPs by requesting such information from any or all th

bidders either in writing or through personal contact as may be necessary. The bidder will

not be permitted to change the substance of his offer after 17.04.2015

any bidder to bring pressure of any kind, may disqualify the bidder for the

be liable to be debarred from bidding for IAI, Mumbai

for a period of two years. IAI, Mumbai reserves all rights to cancel the RFP without

assigning any reason thereof and no correspondence will be entertained

• Govt. Levies like service tax shall be paid at actual rates applicable on the date of

delivery. Rates should be quoted accordingly giving the basic price, Service Tax etc.

• The proposal should be submitted in English Language and prices quoted in INR.

• Bidder shall sign all pages of RFP.

In case of any discrepancy between rates mentioned in figures and words, the latter shall

• Any attempt to influence direct or indirect on the part of the RFP with the authority to

e has submitted the RFP or authority who is competent finally to accept it after he

has submitted his RFP or any endeavour to secure any interest for an actual or prospective

bidder or to influence by any means the acceptance of a particular RFP will rende

RFP liable to be excluded from consideration.

Amendments to RFP

• Any Addendum thus issued will be notified only on the website for information to all

the Bidders and no other means of communications will be used by IAI

• In order to afford the Bidders a reasonable time for taking an Addendum into account,

or for any other reason, the Board may, at its own discretion, extend the Bid Due Date.

of the Bidders may be convened at the designated date. The time and

e shall be notified on the Institute’s website. A maximum of two representatives of

each Bidder shall be allowed to participate in the meeting.

• During the course of Pre-Bid meeting, the Bidders will be free to seek cla

s for consideration of IAI. The Institute shall endeavour to provide

clarifications and such further information as it may, in its sole discretion, consider

appropriate for facilitating a fair, transparent and competitive Bidding Process.

Street, Off D. N. Road, Mumbai – 400001

Page 9 of 27

Institute of Actuaries of India

d as instructed above, the Institute assumes no

responsibility for the misplacement of the contents of the Bid submitted.

• While RFPs are under consideration, bidders and their representatives or other interested

parties, are advised to refrain from contacting by any means IAI personnel or

Mumbai if necessary

will obtain clarification on RFPs by requesting such information from any or all the

bidders either in writing or through personal contact as may be necessary. The bidder will

after 17.04.2015. Any attempt by

any bidder to bring pressure of any kind, may disqualify the bidder for the present RFP

Mumbai RFPs in future

reserves all rights to cancel the RFP without

and no correspondence will be entertained in this regard.

• Govt. Levies like service tax shall be paid at actual rates applicable on the date of

delivery. Rates should be quoted accordingly giving the basic price, Service Tax etc.

es quoted in INR.

In case of any discrepancy between rates mentioned in figures and words, the latter shall

• Any attempt to influence direct or indirect on the part of the RFP with the authority to

e has submitted the RFP or authority who is competent finally to accept it after he

has submitted his RFP or any endeavour to secure any interest for an actual or prospective

bidder or to influence by any means the acceptance of a particular RFP will render the

• Any Addendum thus issued will be notified only on the website for information to all

IAI.

• In order to afford the Bidders a reasonable time for taking an Addendum into account,

or for any other reason, the Board may, at its own discretion, extend the Bid Due Date.

designated date. The time and

’s website. A maximum of two representatives of

, the Bidders will be free to seek clarifications and

shall endeavour to provide

clarifications and such further information as it may, in its sole discretion, consider

ding Process.

Page 10: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

5.2 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its bid

and the Institute will in no case be responsible or liable for these costs, whether or not the

Bid is finally accepted.

5.3 PROPOSAL VALIDITY

Technical and Financial Proposals shall remain valid for a period of

specified for opening of Technical Bid.

responsive if it is valid for a shorter period. In exceptional

of the original Proposal validity period,

specified additional period. The request and the responses thereto shall be made in writing

to or by facsimile on the listed contact inform

Bidders shall not be required or permitted to modify the Proposal, but shall be required to

extend the validity of the Proposal for the extension period.

5.4 EARNEST MONEY DEPOSIT (EMD)

The bidder shall furnish,

(Rupees One Lakh only). The EMD shall be in the form of Demand Draft from any

Scheduled Commercial Bank located in India, drawn in favour of

India , payable at Mumbai

the EMD will be rejected as

returned as promptly as possible without interest.

5.5 BID OPENING

Bids will be opened as per schedule speci

representative/s to attend the opening of the bids.

representative/s, it should be accompanied by authority letter as specified in Annexure 3.

Only those person will be allowed to atten

well as Financial Bids

discussion / interaction will be held with the bidders

have been rejected / disqualified.

any or all the offers without assigning any reasons whatsoever. The RFP

constituted for the purpose

decisions of the Working Gro

correspondence will be entertained outside the process of negotiation / discussion with the

Working Group.

At the date, time and location of the bid opening as specified in the RFP, the

Group constituted for the purpose

designated representatives who choose to attend. The Bidders' representatives who are

present shall sign a register evidencing their attendance. The Bidders' names, and any

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

5.2 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its bid

will in no case be responsible or liable for these costs, whether or not the

ROPOSAL VALIDITY

Technical and Financial Proposals shall remain valid for a period of 90

specified for opening of Technical Bid. IAI shall reject the Proposal as being non

responsive if it is valid for a shorter period. In exceptional circumstances, prior to expiry

of the original Proposal validity period, IAI may extend the period of validity for a

specified additional period. The request and the responses thereto shall be made in writing

to or by facsimile on the listed contact information of the Bidders. In such cases, the

Bidders shall not be required or permitted to modify the Proposal, but shall be required to

extend the validity of the Proposal for the extension period.

5.4 EARNEST MONEY DEPOSIT (EMD)

The bidder shall furnish, as part of its general bid, an EMD of amount Rs1,0

only). The EMD shall be in the form of Demand Draft from any

Scheduled Commercial Bank located in India, drawn in favour of Institute of Actuaries of

India , payable at Mumbai and will not be liable for any interest. Any bid, not containing

the EMD will be rejected as invalid. Unsuccessful bidder’s EMD will be discharged /

returned as promptly as possible without interest.

as per schedule specified above. Bidders may send their authorised

to attend the opening of the bids. Incase, bidder sends his

representative/s, it should be accompanied by authority letter as specified in Annexure 3.

Only those person will be allowed to attend who have authority letters.

will be opened simultaneously for further processing. No

discussion / interaction will be held with the bidders or their representatives

have been rejected / disqualified. IAI reserves the right to accept or reject in part or full

any or all the offers without assigning any reasons whatsoever. The RFP

constituted for the purpose shall evaluate the Technical Bids and Financial bids. The

Working Groupin the evaluation of the bids shall be final. No

correspondence will be entertained outside the process of negotiation / discussion with the

At the date, time and location of the bid opening as specified in the RFP, the

tituted for the purpose shall open the Proposals, in the presence of Bidders'

designated representatives who choose to attend. The Bidders' representatives who are

present shall sign a register evidencing their attendance. The Bidders' names, and any

Street, Off D. N. Road, Mumbai – 400001

Page 10 of 27

Institute of Actuaries of India

The Bidder shall bear all costs associated with the preparation and submission of its bid

will in no case be responsible or liable for these costs, whether or not the

90 days from the date

shall reject the Proposal as being non-

circumstances, prior to expiry

may extend the period of validity for a

specified additional period. The request and the responses thereto shall be made in writing

ation of the Bidders. In such cases, the

Bidders shall not be required or permitted to modify the Proposal, but shall be required to

neral bid, an EMD of amount Rs1,00,000/-

only). The EMD shall be in the form of Demand Draft from any

Institute of Actuaries of

ill not be liable for any interest. Any bid, not containing

. Unsuccessful bidder’s EMD will be discharged /

fied above. Bidders may send their authorised

Incase, bidder sends his

representative/s, it should be accompanied by authority letter as specified in Annexure 3.

d who have authority letters.Technical Bids as

for further processing. No

or their representatives whose bids

reserves the right to accept or reject in part or full

any or all the offers without assigning any reasons whatsoever. The RFP Working Group

shall evaluate the Technical Bids and Financial bids. The

in the evaluation of the bids shall be final. No

correspondence will be entertained outside the process of negotiation / discussion with the

At the date, time and location of the bid opening as specified in the RFP, the Working

shall open the Proposals, in the presence of Bidders'

designated representatives who choose to attend. The Bidders' representatives who are

present shall sign a register evidencing their attendance. The Bidders' names, and any

Page 11: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

such other details as the Working Group

the Working Group at 302, Indian Globe Chambers, For

opening. The Working Group

scheduled bid opening. The bids will be opened at the address specified in RFP.

5.6 LANGUAGE OF BID & CORRESPONDENCE

The Bid will be prepared by the Bidder in English language only. All the documents

relating to the Bid (including brochures) supplied by the Bidder should also be in English,

and the correspondence between the Bidder &

5.7 BID CURRENCIES

Prices shall be quoted in INDIAN RUPEES, inclusive of all prevailing taxes.

5.8 EVALUATION & SELECTION CRITERIA

The Working Group constituted for the purpose

Proposals as per section 4

in accordance with the requirements set forth in the Document. In order to reach such a

determination, the working group

thoroughness of the proposals on the basis of information provided by the bidder, taking

into account the following factors:

• Overall completeness and compliance with the requirement.

• Proposed work-plan and methodology shall demonstrate that the bidder will achieve the

performance standards within the time frame described in RFP documents.

• Any other relevant factors, listed in RFP document, or which

prudent to take into consideration.

5.9 DISQUALIFICATION OR REJECTION OF RFP

The RFP may be liable to be rejected or the bidder be disqualified at any stage on account

of the following and the decision of the Working Group in this regard will be final

bid or its submission is not in conformity with the instruction mentioned herein.

• If the bid is not accompanied by the requisite EMD.

• If it is not signed with seal, on all the pages of the bid document.

• If it is received after the expiry of due date and time.

• If it is incomplete and required documents are not furnished.

• If it is misleading or false statements/ representations are made as part of requirements

• If found to have a record of poor performance such as having abandoned work, having

been inordinately delayed completion and having faced commercial failures etc.

• In case of overwritings/cuttings in the bid, if the same is not authenticated with

signatures.

• If not accompanied by audited financials.

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Working Group may consider appropriate, will be announced by

302, Indian Globe Chambers, Fort, Mumbai on the day of the bid

Working Group reserves the right at any time to postpone or cancel a

d bid opening. The bids will be opened at the address specified in RFP.

5.6 LANGUAGE OF BID & CORRESPONDENCE

The Bid will be prepared by the Bidder in English language only. All the documents

relating to the Bid (including brochures) supplied by the Bidder should also be in English,

and the correspondence between the Bidder & IAI will be in English language only.

5.7 BID CURRENCIES

Prices shall be quoted in INDIAN RUPEES, inclusive of all prevailing taxes.

5.8 EVALUATION & SELECTION CRITERIA

Working Group constituted for the purpose will carry out a detailed evaluation of the

of RFP in order to determine whether the technical aspects are

in accordance with the requirements set forth in the Document. In order to reach such a

working group will examine and compare the technical aspects and

proposals on the basis of information provided by the bidder, taking

into account the following factors:-

• Overall completeness and compliance with the requirement.

plan and methodology shall demonstrate that the bidder will achieve the

performance standards within the time frame described in RFP documents.

• Any other relevant factors, listed in RFP document, or which IAI deems necessary or

prudent to take into consideration.

5.9 DISQUALIFICATION OR REJECTION OF RFP

iable to be rejected or the bidder be disqualified at any stage on account

and the decision of the Working Group in this regard will be final

bid or its submission is not in conformity with the instruction mentioned herein.

the bid is not accompanied by the requisite EMD.

• If it is not signed with seal, on all the pages of the bid document.

• If it is received after the expiry of due date and time.

• If it is incomplete and required documents are not furnished.

is misleading or false statements/ representations are made as part of requirements

• If found to have a record of poor performance such as having abandoned work, having

been inordinately delayed completion and having faced commercial failures etc.

case of overwritings/cuttings in the bid, if the same is not authenticated with

If not accompanied by audited financials.

Street, Off D. N. Road, Mumbai – 400001

Page 11 of 27

Institute of Actuaries of India

may consider appropriate, will be announced by

on the day of the bid

reserves the right at any time to postpone or cancel a

d bid opening. The bids will be opened at the address specified in RFP.

The Bid will be prepared by the Bidder in English language only. All the documents

relating to the Bid (including brochures) supplied by the Bidder should also be in English,

will be in English language only.

Prices shall be quoted in INDIAN RUPEES, inclusive of all prevailing taxes.

will carry out a detailed evaluation of the

of RFP in order to determine whether the technical aspects are

in accordance with the requirements set forth in the Document. In order to reach such a

will examine and compare the technical aspects and

proposals on the basis of information provided by the bidder, taking

plan and methodology shall demonstrate that the bidder will achieve the

performance standards within the time frame described in RFP documents.

deems necessary or

iable to be rejected or the bidder be disqualified at any stage on account

and the decision of the Working Group in this regard will be final. If the

bid or its submission is not in conformity with the instruction mentioned herein.

is misleading or false statements/ representations are made as part of requirements

• If found to have a record of poor performance such as having abandoned work, having

been inordinately delayed completion and having faced commercial failures etc.

case of overwritings/cuttings in the bid, if the same is not authenticated with

Page 12: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

5.10 FORFEITURE OF EMD (BID SECURITY)

EMD submitted by the bidder may be forfeited under the following conditi

• If the bid or its submission is not in conformity with the instruction mentioned herein.

• If the bidder withdraws the RFP before the expiry of the validity period.

• If the bidder violates any of the provisions of the terms and conditions of the

In the case of a successful bidder fails to

• accept award of work,

• sign the Contract Agreement with

of award,

• furnish performance security, or the bidder violates any of such important con

this RFP document or indulges in any such activities as would jeopardize the interest of

IAI. The decision of IAI regarding forfeiture of bid security shall be final and shall not be

called upon question under any circumstances.

A default in such a case may involve black

5.11 FINANCIAL BID FORMAT

Sl.

No.

Particulars

1 Rates per question item (inclusive

all)

Note:-

The above said rates should be inclusive of all type of expenses of Writing, Development of

Item, DTP, Composing, Editing, Paper cost, Hard Copy, Soft Copy

inclusive of all taxes also.

6. AWARD OF WORK

The IAI reserves the right to accept or reject any or all bids

• Notwithstanding anything else contained to contrary in this RFP Document, IAI reserves

the right to accept or reject any Bid or to annul the bidding process fully or partial

modifying the same and to reject all Bids at any time prior to the award of work, without

incurring any liabilities in this regard.

6.1 NOTIFICATION OF AWARD

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

5.10 FORFEITURE OF EMD (BID SECURITY)

EMD submitted by the bidder may be forfeited under the following conditi

• If the bid or its submission is not in conformity with the instruction mentioned herein.

• If the bidder withdraws the RFP before the expiry of the validity period.

• If the bidder violates any of the provisions of the terms and conditions of the

In the case of a successful bidder fails to

• sign the Contract Agreement with IAI, after acceptance of communication on placement

• furnish performance security, or the bidder violates any of such important con

this RFP document or indulges in any such activities as would jeopardize the interest of

regarding forfeiture of bid security shall be final and shall not be

called upon question under any circumstances.

A default in such a case may involve black-listing of the bidder by IAI.

FINANCIAL BID FORMAT

Rates

(In figure and in words)

Rates per question item (inclusive

Rs………………………………………….....

………………………………………………...

The above said rates should be inclusive of all type of expenses of Writing, Development of

Item, DTP, Composing, Editing, Paper cost, Hard Copy, Soft Copy etc. The rate should be

AWARD OF WORK

The IAI reserves the right to accept or reject any or all bids-

• Notwithstanding anything else contained to contrary in this RFP Document, IAI reserves

the right to accept or reject any Bid or to annul the bidding process fully or partial

modifying the same and to reject all Bids at any time prior to the award of work, without

incurring any liabilities in this regard.

NOTIFICATION OF AWARD

Street, Off D. N. Road, Mumbai – 400001

Page 12 of 27

Institute of Actuaries of India

EMD submitted by the bidder may be forfeited under the following conditions:

• If the bid or its submission is not in conformity with the instruction mentioned herein.

• If the bidder withdraws the RFP before the expiry of the validity period.

• If the bidder violates any of the provisions of the terms and conditions of the RFP.

, after acceptance of communication on placement

• furnish performance security, or the bidder violates any of such important conditions of

this RFP document or indulges in any such activities as would jeopardize the interest of

regarding forfeiture of bid security shall be final and shall not be

.

Rs………………………………………….....

………………………………………………...

The above said rates should be inclusive of all type of expenses of Writing, Development of

The rate should be

• Notwithstanding anything else contained to contrary in this RFP Document, IAI reserves

the right to accept or reject any Bid or to annul the bidding process fully or partially, or

modifying the same and to reject all Bids at any time prior to the award of work, without

Page 13: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

Prior to the expiry of the period of Bid validity, Head

Bidder in writing by speed post or Fax or email that its Bid has been accepted. The liability of

the bidder to perform the services will commence from the date of notification of Award. The

Completion Period shall be counted from the date of 'Not

6.2 SIGNING OF CONTRACT

Within 10 (Ten) days of receipt of the Contract, the successful Bidder shall sign and date the

Contract and return it to the IAI. Any incidental expenses on execution of agreement

shall be borne by the successful Bidder A Service Level Agreement (SLA) will be signed

with the bidder at the time of awarding the contract.

6.3 CORRUPT OR FRAUDULENT PRACTICES OR CONFLICT OF

INTEREST

The Board requires that the bidders under this RFP

during the bidding and execution of the contract. In pursuance of this policy, the IAI defines

the terms set forth as follows:-

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, direct

indirectly, of anything of value to influence the actions of any person connected with the

Bidding Process (for avoidance of doubt, offering of employment to or employing or

engaging in any manner whatsoever, directly or indirectly, any official of I

been associated in any manner, directly or indirectly with the Bidding Process or the Award

of Work or has dealt with matters concerning the Service

from, before or after the execution thereof, at any time

the date such official resigns or retires from or otherwise ceases to be in the service of the

IAI, shall be deemed to constitute influencing the actions of a person connected with the

Bidding Process); or (ii) engaging

Process or after the issue of the Award of Work or after the execution of the Service Level

Agreement, as the case may be, any person in respect of any matter relating to the work or the

Award of Work or the Service Level Agreement, who at any time has been or is a legal,

financial or technical adviser of IAI in relation to any matter concerning the work; (b)

“fraudulent practice” means a misrepresentation or omission of facts or suppression of facts

or disclosure of incomplete facts, in order to influence the Bidding Process ; (c) “coercive

practice” means impairing or harming, or threatening to impair or harm, directly or indirectly,

any person or property to influence any person’s participation or acti

Process; (d) “undesirable practice” means (i) establishing contact with any person connected

with or employed or engaged by IAI with the objective of canvassing, lobbying or in any

manner influencing or attempting to influence the Bidding

of Interest; and (e) “restrictive practice” means forming a cartel or arriving at any

understanding or arrangement among Bidders with the objective of restricting or

manipulating a full and fair competition in the Biddin

means without limiting the generality of the word, a Bidder shall be considered to have a

Conflict of Interest that affects the Bidding Process, if: (i) such Bidder (or any constituent

thereof) have common controlling

constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Prior to the expiry of the period of Bid validity, Head - Operations, will notify the s

Bidder in writing by speed post or Fax or email that its Bid has been accepted. The liability of

the bidder to perform the services will commence from the date of notification of Award. The

Completion Period shall be counted from the date of 'Notification of Award of Work'.

SIGNING OF CONTRACT

Within 10 (Ten) days of receipt of the Contract, the successful Bidder shall sign and date the

Contract and return it to the IAI. Any incidental expenses on execution of agreement

shall be borne by the successful Bidder A Service Level Agreement (SLA) will be signed

with the bidder at the time of awarding the contract.

CORRUPT OR FRAUDULENT PRACTICES OR CONFLICT OF

The Board requires that the bidders under this RFP observe the highest standards of ethics

during the bidding and execution of the contract. In pursuance of this policy, the IAI defines

-

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, direct

indirectly, of anything of value to influence the actions of any person connected with the

Bidding Process (for avoidance of doubt, offering of employment to or employing or

engaging in any manner whatsoever, directly or indirectly, any official of I

been associated in any manner, directly or indirectly with the Bidding Process or the Award

of Work or has dealt with matters concerning the Service Level Agreement or arising there

from, before or after the execution thereof, at any time prior to the expiry of one year

the date such official resigns or retires from or otherwise ceases to be in the service of the

IAI, shall be deemed to constitute influencing the actions of a person connected with the

Bidding Process); or (ii) engaging in any manner whatsoever, whether during the Bidding

Process or after the issue of the Award of Work or after the execution of the Service Level

Agreement, as the case may be, any person in respect of any matter relating to the work or the

r the Service Level Agreement, who at any time has been or is a legal,

financial or technical adviser of IAI in relation to any matter concerning the work; (b)

“fraudulent practice” means a misrepresentation or omission of facts or suppression of facts

disclosure of incomplete facts, in order to influence the Bidding Process ; (c) “coercive

practice” means impairing or harming, or threatening to impair or harm, directly or indirectly,

any person or property to influence any person’s participation or acti

Process; (d) “undesirable practice” means (i) establishing contact with any person connected

with or employed or engaged by IAI with the objective of canvassing, lobbying or in any

manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict

of Interest; and (e) “restrictive practice” means forming a cartel or arriving at any

understanding or arrangement among Bidders with the objective of restricting or

manipulating a full and fair competition in the Bidding Process. (f) “Conflict of Interest”

means without limiting the generality of the word, a Bidder shall be considered to have a

Conflict of Interest that affects the Bidding Process, if: (i) such Bidder (or any constituent

thereof) have common controlling shareholders or other ownership interest, or (ii) a

constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder

Street, Off D. N. Road, Mumbai – 400001

Page 13 of 27

Institute of Actuaries of India

Operations, will notify the successful

Bidder in writing by speed post or Fax or email that its Bid has been accepted. The liability of

the bidder to perform the services will commence from the date of notification of Award. The

ification of Award of Work'.

Within 10 (Ten) days of receipt of the Contract, the successful Bidder shall sign and date the

Contract and return it to the IAI. Any incidental expenses on execution of agreement

shall be borne by the successful Bidder A Service Level Agreement (SLA) will be signed

CORRUPT OR FRAUDULENT PRACTICES OR CONFLICT OF

observe the highest standards of ethics

during the bidding and execution of the contract. In pursuance of this policy, the IAI defines

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or

indirectly, of anything of value to influence the actions of any person connected with the

Bidding Process (for avoidance of doubt, offering of employment to or employing or

engaging in any manner whatsoever, directly or indirectly, any official of IAI who is or has

been associated in any manner, directly or indirectly with the Bidding Process or the Award

Level Agreement or arising there

prior to the expiry of one year from

the date such official resigns or retires from or otherwise ceases to be in the service of the

IAI, shall be deemed to constitute influencing the actions of a person connected with the

in any manner whatsoever, whether during the Bidding

Process or after the issue of the Award of Work or after the execution of the Service Level

Agreement, as the case may be, any person in respect of any matter relating to the work or the

r the Service Level Agreement, who at any time has been or is a legal,

financial or technical adviser of IAI in relation to any matter concerning the work; (b)

“fraudulent practice” means a misrepresentation or omission of facts or suppression of facts

disclosure of incomplete facts, in order to influence the Bidding Process ; (c) “coercive

practice” means impairing or harming, or threatening to impair or harm, directly or indirectly,

any person or property to influence any person’s participation or action in the Bidding

Process; (d) “undesirable practice” means (i) establishing contact with any person connected

with or employed or engaged by IAI with the objective of canvassing, lobbying or in any

Process; or (ii) having a Conflict

of Interest; and (e) “restrictive practice” means forming a cartel or arriving at any

understanding or arrangement among Bidders with the objective of restricting or

g Process. (f) “Conflict of Interest”

means without limiting the generality of the word, a Bidder shall be considered to have a

Conflict of Interest that affects the Bidding Process, if: (i) such Bidder (or any constituent

shareholders or other ownership interest, or (ii) a

constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder

Page 14: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

receives or has received any direct or indirect subsidy from any other Bidder, or has provided

any such subsidy to any other Bidder; or (iv) such Bidder has the same legal representative

for purposes of this Bid as any other Bidder; or (v) such Bidder has a relationship with

another Bidder, directly or through common third parties, that puts them in a position to have

access to each others’ information about, or to influence the Bid of either or each of the other

Bidder; or (vi) such Bidder has participated as a consultant to IAI in the preparation of any

documents, design or technical specifications of the proposal. Th

for award if it determines that the Bidder recommended for award has engaged in corrupt or

fraudulent practices or conflict of interest in competing for the contract in question. The IAI,

will declare a Bidder ineligible, eithe

awarded a contract if at any time it is determined that the Bidder has engaged in corrupt and

fraudulent practices in competing for or in execution of the contract.

should not be involved in activities in the last 5 years or should be involved post 5 years from

the effective date of this agreement that arise conflict of interest situations such as coaching

students for actuarial exams.

6.4 TERMINATION FOR DEFAULT

IAI, may without prejudice to any other remedy for breach up of terms and conditions

(including forfeiture of Performance Security) by written notice of default sent to the bidder,

terminate the work / task in whole or in part, after sending a notice to the bidder in this

regard: If the bidder fails to deliver or complete the job assigned in the terms and conditions

within the time period (s) specified in the RFP Document

perform any other obligations under the terms and conditions.

6.5 PROGRESS OF THE PROJECT

• Progress of the Project may be intimated in writing to Head

monthly basis. IAI shall review the progress and further extension of contract shall be subject

to satisfactory performance in previo

6.6 PENALTY

a) We expect 100% correct answer rate but we do understand that unintended errors may

happen and hence a correct answer rate of at least 99.8% (which means 10 wrong

answers out of 5,000) is expected.

@1% per 10 wrong answers or part thereof provided always that the total amount of

compensation for delay to be paid under this condition shall not exceed 5% of the

tendered value of work.

b) If the work is not completed with the project

agreed), IAI reserve the rights to charge penalty @1% per week or part thereof provided

always that the total amount of compensation for delay to be paid under this condition

shall not exceed 5% of the tendered valu

c) The maximum amount of penalty shall not exceed 10% of the tendered value of work.

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

receives or has received any direct or indirect subsidy from any other Bidder, or has provided

any other Bidder; or (iv) such Bidder has the same legal representative

for purposes of this Bid as any other Bidder; or (v) such Bidder has a relationship with

another Bidder, directly or through common third parties, that puts them in a position to have

access to each others’ information about, or to influence the Bid of either or each of the other

Bidder; or (vi) such Bidder has participated as a consultant to IAI in the preparation of any

documents, design or technical specifications of the proposal. The IAI will reject a proposal

for award if it determines that the Bidder recommended for award has engaged in corrupt or

fraudulent practices or conflict of interest in competing for the contract in question. The IAI,

will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be

awarded a contract if at any time it is determined that the Bidder has engaged in corrupt and

fraudulent practices in competing for or in execution of the contract. (vi) T

volved in activities in the last 5 years or should be involved post 5 years from

the effective date of this agreement that arise conflict of interest situations such as coaching

6.4 TERMINATION FOR DEFAULT

prejudice to any other remedy for breach up of terms and conditions

(including forfeiture of Performance Security) by written notice of default sent to the bidder,

terminate the work / task in whole or in part, after sending a notice to the bidder in this

regard: If the bidder fails to deliver or complete the job assigned in the terms and conditions

within the time period (s) specified in the RFP Document in Appendix 2. If the bidder fails to

perform any other obligations under the terms and conditions.

PROGRESS OF THE PROJECT

• Progress of the Project may be intimated in writing to Head – Operations, IAI, on at least

shall review the progress and further extension of contract shall be subject

to satisfactory performance in previous work.

We expect 100% correct answer rate but we do understand that unintended errors may

happen and hence a correct answer rate of at least 99.8% (which means 10 wrong

answers out of 5,000) is expected. Thereafter, IAI reserve the rights to c

wers or part thereof provided always that the total amount of

compensation for delay to be paid under this condition shall not exceed 5% of the

If the work is not completed with the project timelines (subject to extension mutually

agreed), IAI reserve the rights to charge penalty @1% per week or part thereof provided

always that the total amount of compensation for delay to be paid under this condition

shall not exceed 5% of the tendered value of work.

The maximum amount of penalty shall not exceed 10% of the tendered value of work.

Street, Off D. N. Road, Mumbai – 400001

Page 14 of 27

Institute of Actuaries of India

receives or has received any direct or indirect subsidy from any other Bidder, or has provided

any other Bidder; or (iv) such Bidder has the same legal representative

for purposes of this Bid as any other Bidder; or (v) such Bidder has a relationship with

another Bidder, directly or through common third parties, that puts them in a position to have

access to each others’ information about, or to influence the Bid of either or each of the other

Bidder; or (vi) such Bidder has participated as a consultant to IAI in the preparation of any

e IAI will reject a proposal

for award if it determines that the Bidder recommended for award has engaged in corrupt or

fraudulent practices or conflict of interest in competing for the contract in question. The IAI,

r indefinitely or for a stated period of time, to be

awarded a contract if at any time it is determined that the Bidder has engaged in corrupt and

(vi) The firm bidding

volved in activities in the last 5 years or should be involved post 5 years from

the effective date of this agreement that arise conflict of interest situations such as coaching

prejudice to any other remedy for breach up of terms and conditions

(including forfeiture of Performance Security) by written notice of default sent to the bidder,

terminate the work / task in whole or in part, after sending a notice to the bidder in this

regard: If the bidder fails to deliver or complete the job assigned in the terms and conditions

. If the bidder fails to

Operations, IAI, on at least

shall review the progress and further extension of contract shall be subject

We expect 100% correct answer rate but we do understand that unintended errors may

happen and hence a correct answer rate of at least 99.8% (which means 10 wrong

IAI reserve the rights to charge penalty

wers or part thereof provided always that the total amount of

compensation for delay to be paid under this condition shall not exceed 5% of the

timelines (subject to extension mutually

agreed), IAI reserve the rights to charge penalty @1% per week or part thereof provided

always that the total amount of compensation for delay to be paid under this condition

The maximum amount of penalty shall not exceed 10% of the tendered value of work.

Page 15: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

6.7 CONFIDENTIALITY

Any information pertaining to IAI or any other agency involved in the project, matters

concerning IAI that comes to the knowledge of the bidder in connection

will be deemed to be confidential and the contractor will be fully responsible, for the same

being kept confidential and held in trust, as also for all consequences of its concern

personnel failing to observe the same. The bidder shall ensure due secrecy of information and

data not intended for public distribution. The affidavit to this effect should be submitted

along with security deposit.

6.8 FORCE MAJEURE

This clause shall mean and be limited to the following in the execution of the contract of

War / hostilities

• Riot or civil commotion

• Earth Quake, Flood, Tempest, Lightning or other natural physical disaster

• Restrictions imposed by the Government or other statutory bod

the control of the consultant, which prevent or delay the execution of the order by the

consultant

• The Agency shall inform

end of the above clauses of delay, within 7 days of oc

force majeure conditions. In the event of a delay lasting for more than one month, if

arising out of clauses of force majeure,

without any obligation to compensate the bidder in a

reason, subject to the provision of clause mentioned.

6.9 ARBITRATION

• All disputes, differences, claims and demands arising under the contract shall be referred to

the President, IAI, for final decision and the same shall be binding on all parties.

• Any other terms and conditions mutually agreed prior to finalization of the order /

agreement shall be binding on the bidder.

• President, IAI and the selected agency shall make every e

direct negotiation, any disagreement or dispute arising between them under or in connection

with the work order. If any dispute arises between parties on aspects not covered by this

agreement, or the construction or operat

these except as to any matter the decision of which is specia

conditions, such disputes shall be referred to two arbitrators, one to be appointed by each

party and the said arbitrators shall appoint an umpire in w

reference and the award of the arbitration or umpire, as the case may be shall be final and

binding on both the parties. The arbitrators or the umpire as the case may be, with the

of parties, may modify the time frame for making and publishing the award. Such arbitration

shall be governed in all respects by the provision of the Indian Arbitration and Conciliation

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

CONFIDENTIALITY

Any information pertaining to IAI or any other agency involved in the project, matters

that comes to the knowledge of the bidder in connection

will be deemed to be confidential and the contractor will be fully responsible, for the same

being kept confidential and held in trust, as also for all consequences of its concern

personnel failing to observe the same. The bidder shall ensure due secrecy of information and

data not intended for public distribution. The affidavit to this effect should be submitted

FORCE MAJEURE

ll mean and be limited to the following in the execution of the contract of

Riot or civil commotion

Earth Quake, Flood, Tempest, Lightning or other natural physical disaster

Restrictions imposed by the Government or other statutory bodies, which is beyond

the control of the consultant, which prevent or delay the execution of the order by the

The Agency shall inform Head – Operations, IAI, in writing the beginning and the

end of the above clauses of delay, within 7 days of occurrence and cessation of the

force majeure conditions. In the event of a delay lasting for more than one month, if

arising out of clauses of force majeure, IAI, reserves the right to cancel the contract

without any obligation to compensate the bidder in any manner for whatsoever

reason, subject to the provision of clause mentioned.

• All disputes, differences, claims and demands arising under the contract shall be referred to

, for final decision and the same shall be binding on all parties.

• Any other terms and conditions mutually agreed prior to finalization of the order /

agreement shall be binding on the bidder.

and the selected agency shall make every effort to resolve amicably through

direct negotiation, any disagreement or dispute arising between them under or in connection

with the work order. If any dispute arises between parties on aspects not covered by this

agreement, or the construction or operation thereof, or the rights, duties or liabilities under

these except as to any matter the decision of which is specially provided for by the general

conditions, such disputes shall be referred to two arbitrators, one to be appointed by each

aid arbitrators shall appoint an umpire in writing before entering into the

reference and the award of the arbitration or umpire, as the case may be shall be final and

binding on both the parties. The arbitrators or the umpire as the case may be, with the

of parties, may modify the time frame for making and publishing the award. Such arbitration

shall be governed in all respects by the provision of the Indian Arbitration and Conciliation

Street, Off D. N. Road, Mumbai – 400001

Page 15 of 27

Institute of Actuaries of India

Any information pertaining to IAI or any other agency involved in the project, matters

that comes to the knowledge of the bidder in connection with this contract,

will be deemed to be confidential and the contractor will be fully responsible, for the same

being kept confidential and held in trust, as also for all consequences of its concerned

personnel failing to observe the same. The bidder shall ensure due secrecy of information and

data not intended for public distribution. The affidavit to this effect should be submitted

ll mean and be limited to the following in the execution of the contract of

Earth Quake, Flood, Tempest, Lightning or other natural physical disaster

ies, which is beyond

the control of the consultant, which prevent or delay the execution of the order by the

in writing the beginning and the

currence and cessation of the

force majeure conditions. In the event of a delay lasting for more than one month, if

, reserves the right to cancel the contract

ny manner for whatsoever

• All disputes, differences, claims and demands arising under the contract shall be referred to

, for final decision and the same shall be binding on all parties.

• Any other terms and conditions mutually agreed prior to finalization of the order /

ffort to resolve amicably through

direct negotiation, any disagreement or dispute arising between them under or in connection

with the work order. If any dispute arises between parties on aspects not covered by this

ion thereof, or the rights, duties or liabilities under

lly provided for by the general

conditions, such disputes shall be referred to two arbitrators, one to be appointed by each

riting before entering into the

reference and the award of the arbitration or umpire, as the case may be shall be final and

binding on both the parties. The arbitrators or the umpire as the case may be, with the consent

of parties, may modify the time frame for making and publishing the award. Such arbitration

shall be governed in all respects by the provision of the Indian Arbitration and Conciliation

Page 16: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

Act, 1996 or later and the rules there under and any statutory

thereof the arbitration proceeding shall be held in

6.10 LEGAL JURISDICTION

• All legal disputes are subject to the jurisdiction of

6.11 COMPLETENESS OF RFP OFFER

• The Bidder is expected to

deliverables in the RFP Documents. Failure to furnish all information required by the RFP

documents or submission of a RFP offer not substantially responsive in every respect to the

RFP documents will be at the Bidder 's risk and may result in rejection of its RFP offer. The

RFP offer is liable to be rejected outright without any intimation to the Bidder if complete

information as called for in the RFP document is not given therein, or if particulars a

in the Forms / Proforma in the RFP are not fully furnished.

6.12 QUESTION BANK

- The Ownership of the Question Bank

- Organization should have all the necessary processes in place for entire

Development Life Cycle (QBDLC)

-

- Question Bank should be versioned, labelled and baselined appropriately in a standard

version control system within the organization

- Question Bank should have multiple backup systems in place so that anytime

can be recovered in case of any disaster

- Organization should have the test cases and regression testing

have done necessary testing for the

also.

- Organization should have in-

management system to do quality check of the

answer, a maker and checker process should be adopted.

- Proper security provision for

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Act, 1996 or later and the rules there under and any statutory modification or re

thereof the arbitration proceeding shall be held in Mumbai.

LEGAL JURISDICTION

• All legal disputes are subject to the jurisdiction of Mumbai courts only.

COMPLETENESS OF RFP OFFER

• The Bidder is expected to examine all instructions, forms, terms, conditions and

deliverables in the RFP Documents. Failure to furnish all information required by the RFP

documents or submission of a RFP offer not substantially responsive in every respect to the

be at the Bidder 's risk and may result in rejection of its RFP offer. The

RFP offer is liable to be rejected outright without any intimation to the Bidder if complete

information as called for in the RFP document is not given therein, or if particulars a

in the RFP are not fully furnished.

QUESTION BANK OWNERSHIP

Question Bank will be with IAI.

Organization should have all the necessary processes in place for entire Question Bank

DLC)

should be versioned, labelled and baselined appropriately in a standard

version control system within the organization

should have multiple backup systems in place so that anytime

can be recovered in case of any disaster

Organization should have the test cases and regression testing method to prove that they

have done necessary testing for the question Bank. This should include performance testing

-house quality assurance group and a strong quality

management system to do quality check of the question bank. For each question and its

answer, a maker and checker process should be adopted.

Proper security provision for question bank

Street, Off D. N. Road, Mumbai – 400001

Page 16 of 27

Institute of Actuaries of India

modification or re-enactment

examine all instructions, forms, terms, conditions and

deliverables in the RFP Documents. Failure to furnish all information required by the RFP

documents or submission of a RFP offer not substantially responsive in every respect to the

be at the Bidder 's risk and may result in rejection of its RFP offer. The

RFP offer is liable to be rejected outright without any intimation to the Bidder if complete

information as called for in the RFP document is not given therein, or if particulars asked for

Question Bank

should be versioned, labelled and baselined appropriately in a standard

should have multiple backup systems in place so that anytime question bank

to prove that they

. This should include performance testing

house quality assurance group and a strong quality

. For each question and its

Page 17: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

PROFORMA

ACCEPTANCE OF TERMS AND CONDITIONS CONTAINED IN THE RFP

DOCUMENTS

To,

Head - Operations,

Institute of Actuaries of India,

302, Indian Globe Chambers,

142, Fort Street, Off D. N. Road,

Mumbai - 400001

Dear Sir,

I have gone through the terms and conditions contained in the RFP Document.

I declare that all the provisions of this RFP document are acceptable to my Company. I

further certify, that I am an authorised signatory

competent to make this declaration.

Signature of witness

Date:

Place:

Company Seal

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

PROFORMA AND ANNEXURES

ANCE OF TERMS AND CONDITIONS CONTAINED IN THE RFP

Institute of Actuaries of India,

142, Fort Street, Off D. N. Road,

I have gone through the terms and conditions contained in the RFP Document.

I declare that all the provisions of this RFP document are acceptable to my Company. I

further certify, that I am an authorised signatory of my company, and am, therefore,

competent to make this declaration.

Signature of Bidder

Date:

Place:

Street, Off D. N. Road, Mumbai – 400001

Page 17 of 27

Institute of Actuaries of India

ANNEXURE 1

ANCE OF TERMS AND CONDITIONS CONTAINED IN THE RFP

I have gone through the terms and conditions contained in the RFP Document.

I declare that all the provisions of this RFP document are acceptable to my Company. I

any, and am, therefore,

Signature of Bidder

Page 18: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

DETAILS OF THE ORGANISATION

a) Name of the firms/Institutions/Agencies/Trusts/Consortium

b) Registered Address

c) Year of Establishment

d) Details of Registration/Incorporation

e) Details of Technical Specialist employed with the Organisation

SI No. Speciality/Skill-set

Organisation

f) List of Project Handled:

1.

2.

3.

4.

PLACE:

DATE:

SIGNATURE OF AUTHORESED PERSON WITH SEAL

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

DETAILS OF THE ORGANISATION

firms/Institutions/Agencies/Trusts/Consortium

Details of Registration/Incorporation

Details of Technical Specialist employed with the Organisation

No. Of people Average length service with the

SIGNATURE OF AUTHORESED PERSON WITH SEAL

Street, Off D. N. Road, Mumbai – 400001

Page 18 of 27

Institute of Actuaries of India

ANNEXURE 2

Average length service with the

Page 19: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

REPRESENTATIVE AUTHORIZATION LETTER

Date:____________________

Ref:_____________________

To,

Head- Operations,

Institute of Actuaries of India,

302, Indian Globe Chambers,

142, Fort Street, Off D. N. Road,

Mumbai – 400001

Ms./Mr. _____________________ is hereby authorised to sign relevant documents on behalf of

agency for the RFP_____________________________. She/He is authorised to attend meetings and

submit technical and financial information as may be required by you in the course of processing

above said RFP.

Thanking You,

Authorised Signatory,

Representative Signature

Company Seal

Company Seal

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

REPRESENTATIVE AUTHORIZATION LETTER

142, Fort Street, Off D. N. Road,

Ms./Mr. _____________________ is hereby authorised to sign relevant documents on behalf of

agency for the RFP_____________________________. She/He is authorised to attend meetings and

submit technical and financial information as may be required by you in the course of processing

Street, Off D. N. Road, Mumbai – 400001

Page 19 of 27

Institute of Actuaries of India

ANNEXURE 3

Ms./Mr. _____________________ is hereby authorised to sign relevant documents on behalf of the

agency for the RFP_____________________________. She/He is authorised to attend meetings and

submit technical and financial information as may be required by you in the course of processing

Page 20: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

SELF – DECLARATION

Date: ______________

Ref: _______________

To,

Head - Operations,

Institute of Actuaries of India,

302, Indian Globe Chambers,

142, Fort Street, Off. D. N. Road,

Mumbai – 400001

In response to the RFP dated___________, Ms./Mr. _______________, as a ________________, I

/We hereby declare that our agency___________________________ is having unblemished past

record and was not declared ineli

particular period of time.

Signature of witness

Date:

Place:

Company Seal

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Street, Off. D. N. Road,

In response to the RFP dated___________, Ms./Mr. _______________, as a ________________, I

/We hereby declare that our agency___________________________ is having unblemished past

record and was not declared ineligible for corrupt and fraudulent practices either indefinitely or for a

Signature of Bidder

Date:

Place:

Street, Off D. N. Road, Mumbai – 400001

Page 20 of 27

Institute of Actuaries of India

ANNEXURE 4

In response to the RFP dated___________, Ms./Mr. _______________, as a ________________, I

/We hereby declare that our agency___________________________ is having unblemished past

gible for corrupt and fraudulent practices either indefinitely or for a

Signature of Bidder

Page 21: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

DECALARTION OF FINANCIAL AND ADMINISTRATIVE DETAILS

Company Name and Address:

Name:

Address:

City:

District:

State:

Pin:

Telephone:

Cell:

Fax:

E-mail:

Copies of Audited Balance Sheets

Copies of experience and client’s report in the similar work as desired in the RFP document.

Signature of witness

Date:

Place:

Company Seal

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

FINANCIAL AND ADMINISTRATIVE DETAILS

Copies of Audited Balance Sheets for the financial year 2011-12, 2012-13 & 2013

e and client’s report in the similar work as desired in the RFP document.

Signature of Bidder

Date:

Place:

Street, Off D. N. Road, Mumbai – 400001

Page 21 of 27

Institute of Actuaries of India

ANNEXURE – 5

13 & 2013-14 are attached

e and client’s report in the similar work as desired in the RFP document.

Signature of Bidder

Page 22: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

STATEMENT OF REQUIREMENTS

PHASE I

While the detailed requirements (functional and non

would broadly like to digitize the question/question paper bank and automate the question

paper generation exercise in the following manner:

a) An expert team will prepare a blueprint of what should constitute a subject question paper.

There would be a blueprint for each subject. The blueprint will have details as to how many

sections would there be in a paper, how many questions per section, how

section to be picked up from a particular chapter/ topic, marking scheme etc.

b) Questions have to be MCQs,

c) Content type may be textual,

d) The tool created by the agency should be able to:

(i) Build a template corresponding to the blueprint prepared by its experts

above.

Requirements – Functional and Non

(A) Functional Requirements for

(i) Pre-delivery Phase:

• Vendor will create a platform for CBSE to type/compose/generate/review/finalize

large question bank.

• If required by the board vendor should own/rent servers in highly secured

environments.

Application should be able to

i) Capture the required detail

IAI.

ii)Define Tags (Q. No., Typology, Chapter, Topic, Subtopic, Marks, Difficulty level

etc,) at the level of individual Question.

iii)Categorize Questions based on the defined tags.

iv)Define Rules for generation of Question Papers.

v)Provide flexibility for the user (IAI

mode.

vi)Capture images, graphs and formulas etc. corresponding to the Questions.

vii)Bulk upload facility for questio

viii)Workflow facility for reviewers to:

• Review the question and approve / reject.

• Send it back to the author to incorporate change.

ix)Provide user the feature to Create, verification & Sealing of rule templates.

x)Support Format conversion of Question bank into any other format (like Image or

excel etc.).

xi)Ensure that the same question does not get repeated in the question paper.

should be unique, distinct, not copied from any other source and does not infri

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

APPENDIX 1 STATEMENT OF REQUIREMENTS

detailed requirements (functional and non-functional) are mentioned under; IAI

would broadly like to digitize the question/question paper bank and automate the question

paper generation exercise in the following manner:

An expert team will prepare a blueprint of what should constitute a subject question paper.

There would be a blueprint for each subject. The blueprint will have details as to how many

sections would there be in a paper, how many questions per section, how many questions in a

section to be picked up from a particular chapter/ topic, marking scheme etc.

Questions have to be MCQs, may be textual, graphs, Mathematical Formulae etc

The tool created by the agency should be able to: ) Build a template corresponding to the blueprint prepared by its experts -

Functional and Non-Functional

Functional Requirements for PHASE II

Vendor will create a platform for CBSE to type/compose/generate/review/finalize

large question bank.

If required by the board vendor should own/rent servers in highly secured

Application should be able to

Capture the required details of questions, blue print and Template as specified by

ii)Define Tags (Q. No., Typology, Chapter, Topic, Subtopic, Marks, Difficulty level

etc,) at the level of individual Question.

iii)Categorize Questions based on the defined tags.

iv)Define Rules for generation of Question Papers.

e flexibility for the user (IAI) to enter questions on an individual / bulk

vi)Capture images, graphs and formulas etc. corresponding to the Questions.

Bulk upload facility for questions & images.

Workflow facility for reviewers to:

Review the question and approve / reject.

Send it back to the author to incorporate change.

ix)Provide user the feature to Create, verification & Sealing of rule templates.

x)Support Format conversion of Question bank into any other format (like Image or

xi)Ensure that the same question does not get repeated in the question paper.

should be unique, distinct, not copied from any other source and does not infri

Street, Off D. N. Road, Mumbai – 400001

Page 22 of 27

Institute of Actuaries of India

functional) are mentioned under; IAI

would broadly like to digitize the question/question paper bank and automate the question

An expert team will prepare a blueprint of what should constitute a subject question paper.

There would be a blueprint for each subject. The blueprint will have details as to how many

many questions in a

section to be picked up from a particular chapter/ topic, marking scheme etc.

explained in (a)

Vendor will create a platform for CBSE to type/compose/generate/review/finalize

If required by the board vendor should own/rent servers in highly secured

s of questions, blue print and Template as specified by

ii)Define Tags (Q. No., Typology, Chapter, Topic, Subtopic, Marks, Difficulty level

) to enter questions on an individual / bulk

vi)Capture images, graphs and formulas etc. corresponding to the Questions.

ix)Provide user the feature to Create, verification & Sealing of rule templates.

x)Support Format conversion of Question bank into any other format (like Image or

xi)Ensure that the same question does not get repeated in the question paper. It

should be unique, distinct, not copied from any other source and does not infringed

Page 23: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

any intellectual property rights.

xii) It should cover all topics and should have 1, 2 and 5 marks question.

xiii)Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their

marks.

xiv)To solve the 1 mark question a prepared studen

complete. Likewise, to solve the 2 mark and 5 mark questions a prepared student

should be able to complete the questions in 2 and 5 minutes respectively.

xv) All questions will be produced in MS Word/PDF with equations embed

Math Type.

xvi) Any equations, chats and diagrams can be extracted as graphic files if required.

xvii) The Agency will provide IAI with electronic copies of the Question Bank on

disk or via email.

(ii) Non-Functional Requirement:

Security

High security standards should be maintained in creating the ACET Question Bank.

Project Management

The Bidder will be required to have a project manager to direct their operations for the IAI ACET

Question Bank and to consult and liaise with IAI to ensure

The Bidder’s project manager will be responsible for:

• Close and ongoing consultation between Bidder staff and

Bank development.

• Any necessary consultation with other bidders responsible (if any) for aspects of the ACET

test program relating to item development.

• The management of timelines and deliverables on the

Bank development.

The Bidder may be required to participate in regular face

meetings (if appropriate).

Item development will commence after an initial consultation meeting between IAI staff and the

Bidder.

Regular contact between the IAI and the bidder will be maintained by phone, fax and e

addition to the above mentioned preliminary meetings

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

any intellectual property rights.

It should cover all topics and should have 1, 2 and 5 marks question.

Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their

)To solve the 1 mark question a prepared student should take up to 1 minute to

complete. Likewise, to solve the 2 mark and 5 mark questions a prepared student

should be able to complete the questions in 2 and 5 minutes respectively.

xv) All questions will be produced in MS Word/PDF with equations embed

xvi) Any equations, chats and diagrams can be extracted as graphic files if required.

xvii) The Agency will provide IAI with electronic copies of the Question Bank on

disk or via email.

Functional Requirement:

security standards should be maintained in creating the ACET Question Bank.

The Bidder will be required to have a project manager to direct their operations for the IAI ACET

Question Bank and to consult and liaise with IAI to ensure the best outcomes for the total program.

The Bidder’s project manager will be responsible for:

Close and ongoing consultation between Bidder staff and IAI staff on all aspects of Question

Any necessary consultation with other bidders responsible (if any) for aspects of the ACET

test program relating to item development.

melines and deliverables on the component of the IAI

The Bidder may be required to participate in regular face-to-face or teleconference/videoconference

Item development will commence after an initial consultation meeting between IAI staff and the

n the IAI and the bidder will be maintained by phone, fax and e

addition to the above mentioned preliminary meetings

Street, Off D. N. Road, Mumbai – 400001

Page 23 of 27

Institute of Actuaries of India

It should cover all topics and should have 1, 2 and 5 marks question.

Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their

t should take up to 1 minute to

complete. Likewise, to solve the 2 mark and 5 mark questions a prepared student

should be able to complete the questions in 2 and 5 minutes respectively.

xv) All questions will be produced in MS Word/PDF with equations embedded in

xvi) Any equations, chats and diagrams can be extracted as graphic files if required.

xvii) The Agency will provide IAI with electronic copies of the Question Bank on

security standards should be maintained in creating the ACET Question Bank.

The Bidder will be required to have a project manager to direct their operations for the IAI ACET

the best outcomes for the total program.

IAI staff on all aspects of Question

Any necessary consultation with other bidders responsible (if any) for aspects of the ACET-

IAI-ACET Question

face or teleconference/videoconference

Item development will commence after an initial consultation meeting between IAI staff and the

n the IAI and the bidder will be maintained by phone, fax and e-mail, in

Page 24: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

Project Timeline:

Award of Contract

Project Planning Phase

Interim 1st Review

Interim 2nd

Review

Final Submission

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

APPENDIX 2

: by 15th

May 2015

: by 31st May 2015

: by 30th

June 2015

: by 31st July 2015

: by 14th

August 2015

Street, Off D. N. Road, Mumbai – 400001

Page 24 of 27

Institute of Actuaries of India

Page 25: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

Syllabus for ACET Examination

1) Mathematics

2) Statistics

3) English

4) Data Interpretation

5) Logic

1) Mathematics

a) Notation and standard functions

b) Numerical Methods

c) Algebra

d) Differentiation

e) Integration

f) Vectors

g) Matrices

2) Statistics

a) Permutations and combinations

b) Types of data

Statistical diagrams, bar chart, histogram, dot plot, stem

c) Measures of location

mean, median, mode

d) Measures of spread

range, interquartile range,

e) Probabilities

basic rules of probabilities

f) Advanced probabilities

tree diagrams, conditional probabilities

g) Discrete random variables

definitions, probabilities

skewness

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Appendix 3

Syllabus for ACET Examination will include the following

Data Interpretation

and standard functions

Permutations and combinations

Statistical diagrams, bar chart, histogram, dot plot, stem-and-leaf, boxplot

range, interquartile range, standard deviation, variance, Skewness

basic rules of probabilities

conditional probabilities

Discrete random variables

definitions, probabilities, mean, mode, median, standard deviation, variance

Street, Off D. N. Road, Mumbai – 400001

Page 25 of 27

Institute of Actuaries of India

will include the following;

leaf, boxplot

variance, coefficient of

Page 26: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

h) Continuous random variables

definitions, probabilities

skewness

i) Discrete distributions

discrete uniform, Bernoulli

j) Continuous distributions

continuous uniform, exponential

k) Correlation

scatter plots, covariance, correlation coefficient

l) Regression

3) English

a) Vocabulary Based (Synonyms Antonyms)

b) English Usage or Grammar

c) Sentence Correction

d) Fill in the blanks

e) Cloze Passage

f) Analogies or Reverse Analogies

g) Jumbled Paragraph

h) Meaning-Usage Match

i) Summary Questions

j) Verbal Reasoning

k) Facts / Inferences / Judgements

l) Reading Comprehension

Vocabulary: Vocabulary questions test the candidate’s knowledge of the primary meanings of

words, secondary shades of meaning, usage, idioms and phrases, antonyms, related words, etc.

Grammar: Grammar-based questions test the candidate’s ability to spot and correct grammatical

errors. It should generally tests knowledge of high school level grammar and includes areas like

subject-verb agreement, use of modifiers, parellel construction, redundancy, phrasal verbs, use of

articles, prepositions, etc.

Verbal Reasoning: Verbal reasoning questions are designed to test the candidate’s ability to identify

relationships or patterns within groups of words or sentences.

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

variables

definitions, probabilities, mean, mode, median, standard deviation, variance

Bernoulli, binomial, Poisson

Continuous distributions

exponential, the normal distribution

, covariance, correlation coefficient

Vocabulary Based (Synonyms Antonyms)

English Usage or Grammar

Analogies

Facts / Inferences / Judgements

Reading Comprehension

Vocabulary questions test the candidate’s knowledge of the primary meanings of

eaning, usage, idioms and phrases, antonyms, related words, etc.

based questions test the candidate’s ability to spot and correct grammatical

generally tests knowledge of high school level grammar and includes areas like

verb agreement, use of modifiers, parellel construction, redundancy, phrasal verbs, use of

Verbal reasoning questions are designed to test the candidate’s ability to identify

within groups of words or sentences.

Street, Off D. N. Road, Mumbai – 400001

Page 26 of 27

Institute of Actuaries of India

variance, coefficient of

Vocabulary questions test the candidate’s knowledge of the primary meanings of

eaning, usage, idioms and phrases, antonyms, related words, etc.

based questions test the candidate’s ability to spot and correct grammatical

generally tests knowledge of high school level grammar and includes areas like

verb agreement, use of modifiers, parellel construction, redundancy, phrasal verbs, use of

Verbal reasoning questions are designed to test the candidate’s ability to identify

Page 27: REQUEST FOR PROPOSAL (RFP) › (X(1)S(dx43yh3c14utorq0ieuhn3yy)) › downl… · or professionals, chartered and cost accountants, company secretaries, management graduates, degree

302, Indian Globe Chambers,142, Fort

Institute of Actuaries of India

4) Data Interpretation

Data is given in form of tables, charts and graphs. In this section it is tested that how can you

interpret the given data and answer the questions based on it.

a) Tables

b) Column Graphs

c) Bar Graphs

d) Line Charts

e) Pie Chart

f) Venn Diagrams

g) Caselets

Combination of two or more types linked to each other.

5) Logical Reasoning

a) Number and Letter Series

b) Calendars

c) Clocks

d) Cubes

e) Venn Diagrams

f) Binary Logic

g) Seating Arrangement

h) Logical Sequence

i) Logical Matching

j) Logical Connectives

k) Syllogism

l) Blood Relations

302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai

℡ + 91 22 67843333 � + 91 22 67843330

Institute of Actuaries of India

Data is given in form of tables, charts and graphs. In this section it is tested that how can you

interpret the given data and answer the questions based on it.

Combination of two or more types linked to each other.

Number and Letter Series

*************************

Street, Off D. N. Road, Mumbai – 400001

Page 27 of 27

Institute of Actuaries of India

Data is given in form of tables, charts and graphs. In this section it is tested that how can you