Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
1 | P a g e
Dr. Babasaheb Ambedkar Research and Training Institute
An Autonomous Institute of Govt. of Maharashtra in the Department of Social
Justice & Special Assistance
28, Queens Garden, Near Old Circuit House, Pune
Tel:
Ambedkar Research and Training Institute (BARTI)
An Autonomous Institute of Govt. of Maharashtra in the Department of Social
Justice & Special Assistance
28, Queens Garden, Near Old Circuit House, Pune
Tel: +91-20-2634 3600/ 2633 3330, Fax: +91-20-26333596 http://barti.maharashtra.gov.in
Ambedkar Research and Training Institute
An Autonomous Institute of Govt. of Maharashtra in the Department of Social
28, Queens Garden, Near Old Circuit House, Pune-411001
2 | P a g e
Short Notice - Request for Proposal
For
Appointment of Agency toDesign, Develop, Implement and Operate End to
End OnlineExamination Process
Director General, Dr. BabasahebAmbedkar Research and Training Institute (BARTI), an
Autonomous Institute of Social Justice Department, Govt. of Maharashtra, invites proposals
from reputed and experienced Agencies / Firms in the competitive bidding process (Two Bid
System) for Appointment of Agency for Design, Develop, Implement and Operate End to
End
Online Examination Process.
• For availability of detailed bid document, interested bidders can visit website
https://maharashtra.etenders.in or https://swd.maharashtra.etenders.in and
submit their bid online.
• Tender download and bid preparation date is 27-04-2018to 11-05-2018
• Submission of Bid from 11-05-2018 To 14-05-2018
• Pre Bid Meeting will be held on 04-05-2018 16:00 to 17:00
Director General, BARTI, Pune reserve the right to reject or cancel any or all Bid
Date: 27/04/2018
Kailas Kanse(I.P.S)
Director General
Dr. BabasahebAmbedkar Research
& Training Institute (BARTI) Pune
3 | P a g e
E-Tender No: BARTI/Online /03/2018-19 Dated: 27/04/2018
SHORT NOTICE - REQUEST FOR PROPOSAL (RFP)
Appointment of Agency to Design, Develop, Implement and Operate End to
End OnlineExamination Process Director General, Dr. BabasahebAmbedkar Research and Training Institute (BARTI), an
Autonomous Institute of Social Justice Department, Govt. of Maharashtra, invites proposals
from reputed and experienced Agencies / Firms in the competitive bidding process (Two Bid
System) for Appointment of Agency for Design, Develop, Implement and Operate End to
End Online Examination Process.
Name of the Service Estimated
Cost Tender Fee
Earnest
Money
Appointment of Agency to Design,
Develop, Implement and Operate End to
End Online Examination Process
Rs. 37.00 lakh Rs.3,000/- Rs. 50,000/-
a. Joint Venture / Consortium is not permitted.
b. The Bid documents are available on website https://maharashtra.etenders.in,
https://swd.maharashtra.etenders.in
c. The interested bidders will have to register and enroll on website
https://maharashtra.etenders.in andhttps://swd.maharashtra.etenders.intoparticipate in the
bid process
d. In case of any difficulties to enroll or to obtain digital certificate, bidders should contact
Sify Technologies Ltd., Nextenders (India) Pvt. Ltd. on 020-30187500 / 25315555,
E- mail:- [email protected]
e. The interested bidders will have to submit all the required documents by online
submission.
f. Thetender feeis required to be deposited online through Credit Card/ Debit Card / Net
Banking
g. TheEMDis required to be deposited online through Credit Card/ Debit Card / Net Banking
/ NEFT.
h. The bidder has to pay a fee of Rs.1092/- towards e-tender handling, to the Nextender
Agency.
i. Right to reject any or all the Bids is reserved by The Director General,
Dr.BabasahebAmbedkar Research & Training Institute (BARTI), Pune.
Director General,BARTI
4 | P a g e
SECTION - I 1. Invitation to Bids
BARTI hereby invites Proposals for Appointment of Agency for Design, Develop,
Implement and Operate End to End Online Examination Processare advised to study this
Request for Proposal (RFP) document carefully before submitting their proposals in response
to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to
have been done after careful study and examination of this document with full understanding
of its terms, conditions and implications.
The complete bidding document is available on the website on the website of Govt. of
Maharashtra on https://maharashtra.etenders.in, https://swd.maharashtra.etenders.infor the
purpose of downloading. The downloaded bidding document shall be considered valid for
participation in the electronic bidding process (e-Tendering) subject to the submission of
required tender/ bidding document fee and EMD.
To participate in online bidding process, Bidders must procure a Digital Signature Certificate
(Class - II) as per Information Technology Act-2000 using which they can digitally sign and
encrypt their electronic bids.
1 A two envelope system procedure shall be adopted.
2 Tender document fees, and Earnest Money Deposit (EMD) is required to be deposited
online through Credit / Debit Card / Net Banking / RTGS/NEFT.
3 BARTI will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid proposal, pay online EMD, Tender fee
well advance in time so as to avoid issues like slow speed, choking of web site due to
heavy load or any other unforeseen problems.
5 | P a g e
1. Key Events and dates
Sr.
No. SWD Stage
Vendor
Stage
Start Date &
Time
Expiry Date &
Time Envelopes
1 Release Tender - 27-04-2018 10:00 27-04-2018 15:00 -
2 -
Tender
Download 27-04-2018 15:01 11-05-2018 15:00
Commercial Envelop C1,
Technical Envelop T1
Pre Bid Meeting 04-05-2018 16:00 04-05-2018: 17:00
3 - Bid
Preparation 27-04-2018 15:01 11-05-2018 15:00
Commercial Envelop C1,
Technical Envelop T1
4 Close for
Technical Bid - 11-05-2018 15:01 11-05-2018 17:00 Technical Envelop T1
5 Close for Price
Bid - 11-05-2018 15:01 11-05-2018 17:00 Commercial Envelop C1
6 - Bid
Submission 11-05-2018 17:01 14-05-2018 16:00
Commercial Envelop C1,
Technical Envelop T1
7 Technical Bid
Opening 14-05-2018 16:01 16-05-2018 17:30 Technical Envelop T1
8 Price Bid Opening - 14-05-2018 16:01 16-05-2018 17:30 Commercial Envelop C1
6 | P a g e
SECTION – II
INSTRUCTIONS TO BIDDERS
7 | P a g e
1. Introduction of BARTI Dr. BabasahebAmbedkar Research & Training Institute (BARTI), Pune is an autonomous
institute of the Department of Social Justice and Special Assistance, Govt. of Maharashtra.
This institute was established in the year 1978 under the name “Dr.
BabasahebAmbedkarSamataVicharPeeth” and subsequently became autonomous under its
present name in the year 2008.ThisInstitute is committed to the cause of Equity and social
Justice through scientific research, evaluation of schemes meant for socially disadvantaged
sections, policy advocacy, training, skill development etc.
2. Purpose The purpose of this Request for Proposal (RFP) is to acquire the services of a reputed firm/
agency to Design, Develop, Implement and Operate End to End Online Examination
ProcessThis document provides information to enable the bidders to understand the broad
requirements to submit their "Bids". The detailed scope of work is provided in Section 4of
this RFP document.
3. Bid Process The Bidder has to submit a bid online in two envelope systems, one containing Technical
Proposal and Second Financial proposal (Commercial Bid) for “Design, Develop,
Implement and Operate End to End OnlineExamination Process”.
4. Cost of RFP The qualified bidders are requested to deposit the Tender fee of Rs.3000/- online through
Credit Card / Debit Card / Internet. The computer generated receipt of the same shall be
uploaded during the online submission of bid document. Tender fee is non-refundable.
5. RFP Handling Fee: The bidder has to pay a fee of Rs.1,092/- towards e-tender handling, to the Nextender
Agency.
6. Earnest Money Deposit: The Earnest Money Deposit (EMD) of Rs. 50,000 /- is required to be deposited online
through Credit / Debit Card / Net Banking / NEFT. Proof of the same should be attached with
the Technical Proposal. Realization of NEFT / RTGS payment takes 2 to 24 hours, so it is
advised to make sure that NEFY / RTGS payment activity should be completed well before
time.
7. Transfer of RFP The RFP Document is not transferable to any other bidder. The bidder who purchases the
document and submits shall be the same.
8 | P a g e
8. Consortium and Joint Ventures Bids of joint venture / consortium / subcontracting will not accepted.
9. Completeness of Response a) Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the RFP document with full
understanding of its implications.
b) The response to this RFP should be full and complete in all respects. Failure to
furnish all information required by the RFP document or submission of a proposal
not substantially responsive to the RFP document will be at the Bidder's risk and
may result in rejection of its Proposal.
10. Place of opening of RFP The RFP will be opened online in the Office of Dr. BabasahebAmbedkar Research and
Training Institute (BARTI), 28, Queens Garden, Camp, Pune - 411001
11. Proposal Preparation Costs a) The bidder shall submit the bid at its cost and, BARTI shall not be held responsible
for any cost incurred by the bidder. Submission of a bid does not entitle the bidder to
claim any cost and rights over BARTI and BARTI shall be at liberty to cancel any or
all bids without giving any reason thereof.
b) All materials submitted by the bidder shall be the absolute property of BARTI and
no copyright /patent etc. shall be entertained by BARTI.
12. Amendment of RFP Document a) If BARTI deems it appropriate to revise any part of this RFP or to issue additional
data to clarify an interpretation of provisions of this RFP, it may issue supplements
to this RFP. Any such corrigendum shall be deemed to be incorporated by this
reference into this RFP.
b) All the amendments made in the document would be published on the website of
Government of Maharashtra -https://maharashtra.etenders.in,
https:// swd.maharashtra.etenders.in and also on BARTI website
www.barti.maharashtra.gov.inand shall be part of RFP.
c) The bidders are advised to visit the aforementioned website on regular basis for
checking latest updates of this RFP document. The BARTI also reserves the rights to
amend the dates mentioned in this RFP for successful bid process.
13. BARTI’s right to terminate the process BARTI may terminate the RFP process at any time and without assigning any reasonand
tender fees paid will not be refunded. BARTI shall not be held responsible for any cost
incurred by the bidder in bid preparation. BARTI reserves the right to amend/edit/add delete
any clause of this Bid Document. However this will be informed to all and will become part
of the bid.
9 | P a g e
14. Earnest Money Deposit (EMD) The qualified bidders are requested to deposit the EMD of Rs. 50,000/- through Credit Card /
Debit card / RTGS / NEFT/ Internet banking. The computer generated receipt of the same
shall be attached with the technical proposal.
a) The EMD shall be denominated in Indian Rupees only.
b) No interest will be payable to the bidder on the amount of the EMD.
c) Bids submitted without adequate EMD will be liable for rejection.
d) Unsuccessful bidder’s EMD shall be returned.
e) EMD of Successful bidder will be returned after the award of contract and
submission of the performance bank guarantee within specified time and in
accordance with the format given in the RFP.
f) EMD shall be non-transferable.
g) The EMD may be forfeited:
i. If a Bidder withdraws his bid or revises/ increases his quoted prices during the
period of bid validity or its extended period, if any.
ii. If successful bidder fails to sign the Contract or to furnish Performance Bank
Guarantee within specified time in accordance with the format given in the
RFP.
iii. If during the bid process, a bidder indulges in deliberate act that would
jeopardise or unnecessarily delay the process of bid evaluation and
finalisation. The decision of the BARTI regarding forfeiture of the Bid
Security shall be final and binding upon bidders.
15. Language of Bids This bid should be submitted in English language only. If any supporting documents
submitted are in any language other than English/Marathi, translation of the same in English
language is to be duly attested by the bidder and submitted.
16. Bid Submission Format The entire proposal shall be submitted strictly as per the format specified in this Request for
Proposal. Bids with deviation from this format are liable for rejection.
17. Pre Bid Meeting
A pre bid meeting is open to all prospective bidders. The same will be held on date
04/05/2018 at 16:00 hrs. In the Conference hall of Dr. BabasahebAmbedkar Research &
Training Institute, Pune. The bidders are free to ask for any clarification, regarding present
tender document, either in writing or orally and the reply to the same will be given in writing.
This clarification shall become integral part of Bid / RFP document and will be published on
the website and shall be applicable to all bidders.No telephonic queries will be entertained.
10 | P a g e
18. Submission of Bids The bids shall be submitted by the Bidder which shall comprise of the following two
envelopes. Three envelope/ cover system shall be followed for the bid –
A. Technical Proposal (including relevant credentials)
B. Financial Proposal
A. Mandatory Documents to be uploaded with Technical Proposal (Envelope A):
i) Company Profile as per Annexure – I
ii) Copy of Valid Registration Certificate.
iii) Copy of Certificate of Incorporation
iv) Computer generated receipts in support of Payment of Tender Fee & EMD
v) Supporting document for experience
vi) GST Registration Certificate (if applicable)
vii) Copies of Income tax returns for last 3 financial years.
viii) Income and Expenditure Statement, Balance Sheet and Profit & Loss statement for
previous 3 Financial years certified by Chartered Accountant.
ix) Certificate from CA stating turnover of last 3 financial years.
x) Solvency Certificate of Rs. 50,000/- from any of the Nationalised or
Scheduled Bank.
xi) Self Declaration for not black listing from any of the Govt/Non Govt/Semi
Govt organization.
xii) Details of centres/offices with declaration of Own & Rented centres.
xiii) Self declaration for proper battery backup, computer system with genuine license
and with updated software and applications.
ivx) Self declaration of availability of adequate backup (computer System) at all
locations.
xv) Server configuration on letter head with details (Data Storage, Server OS, MS
SQL version, Bandwidth, etc.)
xvi) Self declaration for availability of backup server with server details
(configuration and location).
Note:
1) The bidder must submitted all the above document in Technical Bid if any of the
document found missing the bid shall be rejected.
2) In case any Technical Bid indicates / discloses any price in any manner at any stage
prior to the opening of the Price Bid, that Bid shall be rejected.
11 | P a g e
B) Financial/ Commercial Bid: The Price Bid will contain only the Price Bid as per
Annexure –II duly filled in.
Note: The Commercial Bid will be opened only after the opening and scrutiny of the
Technical Bid. The Commercial Bids of only those Bidders will be opened whose Technical
Bids are qualified.
17. Bidders are advised to study the Bidding Document carefully. Submission of the Bid
shall be deemed to have been done after a careful study and examination of the
Bidding Document with full understanding of its implications.
18. The Bidder is deemed to have examined all instructions, forms, terms and
specifications in the Bidding Document. Failure to furnish any or all the information
required under the Bidding Document or the submission of a Bid not substantially
responsive to the Bidding Document in any respect will be at the Bidder's risk and
may result in the rejection of its Bid without any request for clarification.
19. BARTI is at liberty to seek such further clarifications from the Bidders as it deems
necessary. Such clarification sought does not constitute acceptance of the Bid nor
does it confer any right upon the bidder. BARTI reserves the right to accept or reject
any bid without assigning any reasons thereof.
Purpose and Scope of the Project
1. The purpose of this document is as follows:
To state the requirements for the “Design, Develop, Implement and Operate End to End
Online Examination Process with Maintenance & Support Services’ in a way that allows
tracing from the original (ambiguous, unrefined) form to the analyzed and refined form and
to show the analysis of the preliminary requirements (i.e. dependencies, how the
requirements need to be understood by the developer, etc.)
(Note: System Requirement Specifications (Scope of Work) provided with this document is
analyzed and refined by BARTI. However, this specification is very preliminary/abstract
level and it covers overview of all modules of the system i.e. detail information to be
processed is not covered in this document. Bidder should assume detail information (all
attributes) required in such type of educational application domain at the time of bidding.)
2. Technical Evaluation Criteria:
SN Technical Parameters Supported Document Score
1
The Bidder should have
Annual average Turnover in
last three consecutive
financial years from IT/ITeS
Auditor certificate with
registration number /
seal / document clearly
showing annual turnover
(i) >= 50 Lakhs (10 Marks)
(ii) >= 25 &< 50 lakhs (5
Marks)
(iii) >= 10&< 25 lakhs (3
12 | P a g e
services. and profit figures of last
3 years (FY 2013-14,
2014-15 & 2015-16).
Marks)
2
The net worth of Bidder in last
three financial years
(FY 2013-14, 2014-15 &
2015-16) should be
Positive.
Auditor certificate with
registration number/seal/
document clearly
showing net worth of
last 3 years.
(i) >= 25 Lakhs (10 Marks)
(ii) >= 15 &< 25 lakhs (5
Marks)
(iii) >= 5 &< 15 lakhs (3
Marks)
3
The bidder must possess at
least one certifications as
given below as on the date of
release of RFP.
Certification: ISO 9001:2008 or higher (For
QualityManagement System)
/ ISO27001:2013 or higher
(Information security
Management System)/
CMMiLevel 3 or higher
Relevant documents /
certificate of proof
should be attached
(i) >= 3 (15 Marks)
(ii) = 2 (10 Marks)
(iii) = 1 (5 Marks)
4
The bidder must have
Professional expertise,
knowledge and experience
withOnlineexamination
process.
&
Deployment work orders of
more than 15Lakhs in last 5
year from the date of release
of RFP.
Relevant Work Order
(i) >= 5 work orders (15
Marks)
(ii) >= 3 &< 5 work orders
(10 Marks)
(iii) >= 2 &< 3 work orders
(5 Marks)
5
Multi-Location in Single
Session in a particular State
The bidder must have
experience of conducting
Online examination in a single
session or at a time.
Relevant Work Order/
or relevant document
from the client clearly
mentioning the count of
students appeared for
the Onlineexamination
in a single session.
No. of students appeared in
Online examination in single
session:
(i) >= 15000 (20 Marks)
(ii) >= 10000 &< 15000 (15
Marks)
(iii) >= 5000 &< 10000 (10
Marks)
(iv) < 5000 (5 Marks)
6
The Bidders must have their
own or rented examination
center in the district of
Maharashtra for conducting
Online examination, (having
minimum presence in
Divisional districts etc.)
List of all the centers
along with their sitting
capacity, Number of
available faculty and
available computer
systems (Number of
systems which are in use
+ backup systems).
(i) All Districts (20 Marks)
(ii) >= 20 &< 30 (15 Marks)
(iii) >= 10 &< 20(10 Marks)
(iv) < 10 (5 Marks)
7 Examination center for
conducting Self-Deceleration
All the 6(six) financial
divisions of Maharashtra.
13 | P a g e
Onlineexamination at least for
200 students in a session.
(i) 5 Centers (10 Marks)
(ii) 4 Centers ( 8 Marks)
(iii) 3 Centers(6 Marks)
(iv) 2 Centers (4 Marks)
(v) 1 Center (2 Marks)
Note:-Total Technical evaluation Score less than 60 will not be considered for Financial
Bid. a) BARTI will assign points to the technically qualified bidders based on the technical
evaluation criterion mentioned & approved by committee. The commercial bids for
the technically qualified bidders will then be opened and reviewed to determine
whether the commercial bids are substantially responsive. The passing score in
Technical stage is 60 out of Total 100 (Hundred) Marks in the above mentioned
criteria. If deemed necessary, BARTI in its sole discretion to make required variations
in the cut off points for technical evaluation including criteria for technical evaluation.
b) Bidder is required to submit necessary credentials/ documentary proof of Purchase
Order/ Agreement/ Completion Certificates, detailing Scope of Work, Timelines,
project experience certificate etc. or relevant documents in support each of above
parameters.
c) BARTI reserves the right to take the decisions of whose commercial bids are to be
opened.
3. Technical Score (X)
The bidder who secures maximum marks shall be given a technical score of 100. The
technical scores of other Bidders for the project shall be computed as follows.
[‘Technical’ Score of
Bidder for the Project (X)] = 100 x
[Marks secured by the respective Bidder]
Highest Marks received by the Bidder
The score secured based on evaluation of the Technical Proposal as above shall be the
Technical Score of the Bidder for the project being considered for evaluation (X).
4. Financial Evaluation Criteria
Financial Score: (Y)
The bidders shall submit their quote as per the format provided in Annexure II. The financial
proposals shall be evaluated on the basis of total cost submitted by the bidder.
The financial offers of the qualified bidders shall be tabulated for this project and the bidder
with lowest financial offer will be given a financial score of 100.
14 | P a g e
In cases of discrepancy between the prices quoted in words and in figures, higher of the two
shall be considered. For any other calculation/ summation error etc. the bid may be rejected.
The financial scores of other bidders for the project shall be computed as follows:
[The ‘financial
score’ of Bidder
for the
project(Y)]
= 100 X [Lowest Offer quoted by the bidder for the project (Rs.)]
[Offer quoted by Respective Bidder for the project (Rs.)]
The marks secured as above shall be the Financial Score of the bidder for the project (Y).
5. Composite Score of the Bidders
Composite score of the Bidders for the bid shall be worked out as under:
Bidder Technical
Score (X)
Financial
Score (Y)
Weighted
Technical Score
(70% of X)
Weighted
Financial Score
(30% of Y)
Composite
Score
(F=D+E)
A B C D E F
6. Award of contract:
Based on the evaluation, BARTI shall award the contract to the eligible bidder who has the
highest composite score. BARTI will notify in writing that the successful bidder’s proposal
has been accepted. Upon the successful bidder’s furnishing of a Performance Bank
Guarantee, the contract signing process will commence. In case the successful bidder is
unable to furnish the Performance Bank Guarantee and execute contract within 21 days,
BARTI shall forfeit the Earnest Money deposit.
Preference shall be given to the bidders belong to the Scheduled caste but they should fulfill
all the technical and financial criteria.
7.Signing of Contract
Once BARTI notifies the successful bidder that it’s bid / proposal has been accepted, BARTI
shall enter into a separate Agreement, incorporating the conditions of the Bid / EOI and its
amendments and any special conditions during negotiations between the BARTI and the
successful bidder.
15 | P a g e
8. Performance Bank Guarantee a) The successful bidder shall at his own expense, deposit with BARTI, within fifteen (15)
working days of the date of notice of award of the contract or prior to signing of the contract,
whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG)
from a Nationalised bank acceptable to BARTI, payable on demand (In Mumbai), for the due
performance and fulfilment of the contract by the successful bidder.
b) This Performance Bank Guarantee will be for an amount equivalent to 05 (Five) percent of
complete contract value for one year. All charges whatsoever such as premium, commission,
etc., with respect to the Performance Bank Guarantee shall be borne by the successful bidder.
c) The Performance Bank Guarantee may be discharged/returned by BARTI upon being
satisfied that there has been due performance of the obligations of the successful bidder under
the contract. However, no interest shall be payable on the Performance Bank Guarantee.
d) BARTI shall also be entitled to make recoveries from the Bidder’s bills, performance bank
guarantee, or from any other amount due to him, the equivalent value of any payment made
to him due to inadvertence, error, collusion, misconstruction or misstatement.
9. Payment Terms
a) No advance payment against purchase/work order.
b) BARTI shall pay to the Agency for examination phases conducted as per below
c) 25% of the amount shall be paid on completion of registration and issuance of hall
tickets/ admit cards to registered candidates for an examination phase.
d) 50% of the amount shall be paid on submission of Final results to the concerned
department within 1 weeks of the examination.
e) 25% of the amount shall be paid after successful completion of the entire examination
phase and handing over all exam phase data, audit reports, etc. to the department within
2.5 weeks of the handing over process.
10. Implementation Schedule
SN Development SLA Component Baseline (T)
1 Project Start T=Date of signing of
Agreement
2
Delivery and acceptance of complete details and Design
documents of Web portal module for applications
registration along with priorities of BARTI
T+1 days
3 Development of all the modules specified in Scope of
Work as per priority set by BARTI T+2 days
4 User Acceptance Test and go live for all modules on
cloud environment T+3 days
16 | P a g e
11. Service Level Agreement (SLA)
(The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of service which shall be provided by the Successful Bidder to the BARTI
for the duration of this contract period of the Project)
Timelines specified in the above section (Schedule for completion of task & deliverables)
shall form the Service Levels for delivery of Services specified therein.
The Service Provider shall strictly adhere to the processes and time schedule given by IIBF
for each examination from time to time, and also the successful completion of the
examination, failing which the SP will be liable for penalties as shown below.
S. No. Type of problems/ errors due to which the
examination becomes unsuccessful
Penalties
1 Serving Wrong Question Paper to
candidates
Re- conduct of Examination and
50% of fees per Candidate
2 Not able to serve Question Paper to
candidates For any reasons
Re- conduct of examination and
50% of fees per candidate
3 Delay in conduct of examination for more
than 30 minutes
Re- conduct of examination and
10% of fees per candidate
4 Disruption during conduct of examination
on account of power / connectivity /
computer failure or any other reason
Re- conduct of examination and
Rs.20% of fees per candidate.
Note- In case the service provider is not in a position to conduct re-examination within
30days of scheduled date of examination, a penalty @Rs.150/- per candidate will be imposed.
12.Scope of Work
BARTI wish to automate its examination procedures/ processes to improve efficiency,
transparency as a part of egovernance. BARTI through assistance of the agency wants to
develop Online Examination system and facilitate large number of applicants applying for
various examination conducted by BARTI.
Agency would facilitate different examination processes for various examination through
designing, developing a portal for registration and Hall Ticket generation that acts as a One-
stop Examination Registration Solution catering to registration as well as provide services
associated with conducting examinations and recruitment as required by departments.
13. Core objectives of the project are:
• Automation of student’s registration process.
• Achieve better transparency and accountability in exam process operations.
• Minimize redundant workload of employees of BARTI
• Online examination and result declaration process.
• BARTI wishes to have zero error results and also make results available within the
shortest possible time. The results are to be prepared maintaining extreme security and
secrecy.
17 | P a g e
14. Examination System Scalability
a) System shall need following customization and scalability capabilities as mentioned
below, but not limited to below points.
• System shall be horizontally and vertically scalable to integrate future requirements and
initiatives on the centralized platform.
• The system should have the ability and flexibility to design suitable workflow for the
approval process as per the requirements of the department.
b) The functionality requirement mentioned below is the representation of the overall
requirement at BARTI. Bidder may visit BARTI (On prior approval of respective
departments and its officials) and understand these requirements in detail.
c) BARTI reserves the right to amend / add / delete / edit any of the following items of the
scope of work at any time, which shall be binding on the bidder. BARTI shall award the
work order (partial or fully) at its discretion.
15. E- Examination System Functionalities
a) System to be used to support and facilitate examination process must cover below
requirements. These requirements are only indicative and actual work shall not be limited
to requirements mentioned below:
Section/
Requirement
Requirement Definition
A
Exam Profile Creation ( Proposed solution should enable creation of department requirement for its
examination as below)
i. Exam Types (Objective)
ii. Examination Result (Score/ Eligibility/ Merit List)
iii. Exam Activities to be Carried out by BARTI and Vendor
1. Finalize Exam Centers & Venues
2. Arrangement of Invigilators, Supervisors, Examiners and Moderators.
3. Validity of the Score/ Results
4. Disqualification Criteria
5. Timelines and Deadlines for each activity
6. Exam Process should act as single entity to process entire exam activities
as mentioned in the Functional Requirements
B
Candidate Registration
• Online Portal should have provision to create new registration and
application submission link based on details provided and advertised by
BARTI.
• System should provide facility to candidates to correct the form for a
period of 2 days after submission of their forms.
• System should facility to generate hall ticket
18 | P a g e
C
Exam Phase
1. Online Registration Process: a) Organization conducting the examination shall receive applications from
candidates online using Online Portal. Candidates submit online
application directly on Online Portal. Using Online Portal, agency shall
consolidate all the application forms in a database and provide it to
BARTI.
b) System should also be able to add / delete a key parameter of candidate
for verification if needed.
2. Test Centre Planning a) Examinations will have to be conducted at different locations across
Maharashtra.
b) For each exam phase, using the Examination Portal, it should be possible
to select test centers from online pool of Test Centers identified by the
concerned department according to number of application received.
c) Agency shall also ensure system based appointment of Invigilators
/Observers/Exam Coordinators for test centers and test center cities.
Apart from this, agency shall assist the concerned organization in
performing various activities to make necessary arrangements in test
centers like inspection of test centers, defining seating arrangements
d) System should have provision for registering all the Test Centers with
details like location, seating capacity, number of rooms/halls, facilities,
contact numbers,
e) System should also register duty personnel like City Exam, Coordinator,
Observers, Invigilators, if require.
f) System should provide interface for selecting Test Centers
g) System should also have dedicated interface for inventory of question
papers, answer sheets
h) BARTI may choose to carry out examination center identification and
test center planning at their end, in such cases, system must provide
appropriate functionality access to designated department users.
i) System should also have provision for SMS gateway integration and
Mail server integration, so that automated mail and SMS can be sent to
concerning stakeholders.
j) System should also generate detailed Test Centre plan/reports, if require.
C
Test Hall Ticket Generation a) System should automatically allocate test centers to the students as per
their preference and seating capacity of each such center selected for the
exam.
b) System should also have a dedicated web interface from where, the
candidates can download their Test Admit Cards after necessary
authorization. This authorization can be done in following manner:
— By sending a URL at the email of Candidate.
— By asking application form number and date of birth of candidate
c) System should have provision for sending SMSs alerts to the candidates
about their Test Admit Card, so that they can download same from
Online Portal
19 | P a g e
D
Question Paper Management a) BARTI reserve the rights to create question bank and it will be shared
with successful bidder on and when required.
b) The system may be required to set one question paper by selecting
individual questions of select difficulties from different question sets on
random basis, if advised by the BARTI.
c) The proposed solution should be able to generate Questions from the
Question bank during the exam. Questions have to be answered in time
bound manner.
d) Deploying Sample Test paper at given website at-least 15 days prior to
the scheduled date of examination to allow the eligible candidates to
practice on the “Sample Online Assessment Test Paper”, if advice by the
BARTI.
e) Configure test parameters like negative marking, optional, difficulty
level etc. in the system as agreed with BARTI.
f) Configure system to allow the candidates to toggle / navigate between
questions / sections / groups etc.
E
Question Authoring Tool (QAT)
a) BARTI shall design question papers/ question paper banks/ question
banks for various exams. These question papers shall comprise multiple
choice questions (MCQ).
b) System should provide Question Authoring (QA) Interface for creating
the questions (MCQs, Comprehension based MCQs, and so on.). This
interface should be accessible after proper authentication
c) QA interface should support text and pictures both as question or answer
choice content.
d) QAT must support multiple language question set (Most importantly
English & Hindi).
e) Student must able to see each question in both the languages at a time.
f) System should have provision for preparing questions paper by selecting
question on random basis under pre-defined rule sets, if require.
g) System should have provision for storing all the questions as question
bank in highly secured environment.
h) BARTI may choose to carry out question paper management and
question paper setting at their end, in such cases, system must provide
appropriate functionality access to designated department users.
F.
Test Management a) BARTI may choose to appoint invigilators and supervisors, in such
cases, system must provide appropriate functionality access to designated
department users to Exam Coordinator, Observers, Invigilators, if
require.
G
Computer Based Test This module shall be used to carry out the process of online/ system based
examination at various centers across the state
The module shall be integrated with the Question paper setting module and shall
generate question paper sets from the question bank (created using question
paper setting module) depending on criteria set for the exam(if any), to the
candidates' system in a hassle-free manner. The module shall allow the following
functionalities
20 | P a g e
a) A Standard Scientific Virtual Calculator should be available
b) Login Facility.
c) Display of instructions to candidates upon login and before start of
examination. The candidate must be able to retrieve instructions at any
time during the examination as well. The software must obtain
concurrence of the candidate having read the instructions before start of
examination.
d) Start and closure of the examination at scheduled time (candidates must
not be able to start their examination even if they login before the
scheduled time).
e) Display of remaining time available.
f) Viewing the complete question paper or a section in the case of sectional
papers.
g) Display of a selected question with choices of answers for multiple
choice type questions
h) Display of a selected question and a virtual numeric keypad for
numerical answer type questions
i) Marking/unmarking a question (answered or unanswered) for review.
j) Switching between sections to be allowed, if require.
k) A provision to be made to allot extra time for physically disabled
candidates as per the instructions from BARTI.
l) Download the participant list who are going to undertake test at the
designated test centers
m) Ensure download / push question papers to Test centers
n) Application shall provide secured access to the participants / candidates
based on the provided login ID / Password to allow the candidates to
login to the application and undertake the computer based exam.
o) Application shall have the provision to display same question in
jumbling manner to various candidates with various options configured
for the questions.
p) Application shall have the facility for navigation between various
Questions, ability to navigate to other sections before completing a
section.
q) Application shall have secured storage for answers to questions by
candidate
r) Application shall have the facility for instant display of attempted
questions anytime during the examination and provision for different
color coding for attempted, not attempted, mark for review.
s) Complete audit trail of question and responses of each candidate shall be
maintained.
t) Application should stop the exam automatically after expiry of the
scheduled examination duration
u) Exam Solution/ Platform should be able to upload responses along with
audit trail.
v) Application shall have functionality to Restart / Resume of Test (in case
of node /power / network / application failure etc.)
w) In case of Machine, Power or Network Failure, Exam Solution /platform
shall be able to retrieve candidates attempted questions and its responses
entered by the candidate fully along with creation of incident report and
system audit trail (downtime details, additional time taken by the
candidate etc.)
x) Acknowledgement of Exam progress to Test Centre Superintendent /
21 | P a g e
Technical team.
y) Exam Solution/ Platform shall have Provision to download / save / burn
the participants list at all the test centers, provision to capture Biometric
details, candidates responses, system audit trail in DVD (single session
disc / non-writable DVD, which cannot be overwritten in future) at the
Test Centre after completion of the examination.
z) The application should be compliant to Web Content Accessibility
Guidelines (WCAG) 2.0 or the latest version of WCAG as issued from
time to time. It should also adhere to all GOI and GOM guidelines /
policies.
H
Result Evaluation a) Application should reflect the sectional or overall marks after completion
of online examination instantly as required by BARTI.
b) System should send email and SMS alerts to all the candidates
immediately after publishing result, if require.
c) System should also generate analytical reports after result publication.
These analytical reports may be like, state/city/category/subject wise
ranking, question that have been answered incorrectly by most of the
candidates, etc., if require.
I Minimum Candidate System Pre-requisites
Screen Resolution 1024 X 768
Operating System Windows XP Professional, Windows 7 or
equivalent with appropriate Service Pack
Browser Internet Explorer 7.0 or above as supported by
above Operating Systems
Browser settings Java Script enabled Pop-up blocker disabled
Under ‘Settings’ of ‘Temporary Internet Files’,
set ‘Check for newer versions of stored pages’
to ‘Every visit to the page’ Proxy disabled
(Direct Internet) USB disabled, Keyboard
disabled during exam after login
Processor CPU Speed: 1.5 GHz or above
RAM 2GB or higher
Internet Speed Min. 512 KB per Node or on Intranet
Minimum Exam Centre Server Prerequisites
Processor CPU Speed: 1.5 GHz or above
RAM 4GB or higher
Screen resolution 1024 X 768
Operating system Compatible for candidates systems as clients,
must meet the performance criteria
Performance
Criteria
-Must support at least 50 clients without any
perceivable degradation in performance. All
mouse/key clicks are to be recorded for each
client with time stamp for audit purposes.
-Response time for question/page loading
must be less than one second.
-All responses to be acted upon in real time
22 | P a g e
16. Examinations Details The indicative number of examination are as below:
SN Name of Exam Students Target
1 UPSC & other competitive Coaching
Examination (For all centers) 25000
Note: The bidder should have arrangement for 10% buffer of given target, which is implacable in
case of such requirement.
17. System Study and Requirement Gathering
1. It shall be over all responsibility of Agency to study the existing system and
requirements of BARTI before bidding. Requirements mentioned in this RFP are
indicative only and written purely for the purpose of making the Bidders able to
estimate its efforts and costs required to achieve project objectives successfully.
BARTI may also ask implementation agency to implement some modules on priority
and separately on the basis of feasibility.
2. A high level requirements of the system is mentioned above, agency needs to study
these carefully and should consult with the MAHA IT whenever necessary to obtain
more details on the requirements of the project. It shall be the duty of agency to refine
functional requirements as needed during requirement gathering exercise.
18. Application Development
The online examination system must be used by other government or private institution for
conducting online examination. The system must be functioning from last 2 years.
19. Security
The Web portal will be implemented in a secured environment taking into considerations all
the effective security components like Firewalls, Intrusion Prevention System, HIPS (IPS for
Host Based Systems), Exception Handling Mechanisms, Sensitive Data Protection Engine,
Secured Authorization and all other standard security tools.
a) The portal shall provide role based security features.
b) Shall inherit the access control rights imposed by the underlying application/database
when integrating with enterprise application.
c) Ensure download / push question papers to Test centers.
d) Provide web-based administration interface
e) Allow portal administrator to delegate the administration function
f) The Agency shall conduct security audit of the online examination system from
CERTin empanelled agencies.
23 | P a g e
g) Since BARTI deals with highly confidential datasets, a strong and comprehensive
information security system based on leading standards such as ISO 27001 and
guidelines from BARTI would need to be implemented.
h) The system should have provision for preventing unauthorized access and damage to
information resources. The system should be accessible only after approval from
application owner and the competent authorities. The access should be on a role basis
rather than designation.
20. Human Resource Security
a) Background check should be performed on all individuals for whom access to the
system is requested. Access should be revoked when a user leaves the organization or
does not require access to the application.
b) Any personnel who becomes aware of any loss, compromise, or possible compromise
of information, or any other incident which has information security implications, will
immediately report the incident to the designated IT in-charge.
c) Any personnel found violating the IS policy, would be penalized.
21. Physical and environmental security
a) All information storage media (e.g. hard disks, pen drive, magnetic tapes and CD-
ROMs) containing sensitive or confidential data will be physically secured, when not
in use.
b) Security inspections should be made periodically.
22. Communications and operations management
a) All operations performed by third parties should be monitored periodically.
b) Backup of all critical data should be taken periodically.
23. Secure Authoring and Question Paper Generation
a) Data Encryption
b) Firewall protected
c) Secure Role based access remotely or locally
d) Can be hosted on secure servers in secure IDC
e) Question Addition Module
f) Quality Check Module
g) Time bound release of password for the question paper
24. Security at Examination Centers
a) Access into Test Centre only for Authorized personnel
b) Security Personals for frisking and handling candidates
25. Technical Requirements
a) Email/ SMS gateway Integration
24 | P a g e
b) The website/ portal shall be multilingual (Hindi, Marathi and English
c) e-Governance Policies of GoI and GoM / MAHA IT
26.Hosting, Operations and Maintenance
a) The Bidder should propose hosting services on a server model where it scale up or
scale down can be done as per requirements. It is the responsibility of the selected
bidder to get the Hosting done in a data center which confirms to the conditions
mentioned below and provide services accordingly.
b) 24*7*365 days Network Operation Centre for monitoring and management of
systems including database and web server.
c) CSP/DC should be compliant with Uptime institute Tier III standards.
d) The uptime of the data center shall be 99.98% and Cloud Platform availability should
be 99.95% uptime. The Cloud platform should have the facility to check online usage
reports.
e) The bidder shall Procure, Install, Configure and maintain licensed software required
for proper hosting of website with latest anti-virus with all critical updates to be
installed in the cloud server.
f) Bidder should provide Monitoring and Managed Services for server.
g) The bidder shall also provide SMS/email based alert for scheduled/unscheduled server
downtime and maintenance activities
h) Service provider should do 24*7*365 security monitoring
i) Availability of Back-up Server with same configuration of main server.
27.Operation and Maintenance
a) The Successful bidder shall maintain and Support the portal for a period of 1 year
after the successful operational acceptance which would start after Go- Live. It shall
include:
1 year maintenance of online examination system
b) Resolution of errors/bugs (if any), software updates, changes in the software that may
be necessary due to legal/statutory changes etc.
c) Maintenance and up keeping of any upgrades of the solution shall be a part of the
ongoing maintenance period.
d) At the end of the initial term of 1 year, BARTI may continue the services and extend
the term of the contract depending upon the performance of the Bidder. However, in
case BARTI wishes to engage a new Agency for support/maintenance or any other
enhancements, the Bidder should give the handover to the new Agency appointed by
BARTI within a period of 2 months with all necessary documentation and project
understanding.
e) The duration may extend depending upon mutual acceptance and work review, with
changes in taxation clause as and when the changes happen in taxation rate.
28. Backup and Preventive Maintenance
The selected bidder shall provide for backup management services (conduct regular backups
and restoration (if required), of critical data and systems. The activities shall include: 1.
Backup of operating system, database and application as per stipulated policies.
25 | P a g e
a) Real-time monitoring, log maintenance and reporting of backup status on a regular
basis.
b) A central helpdesk shall be set up with a phone support to log the issues. The
helpdesk should support ticket logging from emails, phones.
c) Trouble shooting application and connectivity issues if any
d) Co-ordination with On-Site & Off-Site Team
e) End-to-End Management of applications
29. Security Audit & Training
It is the responsibility of the selected bidder to get the Security audit, Application Audit &
Vulnerability Audit of the web application/website/ Portal done with a Cert-In empanelled
security auditor. The selected bidder would be required to share the complete details of the
audits with the along with copies of all communication and bug reports / removal, written or
otherwise.
The successful bidder shall provide the following training:
a) Overview of the portal and online forms to departmental users.
b) A detailed technical demonstration to the IT team.
c) A user manual should be provided which should be used as a reference guide for
content managers. The user manual shall be provided in editable format (MS Word)
besides providing a hard bound copy to BARTI IT personnel.
d) Training material / kits to be used in trainings should be arranged by the Agency
during training provision.
e) Training delivery will be conducted at offices / sites as per the convenience of
BARTI. This will happen in logically made groups of attendees and will be finalized
by the Agency in consultation with the BARTI.
30.Complete System Acceptance
At the end of the System Acceptance period, BARTI will acknowledge complete system
acceptance in writing to the successful bidder upon completion of the following:
a) All required activities as defined in the bid document including all changes agreed by
BARTI and delivered by the Successful bidder and accepted by BARTI.
b) All required documentation as defined in this bid document including all changes
agreed by BARTI and delivered by the Successful bidder and accepted by BARTI.
c) All required training as defined in this bid document and delivered by the Successful
bidder and accepted by BARTI.
31.Exit Management
Agency will hand over the entire project asset created during the Implementation for
successful handover of the project. This process will be initiated 3 months before the ending
of the project contract. In order to align both the parties on transition modalities, Agency will
submit a detailed Exit Management Plan before 6 months of the ending date of the contract.
Exit Management Plan will include following but limited to:
a) Detailed inventory of all the assets, IT Infrastructure, source code, its location,
condition, licenses, documents, manuals, etc. created under the Project.
26 | P a g e
b) Method of Transition including roles and responsibilities of both the parties to
handover and takeover the charge of project regular activities and support system.
c) Proposal for necessary setup or institution structure required at BARTI level to
effectively maintain the project after contract ending.
d) Training and handholding of BARTI Staff or designated officers for maintenance of
project after contract ending.
27 | P a g e
SECTION – III
General Conditions of Contract
28 | P a g e
General Conditions of Contract
1. Governing Law The Contract shall be governed by and interpreted in accordance with the laws of the India.
2 Settlement of Disputes a) Performance of the contract is governed by the terms and conditions of the contract,
in case disputes arise between the parties regarding any matter under the contract,
either Party of the contract may send a written Notice of Dispute to the other
party. The Party receiving the Notice of Dispute will consider the Notice and
respond to it in writing within 30 days after receipt. If that party fails to respond
within 30 days, or the dispute cannot be amicably settled within 60 days following
the response of that party, clause GCC 5.2 (b) shall become applicable.
b) For all disputes arising out of this contract between the Institutions and BARTI, will
be within the jurisdiction of the courts in Pune city.
3. Failure to abide by the Agreement: The conditions stipulated in the agreement shall be strictly adhered to and violation of any of
the conditions will entail termination of the contract without prejudice to the rights of the
BARTI with such penalties as specified in the Bidding document and the Agreement.
4. Taxes and Duties The successful bidder shall be entirely responsible for all taxes, stamp duties, license fees,
and other such levies imposed, excluding service tax which shall be paid by BARTI as
applicable separately.
5. Performance Bank Guarantee a) The successful bidder shall at his own expense, deposit with BARTI, within fifteen (15)
working days of the date of notice of award of the contract or prior to signing of the
contract, whichever is earlier, an unconditional and irrevocable Performance Bank
Guarantee (PBG) from a nationalized bank acceptable to BARTI, payable on demand (In
Mumbai), for the due performance and fulfilment of the contract by the successful bidder.
b) This Performance Bank Guarantee will be for an amount equivalent to 10 percent of
complete contract value for 1 year. All charges whatsoever such as premium, commission,
etc., with respect to the Performance Bank Guarantee shall be borne by the successful
bidder.
c) PBG should be valid till for 180 days from the end of three year Maintenance Contract
period
d) The Performance Bank Guarantee may be discharged/returned by BARTI upon being
satisfied that there has been due performance of the obligations of the successful bidder
under the contract. However, no interest shall be payable on the Performance Bank
Guarantee.
29 | P a g e
e) BARTI shall also be entitled to make recoveries from the Bidder’s bills, performance
bank guarantee, or from any other amount due to him, the equivalent value of any
payment made to him due to inadvertence, error, collusion, misconstruction or
misstatement.
6. Confidential Information BARTI and the successful bidder shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to, during or following
completion or termination of the Contract.
BARTI shall not use such documents, data, and other information received from the
successful bidder for any purposes unrelated to the Contract. Similarly, the successful bidder
shall not use such documents, data, and other information received from BARTI for any
purpose other than the design, procurement, or other work and services required for the
performance of the Contract.
7. Change in Laws and Regulations Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law,
regulation, ordinance, order or bylaw having the force of law is enacted, promulgated,
abrogated, or changed that subsequently affects the Delivery Date and/or the Contract Price,
then such Delivery Date and/or Contract Price shall be correspondingly increased or
decreased, to the extent that the successful Bidder has thereby been affected in the
performance of any of its obligations under the Contract.
8. Force Majeure The successful bidder shall not be liable for forfeiture of its Performance Security, liquidated
damages, or termination for default if and to the extent that its delay in performance or other
failure to perform its obligations under the Contract is the result of an event of Force
Majeure.Force Majeure shall not cover the price fluctuation of components.
For purposes of this Clause, Force Majeure means an event or situation beyond the control of
the successful bidder that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the successful bidder. Such events may include, but
not be limited to, acts of BARTI in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.
If a Force Majeure situation arises, the successful Bidder shall promptly notify BARTI in
writing of such condition and the cause thereof. Unless otherwise directed by BARTI in
writing, the successful Bidder shall continue to perform its obligations under the Contract as
far as it is reasonably practical and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
9. Extension of Time If at any time during performance of the Contract, the successful bidder encounter conditions
impeding timely delivery of completion of Related Services, the successful bidder shall
30 | P a g e
promptly notify BARTI in writing of the delay, its likely duration, and its cause. As soon as
practicable after receipt of the successful bidder’s notice, BARTI shall evaluate the situation
and may at its discretion extend the successful bidder’s time for performance in writing.
Delay by the successful Bidder in the performance of its Delivery and Completion
obligations shall render the Bidder liable for disqualification for any further bids in BARTI,
unless an extension of time is agreed mutually.
10. Termination by BARTI a) BARTI may, without prejudice to any other remedy for breach of Contract,
terminate this Contract in case of the occurrence of any of the events specified in
paragraphs (a) through (k) of this GCC Clause 5.11.1. In such an occurrence,
BARTI shall give a not less than 30 days’ written notice of termination to the
successful bidder, and sixty (60) days’ in the case of the event referred to in (j).
b) If the successful bidder does not remedy a failure in the performance of their
obligations under the Contract, within thirty (30) days after being notified or within
any further period as BARTI may have subsequently approved in writing.
c) If the successful bidder becomes (insolvent or goes into liquidation, or receivership
whether compulsory or voluntary.
d) If the successful bidder, in the judgment of BARTI has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
e) If the successful bidder submits to the BARTI a false statement which has a material
effect on the rights, obligations or interests of BARTI.
f) If the successful bidder places itself in a position of conflict of interest or fails to
disclose promptly any conflict of interest to BARTI.
g) If the successful bidder fails to provide the quality services as envisaged under this
Contract, BARTI may make judgment regarding the poor quality of services, the
reasons for which shall be recorded in writing. BARTI may decide to give one
chance to the successful Bidder to improve the quality of the services.
h) If the successful bidder fails to comply with any final decision reached as a result of
arbitration proceedings.
i) If, as the result of Force Majeure, the successful bidder is unable to perform a
material portion of the Services for a period of not less than 60 days
j) If BARTI, in its sole discretion and for any reason whatsoever, decides to terminate
this Contract.
k) In the event BARTI terminates the Contract in whole or in part, pursuant to point (a)
to (h) of GCC Clause 5.11.1, BARTI may procure, upon such terms and in such
manner as it deems appropriate, services similar to those undelivered or not
performed, and the successful bidder shall be liable to BARTI for any additional
costs for such similar services. However, the successful bidder shall continue
performance of the Contract to the extent not terminated.
31 | P a g e
11. Termination by Bidder The successful bidder may terminate this Contract, by not less than 30 days’ written notice to
BARTI, such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this GCC Clause 5.11.2:
a) If BARTI fails to pay any money due to the Successful bidder pursuant to this
Contract and not subject to dispute pursuant to GCC Clause 5.2 hereof, within 45
days after receiving written notice from the successful bidder that such payment is
overdue.
b) If, as the result of Force Majeure, the successful bidder is unable to perform a
material portion of the Services for a period of not less than 60 days.
c) If BARTI fails to comply with any final decision reached as a result of arbitration
pursuant to GCC Clause 5.2 hereof.
d) If BARTI is in material breach of its obligations pursuant to this Contract and has not
remedied the same within 45days (or such longer period as the successful bidder may
have subsequently approved in writing) following the receipt by BARTI of the
Successful bidder’s notice specifying such breach.
12. Payment upon Termination Upon termination of this Contract pursuant to GCC Clauses 5.11.1 or 5.11.2, the BARTI
shall make the following payments to the Successful bidder:
a) If the Contract is terminated pursuant to GCC Clause 5.11.1 (j) or 5.11.2,
remuneration for Services satisfactorily performed prior to the effective date of
termination.
b) If the agreement is terminated pursuant of GCC Clause 5.11.1 (a), (b), (c), (d), (e),
(f), (g) (h) and (k), The successful bidder shall not be entitled to receive any agreed
payments upon termination of the contract. However, the BARTI may consider
making a payment for the part satisfactorily performed on the basis of Quantum
Merit as assessed by it, if such part is of economic utility to the BARTI. Applicable
under such circumstances, upon termination, the BARTI may also impose liquidated
damages. The successful bidder will be required to pay any such liquidated damages
to BARTI within 30 days of termination date.
13. Applicable laws a) The Contract shall be interpreted in accordance with the laws prevalent in India.
b) Compliance in obtaining approvals/ permissions/ licenses: The Bidder shall
promptly and timely obtain all such consents, permissions, approvals, licenses, etc.,
as may be necessary or required for any of the purposes of this project or for the
conduct of their own business under any applicable Law, Government
Regulation/Guidelines and shall keep the same valid and in force during the term of
the project, and in the event of any failure or omission to do so, shall indemnify,
keep indemnified, hold harmless, defend, protect and fully compensate the
Department and its employees/ officers/ staff/ personnel/ representatives/agents from
and against all claims or demands of liability and all consequences that may occur or
arise for any default or failure on its part to conform or comply with the above and
32 | P a g e
all other statutory obligations arising there from and the Department will give notice
of any such claim or demand of liability within reasonable time to the bidder.
c) All legal disputes are subject to the jurisdiction of Civil Courts of Pune only.
14. Assignment Neither the BARTI nor the successful Bidder shall assign, in whole or in part, their
obligations under this Contract, except with prior written consent of the other party.
33 | P a g e
(To be submitted on Bidder letter-head)
Annexure – I
Company Profile of the Bidder:
Sr. No Information Details
1 Name of responding bidder:
2 Address of responding bidder:
3 Name, Designation and Address of the
contact person to whom all references shall
be made regarding this RFP:
4 Telephone number of contact person:
5 Mobile number of contact person:
6 Fax number of contact person:
7 E-mail address of contact person:
8 Status of Firm/ Company (Public Ltd., Pvt.
Ltd., etc.)
9 Company Registration Certificate
(Enclosed Certificate)
10 C. A. Certificate for Annual Turnover for
last three Financial years
11. Solvency Certificate (Copy attach)
10 No. of professionally qualified personnel
having experience of design and
development, Implement and operate End to
End Online Examination Process
11 Office and a support center details in Pune
(Enclosed Self Certification)
We hereby declare that our proposal submitted in response to this RFP is made in good faith,
and the information contained is true and correct to the best of our knowledge and belief.
Yours Sincerely,
[Bidder Authorized Signature]
34 | P a g e
(To be submitted on Bidder letter-head)
Annexure – II (A)
FINANCIAL / COMMERCIAL BID
For Design and Development, Implement and Operate End to End
Online Examination Process
1. Name of the Company ________________________________________
2. Mobile No.____________________________________________
3. Office Address _____________________________________________
_________________________________________________
Job Description Scope / Capacity
Total Rate for Institute with
all facilities Per day Per
Student(In Rs.) *
For Design and Development,
Implement and Operate End
to End Online Examination
Process
For 25,000 Students
Sitting capacity
Total Amount in words ________________________________________
___________________________________________________________
*Rates shall be exclusive of all Taxes
Signature of the Bidder