Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
EXPPRESSION OF INTEREST (EOI) CUM REQUEST FOR PROPOSAL
(RFP) FOR SELECTION OF IT APPLICATION DEVELOPMENT AGENCY
FOR THE DEVELOPMENT OF MENTOR PORTAL
17 June 2020
KERALA STATE INDUSTRIAL DEVELOPMENT CORPORATION LTD.
T.C. XI/266, Keston Road, Kowdiar, Thiruvananthapuram-695 003
|Tel: 0471-2318922| Fax: 0471-2315893 | Web: www.ksidc.org |
COMPETITIVE BIDDING
Kerala State Industrial Development Corporation (KSIDC) intends to develop a web-portal cum
mobile application (Mentor Portal) for information sharing and information dissemination among
various stakeholders of startup ecosystem including startups, incubators, accelerators, mentors,
venture capital funds, seed capital funds, angel investment funds, government functionaries etc.
IT Application Development Agency shall be required to develop a startup ecosystem mobile app
cum website with relevant backend competency to register startups, incubators, accelerators,
mentors, venture capital funds, seed capital funds, angel investment funds, government functionaries
and fulfill compliance requirements. The salient features of the project, eligibility criteria and
prescribed formats for submission can be accessed in the EoI – cum - RfP document uploaded on
the website: www.ksidc.org.
Interested applicants are requested to submit their responses to the EoI-cum-RFP at the address
mentioned below on or before 22-07-2020, 3:00PM. The EoI-cum-RFP submissions will necessarily
have to be accompanied by a Bank Demand Draft of INR 20000.00 (Indian Rupees Twenty Thousand
only) in favour of “Kerala State Industrial Development Corporation Limited”, payable at Kochi,
India. In view of the current pandemic situation, the pre bid meeting will be conducted online and
participants are requested to share valid email id for participating in the same.
The submissions must be addressed to:
Kerala State Industrial Development Corporation Limited
2nd Floor, CHOICE Towers, Manorama Jn. Kochi – 682016, Kerala
Ph: 04842323010, Fax: 04842323011
Email: [email protected]
3
1. DISCLAIMER
a) This EOI cum RFP document is not an agreement and is not an offer or invitation by
KSIDC to any party other than the Bidders.
b) KSIDC may in their absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information in the EOI cum RFP. The information
that KSIDC is in a position to furnish is limited to this EOI cum RFP.
c) The information contained in the EOI cum RFP or subsequently provided to Bidders,
whether verbally or in documentary form by or on behalf of KSIDC /Consultants/any
of their employees, is provided to the bidders on the terms and conditions set out in the
EOI cum RFP and any other terms and conditions subject to which such information is
provided.
d) The purpose of the EOI cum RFP is to provide the bidder(s) with information to assist
the formulation of their bids. The EOI does not purport to contain all the information
each Bidder may require. The EOI cum RFP document may not be appropriate for all
persons, and it is not possible for KSIDC, their employees or Consultants to consider
the investment objectives, financial situation and particular needs of each eligible party
who reads or uses the EOI cum RFP document.
e) Each Bidder should check the accuracy, reliability and completeness of the information
in the EOI cum RFP and wherever necessary obtain independent advice from
appropriate sources. KSIDC and its employees make no representation or warranty and
shall incur no liability under any law, statute, rules or regulations as to the accuracy,
reliability or completeness of the EOI cum RFP. Each Bidder should conduct its own
studies and analysis and is advised to collect and obtain any other information that may
be necessary for preparing the Bid, at its own responsibility. The Bidder shall be
deemed to have satisfied himself before submitting his Bid, as to the risks,
contingencies and all other circumstances, which may influence or affect his Bid.
f) Mere submission of a responsive Bid does not ensure selection of the Bidder. KSIDC
reserves the right to select the Bidder meeting the eligibility criteria. The selected bidder
will be intimated in due course of time.
g) Any addendum/corrigendum will be published in KSIDC website
h) KSIDC reserves the right to change/ modify/ amend any or all provisions of this EoI– cum
- RfP document. Such revisions to the EOI cum RFP / amended EOI cum RFP will be made
available on the website of KSIDC.
4
2. ABOUT KSIDC
Kerala State Industrial Development Corporation (KSIDC) is the premier agency of
the Government of Kerala, mandated to for industrial and investment promotion in
Kerala. Formed in 1961, KSIDC’s primary objective was to promote, facilitate and
finance large and medium scale industries and catalyze the development of physical
and social infrastructure required for industrial growth in the state.
KSIDC has been supporting young entrepreneurs/ innovators by various initiatives such
as seed fund assistance, incubation facility & mentoring support. The objective of these
initiatives is to promote entrepreneurship among the youth of the State making them
job providers rather than job seekers.
3. ABOUT THE PROJECT
KSIDC has been over the years conducting various efforts and interactive sessions to
provide mentoring services to the assisted startup units with the objective of promoting
industry linkage and networking among start-ups and also to equip the start-up units with
the skill required to effectively manage, scale up and sustain their businesses. In order to
expand the mentoring services to the benefit of the entire startup community in the State,
KSIDC intends to develop a web-portal cum mobile application for information sharing
and information dissemination among various stakeholders of startup ecosystem including
startups, incubators, accelerators, mentors, venture capital funds, seed capital funds, angel
investment funds, government functionaries etc. KSIDC proposes to develop a platform
for facilitating the startups in obtaining the right mentors & stakeholders suited for their
requirement. Through the portal, a startup can identify and connect with a mentor of their
choice. Those who are willing to offer mentoring / handholding services can enlist in the
portal as mentors/stakeholders.
4. EXPRESSION OF INTEREST (EOI)
KSIDC invites Expression Of Interest (EoI) Cum Request For Proposal (RFP) from
reputed IT/ software development firms for undertaking the development of mobile
application cum website based Mentor Portal. Firms having experience in the domain
5
as described in the document only need to apply.
5. SCOPE OF WORK
• Successful bidder shall in discussion with the KSIDC officials, map the requirements
of the portal and prepare a Functional and Software Specifications Documents and get
Sign off before starting the development
• Functional Requirement Specification Document with all Screens and Functionalities
• Bidder shall conduct a detailed System study and prepare Hardware requirement as well
as Software Requirement with all required wireframes and Workflow
• Development of Mentor portal which will facilitate startups, incubators, accelerators,
mentors, venture capital funds, seed capital funds, angel investment funds, government
functionaries etc. in registering and identifying the mentor that suits their requirement.
• User profile for various stakeholders startups, incubators, accelerators, mentors, venture
capital funds, seed capital funds, angel investment funds, government functionaries etc.
• Payment gateway integration
• SMS Alerts and Notification through Email
• Training of the various stakeholder on the use and functionality of the portal
• Registrations and user profile creation shall include for
o Mentors
o Startups
o KSIDC officials
o Incubators,
o Accelerators,
o Venture capital funds, s
o Seed capital funds,
o Angel investment funds,
o Government functionaries
• Screening of enrolled stakeholders based on pre-set evaluation criteria by KSIDC officials
• Virtual rooms for private mentoring sessions – Audio/ Visual
• Startup- Mentor matchmaking based on requirement mapping
6
• Mentor categorization based on area of expertise/ geographical location/ etc.
• Mentor rating and review for continuous evaluation – Grading mechanism
• Report Engine
o Daily/Monthly/Quarterly/Yearly Reports
o Consolidated reports
• Analytics and Dashboard
5.1.1. Website And Mobile App Development & Management
• Build and maintain the web portal cum mobile application for KSIDC‘s initiative including
hosting, server management, updating content and maintenance of the backend with an
objective of collection of data and promotion of entrepreneur‘s facilitation services and
analyzing the response to the interactive portal on factors identified by KSIDC
• Website and Mobile app build and development
➢ Responsive build
➢ Sitemap + UI and Wireframe designing (Design templates will be provided basis
suggested UI/Wireframe)
➢ Mobile App development - Android and IOS
• Web-site hosting and Server Management
➢ Selected vendor has to host the proposed software and mobile application in State
Data Centre Kerala. KSIDC will facilitate all administrative approvals from Kerala State
IT mission in this regard. Selected vendor has to host the software in the virtual
environment provided by SDC and undertake all technical work in this regard.
➢ Conduct Software / Website audit and obtain CERT certification from an agency
empanelled by GoI.
➢ Maintenance of the hosting environment
7
➢ Facilitate right solution for environment hosting.
➢ Ability to maintain concurrent user setup for up to 20,000 users
5.1.2. CMS setup
➢ Maintenance of the website on current framework
➢ Ability to upgrade to a new framework keeping the website dynamics in mind
➢ The CMS must be scalable and should support any custom requirement in future
5.1.3. Other related and miscellaneous work including:
➢ Changes in the portal on the basis of feedback received from KSIDC
➢ Changes in the mobile app, portal and back end architecture on the basis of feedback
received from the stakeholders and users
➢ Changes in the mobile app, portal and workflow architecture due to change in legal
requirement
5.1.4. Technical Requirements
I. The Digital Ecosystem user interface shall be compliant (Conformance Level
"Double-A") to the World Wide Web Consortium (W3C) Website Accessibility
Guidelines (WAG) version 2.0.
II. Service should be independent of, and unaffected by, the physical hardware on which
it runs. Data shall be defined consistently throughout the system; the definitions shall
be understandable and available to all users.
III. The interface should be independent of both platform (i.e. Windows, Android, iOS)
and device (i.e. PC, Tablet, Mobile Device).
IV. The infrastructure shall be scalable such that hardware can be added or removed, to
balance capacity with demand, without the need for software change. It should
employ a flexible run time environment such that services can be allocated to different
hardware resources dynamically to balance capacity with demand.
8
V. The Digital Ecosystem services shall provide tooling to enable effective monitoring,
debugging and support.
VI. The system should provide manuals which should include but not limited to:
I. How to build the system from the delivered source code, including any
packaging processes required to make the built system ready for delivery
and installation
II. Service describing the functionality for the User and Administrator.
III. Training material (hard copy or soft copy) for all the roles
IV. Diagnostic documentation to assist in the diagnoses of problems
V. Context sensitive assistance within all tools
VI. Installation Manual covering
a) Onto a "bare" platform (i.e. OS installed).
b) Onto a platform that already has the system installed (i.e. an
upgrade) in such a way that no data is lost, other than data that is
removed or changed as part of the upgrade to the system.
c) Recovery Point Objective (RPO); processes and procedures will be
put into place to ensure that no more than 4 hours of data is lost in
the event of a major system failure.
d) Recovery Time Objective (RTO); processes and procedures will
be put into place to ensure that the Digital Ecosystem shall be fully
operational within 1 working day following a major system failure.
VII. The system shall perform a clean-up after any error to ensure that the system
is in a safe and consistent state, without deleting any data that would be helpful
in diagnoses of the event that caused the problem. The system shall contain
sufficient error detection and trapping to enable any error encountered to be
detected and accurately reported.
VIII. The system shall employ sufficient defensive programming techniques such
that any failure will be isolated and will at most require a restart of the failed
part of the system, without having any detrimental effect on any other part of
the system.
9
IX. The system shall maintain an auditable record of automated data transfers, to
include the date and time of the transfer, the source of the data, and any meta-
data associated with the source.
X. The system shall employ appropriate techniques to ensure software elements
are loosely coupled through an interface that contains only what is necessary
and sufficient.
XI. The system shall have a facility to shut down in a controlled and orderly manner
when requested to do so by an Administrator.
6. SPECIAL TECHNICAL /FUNCTIONAL REQUIREMENTS
Preferred technology specifications for the envisaged Mentor Portal is given below;
however, some of these specifications can be changed by bidder according to technical
feasibility and compatibility issues. For this purpose, the bidder should get prior approval.
• The proposed application should be developed fully on free open source (FOSS)
software technology platforms
• The system should adopt one of the open source web application frameworks.
Technology for the project should be in free and open standards
• There should be separate dashboards for startups, mentors and KSIDC officials
• System shall be integrated with KSIDC’s official website, so portal shall be developed
with configurable frameworks and scalable architecture
• Maintenance support for 3 years after 1-year warranty
7. SECURITY REQUIREMENTS
1. The system shall maintain an audit trail of all changes. The Digital Ecosystem systems
shall employ activity logging which enables to provide data on e.g. Current Users, History of
logged in users, Authorized users, Role based access etc.
2. The system Security shall be sufficient to comply for the handling of confidential data.
3. The system security shall allow the Internet to be used as the primary means of access to
the system.
10
4. Applications and programming interfaces (APIs) shall be designed, developed, deployed,
and tested in accordance with leading industry standards (e.g., OWASP for web applications)
and adhere to applicable legal, statutory, or regulatory compliance obligations.
5. Data and objects containing data shall be assigned a classification by the data owner based
on data type, value, sensitivity, and criticality to the organization.
6. Policies and procedures shall be established to inventory, document, and maintain data
flows for data that is resident (permanently or temporarily) within the service's applications
and infrastructure network and systems.
7. Data related to electronic transaction / payment (if applicable) that traverses public
networks shall be appropriately classified and protected from fraudulent activity,
unauthorized disclosure, or modification in such a manner to prevent contract dispute and
compromise of data.
8. Policies and procedures shall be established for the labelling, handling, and security of data
and objects which contain data. Mechanisms for label inheritance shall be implemented for
objects that act as aggregate containers for data.
9. Production data shall not be replicated or used in non-production environments.
10. All data shall be designated with stewardship, with assigned responsibilities defined,
documented, and communicated.
11. Any use of MOC data in non-production environments requires explicit, documented
approval and must comply with all legal and regulatory requirements for scrubbing of
sensitive data elements.
12. Platform and data-appropriate encryption (e.g., AES-256) in open/validated formats and
standard algorithms shall be required. Keys shall not be stored in the cloud (i.e. at the cloud
provider in question), but maintained by the cloud consumer or trusted key management
provider. Key management and key usage shall be separated duties.
13. Baseline security requirements shall be established for developed or acquired,
organizationally-owned or managed, physical or virtual, applications and infrastructure
system and network components that comply with applicable legal, statutory and regulatory
compliance obligations. Deviations from standard baseline configurations must be authorized
following change management policies and procedures prior to deployment, provisioning, or
use. Compliance with security baseline requirements must be reassessed at least annually
unless an alternate frequency has been established and authorized based on business need.
11
14. Access to, and use of, audit tools that interact with the organization‘s information systems
shall be appropriately segmented and restricted to prevent compromise and misuse of log
data.
15. User access policies and procedures shall be established, and technical measures
implemented, for ensuring appropriate identity, entitlement, and access management for all
internal corporate and MOC users with access to data and organizationally-owned or
managed (physical and virtual) application interfaces and infrastructure network and systems
components. These policies, procedures, processes, and measures must incorporate the
following:
16. Procedures and supporting roles and responsibilities for provisioning and de-provisioning
user account entitlements following the rule of least privilege based on job function (e.g.,
internal employee and contingent staff personnel changes, MOC-controlled access, suppliers‘
business relationships, or other third-party business relationships)
17. Business case considerations for higher levels of assurance and multi-factor
authentication secrets (e.g., management interfaces, key generation, remote access,
segregation of duties, emergency access, large-scale provisioning or geographically-
distributed deployments, and personnel redundancy for critical systems)
18. Access segmentation to sessions and data in multi-tenant architectures by any third party
(e.g., provider and/or other MOC)
19. Account credential lifecycle management from instantiation through revocation
20. Account credential and/or identity store minimization or re-use when feasible
21. Authentication, authorization, and accounting (AAA) rules for access to data and sessions
(e.g., encryption and strong/multi-factor, expireable, non-shared authentication secrets)
22. Permissions and supporting capabilities for MOC controls over authentication,
authorization, and accounting (AAA) rules for access to data and sessions
23. Adherence to applicable legal, statutory, or regulatory compliance requirements
24. User access to diagnostic and configuration ports shall be restricted to authorised
individuals and applications
25. Policies and procedures shall be established to store and manage identity information
about every person who accesses IT infrastructure and to determine their level of access.
Policies shall also be developed to control access to network resources based on user identity
26. User access policies and procedures shall be established, and supporting business
processes and technical measures implemented, for restricting user access as per defined
segregation of duties to address business risks associated with a user-role conflict of interest
12
27. Each operating system shall be hardened to provide only necessary ports, protocols, and
services to meet business needs and have in place supporting technical controls such as:
antivirus, file integrity monitoring, and logging as part of their baseline operating build
standard or template
28. Production and non-production environments shall be separated to prevent unauthorized
access or changes to information assets. Separation of the environments may include: stateful
inspection firewalls, domain/realm authentication sources, and clear segregation of duties for
personnel accessing these environments as part of their job duties.
29. Multi-tenant organizationally-owned or managed (physical and virtual) applications, and
infrastructure system and network components, shall be designed, developed, deployed and
configured such that provider and MOC user access is appropriately segmented from other
tenant users, based on the following considerations:
30. Established policies and procedures
31. Isolation of business critical assets and/or sensitive user data, and sessions that mandate
stronger internal controls and high levels of assurance
32. Compliance with legal, statutory and regulatory compliance obligations
33. The provider shall use open and published APIs to ensure support for interoperability
between components and to facilitate migrating applications.
34. All structured and unstructured data shall be available to the MOC and provided to them
upon request in an industry-standard format (e.g., .doc, .xls, .pdf, logs, and flat files)
35. Policies, procedures, and mutually-agreed upon provisions and/or terms shall be
established to satisfy MOC requirements for service-to-service application (API) and
information processing interoperability, and portability for application development and
information exchange, usage, and integrity persistence.
36. The provider shall use secure (e.g., non-clear text and authenticated) standardized network
protocols for the import and export of data and to manage the service, and shall make
available a document to consumers (tenants) detailing the relevant interoperability and
portability standards that are involved.
37. The provider shall use an industry-recognized virtualization platform and standard
virtualization formats (e.g., OVF) to help ensure interoperability, and shall have documented
custom changes made to any hypervisor in use and all solution-specific virtualization hooks
available for MOC review.
8. PERFORMANCE REQUIREMENTS
13
The system will respond to a valid user entry within ―3 seconds for a median load of 2000
active users and 10000 logged in users 95% of the time; or within 5 seconds for a peak load
of 5000 active users and 20000 logged in users 90% of the time.
9. AVAILABILITY REQUIREMENTS
The Digital Ecosystem services for the Enrolment project shall be 99.9% available 24 hours
per day, 365 days per year during standard operational times. Maximum permissible
unplanned downtime is 8.76 hours per year.
10. FUNCTIONAL REQUIREMENTS
1. Content Management:
➢ Make desired changes in a webpage
➢ Manage file structures of the organization
➢ Upload Files or Images
➢ Publish and share common information like
▪ Corporate Vision, Mission and Values
▪ Organizational Announcements
▪ Press releases
▪ Internal Communications
▪ Celebratory messages
▪ New employee introductions
2. The software should have facility of Opinion polls, Mass mailer, News letter, E Cards,
Discussion forum, Blogs, Ask a question, Post an Idea etc.
3. The agency should provide helpdesk support for entire duration of the project.
11. ELIGIBILITY CRITERIA
• The Bidder should be a Legal Entity i.e. Sole Proprietorship/ Partnership firm/ Private
14
Limited Company/ Public Sector Undertaking/ Limited Company/ LLP operational for
the last 5 Years
• Bidder should have a cumulative annual turnover of Rs. 100 Lakhs or above in the last
three financial years. The bidder should be in existence in Software Development domain
for last 5 years, proof of incorporation should be submitted
• Enclose proof of any Experience of Quality Management system of the bidder (ISO
9001:2008/ 2015 for Software Development / Software Maintenance or ISO 27000 or
CMMI Level 3 Certification)
• Bidder should have done at-least three software/Application projects with project value
of Rs. 50 lakhs (Cumulative value of 3 projects) in any government department/semi
government/Public Sector Undertaking/Quasi Government / Private organization
• Bidder should have experience in Implementation of turnkey solution including Server
with hosted Application running for government Department/Semi Government or
PSU/Quasi Government / Private organization
• The Bidder should have technically qualified and well experienced strong In-house
resource base of IT professionals (Proof must be attached)
• The Bidder should not have been blacklisted by any Central/State Government
Organization or PSU for any corrupt and fraudulent practice. An Undertaking by the
Authorized Signatory on the letter head of the Bidder should be submitted as a part of
Technical Offer
• Consortium is not allowed in this project
12. EOI CUM RFP TO BE SUBMITTED IN THE FOLLOWING FORMAT DULY
SIGNED BY THE AUTHORIZED REPRESENTATIVE.
Sl.No. Description
15
1 Name of the applicant and address with email, phone etc.
2 Main area of Business
3 Proof for Expertise in the concerned sector
4 Major Products being Manufactured at present or activities/ services.
5 Location of Corporate Office /registered Office
6 Turnover in the last three financial years
7 Net worth of preceding three financial years
16
13. Following Documents to be submitted along with the EoI cum RFP (certified copy):
1. Brief write up about the Company/ Promoters/LLP Profile/ Firm
2. Balance Sheet and Profit & Loss Statement for the Year 2016-17, 2017-18 and 2018-
2019
3. Copy of latest Income Tax Return
4. Copy of latest Service Tax Return
5. PAN Card Copy
6. Self-Certification stating that the Company/ LLP/Firm or its Subsidiaries / Individual/
Associates are not Debarred / Blacklisted by any Central / State Governments,
Government Departments, Government Bodies or PSUs.
7. Certificate from Chartered Accountant showing the Net worth of preceding three
financial years.
Net worth shall be calculated as below:
Net worth = Share Capital + Reserves & Surplus – Miscellaneous expenditure
to the extent not written off
OR
Net worth = Total Assets - External Liabilities
8. Copy of MOA and AOA/ Partnership deed and certificate of incorporation/ registration
in case of firms.
9. GST registration certificate
10. Work experience
11. Employee Details (Form enclosed in annexure)
12. Any other detail which the Applicant Company/ Firms feels relevant in this regard.
17
14. TIMELINE
Sl. No. Activity Date
1 Advertisement floated 22 June 2020
2 Pre-Bid Meeting ( Online) 06 July 2020
3 Last Date for Submission 22 July 2020
4 Intimation of Technically qualified bidder 08 August 2020
5 Screening (Technical Presentation) 20 August 2020
6 Issue of Work Order 30 August 2020
7 Submission of Prototype 30 October 2020
8 Final Version 30 November 2020
15. TERMS OF PAYMENT The Payment shall be made on the basis of the
delivery milestones as specified in the following table.
Sl.
No Milestones Timeline Payment
1 Freezing of specifications/ requirement 15 days from issue of work
order 5%
2
Development and deployment: After
testing and implementation,
submission of deliverables (source
code and relevant manuals)
45 days from completion
of 1st milestone
30%
3
Successful internal testing with dummy
data and operational training to various
stakeholders
15 days from completion
of 2nd milestone 15%
4
Verification and award of project
completion letter
15 days from completion
of 3rd milestone 30%
5 Annual maintenance
10% - 1st year of AMC
5% - 2nd year of AMC
5% - 3rd year of AMC
20%
18
16. HOW TO APPLY
(i) The Applicant shall submit proposal in four covers containing details of
EMD, Pre- Qualification Proposal, Technical Proposal and Financial
Proposal respectively. No proposal shall be accepted in any other form and
shall be summarily rejected. The submissions for Pre-Qualification shall be
evaluated first as specified in this EoI-cum-RFP. Subsequently the technical
evaluation as specified in this EoI-cum-RFP will be carried out only for those
Applicants who meet the Pre- Qualification criteria. Based on this technical
evaluation, a list of technically qualified Applicants shall be prepared in the
order of their merit. The Financial Proposals of technically qualified Applicant
securing the highest rank will be opened. All the covers should be super scribed
with “EoI cum RFP for Mentor Portal”
(ii) Envelop 1 should contain EMD
(iii) Envelop 2 should contain Pre- Qualification Proposal
(iv) Envelop 3 should contain Technical Proposal & Copy of the EoI document
published by KSIDC duly signed on all pages by the bidder.
(v) Envelop 4 should contain Financial bid as per the format in the company letter
head.
(vi) The proposals should be submitted in the prescribed format, proposals not
adhering to the prescribed format will be rejected.
(vii) The technical proposal must be accompanied by all document proof
establishing the eligibility of the bidder
(viii) Enclose company registration certificate, memorandum & articles of
association and work orders etc. as proof of eligibility. Registered
company/production houses/ should have GST Number, Pan Number etc.
Enclose certificates and copy of last three years Income Tax returns, PAN and
GST Number.
(ix) The bidder will have no right to vary/modify any aspect of the proposal etc.
during the validity period or any extension thereof.
(x) Application should be accompanied by an EMD of Rs. 20,000/- (Twenty
19
Thousand Rupees only) as DD drawn in favor of “KSIDC” payable at
Trivandrum. The DD will be subsequently adjusted against performance
guarantee to be submitted by the successful applicant and in the remaining cases
the amount will be refunded.
(xi) The duly signed proposal should reach to:
Kerala State Industrial Development Corporation Limited
2nd Floor, CHOICE Towers, Manorama Jn. Kochi – 682016, Kerala Ph:
04842323010, Fax: 04842323011
KSIDC will not be responsible for any postal delay.
17. EVALUATION PROCESS
Proposal Evaluation
As part of the evaluation, the Pre-Qualification Proposal submission shall be checked to
evaluate whether the Applicant meets the prescribed Minimum Qualification Criteria.
Subsequently the Technical Proposal submission, for Applicants who meet the Minimum
Qualification Criteria (―Shortlisted Applicant‖), shall be checked for
responsiveness in accordance with the requirements of the EoI-cum-RFP and only those
Technical Proposals which are found to be responsive would be further evaluated in
accordance with the criteria set out in this EoI-cum-RFP document.
Prior to evaluation of Proposals, the Client will determine whether each Proposal is
responsive to the requirements of the EoI– cum – RFP at each evaluation stage as indicated
below. The Client may, in its sole discretion, reject any Proposal that is not responsive
hereunder. A Proposal will be considered responsive at each stage only if:
All received proposals will be scrutinized by the committee appointed by KSIDC. The
committee will scrutinize all the documents (Firm Registration
Certificates/experience/previous work orders/last three years IT return/EMD/PAN
number /Financial bids etc.) submitted by the bidder. The committee while evaluating the
Technical bid shall have no access to the financial bid until the Technical bid evaluation
is concluded and at this stage the financial bid will remain unopened. Based on the
technical evaluation, a list of short-listed applicants will be prepared.
The short-listed applicants will be required to make presentation of their proposal before
20
the selection committee. Financial Bid shall be opened on the date & time specified by
KSIDC, in the presence of the Bidders' representatives (who have technically qualified)
who choose to attend.
a. EVALUATION OF TECHNICAL BID
Technical Bid Evaluation will include evaluation of the documents submitted by the
bidder followed by a technical presentation. Bidders who qualify the basic eligibility
criteria will only be invited for the technical presentation. The Technical Bid documents
and Technical presentation of the bidder will be scrutinized on the basis of the Eligibility
Criteria and scores will be assigned accordingly.
The scoring scheme is as follows:
Bid Evaluation
Sl.N
o
Evaluation Criteria Maximum
Marks
1 Experience of the firm in designing, developing and
Implementation of Software applications systems
(Should be furnished in the format mentioned in the annexure
and copy of Work Order and Project Completion Certificate
should be attached)
20
No: of projects, n
>= 6
20
6 >n>3 15
n= 3 10
2 Relevant Experience of the firm in the field
20 No: of years, n>=10 20
10>n>5 15
n= 5 10
4
Experience of Quality Management system (ISO 9001:2008/
2015 for Software Development / Software Maintenance or
ISO 27000 or CMMI Level 3 Certification
15
21
Presentation
Sl.No Evaluation Criteria Maximum
Marks
1 Understanding of the Scope of Work 20
2 Proposed methodology, execution plan and
features
25
The bidders scoring minimum 70 marks out of 100 as Technical Score (TS) in the
Technical Evaluation shall be declared as the Technically Qualified bidder.
b. EVALUATION OF FINANCIAL BID
The Financial bids shall be opened only for the Technically Qualified bidders. The date,
time and venue of the Financial Bid opening shall be intimated to all the technically
qualified bidders in advance. The authorized representatives of the technically qualified
bidders may be present during the financial bid opening. The financial bids shall be
scrutinized for their conformity to the specified formats, seal and authorized signature
of the bidder. Financial Bids that are illegible, not conforming to the specified formats
or without the seal and signature, with arithmetic errors, with mismatching “figure” and
“words” value(s) shall be summarily rejected. KSIDC reserves the right to accept or
reject any or all proposals without assigning any specific reason. The Financial Score
of the other Technically Qualified bidders shall be computed as per the following
formula.
FS = (Fmin / Fb) x 100
FS = Financial Score of the bidder under consideration Fmin
= minimum price quoted by any bidder
Fb = price quoted by the bidder under consideration
22
The Technical Score (TS) and the Financial Score (FS) secured by each bidder shall be
subjected to the weightage WT = 0.70 (the weight given to the technical bid); WF =
0.30 (the weight given to the financial bid).The combined technical and financial score
(S) for the bidder shall be computed as per the following formula.
S = (TS x WT) + (FS x WF)
18. PERFORMANCE SECURITY
Performance Security equivalent to 15 (fifteen) percent of the total cost of Financial
Proposal shall be furnished from a Nationalized/Scheduled Bank, before start of work
on assignment, in form of a Bank Guarantee substantially in the form specified at
Annexure of the work order. For the successful bidder the Performance Security will
be retained by Client until the completion of the assignment by the Applicant and be
released 60 (Sixty) Days after the completion of the assignment.
19. PRE-BID MEETING
Pre-Bid Meeting of the Applicants will be convened on-line at the designated date,
time and place. A maximum of two representatives of each Applicant will be allowed
to participate on production of an authorization letter from the Applicant.
During the course of Pre-Bid Meeting, the Applicants will be free to seek
clarifications and make suggestions for consideration of the Client. The Client will
endeavour to provide clarifications and such further information as it may, in its sole
discretion, consider appropriate for facilitating a fair, transparent and competitive
selection process. It is requested to share valid email id for participating in the online
pre-bid meeting
20. AWARD OF CONTRACT
The bidder securing the highest combined score (S) shall be treated as the successful bidder
and considered as selected for award of the contract.
23
21. OWNERSHIP AND INTELLECTUAL PROPERTY RIGHTS
a) All the data, material, information and documents collected / generated during
development / implementation of all the components of the project and the application
software developed as per contract shall be exclusive “Intellectual Property” of the
Corporation and shall be vested in the Corporation. All rights are reserved to
Corporation as per IT Act 2000 & its subsequent amendments.
b) The selected Bidder shall handover all data, material, information and documents
(including SRS documents, design documents, database design / diagrams, the source
code with Third Party controls/software, etc.) collected / generated during development
/ implementation of the project to the Corporation within 45 days of development /
implementation of project.
22. SUBMISSION OF EOI
The Technical and financial bid envelopes for the project should be enclosed in a sealed
envelope super scribed “EOI for the Development of Mentor Portal” and should reach
in the address given below on or before 22 July 2020 before 3.00 p.m. Submission of
EOI through email will not be accepted.
Kerala State Industrial Development Corporation Limited
2nd Floor, CHOICE Towers, Manorama Jn. Kochi – 682016, Kerala
Ph: 04842323010, Fax: 04842323011
23. FORCE MAJEURE
Neither party will be liable in respect of failure to fulfill its obligations, if the said failure
is entirely due to Acts of God, Governmental restrictions or instructions, natural calamities
or catastrophe, epidemics or disturbances in the country. Force Majeure shall not include
(i) any event which is caused by the negligence or intentional action of a Party or by or of
such Party‘s agents or employees, nor (ii) any event which a diligent Party could reasonably
have been expected both to take into account at the time of being assigned the work, and
24
avoid or overcome with utmost persistent effort in the carrying out of its obligations
hereunder.
A Party affected by an event of Force Majeure shall immediately notify the other Party of
such event, providing sufficient and satisfactory evidence of the nature and cause of such
event, and shall similarly give written notice of the restoration of normal conditions as soon
as possible.
No Breach of Work order: The failure of a party to fulfill any of its obligations under
the Work order shall not be considered to be a breach of, or default under this Work order
insofar as such inability arises from an event of Force Majeure, provided that the Party
affected by such an event:
a) has taken all precautions, due care and reasonable alternative measures in order
to carry out the terms and conditions of this Work order, and
b) has informed the other party as soon as possible about the occurrence of such
an event.
c) the dates of commencement and estimated cessation of such event of Force
Majeure; and
d) the manner in which the Force Majeure event(s) affects the Party‘s obligation(s)
under the Work order.
Neither Party shall be able to suspend nor excuse the non- performance of its obligations
hereunder unless such Party has given the notice specified above.
Extension of Time: Any period within which a Party shall, pursuant to this Work order,
complete any action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
25
24. OBLIGATIONS OF THE IT APPLICATION DEVELOPMENT AGENCY
General: The IT Application Development Agency shall perform the Services and carry out
their obligations hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe sound management
practices, and employ appropriate advanced technology and safe methods. The IT Application
Development Agency shall always act, in respect of any matter relating to this Work order or
to the Services, as faithful advisers to the Client, and shall at all times support and safeguard
the Client‘s legitimate interests in any dealings with Sub- consultants or third parties.
25. CONFIDENTIALITY: The IT Application Development Agency, their Sub-consultants, and
the Personnel of either of them shall not, either during the term or within two (2) years after the
expiration of this Work order, disclose any proprietary or confidential information relating to
the Project, the Services, this Contact or the Client‘s business or operations without the prior
written consent of the Client.
26. DOCUMENTS PREPARED BY THE IT APPLICATION DEVELOPMENT AGENCY
TO BE THE PROPERTY OF THE CLIENT: All designs, reports, other documents and
software submitted by the IT Application Development Agency pursuant to this work order
shall become and remain the property of the Client, and the IT Application Development
Agency shall, not later than upon termination or expiration of this Work order, deliver all such
documents and software to the Client, together with a detailed inventory thereof. The IT
Application Development Agency may retain a copy of such documents and software.
Restrictions about the future use of these documents and software, if any, shall be specified
in the SC.
27. LIABILITY OF THE IT APPLICATION DEVELOPMENT AGENCY: Subject to
additional provisions, if any, in this work order the IT Application Development Agency‘s
liability under this Work order shall be as provided by the Applicable Law.
28. PROFESSIONAL LIABILITY INSURANCE: IT Application Development Agency will
maintain at its expense, Professional Liability Insurance including coverage for errors and
omissions caused by IT Application Development Agency ‗s negligence, breach in the
26
performance of its duties under this Work order from an Insurance Company permitted to offer
such policies in India, for a period of one year beyond completion of Services commencing
from the Effective Date,
For an amount not exceeding total payments for Professional Fees made or expected to be
made to the IT Application Development Agency hereunder or (ii) the proceeds, the IT
Application Development Agency may be entitled to receive from any insurance maintained
by the IT Application Development Agency to cover such a liability, whichever of (i) or (ii) is
higher with a minimum coverage of [insert amount and currency].
29. PERFORMANCE SECURITY
The Consultant shall prior to the Effective Date and as a condition precedent to its entitlement
to payment under this Work order, provide to the Client a legal, valid and enforceable
Performance Security in the form of an unconditional and irrevocable bank guarantee as
security for the performance by the Consultant of its obligations under this Work order, in the
form set out in this work order, in an amount equal 15 (fifteen) percent of the total cost of
Financial Proposal under this Assignment. Further, in the event the term of this Work order is
extended, the Consultant shall at least fifteen (15) days prior to the commencement of every
Subsequent Year or at least thirty (30) days prior to the date of expiry of the then existing bank
guarantee, whichever is earlier, provide an unconditional and irrevocable bank guarantee as
Performance Security for an amount equivalent to 15 (fifteen) percent of the total cost of
Financial Proposal under this Assignment.
The Performance Security shall be obtained from a scheduled commercial Indian bank, in
compliance with Applicable Laws (including, in case the Consultant is a non-resident, in
compliance with applicable foreign exchange laws and regulations). {In the event the
Consultant is a joint venture consortium, the Performance Security may be provided by any
Member; provided that such Performance Security shall mention the details of this Work
order and the other Members.}
The Performance Security shall be extended accordingly such that the Performance Security
remains valid until the expiry of a period of 60 (Sixty) Days from the date of completion of the
assignment. If the Client shall not have received an extended/ replacement Performance
27
Security in accordance with this clause at least thirty (30) days prior to the date of expiry of
the then existing Performance Security, the Client shall be entitled to draw the full amount of
the bank guarantee then available for drawing and retain the same by way of security for the
performance by the IT Application Development Agency of its obligations under this Work order until
such time as the Client shall receive such an extended/ replacement Performance Security whereupon,
subject to the terms of this Work order, the Client will refund to the IT Application Development
Agency the full amount of the bank guarantee, unless the Client has drawn upon the Performance
Security in accordance with the provisions of this Work order, in which case only the balance amount
remaining will be returned to the IT Application Development Agency; provided that the Client will
not be liable to pay any interest on such balance. The Client will return the bank guarantee provided as
Performance Security to the issuer thereof for cancellation promptly upon receipt of any extension/
replacement thereof. Subject to satisfactory completion of all deliverables under this Work order, the
Performance Security will, subject to any drawdowns by the Client in accordance with the provisions
hereof, be released by the Client within a period of 60(Sixty) Days from the date of completion of the
services.
The Client shall have the right to claim under the Performance Security and appropriate
the proceeds if any of the following occur:
a) the Consultant becomes liable to pay penalty;
b) any material breach of the terms hereof; and/or
c) without prejudice to paragraph above, the Consultant fails to extend the validity of
the Performance Security or provide a replacement Performance Security in
accordance with the provisions of this Work order.
28
DECLARATION
I/we hereby declare that I/we have not been Blacklisted/ debarred by any Central/State Govt
Depts/Central/State Govt PSUs, Autonomous and statutory bodies under State/Central
Governments.
Date Signature
Seal
29
DECLARATION
I/We hereby declare that the details furnished are true and correct to the best of my knowledge
and belief and I undertake to inform you of any changes therein, immediately. In case any of
the information is found to be false or untrue or misleading or misrepresenting, I am aware
that I may be held liable for the same.
Date Signature
Seal
30
UNDERTAKING
Sir,
I/We, the undersigned, offer to provide the services for design, development and maintenance
of the Mentor Portal in accordance with your Expression of Interest (EOI) dated [Insert Date]
at the quoted rate.
I/We agree that the work will be completed within the specified timeline meeting all the
requirements of KSIDC.
I/We shall also enter into an agreement with KSIDC for implementing the project.
I/we have remitted the required amount of Rs.20,000/-vide DD No: ……….
& dated…………… as Earnest Money Deposit.
Date Signature
Seal
(Note: This undertaking to be submitted on the letter head of the bidder along with requisite
documents.)
31
Financial Bid format
The Financial Bid shall be submitted in the below mentioned format
Sl NO Details of work Rate (Inclusive of GST)
1 Development of Mentor Portal including
AMC for 3 years
Total
(In figures)
(In words)
Date Signature
Seal
32
Curriculum Vitae (CV) for Proposed Personnel (with one page of summary of experience)
1. Proposed position [Key Personnel ]
2. Name of firm
3. Name of staff [First] [Middle] [Surname]
4. Date of birth [Day / Month / Year]
5. Nationality
6. Education [Indicate college/university and other
specialized education of staff member, giving
names of institutions, degrees obtained, and year
of obtainment starting from the latest degree]
7. Membership of Professional
Organizations
8. Training & Publications [Indicate significant training since education
degrees (under 5) were obtained]
9. Countries of Work Experience [List countries where staff has worked in the last
ten years]
10. Languages Language Proficiency (good/ fair/ poor)
Speaking Reading Writing
English
11. Employment record
[Starting with present
position, list in
reverse order every
employment held by
staff member since
graduation]
Name of
Organization
Position held Duration
YYYY to present
33
12. Details of tasks
assigned
13. Work Undertaken that
Best Illustrates
Capability to
Assigned Handle the
Tasks Assigned
[Among the assignments in which the Staff has been involved,
indicate the following information for those assignments that best
illustrate staff capability to handle the tasks assigned]
Name of assignment or project:
Duration of project (provide month & year of start date and end date
of project) :
Number of months worked on project:
Location:
Client:
Project Cost:
Main project features:
Positions held:
Activities performed:
14. Certification I, the undersigned, certify that to the best of my knowledge and
belief, this CV correctly describes me, my qualifications, and my
experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.
Signature
Signature
Date: [dd/mm/yyyy] Date: [dd/mm/yyyy]
Name of staff member: Name of Authorized Signatory:
Note:
Please strictly restrict the number of pages per CV to four (04) pages (two sheets if printed both
sides). The one-page summary shall be over and above the four (04) page CV. Pages in the CV
greater than these limits shall not be considered for evaluation.
Details of similar work undertaken and completed
Sl.No
Name & Address of the
Client
Date of Commencing
of the work
Date of
Completion
Webportal
address
Value of
the project
in INR
Nature of
work
1
2