33
REQUEST FOR PROPOSAL Design, Development and Execution of a Framework for Evaluating & Ranking of “IT-ITeS Training and Efficacy Ecosystem Stakeholders” in conjunction with IT-ITeS Sector Skills Council NASSCOM Reference Number: SSC NASSCOM 001/Nov/2018 Issued by: NASSCOM Plot No - 7 to 10, Sector 126, Noida - 201303, Uttar Pradesh

REQUEST FOR PROPOSAL - s3-ap-southeast-1.amazonaws.com · 1.3 Schedule of Events The following table provides a schedule of events relating to this RFP. Event Target Date RFP issued

Embed Size (px)

Citation preview

REQUEST FOR PROPOSAL

“Design, Development and Execution of a Framework

for

Evaluating & Ranking

of

“IT-ITeS Training and Efficacy Ecosystem Stakeholders”

in conjunction with

IT-ITeS Sector Skills Council NASSCOM

Reference Number: SSC NASSCOM 001/Nov/2018

Issued by:

NASSCOM Plot No - 7 to 10, Sector 126, Noida - 201303, Uttar Pradesh

TABLE OF CONTENTS

1.0 ADMINISTRATIVE DETAILS

1.1 Confidentiality

1.2 RFP Procedure

1.2.1 Response delivery

1.2.2 Contacts

1.2.3 Critical Information

1.2.4 Contents of solicited documents

1.3 Schedule of Events

1.4 Abbreviations

2.0 GENERAL INFORMATION

2.1 Introduction

2.1.1 Overview of NSDC

2.1.2 Introduction about Issuer

2.1.3 Purpose (What SSC NASSCOM is looking to achieve?)

3.0 STATEMENT OF WORK

3.1 Project Deliverables with Timelines

4.0 PROJECT METHODOLOGY AND REVIEW

4.1 Project Management and Methodology

4.2 Project Review and Reporting

5.0 INSTRUCTIONS TO THE BIDDER

5.1 Required Qualifications Competencies and Eligibility of the Bidder

5.2 Completeness of Response

5.3 Proposal Preparation Costs

5.4 Signing of Communication to SSC NASSCOM

5.5 Bidder inquiries and SSC NASSCOM’s responses

5.6 Submission of Responses to SSC NASSCOM

5.7 Bid Submission Format

5.8 Venue and Deadline for submission

6.0 RIGHTS OF SSC NASSCOM

6.1 Amendment of SSC NASSCOM Document

6.2 Supplemental information to the RFP

6.3 SSC NASSCOM’s right to modify submission deadline

6.4 SSC NASSCOM’s right to terminate the process

6.5 SSC NASSCOM’s Rights to accept / reject any or all Proposals

6.6 Short listing Criteria

7.0 GENERAL INSTRUCTIONS FOR PROPOSAL SUBMISSION

7.1 Preparation of Proposals

7.1.1 Mandatory Proposal Requirements

7.2 Proposal Content Guidelines

7.3 Proposed methodology

7.4 Commercial Proposal

7.5 Language of the proposal

7.6 Proposal currencies

7.7 Period of validity of proposals

7.8 Format, signing and submission of proposals

7.9 Deadline for submission of proposals

7.10 Late Proposals

7.11 Modification and withdrawal of Proposals

7.12 Payment Terms and Conditions

8.0 PROPOSAL OPENING AND EVALUATION

8.1 Presentation by Bidders & opening of the Bid

8.2 Evaluation Process

8.3 Clarification of proposals

8.4 Bid Evaluation and selection process

8.4.1 Proposal Submission Guidelines

8.4.1.1 Technical Proposal

8.4.1.2 Commercial Proposal

8.4.2 Bid Evaluation

8.4.2.1 Technical Evaluation

8.4.2.2 Commercial Evaluation

8.4.2.3 Calculation of Final Score

8.4.3 Proposed Timelines for selection process

9.0 AWARD OF CONTRACT

9.1 Criteria for award of contract

9.2 SSC NASSCOM’s right to vary requirements at time of award

9.3 Signing of the contract

9.4 Contract Finalization

9.5 Order of Precedence

10.0 Disclaimer

11.0 Documents

Annexure A

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

Form 2: Relevant Project Experience

Form 3: Resource Profiles

Form 4: Details of the responding organization

Form 5: Approach, Methodology, and Work Plan

Form 6: Commercial Bid format

1.0 ADMINISTRATIVE DETAILS

1.1 Confidentiality

All reports/frameworks designed and developed w.r.t. the design, development of evaluation and ranking framework and the implementation of the same w.r.t. Trainers, Training Providers and Assessment Agencies operating in IT-ITeS sector in conjunction with IT-ITeS Sector Skills Council NASSCOM (SSC NASSCOM) .and all frameworks , processes data and outcomes will be the sole property/IP of IT-ITeS Sector Skills Council NASSCOM (SSC NASSCOM). Confidentiality of all deliverables will be maintained by the ‘Bidder’ concerned

1.2 RFP procedure

1.2.1 Response delivery

Response is to be forwarded as soft copy via an email with mention of the ‘Reference Number: “SSC NASSCOM 001/Nov/2018” mentioned in the subject line of the email. Please refer to section 7.0 for details.

1.2.2 Contacts

Forward the filled in RFP response to: Ishvinder Singh Email: [email protected] Mobile: +91-9911264795 For questions/queries regarding RFP details, contact: Dr Sandhya Chintala [email protected] Mobile: +91-9849312168

1.2.3 Critical Information

Submission of the proposal in response to this RFP shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications.

1.2.4 Contents of Solicited Documents

Proposal must address services for the requirement in toto. Proposals addressing only part of the requirement mentioned in the RFP will be rejected. Bidder is expected to examine all corresponding instructions, forms, terms and specifications contained in the solicited documents. Failure to comply with these documents will be at the Bidder’s risk and may affect the evaluation of the Proposal.

1.3 Schedule of Events

The following table provides a schedule of events relating to this RFP.

Event Target Date

RFP issued / published on the website 15th November 2018

Last date of submission of proposal with solicited documents 31st December 2018

Shortlist bidders basis their ‘Technical’ proposals 2nd January 2019 Selection of the finalist basis their ‘Technical’ presentation to the Project Board + by financial evaluation

8th January 2019

Award of contract to the finalist by SSC NASSCOM 11th January 2019

Commencement of implementation of project post the signing of the ‘Agreement’

14th January 2019

Note: 1. The dates furnished above are subject to revision 2. This Document is not transferable

1.4 Abbreviations:

NSDC National Skills Development Corporation

SSC Sector Skills Council

SSC NASSCOM IT-ITeS Sector Skills Council NASSCOM

QP Qualification Pack

NOS National Occupational Standards

OS Occupational Standards

RFP Request for Proposal

TP Training Providers

AAP Authorized Assessment Provider / Assessment Agency

2.0 GENERAL INFORMATION

IT-ITeS Sector Skills Council NASSCOM (SSC NASSCOM), the ‘Skills Standard Setting and

Assessment Body’ of the IT-BPM Industry, is the education & skill development initiative of

NASSCOM; works with its industry members and select academic and skill development institutions

to help improve the quality and quantity of the employable workforce available to this industry.

SSC NASSCOM invites the submission of proposals for “Design, Development and execution of a

Framework for Evaluation & Ranking of Trainers, Training Providers and Assessment

Agencies operating in IT-ITeS sector in conjunction with IT-ITeS Sector Skills Council

NASSCOM outcomes ”

SSC NASSCOM, through this RFP, seeks to select partner (referred as Bidder in the rest of the

document) with relevant experience and capabilities to design, develop and implement a framework

for evaluation and ranking of Trainers, Training Providers and Assessment Agencies operating in IT-

ITeS sector in conjunction with IT-ITeS Sector Skills Council NASSCOM. This Request for Proposal

(RFP) contains the details regarding scope, eligibility for participation, evaluation methodology, project

timelines, Terms & Conditions and other relevant details.

2.1 Introduction

2.1.1 Overview of NSDC

National Skill Development Corporation (NSDC) has been instituted to address the compelling

need to strategize and operationalize a world-class skill development solution pertinent to the

Indian context, to effectively drive the speedy development of skills essential to sustain the

country’s growing economy present and future. NSDC is a first-of-its-kind Public-Private

Partnership (PPP) model in India with a focus toward skill development. NSDC’s objective is to

contribute significantly to the overall target of skilling / up skilling of 500 million people i.e. 150

million (about 30 per cent) in India by 2022.

2.1.2 Introduction about Issuer

SSC NASSCOM, the skill standard setting body of the IT-BPM Industry, is the education & skill development initiative of NASSCOM. It is an integral part of NASSCOM but operates as a separate division established under the aegis NSDC, MSDE (Ministry of Skill development and Entrepreneurship)

Vision:

Create a sustainable industry ready talent pipeline by scaling quality capacity. Enhance employ ability at all levels, leveraging technology and our experience in large scale skill development, in a sustainable manner across skill sectors. Nurture diversity and inclusive growth to stimulate economic activity relevant to the local ecosystem.

Mission:

SSC NASSCOM, an industry driven body set up under the aegis of the NSDC would work on the following mission in a mission mode:

Develop a future skills platform to address cross function requirements of Nextgen

technologies

Develop occupational standards for the industry

Develop Workforce Management Information System (WFMIS) offering a single portal for

all related activities

Conduct faculty development and subsequent student training

Promote employability assessments, standardize ‘Occupational Standards’. QP/NOS

assessments and certification

Develop foundation and specialization courses across industry verticals

Develop quality assurance, accreditation norms and processes for occupational standards

& related certifications, relevant programs / courses, training institutions

Recommendations on standardization of affiliation and accreditation process in

collaboration with relevant stakeholders

2.1.3 Purpose (What SSC NASSCOM is looking to achieve?)

SSC NASSCOM aims to develop a framework for ranking of Trainers, Training Providers and Assessment Agencies operating in IT-ITeS sector in conjunction with IT-ITeS Sector Skills Council NASSCOM. As Quality assurance in IT-ITeS skilling ecosystem of country is the apex priority of SSC NASSCOM, in order to ensure standardized quality in terms of trainings; infrastructure and training outcomes a framework to rate & rank various key stakeholders is required. Framework should address:

a. Various master trainers & trainers (including E-mentors) imparting trainings on SSC NASSCOM Qualification Packs (QPs) and National Occupational Standards (NOS) defined in all sub-sectors of IT-ITeS industry

b. Training Providers providing trainings (both online & offline) in various SSC NASSCOM QP/NOS under various schemes including PMKVY & Non-PMKVY

c. Assessment Agencies empaneled by SSC NASSCOM for various QP & Non-QP (NAC & NAC-Tech) based assessments

SSC NASSCOM will primarily use the outcomes of this project to ensure competitive

environment is established between various stakeholders of skilling ecosystem in this sector

with national and regional relevance.

The purpose of this RFP is to shortlist qualified agencies to research, design, develop and

execute a framework for evaluation & ranking of Trainers, Training Providers and Assessment

Agencies operating in IT-ITeS sector and the execution of the same in conjunction with IT-ITeS

Sector Skills Council NASSCOM.

3.0 STATEMENT OF WORK

The scope of this project shall include (but not be limited to) designing, development and execution of a framework for ranking of Trainers, Training Providers and Assessment Agencies operating in IT-ITeS sector in conjunction with IT-ITeS Sector Skills Council NASSCOM. Framework will address:

a. Various master trainers & trainers (including E-mentors) imparting trainings on SSC NASSCOM

Qualification Packs (QPs) defined in all sub-sectors of IT-ITeS industry

b. Training Providers providing trainings (both online & offline) in various SSC NASSCOM

QP/NOS operating under various schemes including PMKVY & Non-PMKVY

c. Assessment Agencies empaneled by SSC NASSCOM for various QP & Non-QP (NAC & NAC-

Tech) based assessments

The critical success factors w.r.t. the above tasks to be addressed are:

As-is assessment and consultation with key stakeholders operating in IT-ITeS stakeholders including

(but not limited to) industry members, policy makers, regulators, NSDC, Training Providers, and

Trainers;

Design and Development of the robust framework to rate and rank of Trainers, Training Providers

and Assessment Agencies in alignment with International standards like ISO 17024 & ISO 17021

Validation of the developed framework with key stakeholders operating in IT-ITeS stakeholders

including (but not limited to) industry members, policy makers, regulators, NSDC, Training Providers,

and Trainers;

Testing of the framework by releasing rating & ranking of Trainers, Training Providers and

Assessment Agencies basis the parameters identified during development of the framework.

Design & Development of the framework will include (but not limited to)

Design of the Questionnaire/Survey template for key stakeholders

Analysis and Analytics of response received

Mechanism to validate & cross authenticate the validation

Detailed parameters of the rating and ranking framework which will be the key to evaluation process

Detailed process flow to execute to evaluate, rate & rank trainers, training providers and

assessments agencies operating in IT-ITeS sector

Execution will include analysis of the population operating as trainers, training providers and

assessment agencies in IT-ITeS sector in conjunction with SSC NASSCOM

Post evaluation to rate and rank trainers, training providers and assessment agencies, the identified

agency will forward information with supporting documents to SSC NASSCOM to issue certificate

to the concerned stakeholder.

3.1 Project Deliverables and Timelines

S. No. Activity Indicative Timeline*

1 Secondary research and inception report including activity time schedule presented and validated with a detailed work plan One week

2

As-is assessment and consultation with key stakeholders operating in IT-ITeS stakeholders including (but not limited to) industry members, policy makers, regulators, NSDC, Training Providers, and Trainers;

Four weeks

3 Development of the framework to rate and rank Trainers operating in IT-ITeS sector

5 Development of the framework to rate and rank Training Providers operating in IT-ITeS sector

6 Development of the framework to rate and rank Assessment Agency affiliated to SSC NASSCOM operating in IT-ITeS sector

7

Testing of the framework by releasing as is ranking of Trainers, Training

Providers and Assessment Agencies basis the parameters identified

during development of the framework.

Four weeks 8 Sign-off on final deliverables by SSC NASSCOM leadership

*timelines can be further compressed post discussion at the time of

presentation/award

* NOTE:

1. Review Meeting with SSC NASSCOM will be held weekly from the

commencement of the project or increase the frequency as and when

required.

2. Final Report will be validated by the team of experts and stakeholders

and the bidder would be required to update it accordingly for a

minimum period of 2 months from the date of submission i.e. post

implementation review and sign-off on the deliverables. 4.0 PROJECT METHODOLOGY AND REVIEW

4.1 Project Management and Methodology

The methodologies used must follow formal management practice that will ensure that schedules, scope and costs are strictly adhered to, including a methodology to ensure that SSC NASSCOM is informed on an ongoing basis regarding project slippage, progress/ performance reporting, change requests, and potential risks and issues, and a record of all industry stakeholders contacted or consulted with w.r.t. their inputs and feedback.

4.2 Project Review and Reporting

Review to be as per the activity charts. In addition, mid-term review may be organized as per requirement;

Expenses for travel, boarding and other logistics for carrying out project outcomes would be borne by the bidder and should be included in the quoted amount;

5.0 INSTRUCTIONS TO THE BIDDER

5.1 Required Qualifications Competencies and Eligibility of the Bidder

Permanent Account Number (PAN) and GST registration certificate of Proposer/each consortium

member (in case of consortium) should be available;

Any legal entity duly incorporated under law can participate in the bidding process;

The bidder/consultancy firm hired should have demonstrated project management capacity with

team members who possess excellent relevant qualifications and experience;

Understanding and exposure to SSCs & skilling ecosystem in India and / or similar bodies

internationally;

Ability to communicate effectively to a wide range of audiences, interact and facilitate

communication between partners and industry members and understand causal relationships

between enablers and results/outcomes ;

SSC NASSCOM/NASSCOM reserves the right to carry out the capability assessment of the

Bidder/Consultancy Firm and the decision of SSC NASSCOM/NASSCOM shall be final in this

regard. Acceptance certificate towards this clause must be submitted;

5.2 Completeness of Response

Bidders are advised to study all instructions, forms, terms, requirements and other information in the

RFP document carefully. Submission of the bid shall be deemed to have been done after careful

study and examination of the RFP document with full understanding of its implications;

Response to this RFP should be full and complete in all respects. Failure to furnish all information

required by the RFP documents or submission of a proposal not substantially responsive to the RFP

documents in every respect will be at the Bidder's risk and may result in rejection of its Proposal.

5.3 Proposal Preparation Costs

Bidder is responsible for all costs incurred in connection with participation in this process, including,

but not limited to, costs incurred in conduct of informative and other diligence activities, participation

in meetings/discussions/presentations, preparation of proposal, in providing any additional

information required by SSC NASSCOM/NASSCOM to facilitate the evaluation process, and in

negotiating a definitive ‘Contract’/Agreement’ or all such activities related to the bid process. SSC

NASSCOM/NASSCOM will not be responsible or liable for those costs, regardless of the conduct

or outcome of the bidding process;

This RFP does not commit SSC NASSCOM/NASSCOM to award a contract or to engage in

negotiations. Further, no reimbursable cost may be incurred in anticipation of award or for preparing

this bid;

All materials submitted by the bidder become the property of SSC NASSCOM and may be returned

completely at SSC NASSCOM’s sole discretion;

Any relevant research or studies conducted NASSCOM/SSC NASSCOM will be shared post

identification of the finalist;

5.4 Signing of Communication to the SSC NASSCOM/NASSCOM

All the communication to SSC NASSCOM/NASSCOM including the proposal and the bid documents

shall be initialed on each page by the authorized representative of the bidder and authority

letter/power of attorney should be attached with the bid.

5.5 Bidders’ inquiries and SSC NASSCOM’s responses

All enquiries / clarifications from the bidders related to this RFP must be directed in writing exclusively to the contact person notified in this RFP document.

All enquires / clarifications will be collated by SSC NASSCOM/NASSCOM and responded to over a

conference calls / face to face meetings if required at bidders convenience and cost;

However, SSC NASSCOM/NASSCOM makes no representation or warranty as to the completeness of any response posed by bidders;

5.6 Submission of Responses to SSC NASSCOM

Bidders should submit their responses as per details articulated in this document via an email

Bid proposal would be in two parts:

o Technical

o Commercial

Any corrections in the proposal must be initialed by the person (or persons) who sign(s) the proposals;

All pages of the proposal must be sequentially numbered and shall be initialed by the Authorized

Representative of the bidder;

The technical part of the ‘Proposal’ should not contain any pricing information whatsoever on the

services offered. Pricing information shall be separated and only contained in the ‘Commercial

Proposal’;

All references to descriptive material and brochures should be included in the appropriate response

paragraph, though material/documents themselves may be provided as annexure to the

Proposal/response;

Information which the Bidder considers proprietary, if any, should be clearly marked “proprietary” next

to the relevant part of the text and it will then be treated as such accordingly;

5.7 Bid submission Format

The entire proposal shall be strictly as per the format specified in this RFP and any deviation from the formats shall be rejected.

5.8 Deadline for submission

Proposals must be received on the designated email id as indicated below by 31st of December, 2018

by the authorized representative mentioned in the document;

Any proposal received by SSC NASSCOM/NASSCOM after the above deadline shall be rejected

and will not be considered for evaluation;

SSC NASSCOM/NASSCOM reserves the right to modify and amend any of the above-stipulated

condition/criterion depending upon project priorities vis-à-vis urgent commitments;

Email id: [email protected]

6.0 RIGHTS OF SSC NASSCOM

6.1 Amendment of SSC NASSCOM/NASSCOM Document

At any time prior to the last date for receipt of bids, SSC NASSCOM/NASSCOM may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify

the RFP Document by an amendment;

In order to afford prospective Bidders reasonable time in which to take the amendment into account

in preparing their bids, SSC NASSCOM/NASSCOM may, at its discretion, extend the last date for

the receipt of bids;

Bidders are allowed to resubmit their bid- if required, after such amendments;

6.2 Supplemental information to the RFP

If SSC NASSCOM/NASSCOM 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.

6.3 SSC NASSCOM/NASSCOM’s right to modify submission deadline

SSC NASSCOM/NASSCOM may, in exceptional circumstances and at its discretion, extend the

deadline for submission of proposals by issuing a corrigendum through email to all confirmed

proposers, in which case all rights and obligations of the project and the bidders previously subject

to the original deadline will thereafter be subject to the deadline as extended.

6.4 SSC NASSCOM’s right to terminate the process

SSC NASSCOM/NASSCOM may terminate the RFP process at any time and without assigning any

reason. SSC NASSCOM/NASSCOM makes no commitments, express or implied, that this process

will result in a business transaction with anyone;

This RFP may not be construed to constitute an offer by SSC NASSCOM/NASSCOM. Bidder's

participation in this process may or may not result in SSC NASSCOM/NASSCOM short listing the

bidder and awarding the contract;

6.5 SSC NASSCOM Rights to accept / Reject any or all Proposals

SSC NASSCOM reserves the right to accept or reject any proposal, and to annul the shortlisting

process and reject all responses at any time without thereby incurring any liability to the affected

Bidder or Bidders or any obligation to inform the affected bidder or bidders of the grounds for SSC

NASSCOM/NASSCOM’s action

6.6 Short listing Criteria

SSC NASSCOM will shortlist bidding organizations that meet the short-listing criteria mentioned in

the RFP document and sub-clauses within;

Any attempt by a Bidder to influence its bid evaluation process may result in the rejection of the their

bid;

7.0 GENERAL INSTRUCTIONS FOR PROPOSAL SUBMISSION

7.1 Preparation of Proposals

7.1.1 Mandatory Proposal Requirements

All proposals submitted must meet the following mandatory requirements in order to be considered and suitable for further evaluation

Completed Form 4 : Details of responding organization (Ref. Annexure);

Permanent Account Number (PAN) and GST registration certificate of Proposer/each

consortium member (in case of consortium) should be available;

Bidder’s legal name and any other name under which it carries on business as well as its

business number, and whether the Bidder is an individual or incorporated entity;

Bidder’s contact information including address, telephone and fax numbers, and email

address;

7.2 Proposal Content Guidelines

In order to facilitate the evaluation by SSC NASSCOM/NASSCOM evaluation committee and to

ensure each proposal receives full consideration, proposals should be accompanied by the

documents as listed below. The proposals may be organized in a format at the discretion of the

Proposer:

Proposal submission letter along with the following

o Table of Contents

o Executive Summary

o Vendor Profile – Use Form 4

o Proposer/Bidder needs to follow the terms and conditions envisaged in the RFP and should

submit an undertaking to the said effect as per the format in Form 1.

o Proposals, to be considered responsive, must also contain the following certification:

“We certify that all statements made with regard to the education and the experience of

individuals proposed for completing the subject work are accurate and factual, and we are aware

that the SSC NASSCOM reserves the right to verify any information provided in this regard and

that untrue statements may result in the proposal being declared non-responsive or in other

action which the SSC NASSCOM/NASSCOM may consider appropriate.”

Technical proposal which includes

o Approach Paper with details on methodology, tasks with timelines (ref. clause 3.1)

o Deliverables of ‘Interim Report’

o Deliverables of ‘Final Report’

Bidder’s / Proposer’s proposal should effectively communicate their solution in their ‘Approach Paper’ and

be presented in the specified formats requested for by SSC NASSCOM/NASSCOM.

Commercial Proposal

The Schedule of Prices should be presented and mentioned as per Form 6. Ref. Clause 7.4 for details for preparing Commercial Proposal.

7.3 Proposed methodology

This section guides the demonstration of the Bidder’s responsiveness to specifications by identifying the specific components proposed and addressing the requirements to meet or exceed the identified specifications.

The description below briefly describes the proposed methodology. The selected vendor may suggest changes/ additions/ modification for more effective achievement of the objective by:

A. Referring to research studies which have already been conducted so as to have an overall understanding of the Human Resource structure in IT-BPM industry segments.

B. Sampling of key stakeholders representing the identified industry verticals based on pre-defined criteria.

C. As-is assessment and consultation with key stakeholders operating in IT-ITeS stakeholders including

(but not limited to) industry members, policy makers, regulators, NSDC, Training Providers, and Trainers;

D. Design and Development of the robust framework to rate and rank of Trainers, Training Providers and

Assessment Agencies in alignment with international standards being laid by international agencies

like ISO 17024 & ISO 17021.

E. Validation of the developed framework with key stakeholders operating in IT-ITeS stakeholders

including (but not limited to) industry members, policy makers, regulators, NSDC, Training Providers,

and Trainers;

H. Benchmarking Framework of similar rating & ranking frameworks in other countries (atleast 3-4)

I. Testing and validating the framework required as per current parameters and projected parameters impacting & incorporating potential education and training needs in the future to fill in the skills gap by the trainers, training providers & assessment agencies.

J. Execution of the framework and releasing ranking of Trainers, Training Providers and

Assessment Agencies basis the parameters identified during development of the framework and

executing the framework as a complete delivery cycle.

7.4 Commercial Proposal

Bidder/Proposer shall indicate the commercials for services it proposes to provide under the Contract/Agreement via this proposal.

All financials shall be inclusive of all taxes, duties, charges and levies of State or Central

Governments, as applicable on the date of signing the Agreement/Contract and subject to deduction

of all statutory deductions applicable, if any. The benefits realized by Bidder due to lower rates of

taxes, duties, charges and levies shall be passed on by Bidder to SSC NASSCOM/NASSCOM. In

case of upward revision to duties and taxes the Bidder will be responsible to incur the additional cost.

Bidder has to include all costs like Travel, Lodging & Boarding etc to be incurred during the

implementation; SSC NASSCOM/NASSCOM will not bear any additional costs on these thereafter.

Terms of payment indicated in the RFP shall be final and binding on the Bidder and no alternate

terms and conditions proposed in the Proposal shall be considered unless considered by SSC

NASSCOM/NASSCOM Project Board. The Bidder must also furnish separately in the Commercial

Proposal the recurring / revenue expenditure, if any.

7.5 Language of the proposal

Proposal prepared by the Bidder and all correspondence and documents relating to the Proposal exchanged by the Bidder shall be in English.

7.6 Proposal currencies

All financials shall be quoted in Indian Rupees (INR).

7.7 Period of validity of proposals

Proposals shall remain valid for Ninety (90) days after the date of Proposal submission prescribed

by SSC NASSCOM/NASSCOM, pursuant to the deadline clause unless revised by SSC

NASSCOM/NASSCOM. Any ‘Proposal’ valid for a shorter period may be rejected by SSC

NASSCOM/NASSCOM on the grounds that it is non-responsive. In exceptional circumstances, SSC

NASSCOM may solicit the Bidder’s consent to an extension of the period of validity. The request and

the responses thereto shall be made in writing. A Bidder granting the request will not be required nor

permitted to modify their ‘Proposal’.

7.8 Format, signing and submission of proposals

Bidder shall prepare the proposal as defined in the Clause 7.2 above. Each page of the proposal

must be initialed by the person authorized to sign the document and scan copy of the proposal must

be submitted strictly as per the timeline defined in clause 7.9.

7.9 Deadline for submission of proposals

Proposals must be received in inbox of the SSC NASSCOM/NASSCOM authorized representative

at the designated email id specified no later than 31st of December 2018.

7.10 Late Proposals

Any Proposal received by SSC NASSCOM after the deadline for submission of proposals, pursuant

to clause Deadline for the submission of proposals, will be rejected.

7.11 Modification and withdrawal of Proposals

Bidder may withdraw their ‘Proposal’ after submission, provided that written notice of the withdrawal is received by SSC NASSCOM/NASSCOM prior to the deadline prescribed for submission of Proposals.

Bidder’s withdrawal notice shall be prepared, marked, and mailed in accordance with the provisions of clause Deadline for Submission of Proposals. No Proposal may be modified subsequent to the deadline for submission of proposals.

No Proposal may be withdrawn in the interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the Bidder on the Proposal Submission Form.

7.12 Payment Terms and Conditions

Agreement/ Contract(s) signed with the successful Bidder/Proposer/Consultant(s) will be a fixed price

contract. Any travel by consultants must be included within this contract limit and not separated out

for budgeting or invoicing;

In consideration of the Bidder/Proposer/Consultant satisfactorily completing all of its obligations under

this contract, the Bidder/Proposer/Consultant(s) shall be paid a firm price based on deliverables. No

increase in the total price would be considered unless it is resulting from any design changes,

modifications or interpretations of the specifications at the behest of written request by authorized

person from SSC NASSCOM/NASSCOM;

Payments shall be made within 30 days by SSC NASSCOM after submission of the invoice or claim

by the Bidder/Proposer/Consultant(s) and upon verification and certification by the concerned official

and if all the deliverables in place are approved in writing by SSC NASSCOM. SSC NASSCOM

representative or its nominated committee shall certify corresponding milestones agreed and

achieved;

Payments shall be made in Indian Rupees/ INR;

Amount payable to the Bidder/Proposer/Consultant as stated in the Contract/Agreement shall

remain non-negotiable and fixed during the tenure of the Contract/Agreement ;

It is proposed to enter into a post approval deliverables-based payment (after SSC NASSCOM

approval on final deliverables submitted) with the Bidder/Proposer/Consultant selected to conduct

this exercise.

8.0 PROPOSAL OPENING AND EVALUATION

SSC NASSCOM/NASSCOM has constituted a Proposal Evaluation Committee/ Research Project Board (SSC NASSCOM officials and Industry Partners) to evaluate the responses of the bidders to the RFP.

8.1 Presentation by Bidders & Opening of the Bid

Shortlisted Bidder’s would be required to make a presentation to the Proposal Evaluation Committee (as per the Evaluation criteria listed in 8.4)

8.2 Evaluation Process

Proposal Evaluation Committee (Committee) constituted by SSC NASSCOM/NASSCOM shall

evaluate the responses to the RFP and all supporting documents / documentary evidence. Inability

to submit requisite supporting documents / documentary evidence shall be rejected;

The decision of the Proposal Evaluation Committee in the evaluation of responses to the Proposal

/Expression of Interestw.r.t. RFP shall be final. No correspondence will be entertained outside the

process of negotiation/ discussion with the Committee;

Bidder/s need to comply with the short listing / pre-qualification criteria as defined in the RFP to qualify

for subsequent submission of proposal to the RFP for selection of the Bidder/Proposer/Consultant;

Each of the responses shall be evaluated to validate compliance of the Bidder/Proposer/Consultant according to the following criteria as per format and supporting documents mentioned against each clause;

8.3 Clarification of proposals

To assist in the examination, evaluation and comparison of Proposals, SSC NASSCOM/NASSCOM

may at its discretion, ask the Bidder for clarification of its Proposal.

SSC NASSCOM/NASSCOM will examine the Proposal to determine whether it is complete, whether

any computational errors have been made, whether the documents have been properly signed, and

whether the Proposal is generally in order;

Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit

price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail and the total price shall be corrected. If the Bidder does not accept the correction of errors, its

Proposal will be rejected;

Prior to the detailed evaluation, SSC NASSCOM/NASSCOM will determine the substantial

responsiveness of each Proposal to the Request for Proposals (RFP). For purposes of these

Clauses, a substantially responsive Proposal is one which conforms to all the terms and conditions

of the RFP without material deviations. SSC NASSCOM/NASSCOM’s determination of a Proposal’s

responsiveness is based on the contents of the Proposal itself without recourse to extrinsic evidence;

Proposal determined as not substantially responsive will be rejected by SSC NASSCOM/NASSCOM

and may not subsequently be made responsive by the Bidder by correction of the non-conformity;

8.4 Bid Evaluation and Selection Process

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

Commercial evaluation based on Quality & Cost Based Selection (QCBS). Only at the end, the short-

listed bidders may be informed of the result and called for a presentation and the subsequent final selection.

The final awarding of the contract will be done based on a QCBS procedure.

8.4.1 Proposal submission guidelines

8.4.1.1 Technical Proposal

The Technical Proposal should be submitted as a softcopy and emailed to [email protected] (Tel: +91-9911264795)

8.4.1.2 Commercial Proposal

The Commercial Proposal should be signed by the authorized signatory and scan should be

submitted on an different email from the Technical proposal. Hardcopies are not permissible.

The Commercial Proposal must adhere to the following guidelines:

The bidders should submit the Commercial proposal as per the format in Form 6 in

Annexure-A;

A single, all-inclusive price quote;

GST would be additional and as per actual ;

Commercial Proposal must be received by the due date and addressed mentioned

in this RFP ;

8.4.2 Bid Evaluation

After the bidders submit their Technical and Commercial bids according to the instructions

provided in the sections below, the bids will be evaluated through a two-stage process as

described below:

a) Technical Evaluation (80% weightage ): Phase I qualifier

b) Commercial Evaluation (20% weightage ) : Phase II post shortlisting in Phase I

- Calculation of Final Score (Phase I + II Score)

8.4.2.1 Technical Evaluation

As the first step, the Technical bid will be evaluated based on the “Technical

Evaluation Methodology” provided in the subsequent section. Only those

Technical Proposals that qualify will be considered.

8.4.2.2 Commercial Evaluation

Commercial Proposals, only for shortlisted bidders who’s Technical Proposals

qualify will be considered. Commercial Proposals of the other bidders who were

not shortlisted will be rejected .

Of the Commercial proposals opened, the lowest “Project-Cost” will be designated

as “L1” and awarded a score of 100. For the other qualifying bidders, their

Commercial-Score will be calculated according to the formula: Commercial-Score

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

8.4.2.3 Calculation of Final Score

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

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

Three/four Bidders in the top level w.r.t. Final-Score will be invited for a

presentation and an interview. Post that, the finalist will be called for the contract

negotiation. In case of a tie in the Final-Score, the bidder with the higher Technical-

Score post the presentation and the interview will be first invited for the contract

negotiation.

Evaluation Criteria for the Technical Proposal:

S. No.

Evaluation Criteria

Definition Point Score

1. Capability and

Technical ability

Understanding of the project and knowledge of issues relating to

the development of a framework for ranking of Trainers, Training

Providers and Assessment Agencies operating in IT-ITeS sector in

conjunction with IT-ITeS Sector Skills Council NASSCOM

15

2. Regional/Field

Presence

Span of spread of Operations, of the Organization across States/

Regions 10

3. Methodology of

Execution

Description of the project management methodology work plan

describing processes, key activities, approach to the research,

consultation, and development process, detailed work breakdown

structure, understanding of major deliverables and control

systems to be used to efficiently manage the project

25

4. Timelines for

Execution

Capacity to achieve milestones and complete the project

timelines as defined in the RFP 10

5.

Prior Experience of

having Worked in

the IT-ITeS Sector

Preference to be given for IT-ITeS sector work 10

6.

Experience on work

related to QP-NOS

for any SSC

Prior experience of developing any ranking framework wrt

training ecosystem for any Sector Skills

Council/NSDC/DGET/MSDE, etc

20

7.

Profile of the

Consultants/ Senior

people managing

the project at the

Regional or Zonal

level

Minimum 3 senior level person including the Head of

Department of which minimum one person should have the

relevant industry experience

10

TOTAL POINTS 100

The contract will be awarded to the Bidder/Proposer/Consultant based on the assessment of the

Proposal Evaluation Committee/Research Project Board of SSC NASSCOM. The decision of the

Evaluation Committee in the evaluation of proposals shall be final. No correspondence will be

entertained outside the process of negotiation / discussion with the Committee.

8.4.3 Proposed Timelines for selection process

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

Details will be provided at a later date. For the proposed timelines for the bid process refer table

1.3

9.0 AWARD OF CONTRACT

9.1 Criteria for award of contract

SSC NASSCOM/NASSCOM reserves the right to accept or reject any Proposal and to annul the

solicitation process and reject all Proposals at any time prior to award of contract, without thereby

incurring any liability to the affected Bidder or any obligation to inform the affected Bidder(s) of the

grounds for SSC NASSCOM/NASSCOM’s action prior to expiration of the period of proposal validity.

SSC NASSCOM/NASSCOM will award the contract to the qualified Bidder whose Proposal after

being evaluated is considered to be the most responsive to the needs of the organization and activity

concerned.

9.2 SSC NASSCOM’s right to vary requirements at time of award

SSC NASSCOM reserves the right at the time of award of contract to vary the quantity of services

and goods specified in the RFP without any change in price or other terms and conditions on

grounds of mutual consensus .

9.3 Signing of the contract

Within 2 days of receipt of the contract the successful Bidder shall sign and date the contract and

return it to the Purchaser.

SSC NASSCOM/NASSCOM reserves the right to:

Reject any or all proposals received;

Enter into negotiations with one or more applicant on any aspects of the proposal;

Accept any proposal in whole or in part;

Award or negotiate one or more consultancy agreements;

Verify any or all information provided in the proposal;

The selected Bidder/Proposer/Consultant will be notified in writing by SSC

NASSCOM/NASSCOM. As noted earlier in this document, this date is subject to change at the

sole discretion of SSC NASSCOM/NASSCOM. The signing of a Contract/Agreement between

SSC NASSCOM and the Bidder/Proposer/Consultant is subject to the approval of the SSC

NASSCOM’s Funding Partner.

9.4 Contract Finalization

The Contract/Agreement to be entered into between the selected vendor and SSC NASSCOM

/NASSCOM will be finalized with the Bidder/Proposer/Consultant by SSC NASSCOM and will contain

SSC NASSCOM/NASSCOM standard terms and conditions. If, in the opinion of SSC NASSCOM, it

appears that a contract will not be finalized with the selected Bidder/Proposer/Consultant within three

(3) days, negotiations with other Bidder/Proposer/Consultant submitting responsive proposals may

be undertaken.

9.5 Order of Precedence

SSC NASSCOM/NASSCOM being the major stakeholder, the assigned employee/s shall

manage proposals, funds, access monitoring & analytic information and generate reports and

maintain data on the following:

Manage Proposal details;

Fund approval;

Fund disbursement;

Compliance tracking and monitoring;

View scanned reports and documents;

Generate Reports;

Ad-hoc querying;

10 Disclaimer

The information provided herein in RFPs belongs solely to the SSC NASSCOM/NASSCOM. The

Project profile is an indication of the proposed work based on current information of the sector. There

could be some variation in the figures indicated and this should be taken as indicative figures. The

preparation of QP-NOS/OS and all related information requested for has to be as per the Industry

requirements and procedures laid down by National Skill Development Agency (NSDA) and National

Skill Development Corporation National Skill Development Corporation (NSDC).

The Bidder/Proposer/Consultant will have to abide by the changes made in this at any point in time

till clearance of these by National Skill Qualifications Committee (NSQC). This RFP is not an

agreement and is neither an offer nor invitation by India Post to the prospective Applicants or any other

person. The purpose of this RFP is to provide interested parties with information that may be useful to

them in the formulation of their Proposals pursuant to this RFP.

National Skill Development Corporation (NSDC) is no way related to these RFPs and/or corrigendum

(if any) .

All information in this RFP and/or corrigendum (if any) is provided "as is", with no guarantee of

completeness, accuracy, timeliness or of the results obtained from the use of this information, and

without warranty of any kind, express or implied, including, but not limited to warranties of performance,

merchantability and fitness for a particular purpose. In no event will any other stakeholder be liable

for any decision made or action taken in reliance on the information in this RFP and/or corrigendum (if

any) or for any consequential, special or similar damages.

11. Documents

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

documents are:

Annexure A

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

Form 2: Relevant project experience;

Form 3: Resource profiles;

Form 4: Details of the responding organization;

Form 5: Approach, Methodology, and Work Plan;

Form 6: Commercial bid format;

The formats for each of the above documents are included below. Bidder/Proposer/Consultant need’s to

submit the all the above documents with the proposed solutions for the problem statements and scope of

work mentioned in this RFP.

ANNEXURE A

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

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

{Place}

{Date}

To

CEO,

SSC NASSCOM

NOIDA

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

Subject: Submission of proposal in response to the RFP for “Designing, developing and validating a

framework for rating & ranking of Trainers, Training Providers and Assessment Agencies operating in IT-

ITeS sector in conjunction with IT-ITeS Sector Skills Council NASSCOM international, national and regional

relevance”.

Dear Sir,

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

response to your RFP dated <dd/mm/yy> for w.r.t. the subject concerned in full conformity with the

said RFP document.

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

softcopy and the commercial response in a separate sealed cover as requested, both of which

together constitutes our proposal, in full conformity with the said RFP.

3. We undertake, if our proposal is accepted, to adhere to assign a team dedicated to the successful

completion of this project.

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

that additional conditions, variations, deviations, if any, found in our proposal shall not be given

effect to.

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

plan as may subsequently be mutually agreed between us and SSC NASSCOM or its appointed

representatives.

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

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

schedules, and other documents and instruments delivered or to be delivered to through this

proposal is true, accurate, and complete.

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

whole or in part mislead the SSC NASSCOM/NASSCOM as to any material fact. We agree that

SSC NASSCOM is not bound to accept the lowest or any bid response you may receive. We also

agree that you reserve the right in absolute sense to reject all or any of the products/ services

specified in the bid response without assigning any reason whatsoever.

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

firm/organization and empowered to sign this document as well as such other documents, which

may be required in this connection.

Dated this Day of 2018

(Signature) (In the capacity of)

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

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

Form 2: Relevant Project Experience

Part 1: Project Experience Summary

S No Name of the

Project/Engagement

Client name Duration(Period) Value

Part 2: Project Profile Template

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

for each project must be provided in less than 1 page.

SNo Item Details

1 Project title

2 Name of the Client

3 Name of the contact person from the client organization

who can act as a reference with contact details:

Name

Designation

Address

Phone Number

Mobile Number

Email ID

4 Duration (Start Date and End Date)

5 Current Status

6 Number of personnel deployed (Peak team size)

7 Value of the engagement

8 Narrative description of project: (Highlight the components

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

the project for which this RFP is floated.

9 Description of actual services provided by the responding

firm within the project and their relevance to the envisaged

components / services involved in the project for which this

RFP is floated.

10 Description of the key areas where significant contributions

are made for the success of the project.

Form-3: Resource Profiles

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

project.

Resource Summary

S. No Proposed Role Number of

Resources

Area of Expertise Key

Responsibilities

Form 4: Details of responding organization Bidder/Proposer/Consultant

S. No. Particulars Details to be furnished

1. Details of responding Company

Name

Address

Telephone Fax

E-mail - Website

2. Information about responding Company

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

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

Ref #

Details of GST Registration

Date

Ref #

2.1 Number of professionals /

technically qualified personnel

(on the rolls of the Company as

on Marc 1st, 2018) providing

technical consulting services

(excluding temporary staff)

2.2 Profit in last three(3) financial

Years (FY 15-16, 16-17, FY 17-

18) as revealed by Audited

Accounts/ certified balance

sheet

2.3 Turnover ( Rs Crores) from

Research, Standards,

Qualification Pack, NOS/OS

and Model Curriculum

Development etc

3. Company Profile (Operations in

India)

3.1 Average turnover from Indian

Operations from consulting

services in last 3 years w.r.t

research and working with

various SSCs and Government

Department towards definition

of Job Standards/Qualification

Pack, NOS/OS, Model

Curriculum, definition, future

technologies, impact and Skills

Requirement articulation

(Turnover in Rs Crores)

3.2 Full-time professional staff

engaged for various projects of

SSCs and Government

Department towards definition

of Job Standards/Qualification

Pack, NOS/OS, Model

Curriculum, definition, future

technologies, impact and Skills

Requirement articulation

( Number of Staff)

3.4 Extent of operations in India

(national spread) i.e. number of

offices in India (client specific /

project specific offices should

not be taken into account)

( Number of Offices in

different cities/towns and

their address)

4. Company Experience

4.1 Experience of working for

related projects

(Number of Projects and their

brief description*)

* Detailed project description to

be provided in form 2 for the

projects listed above. The

corresponding page number

where the project is described as

per Form-2 may be indicated

besides the brief description of

the project.

4.2 Experience of working for

related projects

(Number of Projects and their

brief description*)

* Detailed project description to

be provided in form 2 for the

projects listed above. The

corresponding page number

where the project is described as

per Form-2 may be indicated

besides the brief description of

the project.

4.3 Experience of working on

Technical Specifications similar

to deliverables articulated in

this RFP

(Number of Projects and their

brief description*)

* Detailed project description to

be provided in form 2 for the

projects listed above. The

corresponding page number

where the project is described as

per Form-2 may be indicated

besides the brief description of

the project.

5 Relevant Certifications

Provide a copy

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

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

besides the brief description of the project.

Form 5: Approach, Methodology and Work Plan

1. Approach and Methodology

The Bidder/Proposer/Consultant’s firm needs to submit a step-by-step implementation methodology and

project plan, which depicts the firm’s approach to fulfill the scope of the work envisaged in the assignment.

This should, inter alia, cover the timelines for the various activities, clarity in meeting the objectives and

methodology, objectivity in plans, quality of resources proposed to be deployed during implementation, the

deliverables envisaged in various parts and the control and evaluation mechanism suggested.

Bidder/Proposer/Consultant firm must showcase any value addition, innovation, or technology

advancement/integration that it proposes and feels will help SSC NASSCOM to have both tangible and

intangible benefits from implementing the assignment.

2. Work Plan

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

and duration, phasing and interrelations including resource planning to be deployed and delivery dates.

The proposed work plan should be consistent with the approach and methodology, showing understanding

of the scope of services, deliverables as given in scope of work and ability to translate them into a feasible

working plan. The work plan should be consistent with the Work Schedule.

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

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

N° Activity Months

1 2 N

1

2

n

The work schedule should reflect how and by when the responding Company/ Bidder/Proposer/Consultant

is expected to complete the assignment for each of the components, as per the major deliverable in the

scope of work of the Vendor and the timelines of achieving the same as mentioned in the RFP.

Form 6: Commercial Bid format

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

S No Value in INR Taxes and

other

charges

Total value in INR

Total amount (in words):

Reference : Project Deliverables, Commercials and Timelines

S. No. Activity Indicative Timeline*

1 Secondary research and inception report including activity time schedule presented and validated with a detailed work plan One week

2

As-is assessment and consultation with key stakeholders operating in IT-ITeS stakeholders including (but not limited to) industry members, policy makers, regulators, NSDC, Training Providers, and Trainers;

Four weeks 3 Development of the framework to rate and rank Trainers operating in IT-ITeS sector

5 Development of the framework to rate and rank Training Providers operating in IT-ITeS sector

6 Development of the framework to rate and rank Assessment Agency affiliated to SSC NASSCOM operating in IT-ITeS sector

7

Testing of the framework by releasing as is ranking of Trainers, Training Providers and

Assessment Agencies basis the parameters identified during development of the

framework.

Two weeks 8 Sign-off on final deliverables by SSC NASSCOM leadership

Dated this [date / month / year]

Authorized Signatory (in full and initials):

Name and title of signatory:

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

Name of Firm:

Address:

***