request for proposal (rfp) - map_it · pdf fileall information contained in this request for...
TRANSCRIPT
REQUEST FOR PROPOSAL (RFP)
for
Exam Process Automation System in Professional Examination Board
MAP_IT Madhya Pradesh Agency for Promotion of Information Technology
Department of Science & Technology, Govt. of Madhya Pradesh
State IT Center, 47-A Arera Hills, Bhopal (M.P)
Phone No: 0755-2518300 Fax No: 0755-2579824
Website: www.mapit.gov.in
Dated: 30th
September 2014
NIT No. MAPIT/RFP/VYAPAM/05
RFP for Implementation of Exam Process Automation System
Request for Proposal (RFP) Notice
“RFP for Implementation of Exam Process Automation System
in Professional Examination Board (Vyapam), Bhopal”
MAP_IT (A registered society under Department of Science and Technology, Govt. of MP)
seeks bid proposals from reputed and experienced agencies to participate in competitive
bidding for Implementation of Exam Process Automation System in Professional
Examination Board (VYAPAM), MP. The RFP document is available on the websites of
MAP_IT (www.mapit.gov.in), and State e-Procurement Portal (www.mpeproc.gov.in).
Interested Bidders who qualify as per the criteria mentioned in the RFP document, may
submit their bids through e–procurement latest by 27 October 2014 till 05:30 PM on e-
Procurement Portal (www.mpeproc.gov.in). Bidders are required to pay Rs. 5000 online on
the eProcurement Portal to purchase Tender Document.
Additional CEO, MAP_IT
RFP for Implementation of Exam Process Automation System
DISCLAIMER
All information contained in this Request for Proposal (RFP) provided/ clarified are in the
good interest and faith. This is not an agreement and this is not an offer or invitation to
enter into an agreement of any kind with any party.
Though adequate care has been taken in the presentation of this RFP document, the
interested bidders shall satisfy themselves that the document is complete in all respects.
The information published in this document is not intended to be exhaustive. Interested
Bidders are required to make their own enquiries and assumptions wherever required.
Intimation of discrepancy, if any, should be given to the specified office immediately. If no
intimation is received by this office by the date mentioned in the document, it shall be
deemed that the RFP document is complete in all respects and firms submitting their bids
are satisfied that the RFP document is complete in all respects.
MAP_IT reserves the right to reject any or all of the applications submitted in response to
this RFP document at any stage without assigning any reasons whatsoever. MAP_IT also
reserves right to withhold or withdraw the process at any stage with intimation to all who
have submitted their bids in response to this RFP. MAP_IT reserves the right to change/
modify/ amend any or all of the provisions of this RFP document without assigning any
reason. Any such change would be communicated to the bidders by posting it on the e-
Tendering Portal of Govt. of MP i.e. www.mpeproc.gov.in
Neither MAP_IT, PEB nor their employees and associates will have any liability to any
prospective Respondent interested to apply or any other person under the law of contract
to the principles or resolution or unjust enrichment or otherwise for any loss, expense or
damage which may raise from or be incurred or suffered in connection with anything
contained in this RFP document, any matter deemed to form part of this RFP document, the
award of the Assignment, the information and any other information supplied by or on
behalf of MAP_IT or their employees and Prime Applicant (PA)/ Consortiums or otherwise
arising in any way from the selection process for the Assignment.
Information provided in this document or imparted to any respondent as part of RFP
process is confidential to MAP_IT and shall not be used by the respondent for any other
purpose, distributed to, or shared with any other person or organization.
RFP for Implementation of Exam Process Automation System
Acronyms
BG Bank Guarantee
EMD Earnest Money Deposit
GoMP Government of Madhya Pradesh
IT Information Technology
IPR Intellectual Property Rights
LP Lowest Price
PEB Professional Examination Board
MAP_IT Madhya Pradesh Agency for Promotion of Information Technology
OP Offer Price
OS Operating System
PeMT Project e-governance Mission Team
RFP Request for Proposal
PKI Public Key Infrastructure
SDC State Data Centre
SWAN State Wide Area Network
OMR Optical Mark Reader
STQC Standardisation Testing and Quality Certification
UAT User Acceptance Testing
O&M Operations and Maintenance
SRS Software Requirements Specification
IA Implementation Agency
FRS Functional Requirements Specification
PQ Pre Qualification
PBG Performance Bank Guarantee
VYAPAM Vyavsaayik Pareeksha Mandal (PEB)
RFP for Implementation of Exam Process Automation System
Table of Contents 1 Invitation for Competitive Bidding .................................................................................................. 1
1.1 Definitions ............................................................................................................................... 1 1.2 About PEB ............................................................................................................................... 2
1.2.1 Entrances Tests/Exams ............................................................................................ 2 1.2.2 Recruitment Tests/Exams ........................................................................................ 3
1.3 Process of conducting exams in brief ..................................................................................... 3 1.4 Objectives................................................................................................................................ 4 1.5 About MAP_IT ......................................................................................................................... 4 1.6 Time Schedule of various Tender related events ................................................................... 4 1.7 Pre-Bid Meeting ...................................................................................................................... 5 1.8 Address for Communication ................................................................................................... 5
2 Pre-Qualification Criteria ................................................................................................................ 5 3 Scope of Work ................................................................................................................................. 6
3.1 System Study and Requirement Gathering ............................................................................. 7 3.2 Examination Management Operations ................................................................................... 7
3.2.1 Exam Event Creation ................................................................................................ 7 3.2.2 Application Receiving using MPOnline Portal .......................................................... 8 3.2.3 Application Data Validation ..................................................................................... 8 3.2.4 Test Centre Planning ................................................................................................ 8 3.2.5 Test Admit Card Generation .................................................................................. 10 3.2.6 Question Paper Management ................................................................................ 10 3.2.7 Question Authoring Tool ........................................................................................ 11 3.2.8 Test Management .................................................................................................. 11 3.2.9 Data Import OMR from Sheet Scanning Output .................................................... 11 3.2.10 Result Preparation ................................................................................................. 12
3.3 Implementation Timelines .................................................................................................... 13 3.4 Application Development ..................................................................................................... 14 3.5 Security Provisions ................................................................................................................ 14 3.6 Testing ................................................................................................................................... 15 3.7 Audit & Certification ............................................................................................................. 16 3.8 Application Training .............................................................................................................. 16
3.8.1 Technical Training .................................................................................................. 17 3.8.2 Core Application Training for Operational Level Staff ........................................... 17 3.8.3 Indicative List of Trainings ...................................................................................... 17
3.9 Application Hosting and Go-Live ........................................................................................... 18 3.10 Maintenance Support, Change Request and Concurrent Updates....................................... 18 3.11 Exit Management .................................................................................................................. 20 3.12 Data and Information Security Requirements ...................................................................... 20
3.12.1 Information Classification ...................................................................................... 20 3.12.2 Human Resource Security ...................................................................................... 21 3.12.3 Physical and environmental security ..................................................................... 21 3.12.4 Communications and operations management .................................................... 21 3.12.5 Access control ........................................................................................................ 21
4 Instructions to Bidders .................................................................................................................. 22 4.1 General instructions .............................................................................................................. 22 4.2 Proposal Preparation ............................................................................................................ 22
4.2.1 Pre Qualification (PQ) Bid ...................................................................................... 22 4.2.2 Technical Proposal ................................................................................................. 23
RFP for Implementation of Exam Process Automation System
4.2.3 Commercial Proposal ............................................................................................. 23 4.3 Bid Security (EMD) & Security Deposit ................................................................................. 24 4.4 Compliance & Completeness of Response ........................................................................... 24 4.5 Amendment of Bid Document .............................................................................................. 25 4.6 Language of Bids ................................................................................................................... 25 4.7 Bid Prices ............................................................................................................................... 25 4.8 Discounts, Levies, Freight, etc. .............................................................................................. 25 4.9 Bid Submission ...................................................................................................................... 25
4.9.1 FORMAT OF SUBMISSION ...................................................................................... 25 4.10 Bid Validity ............................................................................................................................ 27 4.11 MAP_IT’s right to terminate the process .............................................................................. 27 4.12 Disqualification of bids .......................................................................................................... 27 4.13 MAP_IT’s Rights to Accept/Reject any or all Proposals ........................................................ 28
5 Bid Evaluation ................................................................................................................................ 28 5.1 Preliminary examination ....................................................................................................... 29 5.2 Technical Evaluation ............................................................................................................. 30
5.2.1 Criteria for Evaluation and Comparison of Technical Bids ..................................... 31 5.3 Opening & Comparison of Commercial Bids ......................................................................... 32 5.4 Commercial Bid Rejection Criteria ........................................................................................ 33
6 Selection of Bidder ........................................................................................................................ 33 6.1 Notification of Award to the Bidder...................................................................................... 33 6.2 Award of Contract ................................................................................................................. 33 6.3 Signing of Contract ................................................................................................................ 33 6.4 Discharge of Bid Security: ..................................................................................................... 33 6.5 Performance Security ............................................................................................................ 34
7 General Terms and Conditions ...................................................................................................... 34 7.1 Warranty and Maintenance .................................................................................................. 34 7.2 Resolution of Disputes .......................................................................................................... 35 7.3 Termination ........................................................................................................................... 35 7.4 Force Majeure ....................................................................................................................... 35 7.5 Notices .................................................................................................................................. 36 7.6 Penalties for delay in Implementation .................................................................................. 36
8 Payment ........................................................................................................................................ 36 9 Annexure–1 : Bid Covering Letter ................................................................................................. 38 10 Annexure – 2 : Bidder’s Profile ...................................................................................................... 39 11 Annexure – 3: Experience in Application Development for Exam Process Automation ............... 40 12 Annexure – 4 : IT & eGovernance Project Details ......................................................................... 41 13 Annexure – 5 : Commercial Bid Format ........................................................................................ 42 14 Annexure– 6: Format for Pre-bid Query/Suggestion .................................................................... 44 15 Annexure– 7: Bid Security Form .................................................................................................... 45 16 Annexure – 8 : Self-declaration for Non-Blacklisting .................................................................... 46 17 Annexure – 9 : Certificate of Conformity ...................................................................................... 47
RFP for Implementation of Exam Process Automation System
Page 1
1 Invitation for Competitive Bidding
1.1 Definitions
In this Bid Document, the following terms shall be interpreted as indicated:
“Solution” means study, plan, design, develop, customize, install, configure, and
maintain entire application software.
“Application” means the Application developed/customized, tested, deployed,
amend, improved and maintained during project term by the Implementation
Agency for the purposes of rendering the Services to the Stakeholders of the Project
at satisfactory level.
“Successful Bidder” means the bidder who has submitted most suitable bid proposal
as per bid evaluation committee and who has awarded the work as Implementation
Agency.
“Implementation Agency” means the successful Bidder who signs the contract with
Professional Examination Board for study, design, develop and maintain the solution
deployed under the Project.
"PEB" means the Professional Examination Board, Department of Technical
Education and Skill Development under Govt. of Madhya Pradesh.
"MAP_IT" Madhya Pradesh Agency for Promotion of Information Technology is a
Society (registered under Society Registration Act 1973) under Department of
Information Technology, Govt. of Madhya Pradesh. MAP_IT has been entrusted by
Professional Examination Board to conduct bidding process.
“MPONLINE” A joint venture of MP State Electronic Development Corporation and
TCS for kiosk and portal based electronic service delivery to the citizens of MP.
“Services” means the services delivered to the Stakeholders of the project by the
Successful Bidder.
“Confidential Information” means all information including Project Data (whether in
written, oral, electronic or other format) which relates to the technical, financial and
business affairs, customers, Bidders, products, developments, operations, processes,
data, trade secrets, design rights, know-how and personnel in connection with this
Bid Document.
RFP for Implementation of Exam Process Automation System
Page 2
“Project Data” means all proprietary data of project generated out of project
operations and transactions, documents and related information including but not
restricted to user data which the Bidder obtains, possesses or processes in the
context of providing the services.
“Deliverables” means the products and services agreed to be delivered by the
Successful Bidder in pursuance of the agreement as defined more elaborately in
Scope of work.
“Service Level” means the level of service and other performance criteria that will
apply to the Services as set out;
“State Government” means the Government of Madhya Pradesh.
“Go-Live” means the date of issuance of certificate of Completion by Professional
Examination Board.
“Contract Value” is the bid value which means the price accepted by the
Professional Examination Board as per Price Schedule.
1.2 About PEB The Professional Examination Board (PEB) is a self-financed, autonomous incorporated body
of State Govt to conduct entrance tests for admission to various colleges in the state.
Mainly, the PEB organizes the following entrance tests:
1.2.1 Entrances Tests/Exams
Pre MCA : For entrance to Master of Computer Applications
Pre B.Ed. : For entrance to Bachelor Degree in Education courses
PPT : For entrance to Polytechnic diploma courses
PAT : For entrance to Bachelor of Agriculture, Forestry, Horticulture
courses
PPhT : For entrance to Bachelor of Pharmacy/ Diploma of Pharmacy
COPA : For eligibility to Computer Operator and Programming Assistant
GNTST : For entrance to General Nursing Training (Only for girls)
PAHUNT :For entrance to Ayurvedic, Homeopathic, Unani and Natureopathy degree
courses
PNST : For entrance to B.Sc. Nursing Training (Only for girls)
SOE/SOM : For entrance to Schools of Excellence/Model School
Animal Husbandry : For entrance to admission in Diploma Program of Animal Husbandry
RFP for Implementation of Exam Process Automation System
Page 3
1.2.2 Recruitment Tests/Exams
Apart from above entrance tests, PEB also conducts recruitment examinations for
different state level posts, which are not being filled through the Public Service
Commission and a large number of other examinations to fill up the backlog of posts
in various Government departments / PSU. Thus the PEB conducts around 35 exams
yearly and over 20 lakh students/candidates participate in these exams.
1.3 Process of conducting exams in brief 1. In the current scenario, PEB wants to implement an Application Software to
automate operations related to Candidate Roll Number generation, OMR Sheet
Scanning and Results Preparation etc.
2. The rules for the conduct of the entrance/recruitment tests are provided by the
departments concerned. This includes detailed information regarding the eligibility
criteria, minimum educational qualifications, age limit, reservation of seats,
information regarding institutions, counselling schedule, selection process for
entrance to various courses and fees etc. The rules for conducting the examinations
are prepared by PEB including the procedure for filling the application forms, issue of
test admit cards, list of coordinating institutions etc. Complete information regarding
the examination centres and syllabus for the relevant test in a composite form is
made available to applicants through a printed Rule Book.
3. The Board has examination centres in all the major cities of the state. To add to the
Transparency of the examinations, observers are appointed for each centre to watch
the proceedings of the examination and submit their reports to the Board. Keeping
in mind the sensitive nature of the examinations, Board conducts them with
complete impartiality and Transparency, maintaining a highest standard of
confidentiality.
4. Question papers for all examinations are MCQ type in which the examinee is
required to choose the right answer out of the four possible given alternatives and
mark his/her choice on the OMR Answer Sheets. The Answer Sheets are valued with
the help of OMR scanners. The entire valuation work is executed under the
supervision of Central Observers and Supervisors appointed from outside the Board.
5. Board is fully aware of its responsibility of declaring zero error results and also
making them available within the shortest possible time so that new educational
sessions get started every year in time. The results are prepared maintaining
extreme security and secrecy. After the results are declared and uploaded on the
net, Board makes available related data and other relevant information to the
concerned departments for further action.
RFP for Implementation of Exam Process Automation System
Page 4
6. At present, there is no automated system and dedicated server based secure
application software to perform examination processing work. All the recordkeeping
and process work is done on a Database Management System by executing short
custom patches and programmes written in FoxPro. The Computer section of the
PEB, prepares the application form and receive applications online through
MPOnline. After receiving application form records from MPOnline, Computer
section issues Test Admit Cards online for examination and process OMR Answer
sheets for result preparation.
1.4 Objectives The Core Objectives of the Project are:
Automation of entire examination process cycle with minimum human interference.
Achieve better Transparency and accountability in exam process operations.
Minimize redundant workload of department employees.
Electronic security and control of confidential data
1.5 About MAP_IT 1. Madhya Pradesh Agency for Promotion of Information Technology (MAP_IT) is an
agency under Department of Science and Technology, Govt. of MP formulated to
serve as nodal agency to propel the growth of Information Technology (IT) in
Madhya Pradesh especially in government departments/agencies and deliver citizen
services through electronic means.
2. MAP_IT has been entrusted to draft this RFP and conduct fair and Transparency
bidding process to select Implementation Agency (IA). Representative of Professional
Examination Board (PEB) will remain in the technical screening and Evaluation
committees. After conducting the bidding process, MAP_IT will submit technically
qualified and financially viable bidder's proposal before PEB to release work order
and sign MSA. MAP_IT will also provide technical and project management support
at the time of project implementation by providing a dedicated team of consultants
named as Project e Mission Team (PeMT) and by providing it's representation in high
level project management committees.
1.6 Time Schedule of various Tender related events
Item Description
Bid calling Date 1st October 2014
Pre-bid Meeting Date, Time and Venue
13th October 2014 at 12:00 PM in Aryabhatt Conference Hall, State IT Centre, Bhopal
Last Date and Time for Bid Submission
27th October 2014 upto 5:30 PM Online on www.mpeproc.gov.in
Opening of Bid 28th October 2014 at 11:30 AM in Aryabhatt
RFP for Implementation of Exam Process Automation System
Page 5
Conference Hall, State IT Centre, Bhopal
Technical Bids Opening Date and Time
Would be communicated to shortlisted bidders
Commercial Bid Opening Date and time
Would be communicated to shortlisted bidders
Tender Fee Rs. 5000/-payable online on e-Tendering Portal www.mpeproc.gov.in
Earnest Money Deposit (EMD) Rs. 5.00 Lakh payable offline before opening of bid.
Bid Validity Period 180 days from the date of opening of bid.
EMD Validity Period At least 80 days after Bid Submission in case of DD and 180 days after bid submission in case of Bank Guarantee
Performance Guarantee Value 10% of Contract Value
Performance Guarantee validity period
3 Months beyond the contract period
1.7 Pre-Bid Meeting MAP_IT will host a Pre-Bid Meeting as per the schedule given in this RFP. MAP_IT
encourages all potential bidders to participate this meeting (not more than 2
representatives from each bidder). All those who are interested in bidding can participate in
pre-bid meeting to seek clarification on the RFP terms if any. Bidders shall submit their
queries in writing as per the stipulated timelines through email ([email protected]
and [email protected]). The MAP_IT will upload the reply of queries on it's web site
www.mapit.gov.in and PEB's website www.vyapam.nic.in (it should also be on
mpeproc.gov.in). If there is any corrigendum, same will be published on
www.mpeproc.gov.in also.
1.8 Address for Communication Offers should be addressed to the following office at the address given below:
Chief Executive Officer
MAP_IT,
47-A, State IT Centre,
Arera Hills, Bhopal
2 Pre-Qualification Criteria 1. Bid Proposals in Consortium is not allowed.
2. The Bidder should be a registered Company/Society/Firm duly registered in India
since last 5 (Five) years. Incorporation/Registration certificate along with
MoA/Bylaws (or similar legal document) should be furnished as documentary proof.
RFP for Implementation of Exam Process Automation System
Page 6
3. The bidder should have an average annual turnover of Rs. 10 Crores or more in last 3
financial years (11-12, 12-13 & 13-14). As documentary proof, Audited Balance Sheet
& Profit & Loss A/c is to be submitted.
4. The bidder should have successfully completed 3 or more Application Development
Projects in the area of eGovernance for Govt. Agencies. Cost of each such project
should be minimum Rs. 50 Lakh and out of these 3 projects, 1 project should include
“Exam Process Automation System” (similar to the scope of this RFP) for any
reputed Educational Institution, University or any Govt. Agency that conducts
Examination.
5. The bidder should have a valid CMMI level 3 or above Certification. Bidder should
submit copy of certificate.
6. The bidder should not be black listed in last 5 years by any State Government,
Central Government or any other Public Sector undertaking as on the date of Bid
Submission. An undertaking to this effect should be submitted by the bidder on its
letter head.
3 Scope of Work 1. After performing a Transparent and fair process of selection, a suitable agency shall
be identified and selected as Implementation Agency (IA) for the project. The IA shall
be required to sign an agreement with PEB, in which all the terms and condition,
project work, timelines, roles and responsibilities, etc., as defined in this RFP, shall be
included.
2. The selected bidder shall be responsible to Design, Develop, Install, Configure and
Maintain the application software to automate entire process of conducting exams
in PEB. PEB will access this application software from State Data Center (SDC) using
SWAN. Hence, the selected bidder will also provide necessary support to host the
application in State Data Centre on co-hosting basis and configure local network of
PEB office with SWAN to access Application from SDC. Selected Bidder will also
maintain the application software for a period of 5 years after goes live.
3. It shall be over all responsibility of IA to study the existing system and requirements
of PEB before bidding. Requirements mentioned in this RFP are indicative only and
written purely for the purpose of making the Bidders able to estimate its efforts and
costs required to achieve project objectives successfully. Therefore, selected bidder
i.e. IA shall be required to make a fresh assessment of PEB requirements after
winning the bid, prepare FRS/SRS, get it approved by PEB. PEB may also ask
implementation agency to implement some modules on priority and separately on
the basis of feasibility.
RFP for Implementation of Exam Process Automation System
Page 7
3.1 System Study and Requirement Gathering 1. A high-level analysis of processes has already been performed and Functional
Requirements as envisaged for this project are described in this document. The IA
needs to Study these carefully and should consult with the PEB Officials whenever
necessary to obtain more details on the requirements of the project. It shall be the
duty of IA to refine functional requirements as needed during requirement gathering
exercise. The IA shall prepare FRS and SRS documents, for which the IA shall have a
comprehensive discussion with the PEB officials to ensure that each of the
requirements mentioned in this RFP or identified during study is covered. After
approval of SRS and FRS documents by PEB, the IA will start Application
Development. As per analysis done by PEB following are the functional requirements
for Application Software:
3.2 Examination Management Operations
3.2.1 Exam Event Creation
Proposed solution should start the examination process by creating Exam Event. Hence, the
solution should have following provisions:
1. The solution should be able to create Exam Event after proper PKI based
authentication.
2. Exam Event should act as single entity to process entire exam activities as mentioned
in the Functional Requirements.
3. Solutions should have provision for creating multiple Exam Events for multiple exams
that are being conducted simultaneously.
4. Each Exam Event should have properties to collect all the exam related details like:
Exam Type (Recruitment, Entrance, Eligibility, etc.)
Application Form components/contents
Eligibility criteria for candidates
Concerned Govt. Departments (in case of recruitment or Eligibility Tests)
Application for publication date
Application submission start date,
Application submission method,
Last date for application submission,
Exam date,
Result date,
Exam pattern,
Syllabus, etc.
5. Above detail should be amendable at any state of exam and all such amendments
should be recorded in a Log file along with justification, approval of appropriate
RFP for Implementation of Exam Process Automation System
Page 8
authority and detail of user who has made amendments.
3.2.2 Application Receiving using MPOnline Portal
PEB receives applications from candidates online using MPOnline Portal. Candidates submit
online application either directly on MPOnline Portal or visit nearest MPOnline Kiosk to
submit their application form online. MPOnline consolidates all the application forms in a
database and provides it to PEB in digitally signed Excel sheet. MPOnline may provide
application data in any format i.e. XLS, XML, CSV, database backup, etc. as suitable for the
proposed application system. Hence, the system should have following provisions:
1. System should have provision for importing application data received from MPOnline
under the respective Exam Event.
2. Necessary provisions should be made for verification of digital signatures before
finalizing the import of Application Data.
3. System should be able to apply some initial validation rules like:
Whether all the mandatory fields are filled in the application data.
Whether application data fulfills all the mandatory eligibility criteria.
Whether date and other critical information is in order.
Any other such rule set by PEB for different Exam Events.
4. In case of infirmity, system should report such application data and ask for
appropriate decision.
5. System should also be able to be future ready incase PEB wants to implement the
registration process for Candidates to submit online application directly on PEB Portal
including all the verification checks that are being performed by MPOnline.
3.2.3 Application Data Validation
PEB performs manual data validation exercise to check integrity among various critical
parameters as per pre-defined rulesets. Hence, system should provide a dedicated interface
for application validation with following provisions:
1. The system should provide a dedicated interface for Application Data validation which
will display key parameters of candidate detail for verification and it should not
provide access to manipulate data without user validation.
2. Application must be able to record validation decisions and log of validation user.
3. System should also be able to add / delete a key parameter of candidate for
verification if needed in future.
3.2.4 Test Centre Planning
PEB has test centers in various cities of MP for conducting OMR based written exams. For
each exam, PEB selects test centers according to the number of application received. PEB
RFP for Implementation of Exam Process Automation System
Page 9
also appoint Invigilators, Observers, Exam Coordinators for test centers and test centre
cities. Duty location of these Invigilators and Observers are decided on random basis. Apart
from this, PEB also performs various activities to make necessary arrangements in test
centers like inspection of test centers, defining seating arrangements, budget allocation &
disbursement, transportation of question paper and answer sheets, etc. All these activities
require a lot of communication with City Exam Coordinators, Test Center staff and district
administration. Hence, the system should have following provisions:
1. System should have provision for registering all the Test Centers with details like
location, seating capacity, number of rooms/halls, facilities, contact numbers, etc.
2. System should also register duty personnel like City Exam Coordinator, Observers,
Invigilators, etc.
3. System should be flexible enough to create new category of duty personal.
4. System should provide dedicated interface for selecting Test Centers and duty
personnel for each exam event.
5. System should have dedicated interface for creating budget heads and budgeting
under each exam event.
6. System should also have dedicated interface for inventory of question papers, answer
sheets and other material to be supplied to the exam centers.
7. System should maintain allocation of Answer Sheets with their reference/serial
number, so that it can be verified at the receiving Answer Sheets back from Test
Centers.
8. System should also maintain transportation record of material that is being sent to the
Test Centers along with printing Challan and Receipt for destination locations.
9. System should also have provision for SMS gateway integration and Mail server
integration, so that automated mail and SMS can be sent to concerning PEB officials
and test centre duty personal with respect to exam arrangement activities.
10. System should also generate detailed Test Center plan/reports.
11. In future PEB will certainly shift towards Computer Adaptive Test system (Online
Examination), where a single exam may be conducted in multiple shifts and questions
randomly picked from dedicated Item Bank. In such case, PEB may require online
interface to the candidates for selecting preferred test centre city and dates. Hence
the system should have following provisions:
a. The system should register all the Test Centers with their location and seating
RFP for Implementation of Exam Process Automation System
Page 10
capacity for various exams as per requirement.
b. The system should have provision for manually selecting Test Centers for each
exam.
c. The system should automatically publish the name of the cities where selected
test centers are located and allow students/candidates to select these cities as
their preferred location for taking exam.
d. The system should automatically allocate test centers to the students as per their
city preference and seating capacity of each such center selected for the exam.
e. The system should allocate test centers in a city on random basis or some
predefined rule sets.
f. The system should also provide the interface to the Test Centre Heads for
providing critical information (like attendance, any discrepancy occurred, basic
statistics (eg no of setwise question papers, UFM candidates, etc) during / post
exam at their centre.
3.2.5 Test Admit Card Generation
1. System should generate candidate roll numbers on random basis and follow
predefined rule sets.
2. System should automatically allocate test centers to the students as per their city
preference and seating capacity of each such center selected for the exam.
3. System should also have a dedicated web interface from where, the candidates can
download their Test Admit Cards after necessary authorization. This authorization can
be done in following manner:
By sending a URL at the email of Candidate.
By asking application form number and date of birth of candidate.
By sending One Time Password (OTP) on mobile number through SMS.
4. System should have provision for sending SMSes alerts to the candidates about their
Test Admit Card, so that they can download same from PEB Website.
3.2.6 Question Paper Management
1. The system may be required to obtain question sets from various confidential sources
and store them in secured question repository after encryption through a set of public
key of at least 2 officials identified by PEB. In due course of time, the system will be
maintaining master question bank having thousands of questions.
RFP for Implementation of Exam Process Automation System
Page 11
2. The system may be required to set one question paper by selecting individual
questions from different question sets on random basis. After setting question paper,
the PEB officials will decrypt the question paper using their private keys 3-4 days
before the examination for printing of question paper.
3.2.7 Question Authoring Tool
PEB designs question papers for various exams. These question papers usually comprises
multiple choice questions (MCQ). PEB engages various subject experts to develop multiple
choice questions. In order to support this function, following features are required:
1. System should provide question authoring interface for creating MCQs. This interface
should be accessible after proper authentication. (Whether each question will be
typed or the paper submitted by paper setter will directly be uploaded). Alternatively,
are we asking for an interface (for paper setter) to key in the questions. Further,
whether MPONLINE has asked us for the same ?
2. MCQ interface should support text and pictures both as question or answer choice
content. This will be required for reasoning or mathematical equation based question
answers.
3. System should also have a dedicated interface for Question review at multiple levels
before including questions in questions paper.
4. System should have provision for question categorization in terms of subject, difficulty
level, etc.
5. System should have provision for preparing questions paper by selecting question on
random basis under pre-defined rule sets.
6. System should have provision for storing all the questions as question bank in highly
secured environment.
3.2.8 Test Management
1. The system should record detail of Exam Coordinator, Observers, Invigilators, etc. for
each city.
2. The system should automatically assign duties of observers and invigilators in different
test centers on random basis and pre-defined rule sets.
3. The system should record information of OMR Answer Sheets along with their serial
numbers in each test centre.
3.2.9 Data Import OMR from Sheet Scanning Output
After conducting exams successfully in various Test Centers, the PEB receives Answer Sheets
back to Bhopal headquarter in sealed envelopes along with attendance records and other
RFP for Implementation of Exam Process Automation System
Page 12
reports. Sealed envelopes of Answer Sheets are opened in presence of Observers appointed
for scanning of Answer Sheets. In close supervision of Observers, PEB staff scans Answer
Sheet. OMR Sheet scanners generate a simple text files (.DAT File) that comprises candidate
roll number, question paper reference code, question number, answer choice code, etc.
There may be different formats of generating OMR scanning output for different OMR
Scanners. If PEB replaces OMR scanners, the IA should make necessary provisions in the
application software for reading OMR scanning output of new scanners. Scanning is done
twice with high resolution settings and low resolutions settings. Test Files generated from
both the scanning methods i.e. High and Low Resolution, are compared to identify
discrepancies/mismatch, if any. In case discrepancies, PEB manually checks and feeds
answer choice in the system. In order to automate the Answer Sheet Scanning process, the
system should have following provisions:
1. System should have a dedicated interface to automate OMR scanning function. This
interface should be accessible only after PKI based authentication and log should be
maintained for each and every action performed using this interface.
2. After authentication, the system should provide an interface for loading both (High
and Low resolution) the text files (.dat files) from server under respective exam event
and create hash codes of both the files. These hash codes will automatically be stored
in a secured repository.
3. Systems should convert the text files in data sets of predefined format and compare
each answer and each candidate to identify discrepancies.
4. In case of discrepancies, the system should update the log with discrepancies and
provide an interface for manual feeding mismatch values. Manually fed values should
be recorded in log properly. Manual feed should be enabled only for those
questions/answers where mismatch is found. Rest of the questions/answers should
remain disabled.
5. After completion of manual feeding, the system should again generate hash codes of
final records and store in secured repository.
6. System should also encrypt final records using public key of appropriate authority, so
that it cannot be accessed without permission of appropriated authority.
3.2.10 Result Preparation
PEB prepares result by matching answers with the Answer Key provided concerned
authorities. After preparing result, PEB uploads result on it's website. The system should
have following features to automate this process:
RFP for Implementation of Exam Process Automation System
Page 13
1. System should provide a dedicated interface for recording Answer Key. This interface
should be accessible only after PKI based authentication. After recording Answer Key,
system should automatically create a hash coded of Answer Key record and store
same in secured repository.
2. System should also encrypt Answer Key values using public key of appropriate
authority, so that it cannot be accessed without permission of appropriate authority.
3. System should provide a dedicated interface to initiate the process of matching
Answer records of each candidate with Answer key for result preparation. This
interface should also be accessible only after proper PKI based authentication. After
matching Answer records of each candidate with Answer key, the system should
prepare result dataset. Hash code of result dataset should immediately be generated
by system and stored in secured repository.
4. System should also provide a web interface for publishing result on PEB Website.
5. System should send email and SMS alerts to all the candidates immediately after
publishing result.
6. System should also generate analytical reports after result publication. These
analytical reports may like, state/city/category/subject wise ranking, question that
have been answered incorrectly by most of the candidates, etc.
3.3 Implementation Timelines
SN Activity/Task/ Milestones Time to Completion (in Weeks**)
1 Project Start T
2 Requirement Gathering and Planning T+2
3 Submission of FRS and SRS Document T+3
4 Submission of Hardware/networking requirement T+3
5 Application Development/Customization T+10
6 User Acceptance Testing. T+12
7 STQC Certification initiated T+13
8 Security Testing by Cert-in empanelled Agency. T+14
9 Training T+16
10 Application Hosting in SDC and System Go-Live T+16
**‘T’ refers to project start date. This should be within 1 week of signing of Agreement.
O&M Phase will start from the date of Go-Live Date and will last for 5 Years.
RFP for Implementation of Exam Process Automation System
Page 14
Above timelines are mentioned for Implementation Agency to perform various activities
under given milestones. Time taken by PEB for evaluation and approval of deliverables will
be excluded from above timelines.
3.4 Application Development Once the SRS is submitted and signed-off by PEB, the IA will deploy a team of experienced
personnel for application development. Application development must be documented in
detail and the code/script should be properly annotated with comments etc. IA must supply
the application, data structure and related software, integration tools, along with the source
code and describing the process to be followed for installing and operating the same.
Application development methodology should be defined in a way that ensures involvement
of users in the development process.
3.5 Security Provisions Since PEB deals with highly confidential datasets, a strong and comprehensive information
security system based on leading standards such as ISO 27001 and guidelines from
Department of Information Technology (DIT) would need to be implemented. Information
within the system should be classified as Public, Confidential and Restricted. Access to the
information should be provided based on the classification of the information. Data owners
should nominate appropriate information classification on their data and should review
information classification periodically to determine if current classification levels are valid.
1. The system should have provision for preventing unauthorized access and damage to
information resources.
2. The system should be accessible only after approval from application owner and the
competent authorities.
3. The access should be on a role basis rather than designation.
4. The access control system should cover:
Identification
Authentication
Authorization and Access Control
Administration
Audit
5. The system should be compliant with PKI and at all the level, confidential data should
be encrypted using composite public keys of at least 2 PEB authorities.
6. The system should maintain a highly secured data repository for storing hash values of
datasets generated at various levels as well as archiving permanent examination
records after completion of examination process.
RFP for Implementation of Exam Process Automation System
Page 15
7. The system should be able to maintain access control mechanisms, data security and
audit trails to ensure that databases are not tampered or modified by unauthorized
users. The following measures should be complied for security:
8. Build a complete audit trail of all transactions (add, update and delete) using
transaction log reports, so that errors in data, intentional or otherwise, can be traced
and reversed.
9. Alert through SMS and emails should be sent to the Chairman, Director and Jt.
Controller for system database tampering.
10. The most appropriate level of security commensurate with the value to that function
for which it is deployed must be chosen
11. Access Controls must be provided to ensure that the databases are not tampered or
modified by the system operators.
12. Implement data security to allow for changes in technology and business needs.
3.6 Testing
1. All recommend levels of testing shall be conducted at appropriate sites. Testing must
demonstrate that the Application Software:
1.1. Satisfy the technical performance requirements and system functional
requirements.
1.2. Perform according to detailed functional requirements
1.3. Satisfy the operational and technical performance criteria
1.4. Provide right information to each user group or provide the efficient system
navigation to process various queries or process transactions
2. The IA must undertake the following:
2.1. Outline the methodology that will be used for testing the system
2.2. Define the various levels or types of testing that will be performed for system
2.3. Provide necessary checklist/documentation that will be required for testing the
system
2.4. Describe any technique that will be used for testing the system
2.5. Describe how the testing methodology will confirm to requirements of each of the
functionalities.
2.6. Indicate how one will demonstrate to PEB that all applications installed in the
system have been tested
RFP for Implementation of Exam Process Automation System
Page 16
3. Competent Authority from PEB shall issue installation completion certificate to IA after
successful installation.
4. The PEB will form different user groups which shall be headed by a competent officer
appointed by PEB for the UAT. These user groups would test the application for the
functionality, reliability and all other related tests. Once the users are completely
satisfied with the application, IA should take a formal sign off from the competent
officer appointed by PEB for acceptance of each module. Based on the sign off and
user feedback, PEB would issue UAT certification.
3.7 Audit & Certification
1. PEB will undertake an exercise of Audit and Certification of the Application through
Standardisation Testing and Quality Certification (STQC), as soon as the IA declares
the completion of application development and testing. STQC Directorate is an
attached office of the Department of Electronics and Information Technology,
Government of India, that provides quality assurance services in the area of
Electronics and IT through countrywide network of laboratories and centres. Apart
from this, a third party certification (Security) is also required for application/web
portal hosting in State Data Centre. The following methodology will be adopted by
the IA:
1.1. PEB shall nominate STQC for conducting audit and certification, upon
intimation by the IA that the system implementation is complete. PEB will bear
the cost of STQC certification and payment will directly be made to STQC by
PEB.
1.2. The system shall also be audited through a CERT-in empanelled agency for
security audit. This security audit is essential for application hosting in State
Data Centre. Cost of security audit will born by IA.
1.3. The STQC shall establish appropriate processes for notifying the IA of any
deviations from the norms, standards or guidelines at the earliest instance,
after noticing the same, to enable the IA to take corrective action.
3.8 Application Training
IA will prepare a comprehensive training plan to conduct training programmes and to assess
the efficacy of the imparted training. The list of training interventions, number of users to
be trained, number of batches, duration and frequency of such trainings for the stakeholder
group are mentioned below. The IA shall be required to prepare a comprehensive Training
Plan and sign-off same with PEB. The IA will be responsible for providing these trainings,
RFP for Implementation of Exam Process Automation System
Page 17
Training material / kits and teaching aids. In order to implement the application software
effectively, PEB would require two types of trainings i.e. Technical Training and Application
User Training. Detail of these trainings is as follows:
3.8.1 Technical Training
The technical trainings are dependent upon the technology finalized and the
implementation plan for the same. Technical Training shall mainly be imparted to enable
PEB officials/technical staff to effectively monitor the application system, services levels,
maintenance schedule, backup, user privileges, system logs, etc.
3.8.2 Core Application Training for Operational Level Staff
This training is for operational staff to enable them posting the data to applications and use
the software effectively. IA should ensure that the knowledge transfer to the PEB Staff
happens effectively post training, during the project implementation and maintenance
phase as well.
3.8.3 Indicative List of Trainings
Sr. No
Trainings Duration User Details No. of users for training
No. of batches
1 Technical training on Application Maintenance, User Management, Maintenance, Network troubleshooting, Backup & Restore, Data digitization handholding, SLA Monitoring, etc.
2 Days PEB Technical staff
10 1
2 Core Application Training 1 Day PEB Application User staff
30 2
1. Training material / kits to be used in trainings, should be proposed in the bid, and the
same should be arranged by the IA during training provision.
2. Training delivery will be conducted at offices / sites as per the convenience of PEB.
This will happen in logically made groups of attendees and will be finalized by the IA
in consultation with the PEB.
3. IA should ensure that the knowledge transfer to the staff at PEB happens effectively
post training, during the project implementation and maintenance phase as well.
4. PEB may also ask for conducting training sessions twice if required. In such case all
the training arrangements will be made by PEB and IA will have to provide only
trainers for such training sessions.
5. IA will also support in change management activities like conducting user meetings,
workshops, performance recognition, etc. in consultation with PEB during
implementation phase.
RFP for Implementation of Exam Process Automation System
Page 18
3.9 Application Hosting and Go-Live
1. The Application shall work on centralized architecture, in which application and
database, both shall be hosted on central servers in State Data Centre. This application
will be accessible using back-office Web Portal by PEB using SWAN network. The
application will be hosted in State Data Centre on Co-Hosting Basis, in which SDC will
provide the entire required infrastructure such as servers, operating system, database,
SWAN and internet connectivity etc. The SDC will also provide all the common services
and managed services for better online monitoring of systems/applications, Disaster
Recovery Centre facility, EMS/NMS services, etc. by highly skilled manpower round the
clock using EMS tools. Bidders should carefully study SDC offerings on
www.mpsdc.gov.in.
2. The IA shall interact with SDC team to understand the SDC's pre-requisites for
deployment of application and develop the application in such a way that it is
acceptable to SDC and complies with the standards prescribed for the State Data
Centre. IA will be required migrate, deploy, test and maintain PEB Application
remotely with the help of VPN connectivity service provided by SDC.
3. The cost of Application Hosting in SDC on co-hosting model (if any or arise in future),
will be paid by PEB directly to MP State Data Centre (MPSDC). Bidders should not
include any such cost in commercial bid.
3.10 Maintenance Support, Change Request and Concurrent Updates
1. During the comprehensive maintenance period of 5 Years, the bidder will provide all
product(s) and documentation updates, patches /fixes, and version upgrades within
15 days of their availability / release date and should carry out installation and make
operational the same at no additional cost to PEB. Such activity would have to be
planned by bidder in such way that the same results in zero down time for users i.e.
ideally to be completed during off business hours. Bidder should have all necessary
licenses, approvals, consents of third Parties/principle manufacturers and all
necessary technology, hardware and software to enable it to provide the solution.
2. Intellectual property in anything developed by the IA specifically and exclusively for
PEB, and based on the information or data owned by PEB, shall vest with PEB. The
successful bidder would hand over the entire solution as developed/customized for
PEB. A detailed migration plan would be submitted by the successful bidder in this
regard to PEB at least 3 months before the completion of operation & maintenance
period.
RFP for Implementation of Exam Process Automation System
Page 19
3. IA will make all changes requested by PEB in the Application Software after Go live
during O&M phase of 5 years. Payment for such changes will be made additionally on
"Man Hour" basis. Rates for 500 Man hours are required to be submitted along with
Commercial bids. Payment will be made separately for actual man hour consumed and
agreed by the Change Control Board (CCB) for Change Request assessment. Following
are procedures related for Change Request Handling:
a. After go-live (during O&M phase), if PEB wants any modification/change in any
feature, interface, function, etc. of the application software, it will raise Change
Request in the format as prescribed by IA.
b. IA will study the Change Request and submit Change Request Handling estimate
including time and efforts in terms of "Man Hours" to PEB.
c. All such Change Request Handling estimates will be discussed and approved by
CCB.
d. Change Control Board (CCB) will be constituted by PEB, in which PEB and IA will
nominate their technical experts having good understanding of the technology
and application development tools used in IA application.
e. IA will present Change Request Handling process and efforts in detail with
relevant part of SRS, DB modules and third party integration need (if any) before
CCB. The CCB will seek justification behind proposed Man Hours by IA. It is duty
of IA representative to satisfy Technical Committee member for its judicious and
genuine estimation of efforts.
f. Decision of CCB for Change Request will be the final for both the parties. If IA is
not satisfied with the decision of Technical Committee, it can raise
representation before Chairman of PEB. All Change Request handling related
issues will be resolved in mutual consent of IA and PEB.
g. IA will put best possible efforts to handle change request in given time and
submit a report on same.
h. PEB will evaluate the change in terms the Change request raised initially and
approve same.
i. After receiving approval from PEB, the IA will raise invoice for the payment as per
rates quoted in the financial bid.
4. IA will provide services of 2 technical resources on full time basis in the office of PEB
for "Application & Database level support" and "Operational Handholding". All the
cost for these resources including Salary, Travelling allowance, Laptop, Data Card, etc.
will be borne by IA. Minimum qualification for "Application & Database level Support"
person/resource would be Bachelor of Engineering with at least 3 years of experience
in the area of application development. IA will involve these resources throughout the
RFP for Implementation of Exam Process Automation System
Page 20
application development process, so that they are well aware of the PEB application
architecture, modules and functioning. IA would be required to quote the cost of this
resource separately in commercial bid.
3.11 Exit Management
IA will hand over the entire project asset created during the Implementation for successful
implementation of the project. This process will be initiated 3 months before the ending of
the project contract. In order to align both the parties on transition modalities, IA will
submit a detailed Exit Management Plan before 6 months of the ending date of the
contract. Exit Management Plan will include following but limited to:
1. Detailed inventory of all the assets, IT Infrastructure, source code, its location,
condition, licenses, documents, manuals, etc. created under the Project.
2. Method of Transition including roles and responsibilities of both the parties to
handover and takeover the charge of project regular activities and support system.
3. Proposal for necessary setup or institution structure required at PEB level to
effectively maintain the project after contract ending.
4. Training and handholding of PEB Staff or designated officers for maintenance of
project after contract ending.
PEB will approve this plan after necessary consultation and start preparation for transition.
3.12 Data and Information Security Requirements Since PEB deals with the highly confidential datasets, it shall be a paramount responsibility
of IA to maintain confidentiality of data. Hence, a strong and comprehensive information
security policy based on leading standards such as ISO 27001 and guidelines from
Department of Information Technology (DIT) would need to be defined and implemented by
the IA. The same should be approved by PEB and must be adhered by IA at all times during
the currency of the contract. At the minimum the policy should define the following
guidelines:
3.12.1 Information Classification
1. Information within the system should be classified as Public, Confidential and
Restricted
2. Access to the information should be provided based on the classification of the
information. Data owners should nominate appropriate information classification on
their data and should review information classification periodically to determine if
current classification levels are valid.
RFP for Implementation of Exam Process Automation System
Page 21
3.12.2 Human Resource Security
1. Background check should be performed on all individuals for whom access to the
system is requested. Access should be revoked when a user leaves the organization or
does not require access to the application.
2. Any personnel who becomes aware of any loss, compromise, or possible compromise
of information, or any other incident which has information security implications, will
immediately report the incident to the designated IT in-charge.
3. Any personnel found violating the IS policy, would be penalized.
3.12.3 Physical and environmental security
1. All information storage media (e.g. hard disks, pen drive, floppy disks, magnetic tapes and CD-ROMs) containing sensitive or confidential data will be physically secured, when not in use.
2. Security inspections should be made periodically.
3.12.4 Communications and operations management
1. All operations performed by third parties should be monitored periodically.
2. Backup of all critical data should be taken periodically.
3.12.5 Access control
1. Access to the application should be given only after approval from application owner and the competent authority.
2. The access should be on a role basis rather than designation.
3. The access control policy should cover:
Identification
Authentication
Authorization and Access Control
Administration
Audit
RFP for Implementation of Exam Process Automation System
Page 22
4 Instructions to Bidders
4.1 General instructions
1. While every effort has been made to provide comprehensive and accurate
background information and requirements and specifications, Bidders must form
their own conclusions about the solution needed to meet the requirements. Bidders
and recipients of this Tender may wish to consult their own legal advisers in relation
to this Tender.
2. All information supplied by Bidders shall be treated as contractually binding on the
Bidders. On successful award of the assignment by PEB, the same information shall
be the basis of the contract.
3. This Tender supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
4. MAP_IT reserves the right to postpone or cancel a scheduled Tender opening at any
time.
5. The Tender would be led only by the bidder to whom the Tender document fee
receipt has been issued and cannot be transferred to any other entity.
6. Each bidder shall submit only one Proposal. The bidder who submits more than one
Proposal will be disqualified.
4.2 Proposal Preparation Bidder is expected to examine all instructions, forms, terms and requirements in the RFP
document and prepare the proposal accordingly. Failure to furnish all information required
by the RFP document or submission of a proposal not substantially responsive to the RFP
document in every respect may result in the rejection of proposal. The proposals should be
submitted in Three parts as mentioned in the following sections:-
4.2.1 Pre Qualification (PQ) Bid
Along with other documents, following documents shall be a part of PQ and Technical
Proposals:
1. Bid Covering Letter on the bidder’s letter-head as per Annexure 1.
2. Scanned Copy EMD in the form of a Demand Draft/ Bank Guarantee issued by a
Scheduled/ Nationalized Bank in favour of “MAP IT” payable at Bhopal. (Original will be
submitted offline in MAP_IT Office before bid opening)
RFP for Implementation of Exam Process Automation System
Page 23
3. An authorization letter for granting authority to the person for signing the proposal.
Authorization should be in the name of the person, whose digital signature is being used
for submission of bid proposal on eTendering Portal.
4. Bidder/Company Profile as per Annexure 2 and Projects completed as per Annexure 3
and Annexure 4.
5. Certificate of Incorporation (if any) or relevant registration documents along with
MoA/Bylaws (or similar legal document).
6. Audited annual financial results (balance sheet and profit & loss statements) of the
bidder for the last three financial years.
7. Undertaking for not being blacklisted by any State / Central Govt. by the bidder during
last 5 years.
8. Permanent Account Number (PAN) from Income Tax authorities of bidder along with
certified photocopy.
9. Service Tax and VAT Details of bidder.
10. Copy of valid CMMI Level 3 or above certificate.
11. Other documents as mentioned in the Eligibility Criteria section of this document.
4.2.2 Technical Proposal
The technical Bid should contain a detailed description of the proposed solution. It should
articulate in detail, as to how the Bidder’s Technical Solution meets the requirements
specified in the Bid. The Technical Bid must not contain any pricing information. Any
information submitted additional to the required response should be marked as
‘Supplementary’ and will be furnished as separate section. If the Bidder wishes to propose
additional services (or enhanced levels of services) beyond the scope of this Bid, the
proposal must include a description of such services as a separate attachment to the Bid.
The technical Bid should entail the details of Tasks to be performed as per detailed scope of
work and technical specifications as given in the Bid covering. The Technical Bid shall also
contain Bidder’s plan to address the key challenges of the project. Any deviations in the final
deliverables between technical and commercial Bids shall make the proposal as being
unresponsive and may lead to disqualification of the entire Bid. MAP_IT reserves the right to
take appropriate action in this regard.
4.2.3 Commercial Proposal
The commercial proposals should be submitted in the format of Commercial Bid as available
at Annexure 5.
RFP for Implementation of Exam Process Automation System
Page 24
4.3 Bid Security (EMD) & Security Deposit 1. The bidder shall furnish a bid security (EMD) of Rs. 5,00,000/- (Rs. Five Lacs only)
2. The Bid Security (EMD) shall be in Indian Rupees and shall be in form Demand Draft/
Bank Guarantee, issued by a Scheduled / Nationalized Bank in India, in favour of
MAPIT payable at Bhopal.
3. The EMD shall be valid for at least 80 days from the date of submission of proposal in
case of DD and 180 days in case of Bank Guarantee. No interest shall be payable on
Bid Security under any circumstances.
4. Unsuccessful Bidder’s Bid security shall be discharged or returned within 60 (sixty)
days of expiration of the period of proposal validity prescribed by the MAP_IT or
after awarding tender to successful Bidder. No interest would be applicable for Bid
security.
5. The successful Bidder’s EMD shall be discharged upon the signing of agreement by
the Bidder.
6. The Bid security will be forfeited at the discretion of MAP_IT on account of one or
more of the following reasons:
6.1. The Bidder withdraws its Proposal during the period of proposal validity
6.2. Bidder does not respond to requests for clarification of its proposal
6.3. In case of a successful Bidder, the said Bidder fails-to sign the Agreement in
time.
7. The bidder have to submit the Performance Security/Security deposit @10% of the
total value of contract in the form of Bank Guarantee or DD shall be valid for a period
of 3 months beyond the date of completion of all contractual obligations of
successful bidder.
8. After the completion of all contractual obligations, security deposit should be
returned to the successful bidder within 60 days.
4.4 Compliance & Completeness of Response Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP document carefully. Submission of bid shall be deemed to have been
done after careful study and examination of the RFP document with full understanding of its
implications. The 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 bid proposal and forfeiture of the bid EMD. The RFP
Document is not transferable to any other bidder.
RFP for Implementation of Exam Process Automation System
Page 25
4.5 Amendment of Bid Document At any time prior to the deadline for submission of bids, MAP_IT for any reason, whether at
its own initiative or in response to a clarification requested by a prospective bidder, may
modify the bid documents by amendment. Any such communication shall be posted on
MAP_IT website www.mapit.gov.in and eTender website www.mpeproc.gov.in and
bidders are requested to visit the website for updates.
4.6 Language of Bids All Proposals, correspondence and documents related to proposals, shall be written in the
English language. Supporting documents and printed literature furnished by the Bidder may
be in another language, provided they are accompanied by an accurate translation of the
relevant passages in English language.
4.7 Bid Prices The bidder shall express their bid prices using the price schedule form provided in the
bidding documents as Annexure 5. All costs and charges related to the bid shall be
expressed in Indian Rupees.
4.8 Discounts, Levies, Freight, etc. The Bidders are informed that discount, if any, should be merged with the quoted prices.
Discount of any type, indicated separately, will not be taken into account for evaluation
purposes. The Bidders should also take into account all levies, freight, insurance etc. The
price quoted should be inclusive of all levies, freight, insurance etc. Freight, levies, etc. of
any type, indicated separately, will not be taken into account for evaluation purposes.
4.9 Bid Submission
1. Bids must be direct, concise, and complete. All information not directly relevant to this
RFP should be omitted. Purchaser shall evaluate the bid based on its clarity and the
correctness of its response to the requirements of the project as outlined in this RFP.
2. The bids shall be submitted online on https://www.mpeproc.gov.in/ as per the
formats given below
4.9.1 FORMAT OF SUBMISSION
1. EMD (Offline submission):
An envelope containing EMD is to be super scribed as “EMD for Exam Process
Automation System” The envelop is to be submitted physically at MAP_IT office, State IT
center, 47-A, Arera Hills, Bhopal, Madhya Pradesh before the time of Bid opening.
2. EN-01 Pre-qualification (Online Submission):
RFP for Implementation of Exam Process Automation System
Page 26
The PDF file, should be titled as “Pre-qualification Bid for Exam Process Automation in
PEB” should contain following documents:
a. Scanned Copy of Demand Draft being submitted as EMD.
b. Annexure – 1 : Bid Form
c. Annexure – 2 : Bidder Profile
d. Annexure – 3 : Experience in Application Development for EPAS
e. Annexure – 4 : Project Details
f. Annexure – 7 : Bid Security Form
g. Documents as mentioned on clause 4.2.1 Pre Qualification (PQ) Bid
h. Prequalification Documents as required to fulfill eligibility criteria.
3. EN-02 Technical Bid (Online Submission):
The technical Bid should contain a detailed description of the proposed solution. It should
articulate in detail, as to how the Bidder’s Technical Solution meets the requirements
specified in the Bid. The Technical Bid must not contain any pricing information. Any
information submitted, additional to the required response should be marked as
‘Supplementary’ and will be furnished as separate section. If the Bidder wishes to propose
additional services (or enhanced levels of services) beyond the scope of this Bid, the
proposal must include a description of such services as a separate attachment to the Bid.
The technical Bid should entail the details of Tasks to be performed as per detailed scope of
work and technical specifications. The following are essential components of technical
proposal. (Technical proposal should not have more than 100 pages):
1. Brief about Bidder
2. Understanding of the Project
3. Proposed Solution
a. In case of COTS or ready to deploy solution:
i. Detailed description of solution
ii. Suitability and compliance with PEB requirements
iii. Customization Strategy
iv. Instances of similar usage in other agencies/projects.
v. Benchmarking of the product (if any)
b. In case of Custom built solution
i. Detailed description of development platform.
ii. Application Development Strategy.
iii. Testing Strategy including testing tools and test reports to be shared
with PEB.
RFP for Implementation of Exam Process Automation System
Page 27
iv. Benchmarking of the platform and tools (if any)
4. Licencing Policies for proprietary products/components of solution (if any)
5. Scalability and Performance Requirements
6. UAT Process
7. Training and Change Management strategy
8. STQC Certification and Security Audit
9. Deliverables and sign-off for Golive
10. SLA Tracking
11. Operation and Maintenance strategy
12. Manpower deployment
13. Risk Identification/Mitigation Strategies
14. Exit Management
15. Key Deliverables (along with example deliverables, where possible).
EN-03 Financial Bid:
The PDF file titled as “Financial Bid - Automation of Examination Process in PEB” has to be
uploaded electronically and would include Annexure – 5. Prices shall be quoted entirely in
Indian Rupees and must separately indicate all applicable taxes and levies. In case of
discrepancy between amount given in words and figures, the details given in words shall
prevail.
4.10 Bid Validity All the bids must be valid for a period of 180 days from the last date of submission of the
RFP for execution of Contract Agreement. However, the quoted rates should be valid for the
initial/ extended period of the contract from the effective date of the Contract Agreement.
No request will be considered for price revision during the contract period.
4.11 MAP_IT’s right to terminate the process MAP_IT may terminate the RFP process at any time and without assigning any reason.
MAP_IT makes no commitments, express or implied, that this process will result in a
business transaction with anyone. This RFP does not constitute an offer by MAP_IT.
4.12 Disqualification of bids MAP_IT may at its sole discretion and at any time during the processing of tender, disqualify
any bidder from the tendering process if the bidder has:
1. Submitted the tender after the prescribed date and time of submission of bids.
2. Made misleading or false representations in the forms, statements and attachments
submitted.
RFP for Implementation of Exam Process Automation System
Page 28
3. If found to have a record of poor performance such as abandoning works, not properly
completing the contract, inordinately delaying completion, being involved in litigation
or financial failures, etc.
4. Submitted bid document, which is not accompanied by required documentation and
Earnest Money Deposit (EMD) or non-responsiveness.
5. Failed to provide clarifications related thereto, when sought.
6. Conditional bids will be summarily rejected.
7. Applicants who are found to canvass, influence or attempt to influence in any manner
the qualification or selection process, including without limitation, by offering bribes
or other illegal gratification, shall be disqualified from the process at any stage.
4.13 MAP_IT’s Rights to Accept/Reject any or all Proposals MAP_IT reserves the right to accept or reject any proposal, and to annul the bidding process
and reject all bids at any time prior to award of contract, 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 MAP_IT’s action.
5 Bid Evaluation
1. Bids will be evaluated by Technical Evaluation Committee and Financial Evaluation
Committee constituted by PEB.
2. The decision of these evaluation committees shall be final. No correspondence will be
entertained outside the process of negotiation/ discussion with the committee.
3. Conditional bids shall be summarily rejected.
4. Technical Evaluation Committee constituted by PEB shall examine the bids to
determine whether they are complete, whether any computational errors have been
made, and whether the bids are generally in order.
5. If there is any discrepancy or arithmetical error 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 the errors, the bid shall be rejected and EMD will be forfeited. If there is
a discrepancy between words and figures, the amount in words shall prevail.
6. The Technical Evaluation Committee may conduct clarification meetings with each or
any bidder to discuss any matters, technical or otherwise.
7. Bid document shall be evaluated as per the following steps:
RFP for Implementation of Exam Process Automation System
Page 29
5.1 Preliminary examination
1. This shall involve assessment of Offline Envelop of EMD and EN-01 as specified above.
The submitted documents shall be examined to determine whether the bidder meets
the eligibility criteria, completeness of the bid, whether the documents have been
properly signed by the authorized signatory and whether the bids are generally in
order.
2. MAP_IT reserves the right to seek information/clarifications from the bidders. Any
bids found to be non-responsive for any reason or not meeting the minimum levels of
eligibility criteria specified in the various sections of this Tender Document shall be
rejected and not included for further consideration.
3. Before starting evaluation, the Bids will be examined to determine whether they are
complete, whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly signed, and
whether the Bids are generally in order.
4. The Committees set up by PEB for evaluation of Bids, may waive any minor infirmity or
non-conformity or irregularity in a Bid which does not constitute a material deviation,
provided such a waiver does not prejudice or affect the relative ranking of any Bidder.
5. Prior to the detailed evaluation, the Evaluation Committee will determine the
substantial responsiveness of each Bid to the bidding documents. For purpose of these
Clauses, a substantially responsive Bid is one, which conforms to all the terms and
conditions of the bid documents without material deviations.
6. If the Evaluation Committee determines that a Bid is materially deviating from the
prescribed terms and conditions, then the matter may be referred at higher level to
decide whether the deviations of the Bid are material or not. Decision of the
Evaluation Committee regarding this shall be final and binding.
7. The Committee’s determination of a Bid's responsiveness is to be based on the
contents of the Bid itself without recourse to extrinsic evidence.
8. If a Technical Bid is determined as not substantially responsive, the MAP_IT will reject
it and in such a case Commercial Bid will not be opened.
9. The committee may invite each Bidder to make a presentation at a date, time and
location decided by MAP_IT. The purpose of such presentations would be to allow the
Bidders to present their proposed solutions to the committee and the key points in
their Bids.
RFP for Implementation of Exam Process Automation System
Page 30
5.2 Technical Evaluation
1. A three-stage procedure will be adopted for evaluation of proposals, with the pre-
qualification being completed before the technical evaluation and thereafter financial
proposals being opened and compared.
2. The Pre-Qualification proposal will be evaluated using the following checklist:
S.
No.
List of Documents Supporting documents Annexed
As
1 The bidder should deposit Earnest money. The Bid received without required Earnest money will be rejected.
DD/BG from Nationalized/scheduled Bank enclosed.
2 Cover Letter On Bidder’s Letter head "Annexure 1"
3 Bidder’s Authorization Certificate On Bidder’s Letter head
4 The Bidder should be an Information Technology Service based Company/Society/Firm registered in India since last 5 years.
Incorporation/Registration certificate along with MoA/Bylaws (or similar document) should be furnished as documentary proof.
5 The bidder must be possessing valid CMMI Level-3 or above certification.
Copy of relevant certificates
7 The bidder should have average annual turnover of Rs. 10 Crores or more in last 3 financial years (11-12, 12-13 & 13-14).
Audited Balance Sheet and P/L Account of last three financial years (2011-12, 2012-13& 2013-14).
8 The bidder should have successfully completed 3 or more Application Development Projects for Govt. Agencies.
a. Application Development cost/value of each such project should be minimum Rs. 50 lakhs.
b. Out of these 3 projects, 1 project should include "Exam Process Automation" system for Educational Institution, University or any Govt. Agency that conducts Examination.
Copies of the customer purchase orders/completion certificates/performance fulfillment certificate of relevant assignments. Annexure 3 and Annexure 4
10 The bidder should not have been Black listed by any State or Central Government or any State or Central PSU in India in last 5 years.
Undertaking on letterhead of bidder. Annexure 8
11 The bidder must submit documentary evidence in support of their claim for fulfilling the criteria and they should submit an undertaking on their letterheads to the fairness of these documents in support of
Undertaking on Letter head of Bidder. Annexure 9
RFP for Implementation of Exam Process Automation System
Page 31
their claim while submitting the Bids. The Bids received without documentary evidence will be out rightly rejected.
5.2.1 Criteria for Evaluation and Comparison of Technical Bids
The technical proposal will be evaluated using the following criteria:
Sr.
No.
Technical Parameter – Checklist
(Must submit Documentary evidence for each parameter)
Max score
1 The bidder should have average annual turnover of Rs. 10 Crores or more
in last 3 financial years (11- 12, 12-13& 13-14).
>= 200Cr. (20 marks)
>=50 Cr (17 marks)
10Cr. (15 marks)
20
2 The bidder should have successfully completed 3 or more Application
Development Projects for Govt. Agencies. Cost of each such project should
be minimum Rs. 50 Lakh.
>=10 Projects = 20 marks
>=5 Projects = 17 marks
3 Project = 15 mark
20
4 Implementation of the Projects based on “Exam Process Automation
System” system for any reputed Educational Institution, University or any
Govt. Agency that conducts Examination.
>=5 Projects = 20 marks
>=3 Projects = 15 marks
1 Project = 10 mark
20
5 The Bidder should have a valid CMMI level 3 or above certification.
CMMI Level 5 = 10 marks
CMMI Level 4 = 8 marks
CMMI Level 3 = 6 marks
10
6 Technical Presentation/Solution framework 30
RFP for Implementation of Exam Process Automation System
Page 32
Parameter for technical presentations:
1. Proposed Solution and Architecture
2. Detail of Ready to Deploy/COTS solution (if any)
3. Project O&M Plan
4. Implementation strategy
5. Project timelines and plans
6. Proposed manpower (at least key resource nomination should be
submitted with technical proposal)
7. Any other parameter decided evaluation committee.
Total 100
Note: Bidder has to submit sufficient documents to support their claims for marks.
The commercial bids of only those bidders, who have scored at least 60% marks in technical
bid evaluation process, will be considered for commercial bid evaluation.
5.3 Opening & Comparison of Commercial Bids
1. The Commercial Bids will be opened, in the presence of Bidders’ representatives
(Maximum two for each bidder) who choose to present during opening. The Bidder’s
representatives who are present shall sign a register evidencing their attendance. It
is not mandatory for bidders to attend the bid opening.
2. The Commercial Bid of only technically qualified bidders will be opened. Those
technically qualified bidders shall be termed as Substantially Responsive. The
decision of the MAP_IT in this regard shall be final.
3. The Commercial Bids will be opened and compared (after the technical evaluation is
completed) for those Bidders whose technical bids reach the minimum threshold
standards (i.e. 60% marks).
4. The evaluation committee will evaluate each of the technical qualified bids on the
basis of QCBS Method. The weightage of the technical and commercial parameters
will be in the ratio of 70:30 respectively. For calculation of the combined Technical
and Price Score of all bidders, following formula will be used:
Total Score = [(Technical Score x 0.70) + ((LP/OP x 100) x 0.30)]
Where LP is the Lowest Price offer of the Technically Qualified Bidders and OP is the
Offer Price of the bidder being evaluated.
RFP for Implementation of Exam Process Automation System
Page 33
5. Bidder scoring highest “Total Score” as per above formula, will be considered for
selection.
6. MAP_IT and PEB reserves the right to not to award the contract to the bidder scoring
highest "Total Score" without assigning any reasons thereof.
5.4 Commercial Bid Rejection Criteria
1. Incomplete Price Bid.
2. Price Bids that do not conform to the Tender’s price bid format.
6 Selection of Bidder MAP_IT has been entrusted by PEB to conduct entire selection process. After successful
evaluation of bids, MAP_IT (through its bid evaluation committee) will identify best suitable
proposal/bid and forward same to PEB with necessary recommendations. MAP_IT will also
assist in drafting service agreement to be signed between selected bidder and PEB.
Notification of award will be issued by PEB to the successful bidder.
6.1 Notification of Award to the Bidder Before the expiry of the period of validity of the proposal, the PEB shall notify the successful
Bidder in writing by registered letter or by fax, that its bid has been accepted. The Bidder
shall acknowledge in writing receipt of the notification of award and will send his
acceptance to enter into agreement within seven (7) days.
6.2 Award of Contract Contract will be awarded by PEB to the responsive Bidder whose Bid conforms to the
requirements and represents the best value to the project, price and other factors
considered.
6.3 Signing of Contract The signing of agreement will amount to award of contract and bidder will initiate the
execution of the work as specified in the contract/agreement. If the bidder refuses to accept
the award within one week and disinclines / or neglects the signing the contract agreement
and does not offer to sign the agreement immediately after one week of receipt of letter of
intent and does not sign the contract agreement within a fortnight, the MAP_IT may forfeit
the bid security of the bidder.
6.4 Discharge of Bid Security: Upon the successful signing of the agreement, MAP_IT shall promptly request the Bidder to
provide performance security. On receipt of the performance security, the bid security will
be released.
RFP for Implementation of Exam Process Automation System
Page 34
6.5 Performance Security
1. Within 21 days of notification of award, the Selected Bidder shall furnish
performance security equal to 10% of bid value, valid up to 3 months after the date
of completion of the project term that includes 5 Years maintenance period after ‘Go
Live’ of the project.
2. The proceeds of the performance security shall be payable to the PEB as
compensation for any loss (es) resulting from the failure of the Bidder to meet out its
obligations under the Contract.
3. The performance security shall be furnished in the form of an unconditional and
irrevocable and Bank Guarantee/DD for Contract Performance of the sum equivalent
to 10% of the total contract value in a form and manner acceptable to the PEB which
would remain valid until such time and be renewable as may be stipulated by the
PEB.
4. The Performance Security will be discharged by the PEB and returned to the Bidder
not later than 60 days following the date of completion of the Bidder's performance
obligations, as mentioned in the bid document.
7 General Terms and Conditions
7.1 Warranty and Maintenance
1. The IA shall provide a comprehensive maintenance support for duration of 60
months. All the patches, updates, enhancements etc. will be provided by IA during
maintenance phase by IA.
2. During the warranty period, the IA warrants that the services rendered under this
contract are of most recent version and incorporate all recent improvements in
design unless provided otherwise in the contract. The IA further warrants that the
services rendered under this contract shall have no defects arising from design,
materials or workmanship.
3. PEB shall promptly notify successful Bidder in writing of any claims arising under this
warranty. Upon receipt of such notice, the IA shall, within the warranty period and
with all reasonable speed, repair the defect without costs to PEB and within time
specified and acceptable to Competent Authority.
4. If the IA, having been notified, fails to remedy the defect(s) within the period
specified in the contract, Competent Authority may proceed to take such reasonable
remedial action as may be necessary, at the successful Bidder’s risk and expense and
without prejudice to any other rights, which Competent Authority may have against
the Successful Bidder under the contract.
5. The IA will have to make sure that:
RFP for Implementation of Exam Process Automation System
Page 35
a. The implemented solution represents a complete, integrated solution meeting
all the requirements as outlined in the Bid and further amendments if any, and
provides the functionality and performance, as per the terms and conditions
specified in the contract.
b. The implemented solution will achieve parameters delineated in the technical
specification/ requirement and shall be appropriately integrated to meet Project
requirements.
c. The IA will have to undertake to ensure the maintenance of the acceptance
standards in respect of the systems during the warranty period.
7.2 Resolution of Disputes PEB and the successful bidder shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with
the contract. If, after thirty (30) days from the commencement of such informal
negotiations, PEB and the successful bidder have been unable to resolve amicably a contract
dispute, either party may require that the dispute be referred for resolution to the formal
mechanisms specified here in. These mechanisms may include, but are not restricted to,
conciliation mediated by a third party. In case of a dispute or difference arising between the
PEB and the successful bidder relating to any matter arising out of or connected with the
agreement, such disputes or difference shall be settled in accordance with the Arbitration
and Conciliation Act, of India, 1996 and Jurisdiction area will be Bhopal.
7.3 Termination A Party, without prejudice to any other remedy for breach of Contract, may terminate this
Contract in whole or in part by giving 30 days advance notice; if the other Party commits a
material breach of the Contract and fail to rectify it after being granted a reasonable cure-
period to rectify the defect. In the event of termination, PEB shall pay all amounts due from
its side for the products delivered and services performed by the Bidder till the date of
termination. The Bidder shall continue performance of the contract to the extent not
terminated.
7.4 Force Majeure The Bidder shall not be to liable for forfeiture of its performance security, liquidated
damages, or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an event of Force
Majeure. For purposes of this Clause, “Force Majeure” means an event beyond the control
of the Bidder and not involving Bidder’s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the Client in its sovereign capacity,
wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes,
act of god, riots, strikes etc. If an event of Force Majeure continues for a period of ninety
(90) days or more, the parties may, by mutual agreement, terminate the Contract without
RFP for Implementation of Exam Process Automation System
Page 36
either party incurring any further liabilities towards the other with respect to the Contract,
other than to effect payment for goods/services already delivered or performed.
7.5 Notices Any notice given by one party to the other pursuant to this contract shall be sent to the
other party in writing or by telex, email, cable or facsimile and confirmed in writing to the
other party’s last known address. A notice shall be effective when delivered or tendered to
other party whichever is earlier.
7.6 Penalties for delay in Implementation If the IA fails to complete any milestone within the time period (s) specified in this RFP, PEB
may without prejudice to its other remedies under the Agreement, levy as Penalties, a sum
equivalent to 0.25% of the total project implementation cost (Indicated as "(A)" in the
Commercial Bid format), for each week or part thereof of delay, until actual delivery of
performance. This penalty will be capped for maximum 8 weeks after which, PEB may
terminate the Agreement. Project delay, caused on account of STQC Certification or SDC Co-
hosting services, will be excluded from the calculation of duration for Penalty. In any case
the penalties shall not exceed 10% of the total project cost.
8 Payment 1. Payment shall be made against Invoices duly certified by PEB official and verification
of data. Data for the relevant period shall be submitted in a CD, along with the
Invoice. All taxes deductible at source, if any, at the time of release of payments,
shall be deducted at source as per current rate while making any payment. Payment
of Project Implementation Cost (Indicated as "(A)" in the Commercial Bid format)
along with the applicable taxes afterdeduction of tax at source, if any would be
made as per the following schedule:-
% of Total
Contract
Value
Milestones
10% After submission of SRS/FRS by IA and approval of same by PEB
30% After Successful completion of UAT.
20% After Go Live
10% After Successfully conducting first exam.
30%
Amount would be paid for 5 Years Maintenance & Support services
in 5 equal yearly instalments (would start from the end of first year
of Go Live Certificate).
RFP for Implementation of Exam Process Automation System
Page 37
2. Payment for Providing 2 full time resource in the office PEB for Application & Database
level handholding and support (Indicated as "(C)" in the Commercial Bid format) and
for "Operation Handholding" (Indicated as "(D)" in the Commercial Bid format) will be
made on quarterly basis on submission of Bill after deduction of applicable taxes.
3. Payment for Cost for Change Request Handling worth 500 Man hours during 5 years
O&M period (Indicated as "(B)" in the Commercial Bid format) will be made on the
basis of actual Man hours Consumed and agreed by concerned Technical Committee.
IA will be required to submit bill after successful handling of Change Request for same.
RFP for Implementation of Exam Process Automation System
Page 38
9 Annexure–1 : Bid Covering Letter Date: [insert: date of bid]
To:
The CEO,
MAP_IT
State IT Center, 47-A, Arera Hills, Bhopal (M.P)
(Dept. of IT, Govt. of M.P.)
Dear Sir,
1. Having examined the Bidding Documents, the receipt of which is hereby
acknowledged, we, the undersigned, submit deliverables in full conformity
with the said Bidding Documents.
2. We undertake, if our bid is accepted, to commence work as per the schedule
and to achieve the Acceptance within the respective times stated in the
Bidding Documents.
3. We have read the provisions of bid & confirm that these are acceptable to us.
4. We further declare that bid is unconditional.
5. We undertake, if our bid is accepted, to commence the work as per the
schedule immediately upon signing of the Agreement by both parties, and to
achieve Completion within the time stated in the Bidding Documents.
6. If our bid is accepted, we undertake to provide a Performance Security in the
form and amounts, and within the times specified in the Bidding Documents.
7. We undertake that, in competing for (and, if the award is made to us, in
executing) the above assignment, we will strictly observe the laws against
fraud and corruption in force in India.
8. Until the formal final Contract is prepared and executed between us, this bid,
together with your written acceptance of the bid and your notification of
award, shall constitute a binding contract between us.
Dated this [insert: number] day of [insert: month], [insert: year]
Signed:
In the capacity of [insert: title of position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
RFP for Implementation of Exam Process Automation System
Page 39
10 Annexure – 2 : Bidder’s Profile
S/N Particulars Response
1 Company Name
2 Date of incorporation
3 Company Head Office Address
4 Registered office address
5 Contact person Name
6 Address
7 Telephone no.
8 Mobile No.
9 Fax No.
10 e-mail ID
11 Number of year experience in implementation of
Application Software solution.
12 Whether company has been blacklisted for service
deficiency in last 5 Years. If yes, details thereof.
13 Turnover for Financial Years 2011-12
14 Turnover for Financial Years 2012-13
15 Turnover for Financial Years 2013-14
16 CMM level 3 or above Certification along with
validity period,
17 Size of the Application Software development
team.
18 No of implementation and support staff available
for the offered Application Software solution
RFP for Implementation of Exam Process Automation System
Page 40
11 Annexure – 3: Experience in Application Development for Exam
Process Automation Submit following details separately for each of the implementation site (one duly filled
format for each client).
S/N Particulars Response
1 Application Software product name and year of
development
2 Latest version no released
3 Whether Solution offered is integrated single solution
covering all the modules as given in scope & objective
section of this RFP.
4 Submit detailed functionalities and features of the
offered Application Software along with schematic
diagrams.
5 Submit Access control administration and security
features of the Application Software solution.
6 Submit typical bandwidth requirements in deployment
of Application Software solution.
7 OS (Operating system) & DB ( database) and Front end
development kit versions supported
8 Technology ( Architecture) - Open source,
COTS/custom built
9 Cost of the Project in Indian Rs.
RFP for Implementation of Exam Process Automation System
Page 41
12 Annexure – 4 : IT & eGovernance Project Details Submit following details separately for each of the implementation site (one duly filled
format for each client).
S/N Particulars Response
1
Organization in India where the Application Software solution is already implemented by the bidder & running successfully for last 6 months – supported by letters from clients
2 Address of a contact person at above Organization
3 Name
4 Designation
5 Mobile No
6 Email
7 Project Cost in Indian Rs.
8 Number of users
9 Time taken for implementation of the solution from the date of Purchase Order / signing of contract
10 Whether the scope for this engagement covered all the modules indicated in Scope of this RFP. If not, list the modules implemented.
11 Hardware / OS platform on which implemented.
12 Whether supply and installation of hardware was also included in the scope of the work.
RFP for Implementation of Exam Process Automation System
Page 42
13 Annexure – 5 : Commercial Bid Format
Commercial Bid Format (This must be kept in a separate sealed cover)
Name of the Bidder :
Name of the Project: Date: [ insert: date of bid ]
To: The CEO, MAP_IT (Madhya Pradesh Agency for Promotion of Information Technology) State IT Center, 47-AArera Hills, Bhopal (M.P) (Dept. of IT, Govt. of M.P.)
Dear Sir,
Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to implement the Application Software for OMR Based Exam Process Automation in PEB. To meet such requirements and to provide services as set out in the tender document, we herewith submit our quotation, summarizing our commercial proposal as under:
Particulars Amount in Rs.
Project Implementation Cost :
Design, Development, Installation, Implementation and
Maintenance of Application Software for Automation of
Examination Process as per scope of work (A)
Cost for Change Request Handling worth 500 Manhours during 5
years of O&M period (B)
Cost for Providing 1 full time resource in the office PEB for
"Application & Database level support" for 1 year after GoLive. (C)
Cost for Providing 1 full time resource in the office PEB for
"Operational Handholding" for 1 year after GoLive. (D)
Total (A+B+C+D)
Add: Service Tax/VAT or any other taxes (if any) (E)
Grand Total (A+B+C+D+E)
Grand Total (in words):
Terms:-
RFP for Implementation of Exam Process Automation System
Page 43
1. The Prices mentioned above are inclusive of all taxes. 2. Price shall remain fixed for the entire contract period.
Place: Bidder’s signature with seal
Date :
RFP for Implementation of Exam Process Automation System
Page 44
14 Annexure– 6: Format for Pre-bid Query/Suggestion
REQUESTFOR CLARIFICATIONS FORM
Bid No.
Name of the Company/Firm:
Name of Person(s) Representing the Company/Firm:
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.
Company/Firm Contacts:
Contact Person(s) Address for Correspondence
Email-ID(s) Tel. Nos. & Fax Nos.
Query/Clarification Sought:
S.No. RFP Page No.
RFP Clause No.
Clause Details Query/Suggestion/ Clarification
Date:
Place:
(Signature)
In the capacity of
Duly authorized to sign Bid for and on behalf of
Note:-Queries must be strictly submitted only in the prescribed format. Queries not submitted in the prescribed
format will not be considered/ responded by the tendering authority.
RFP for Implementation of Exam Process Automation System
Page 45
15 Annexure– 7: Bid Security Form Bid No
PARTICULARS OF BID SECURITY
1. Name of the Bank
2. Name, Address, Tel. Nos. & Fax Nos. of Bank Branch Issuing the draft/ BG
3. Code No. of Bank Branch
4. Code No. of signatories of the security
5. Amount of Draft/BG
6. Bank Draft/BG No. and Date
7. Valid up to (give date)
Note: Demand Draft/ BG of Bid Security as per Bid Document should be attached.
Date:
Place:
Name and Designation with Seal
RFP for Implementation of Exam Process Automation System
Page 46
16 Annexure – 8 : Self-declaration for Non-Blacklisting
Bid No.
Ref: Date:
To,
MAP_IT,
State IT Centre,
47-A, Arera Hills,
Bhopal MP
In response to the Tender for Implementation of Case Management and Tracking System in the
Office of Advocate General, as an owner/partner/Director of ……………………………………….. I/We hereby
declare that our Company/firm is having unblemished past record and was not declared ineligible for
corrupt & fraudulent practices either indefinitely or for a particular period of time.
Name of the Bidder: -
Signature: -
Seal of the Organization: -
RFP for Implementation of Exam Process Automation System
Page 47
17 Annexure – 9 : Certificate of Conformity
Bid No.
Date:
To,
MAP_IT,
State IT Centre,
47-A, Arera Hills,
Bhopal MP
CERTIFICATE
This is to certify that, the specifications of Hardware and Software which I have mentioned in the
Technical bid, and which I shall supply if I am awarded with the work, are in conformity with the
specifications in the Tender document. I also certify that the price I have quoted is inclusive of all the
cost factors involved in the execution of the project, to meet the desired Standards set out in the
Tender Document.
Name:
Designation:
Seal: