0% found this document useful (0 votes)
35 views32 pages

RFP It V6 2 Buydettrg

The Directorate of Employment & Training, Government of Jharkhand, is inviting proposals for a 3-year contract for the operation, maintenance, and support of the ITI website. Bidders with relevant experience are encouraged to submit their technical and financial proposals by April 4, 2025, with a pre-bid meeting scheduled for March 25, 2025. The selection will be based on the lowest bid (L1) and all proposals must be submitted through the GeM portal.

Uploaded by

Sujit Panigrahi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views32 pages

RFP It V6 2 Buydettrg

The Directorate of Employment & Training, Government of Jharkhand, is inviting proposals for a 3-year contract for the operation, maintenance, and support of the ITI website. Bidders with relevant experience are encouraged to submit their technical and financial proposals by April 4, 2025, with a pre-bid meeting scheduled for March 25, 2025. The selection will be based on the lowest bid (L1) and all proposals must be submitted through the GeM portal.

Uploaded by

Sujit Panigrahi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 32

Request for Proposal

For
Selection of an IT firm for 3 years on-site Operation, Maintenance and
Support of ITI Website of Government ITI’s in Jharkhand

Date of Issue: 18/03/2025

INVITED BY
Directorate of Employment & Training
Department of Labour, Employment, Training & Skill Development
(Government of Jharkhand)

3rd Floor, Nepal House, Doranda, Ranchi, Jharkhand-834002.


www.iti.jharkhand.gov.in
E-mail Id: - [email protected]

1
Contents
1. Disclaimer ...................................................................................................................... 3
2. Introduction ................................................................................................................... 4
3. Fact Sheet ...................................................................................................................... 5
4. Scope of Work ............................................................................................................... 7
5. Eligible Bidder ..............................................................................................................10
6. Instruction to Bidders ..................................................................................................10
7. Pre-Qualification Criteria .............................................................................................17
8. Bid Formats & Evaluation Process .............................................................................19
9. Payment Terms .............................................................................................................20
10. General Terms & Condition of the Contract ............................................................20
11. Annexures & Forms:.................................................................................................23

2
1. Disclaimer
The information contained in this Request for Proposals document (“RFP”) or subsequently
provided to Bidders, whether verbally or in documentary or any other form by or on behalf of the
Department of Labour, Employment, Training and Skill Development (hereinafter referred to as
the Department/the Authority) or any of its employees or advisers, is provided to Bidders on the
terms and conditions set out in this RFP and such other terms and conditions subject to which
such information is provided. This RFP is not an agreement or an offer by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested parties
with information that may be useful to them in the formulation of their proposals pursuant to this
RFP. This RFP may not be appropriate for all persons, and it is not possible for the Authority, its
employees, or advisers to consider the objectives, technical expertise and particular needs of
each party who reads or uses this RFP.

The assumptions, assessments, statements, and information contained in this RFP, may not be
complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this RFP and obtain
independent advice from appropriate sources. Information provided in this RFP to the Bidders
may be on a wide range of matters, some of which may depend upon the interpretation of the law.
The information given is not intended to be an exhaustive account of statutory requirements and
should not be regarded as a complete or authoritative statement of law. The Authority accepts no
responsibility for the accuracy or otherwise of any interpretation or opinion on the law expressed
herein.

The Authority, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP
and any assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way in this Selection Process. The Authority also accepts no
liability of any nature whether resulting from negligence or otherwise, howsoever caused, arising
from reliance of any Bidder upon the statements contained in this RFP. The Authority may in its
absolute discretion, but without being under any obligation to do so, update, amend or supplement
the information, assessment or assumption contained in this RFP. The issue of this RFP does not
imply that the Authority is bound to select a bidder or to appoint the selected bidder, as the case
may be, for the consultancy and the authority reserves the right to reject all or any of the proposals
without assigning any reasons whatsoever.

The bidder shall bear all its costs associated with or relating to the preparation and submission of
its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Authority, or
any other costs incurred in connection with or relating to its Proposal. All such costs and expenses
will remain with the bidder and the authority shall not be liable in any manner whatsoever for the
same or for any other costs or other expenses incurred by a bidder in preparation for submission
of the proposal, regardless of the conduct or outcome of the selection process.

3
2. Introduction
Directorate of Employment & Training (DET), Department of Labour, Employment & Training,
Govt. of Jharkhand invites bid responses through GeM - bidding process for 3 years on-site
Operation, Maintenance and Support of ITI Website of Government ITI’s in Jharkhand.

Bidder’s having experience of successfully execution of similar projects are invited to take part
and submit their proposal along with company credential in line with the RFP requirement. This
RFP document contains the Scope of Work, Qualifying Requirements, Terms and Conditions,
Forms and Procedure for Submission of Proposal for interested organizations. The vendor has to
submit a detailed technical and financial proposal (Two BID System) for the objectives set forth in
this RFP document. Department reserves the right to accept or reject any or all the offers at any
stage of the process without assigning any reasons thereof and no claim/dispute on this aspect
shall be entertained.

4
3. Fact Sheet
Sl. No. Particulars Details

1. Tender No.
Selection of an IT firm for3 years on-site Operation, Maintenance
2 Name of the Work
and Support of ITI Website of Government ITI’s in Jharkhand
Name of the Directorate of Employment & Training,
3 issuer of this Department of Labour, Employment, Training & Skill Development,
tender Government of Jharkhand
Completion
4 03 years from the date of issuing of work order
period of work
Date of issue of
5 18/03/2025
tender document
6 Pre-bid meeting 25/03/2025; 12:00 PM
Last Date for
7 Submission of 04/04/2025; 04:00 PM
Bids
Technical
8 qualification bid 04/04/2025; 04:30 PM
opening date
Directorate of Employment & Training,
Department of Labour, Employment, Training & Skill Development,
Address of
9 Government of Jharkhand.
Communication
3rd floor, Nepal House, Doranda, Ranchi, Jharkhand-834002, Email
[email protected]
10 Tender Fee Nil
Earnest Money
11 Rs. 1,00,000/- (Rs. One lakhs Only)
Deposit (EMD)
Validity of
12 Proposals must remain valid for 180 days after the submission date
proposal
Method of
13 The method of selection is L1 (lowest bid)
Selection
The currency in which the bidders may quote the price and will
14 Currency
receive payment is INR only
15 Bid Submission Online Through GeM Portal

5
Note:

1. All bid documents must be submitted through the GeM portal only.
2. The date of the opening of the commercial bids will be intimated to the qualified bidders
before the due date through online GeM portal or Email/ Telephone.
3. Proposals must be received no later than the time, and date mentioned in the Fact Sheet.
4. Proposals that are received after the deadline WILL NOT be considered in this
procurement process.

6
4. Scope of Work
The Successful bidder shall maintain and support the Website for a period of 03 years after the
successful operational acceptance without any additional cost.

The project also aims at smooth integration with the digital deliverables of other wings of the
department like Employment & Skill Development and also with other government departments
like Jharkhand Academic council, Department of Information Technology and e- Governance
Department, Welfare Department and others. Hence, the ultimate goal is to create a complete
ecosystem for training & employment. As Skill Development is also a part of the department, the
website should be designed in such a manner that if required, all the websites of the Department
i.e. ITI, Employment Website & Jharkhand Skill Development Mission (JSDM) Website could
transact with each other’s data.

The Scope of Work (SoW) for the operation and maintenance of the existing website of ITIs should
encompass all necessary activities to ensure the website operates efficiently, is up-to-date,
secure, and performs optimally. Below are the key points.

I. Website Operations
 Daily Website Monitoring: Ensure the website is live, check uptime, and monitor
traffic.
 Performance Monitoring: Regularly check page load times, server performance, and
responsiveness of the site to ensure a smooth user experience.
 Content Management: Regular updating of static and dynamic content like notices,
circulars, and reports, ensuring alignment with the department's goals.
 Database Maintenance: Ensure the website's database is optimized, cleansed, and
maintained to perform efficiently.
 User Access Management: Manage permissions and user access for content updates
or technical maintenance, ensuring only authorized personnel have access.
 Backup Management: Conduct regular backups of all website data, including content,
configuration files, and databases.
II. Security and Compliance
 Regular Security Audits: Perform vulnerability scans, penetration testing, and regular
audits to identify and fix security issues.
 Compliance with Government Regulations: Ensure the website follows all
government policies, including accessibility standards (Web Content Accessibility
Guidelines-WCAG), data privacy regulations (Personal Data Protection Bill-PDPB), and
other legal requirements.
 SSL/TLS Management: Ensure that SSL certificates are valid and renewed before
expiration, maintaining secure HTTPS connections for user data.
 Access Control: Implement and enforce proper access controls for administrative
areas and databases, ensuring sensitive data is protected.
 Incident Management: Establish and maintain a process for identifying, responding
to, and recovering from security incidents (cyber-attacks, data breaches, etc.).

7
III. Content Updates and Management
 Content Upload and Updates: Upload new documents, reports, circulars, forms, etc.,
as required by the department. Ensure content is consistent and up to date.
 Content Review and Approval: Create a streamlined process for content approval,
involving multiple levels of validation and compliance checks before publishing.
 Multi-Language Support: Ensure the website supports multiple Indian languages,
ensuring accessibility for a diverse audience.
 Event Management: Update event details like seminars, conferences, webinars, etc.,
ensuring all important dates are accurately reflected.
IV. Technical Maintenance and Support
 Software and Platform Updates: Regularly update CMS (Content Management
System), plugins, themes, and server-side software to keep the website secure and
stable.
 Bug Fixing and Error Resolution: Quickly resolve technical issues, such as broken
links, errors in forms, or technical glitches in the user interface.
 Performance Optimization: Continuously monitor and optimize website speed,
including image compression, database optimization, and caching mechanisms.
 Compatibility Testing: Ensure the website works across all major browsers (Chrome,
Firefox, Safari, Edge) and mobile devices (smartphones, tablets).
 Third-party Service Integration: Manage and monitor any external integrations like
payment gateways, APIs, social media feeds, etc.
V. Backup and Disaster Recovery
 Regular Backups: Create full backups of the website content, configurations, and
databases on a weekly or monthly basis, depending on the content change frequency.
 Disaster Recovery Plan: Develop and test a disaster recovery plan to quickly restore
the website in the event of a major issue, such as data loss, server crash, or security
breach.
VI. User Support and Training
 Helpdesk Support: Provide a support desk for internal users (staff from the
department) for any website-related queries or issues.
 Training Sessions: Provide training for staff in managing the website content, ensuring
that they can use the CMS effectively, and keeping the site updated independently.
 Technical Support: Offer timely troubleshooting and resolution of technical issues
related to the website.
VII. SEO and Analytics
 SEO Optimization: Ensure that the website follows SEO best practices to improve
visibility in search engines, optimizing content, metadata, and images.
 Google Analytics Integration: Regularly monitor traffic using tools like Google
Analytics to track user behavior, page views, and other key metrics.
 Traffic Reports: Provide periodic reports on website traffic and performance,
identifying areas of improvement.
VIII. Maintenance of Web Accessibility

8
 Compliance with WCAG: Ensure the website is accessible to people with disabilities,
meeting the standards defined by the Web Content Accessibility Guidelines (WCAG).
 Periodic Accessibility Audits: Conduct audits to identify and resolve any accessibility
issues, ensuring compliance with national and international standards for accessibility.
IX. Performance and Scalability
 Traffic Management: Ensure the website can handle spikes in traffic, particularly
during high-demand periods like government announcements or admissions etc.
 Scalability: Ensure the website infrastructure (servers, database) is scalable to handle
increasing data, content, and users.
 Load Testing: Conduct regular load testing to ensure the website can manage peak
traffic without crashing.
X. Analytics and Reporting
 User Behavior Reports: Analyze user behavior on the website and suggest
improvements based on the insights (e.g., popular sections, high exit rates, etc.).
 Maintenance Reports: Provide regular maintenance reports (monthly/quarterly)
detailing performed tasks, updates, security patches, and any issues encountered.
 Security Reports: Generate periodic security reports highlighting any identified
vulnerabilities, patch updates, and security breaches.
XI. Continuous Improvement
 User Feedback Collection: Gather feedback from users (either through surveys or
analytics tools) to identify areas of improvement.
 Feature Enhancements: Suggest and implement new features based on user
feedback or evolving department needs.
 Technological Updates: Ensure the website evolves with technological advances
(e.g., adopting new tools or frameworks, implementing AI features, etc.).
XII. Emergency Support and Incident Management
 24/7 Emergency Support: Ensure that emergency support is available for critical
issues (e.g., website downtime, data breaches).
 Incident Resolution: Provide quick resolutions for incidents such as outages, security
attacks, or loss of data, with a predefined SLA (Service Level Agreement) for response
times.
 Root Cause Analysis: After resolving critical incidents, conduct a root cause analysis
to identify what went wrong and how it can be prevented in the future.
XIII. Government-Specific Requirements
 Govt. Compliance Checks: Ensure that the website meets all specific government
standards and regulations, which could include data protection, transparency, or open
data policies.
 Audit Trails: Maintain an audit trail for any website updates, content changes, or
technical modifications made for accountability purposes.

Handing over of Software/Source Code/Database

9
All the information including Source code of the Application Software and Database related to this
project are very sensitive and intellectual property of DET.

Hence after completion of project or termination of contract, Vendor has to handover the complete
Source Code/Database/Front end Application to DET.
5. Eligible Bidder
Participation in this Request for Proposal (RFP) is open to either a single bidder (Registered under
Companies Act 1956 or 2013 or a partnership firm registered under the Indian Partnership Act,
1936 or the Limited Liability Partnerships Act, 2008 or Proprietorship Firm).

Consortium and Joint Venture are not allowed.

6. Instruction to Bidders
6.1. Introduction
The Bidder is expected to examine all instructions, forms, terms, and specifications in the
bidding documents. Failure to furnish all information required as per the bidding documents
or submission of a bid not substantially responsive to the bidding documents in every respect
will be at the Bidder’s risk and may result in rejection of the bid.

6.2. The bidder may download the RFP documents from the Gem portal.
Note:- EMD will be received through online mode only through GeM portal. Bidders can use
internet Banking facility for faster processing of EMD.

Refund will only be issued to the originated Bank account used for the payment of EMD. So,
Bidders are advised NOT to close Bank Account used for online payment/ (NEFT/RTGS) of
EMD. NO Hardcopy/Physical Copy is required to be submitted for tender opening/Evaluation.
However, Department may ask original documents for verification before award of contract.

6.3. Bid Security (EMD)


Bidders shall pay an EMD of Rs. 100,000/- (One lakh only). The EMD amount is interest free
and will be refundable to the unsuccessful Bidders without any accrued interest on it.

Proposals do not accompany with the EMD or containing (relating to the amount or validity
period etc.), mentioned above, shall be summarily rejected.

The EMD may be forfeited in the event of:


 A Bidder withdrawing its bid during the period of bid validity.
 A successful Bidder fails to sign the subsequent contract in accordance with this RFP.
 The Bidder being found to have indulged in any suppression of facts, furnishing of
fraudulent statement, misconduct, or dishonest or other ethically improper activity, in
relation to this RFP.
 A Proposal contains deviations (except when provided in conformity with the RFP)
conditional offers and partial offers.

6.4. Cost of Bidding

10
The Bidder shall bear all the costs associated with the preparation and submission of its bid,
and the department in no case, will be responsible or liable for these costs, regardless of
conduct or outcome of the bidding process.

6.5. Preparation of Bids


 Language of Bid: The bid prepared by the Bidder, as well as all correspondence and
documents relating to the bid exchanged by the Bidder and Directorate of Employment
& Training shall be in English only.
 Bid Currency: Prices shall be quoted in Indian Rupees only.
 Period of Validity of Proposals: The offer submitted by the bidder shall be valid for a
period of 180 days from the last date of submission of the Bid response. A proposal valid
for a shorter period may be rejected as non- responsive.
 In exceptional circumstances, Directorate of Employment & Training may solicit the
bidder's consent for an extension of the validity period. The request and the responses
thereto shall be made in writing (or by email). A Bidder may refuse the request without
forfeiting its bid security. A Bidder granting the request will not be required nor permitted
to modify its bid.
 Prices: No adjustment of the contract price shall be made on account of any variations
in costs of labour and materials or any other cost component affecting the total cost in
fulfilling the obligations under the contract. The Contract price shall be the only due,
payable by the Directorate of Employment & Training to the successful bidder for
completion of the contractual obligations by the successful bidder under the Contract,
subject to the terms of payment specified in the contract. The price would be inclusive
of all taxes, duties, charges and levies as applicable.

The prices, once offered, shall remain fixed and shall not be subject to escalation for any
reason whatsoever within the period of project. A proposal submitted with an adjustable
price quotation or conditional proposal shall be rejected as non-responsive.

6.6. Amendment in Bidding Document


At any time prior to the deadline for submission of proposals, the Directorate of Employment
& Training, for any reason, may modify the RFP notification and such amendment shall be
binding on all bidders.

6.7. Modification and Withdrawal of Proposals


No proposal may be modified or withdrawn in the interval between the deadline for
submission of proposals and the expiration of the validity period specified by the bidder on
the proposal form.

6.8. Conflict of Interest

11
Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential
for conflict of interest on the part of the bidder due to prior, current, or proposed contracts,
engagements, or affiliations with the Directorate of Employment & Training. Additionally, such
disclosure shall address any and all potential elements (time frame for service delivery,
resource, financial or other) that would adversely impact the ability of the bidder to complete
the requirements as given in the RFP.

6.9. Acknowledgement of Understanding Terms & Conditions


By submitting a proposal, each bidder shall be deemed to acknowledge that it has carefully
read all sections of this RFP, including all forms, schedules and annexure hereto, and has
fully informed itself as to all existing conditions and limitations.

6.10. Deadline for Submission of Bids


 Bids must be submitted through online mode only through GeM, not later than the last
time and date specified in the Fact Sheet.
 The Directorate of Employment & Training may, at its discretion, extend this deadline for
submission of bids by amending the bid documents, in which case all rights and
obligations of the tendering Authority and Bidders subject to the deadline will thereafter
be subject to the deadline as extended.

6.11. Late Bids


All late submission of bid will be rejected without assigning any reason and will not be
opened.

6.12. Bid Opening


Bids will be opened on the pre-fixed date on GeM Portal. Department reserves the right to
postpone or cancel a scheduled Bid opening.
In the event of the specified date of bid opening being declared a holiday, the bids shall be
opened at the appointed time and location on the next working day.
Only the commercial bids of qualified bidders will be opened and evaluated. The decision of
the Tender Evaluation Committee shall be final in this regard, as per the GeM portal.

6.13. Bid Evaluation Process


All evaluation will be carried out by Bid Evaluation Committee constituted by the Directorate
of Employment & Training as detailed below: -
 The Bid responses, which do not conform to the RFP conditions and Bid responses from
firms without adequate capabilities as per RFP requirements shall be straight away
rejected, without specifying any reason.
 The documentation furnished by the bidders will be examined prima facie to see if the
work experience and financial capacity and other bidder attributes claimed therein are
consistent with the requirements of this project and meet the eligibility criteria as specified
in Eligibility Criteria Section.
 The Bid Evaluation Committee constituted by the Directorate of Employment & Training
will evaluate the responsive Bids of the eligible bidders. The evaluation committee may

12
ask bidder(s) for additional information, visit to bidders’ site and/or arrange discussions
with their professional, technical faculties to verify the claims made in bid documentation.
 Any proposal not complying with the requirements of the eligibility criteria will not be
processed further.
 All eligible Bid responses will be considered for further financial evaluation.
 The Bid Evaluation Committee will compare and evaluate the Commercial Bids of only
the qualified Bidders.
 The final selection of the bidder shall be made based on the reports of the evaluation
committees.

The bids will be evaluated as follows–

a) Fee Bid Evaluation:


 Online Submission of EMD amounting of Rupees as mentioned in the RFP.
 The Bid will be rejected, and bidder will be declared as dis-qualified in case of failure
of any one of the above conditions.
b) Pre-Qualification Bid Evaluation:
The Pre-Qualification bid evaluation criteria are as follows:
 Each document comprising Pre-Qualification Bid as mentioned in the RFP must be
submitted with signature at all pages.
 The submitted document must proof bidder’s eligibility as per pre- qualification
requirement.
 The Bidder will be dis-qualified in Pre-Qualification bid in case of absence of any one
of the required documents or documents in format other than as specified in the RFP
or not-fulfilling the pre- qualification eligibility. Commercial bid of such dis- qualified
bidder will not be opened.
c) Commercial Bid Evaluation
Commercial bid of only those bidders will be opened who has qualified in Pre-qualification
criteria. The Commercial bid evaluation criteria is as follows –
 Price-bid in the format uploaded with the RFP.
 Arithmetic Error, if any, quoted rate in words shall prevail.

6.14. Negotiations with the Successful Bidder


The Directorate of Employment & Training reserves the right to negotiate with the Successful
Bidder. While negotiating, the following aspects may be considered:
 Further reduction in the quoted price.
 Advancing the delivery schedule
 Additional services
6.15. Award of Contract
After successful completion of the negotiations, if resorted to, the Directorate of Employment
& Training will issue a Letter of Intent to the successful Bidder.

13
On receiving the Letter of Intent, the successful Bidder has to submit its acceptance letter
and has to produce original documents before the concerned authority of the Directorate of
Employment & Training for verification of submitted bidding documents within 07 days of
issuance of Letter of Intent.

If the same is not executed within 07 working days or in case of finding of misrepresentation
of facts through submitted documents during document verification, the bid security of the
Bidder shall be liable for forfeited and the bid response shall be held as non- responsive. The
Directorate of Employment & Training may then negotiate with the second lowest bidder.
Otherwise, award of contract to the successful bidder will be issued.

The expenses incidental to the execution of the contract should be borne by the successful
Bidder.

6.16. Performance Bank Guarantee


Within twenty one (21) working days from the date of signing of the contract, the successful
Bidder shall at his own expense submit an unconditional and irrevocable Performance Bank
Guarantee (PBG) to the Department. The PBG shall be from a Nationalized Bank or a
Scheduled Commercial Bank in the format prescribed in this RFP, payable on demand, for
the due performance and fulfillment of the contract by the bidder.

This Performance Bank Guarantee shall be for an amount equivalent to 5% of the total
contract value. PBG shall be invoked by the Department, in the event the Bidder:

 Fails to meet the overall condition as mentioned in RFP or any changes mutually agreed
between the parties
 Fails to perform the responsibilities and obligations as set out in the RFP to the complete
satisfaction of the Department as per conditions and scope mentioned in the RFP
 Misrepresents facts/information submitted to the Department.

The performance bank guarantee shall be valid till satisfactory completion of contract as per
RFP. The performance bank guarantee may be discharged /returned by the department upon
being satisfied that there has been the due performance of the obligations of the bidder under
the contract. However, no interest shall be payable on the performance bank guarantee.

In the event of the Bidder being unable to service the contract for whatever reason(s),
Department shall have the right to invoke the PBG. Notwithstanding and without prejudice to
any rights whatsoever of Department under the contract in the matter, the proceeds of the
PBG shall be payable to the department as compensation for any loss resulting from the
bidder’s failure to perform/comply with its obligations under the contract.

In case the project is extended beyond the project schedule as mentioned in RFP, the
performance bank guarantee shall be accordingly extended by the Bidder till the completion
of the scope of work as mentioned in the RFP.

14
This Performance Bank Guarantee shall be valid for 12 months from the date of
commencement of Services. On satisfactory performance and completion of the order in all
respects and duly certified to this effect by the department, Certificate shall be issued and
the PBG would be returned to the Bidder.

6.17. Release of Work Order


After the execution of the agreements specified in this document and after receipt of the
Performance Bank Guarantee (PBG), Department will issue a formal work order to the
successful Bidder.

RFP Rejection Criteria

The Bid responses are liable to be rejected for any of the reasons given below:

 Bid responses not submitted in the form specified as per the format given of this RFP
document.
 Bid responses without Bid Security Cost and/or self- declaration for validity of Bid
Security cost.
 Bid responses with incomplete information, subjective and conditional offers as well as
partial offers.
 Bid responses with variance/contradiction among Pre-Qualification Bid and Commercial
Bid.
 Bid responses without the signed copy of the RFP Documents in the respective
envelopes/folders.
 Bid responses with incomplete details.

In addition to the above rejection criteria, if there is non-compliance of any of the clauses of
this RFP Document, the Bid responses are liable for rejection.

6.18. Right to Terminate the Process


The right of final acceptance of the Bid responses is entirely vested with the Directorate of
Employment & Training, who reserves the right to accept or reject, any or all of the Bid
responses in full or in parts without assigning any reason whatsoever.

There is no obligation on the part of the Directorate of Employment & Training to


communicate with rejected Bidders.

6.19. Contacting the tendering Authority


No Bidder shall contact the tendering Authority on any matter relating to its bid, from time of
opening to the time the contract is awarded. If he wishes to bring additional information to
the notice of the tendering Authority, it should do in writing. The tendering Authority reserves
the right as to whether such additional information should be considered or otherwise.

15
Any effort by a Bidder to influence the tendering Authority in its decision on bid evaluation,
bid comparison or contract award may result in disqualification of the Bidder’s bid and also
forfeiture of his bid security.

6.20. Corrupt or Fraudulent Practices


The tendering Authority requires that the Bidders/suppliers/contractors under this RFP
observe the highest standards of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the tendering Authority. Defines for the purposes of this
provision, the terms set forth as follows:
 “Corrupt practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of the public official in the procurement process or in
contract execution; and
 “Fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or an execution of a contract to the detriment of the bidding
Authority and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the bidding Authority of the benefits of the free and open competition.
 The tendering Authority will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing
for the contract in question.
 The tendering Authority will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded a contract if it at any time determines that the firm has
engaged in corrupt and fraudulent practices in competing for, or in executing, a
contract.
 The past performance of the Bidder will be crosschecked if necessary. If the facts are
proven to be dubious, the Bidders bid response will be ineligible for further processing.

6.21. Interpretation of the clauses in the RFP Document / Contract Document


In case of any ambiguity in the interpretation of any of the clauses in RFP Document or the
Contract Document, the bidding Authority’s interpretation of the clauses shall be final and
binding on all parties.

6.22. Binding Clause


All decision taken by the RFP Committee regarding the processing of this RFP and award of
contract shall be final and binding on all concerned bidders.

6.23. Arbitration
The matter regarding any dispute shall first be sorted out at the level of the Directorate of
Employment & Training. If the dispute persists to remain unresolved then it will be
entertained, heard & finalized as per the provisions of the Arbitration and Conciliation Act,
1996. The language of Arbitration shall be in English and Seat of Arbitration shall be at Ranchi

 This RFP document is not transferable.

16
 Incomplete and illegible Bid responses will be rejected.
 Conditional offers and offers qualified by such vague and indefinite expression such
as “Subject to immediate acceptance”, “Subject to prior sale” etc. will not be
considered.
 All required information for bid must be submitted online.
 The categories of items and quantity will be as per requirements. Directorate of
Employment & Training reserves the right to increase or decrease the quantity or
delete some or all the items depending on the needs of the ITI without assigning any
reasons.

7. Pre-Qualification Criteria
Sl. Basic
Specific Requirement Documents Required
No. Requirement
The Bidder should be a company
registered in India under the
Companies Act 1956 or 2013 or
a partnership firm registered
Certificate of incorporation or
under the Partnership Act, 1936
Registration certificate /
or the Limited Liability
Partnership deed, Certificate
Partnerships Act, 2008 or
of commencement of
Proprietorship firm. In case of
business (if applicable)
7.1 Legal Entity Proprietorship firm The bidder
Copy of all documents listed
must be a Proprietorship
above should be attested by
registered under applicable laws
authorized signatory and must
in India. The bidder should have
be submitted along with the
a valid Proprietorship
response
Registration or any other legally
recognized document confirming
the existence of the business as
a sole proprietorship entity.
Copy of PAN Card & Copy of
GST certification
The company should be Copy of all documents listed
7.2 Legal Entity registered with Income Tax and above should be attested by
GST authorized signatory and must
be submitted along with the
response
The bidder must have a minimum A certificate with extracts from
annual average turnover of 50 the audited Balance sheet and
7.3 Turnover Lakhs from Web Application Profit & Loss with average
/Software Development / IT/ ITeS annual turnover for the
in the last three financial years mentioned financial years,

17
i.e. FY 2021-22, 2022-23 & 2023- signed by Chartered
24 Accountant /Statutory Auditor
The Net Worth of the Bidder must
Chartered Accountant
be positive for the last 3 audited
7.4 Net Worth Certificate for positive Net
financial years i.e. FY 2021-22,
worth of the Bidder
2022-23& 2023-24.
Work order or Purchase Order
The bidder should have (PO) or ‘Letter of Intent (LoI) or
experience of implementing at with extract from signed
least one project for design, contract showcasing the
development, implementation & project value and scope of
Similar
7.5 maintenance of Government work
Experience
Industrial Training Institute AND
website/portal/website hosted by Completion
Central or State government Certificates/Phase
within Jharkhand/India. Completion certificate from
the client
The bidder must have
experience of executing similar
nature of work i.e. design,
development, operations &
maintenance of websites/e-
Work order or Purchase Order
governance services etc. during
(PO) or ‘Letter of Intent (LoI) or
last 3 years as on date of
with extract from signed
submission of bid response.
contract showcasing the
The required value is specified
project value and scope of
below.
7.6 Work Experience work
- One project of similar nature not
AND
less than the amount of 40
Completion
Lakhs.
Certificates/Phase
OR
Completion certificate from
- Two project of similar nature not
the client
less than the amount of 30 Lakhs
each OR
- Three project of similar nature
not less than the amount of 20
Lakhs each
An undertaking on bidder’s
letterhead for the same need
to be submitted by the bidder.
Local presence of Bidder must have a Functional
7.7
the firm office in Jharkhand.
Note: - If a bidder does not
currently possess a presence
in Jharkhand, they are

18
required to provide a written
Undertaking on their
letterhead, committing to
establish office in Jharkhand
within 60 days from the date of
issuance of the Letter of Intent
(LoI).
An affidavit on Non-Judicial
Stamp paper stating that the
Bidder is not blacklisted by
any State Government,
Central Government,
The bidder should not have been University, PSU, and any other
blacklisted by any Government government agencies in the
7.8 Blacklisting Department / Government Last 10 years for any of its
Agency / PSU in India as on date Product. The bidder should
of submission of bid not be under liquidation, court
receivership or similar
proceedings, and should not
be bankrupt. Bidder to submit
this undertaking also on non-
Judicial stamp.

8. Bid Formats & Evaluation Process


Overall evaluation of the bids will be done in two stages namely Technical and Financial
evaluation.
I. Pre-qualification Bid
Following documents must be uploaded as part of Pre-qualification bid.
● EMD
● All documents supporting bidder’s claim for pre-qualification criteria compliance.

II. Commercial Bids


 The Financial Bids of the qualified bidders will be opened online over the GeM portal
 The financial bid will be evaluated following the L1 (lowest bid).
 ‘Successful Bidder’/ ‘L1 bidder’ will be the L1 bidder in totality after conclusion of the
bidding process through GeM, subject to compliance to all the Terms and Conditions of
the RFP.
 Only fixed price financial bids indicating total prices for all the deliverables and services
specified in this bid document will be considered.
 The bid price will include all taxes and levies and shall be in Indian Rupees. Type & rate
of taxes shall be mentioned separately.
 Any conditional financial bid would be summarily rejected.

19
III. Bid Evaluation
a) Pre-Qualification Bid
 The documentation furnished by the bidder will be examined prima facie to see if the
technical skill base and financial capacity and other bidder attributes claimed therein are
consistent with the requirements of this project and meet the eligibility criteria as
specified.
 The evaluation committee may ask bidder(s) for additional information, visit to bidder’s
site and/or arrange discussions with their professional, technical faculties to verify the
claims made in bid documentation.
 Any proposal not complying with the requirements of the eligibility criteria may not be
processed further.

b) Financial Bids
The Financial Bids of the technically qualified bidders will be evaluated as per the
evaluation criteria mentioned below-
 The list of Bidders will be ranked in ascending order (i.e.) Bidder quoting the lowest
price L1 (lowest bidder) will be ranked first and so on.
 The ‘Successful Bidder’/ ‘L1 bidder’L1 (lowest bidder) will be awarded the contract.

9. Payment Terms
 All payments shall be released directly by department to the Bidder except as
otherwise provided in the tender. All payments by the department will be effected in
Indian Rupees. Subject to any deductions from the Contract price as per Contract,
the Bidder shall be entitled to receive the contract price quarterly as arrears against
Original Physical invoice.
 All the payments mentioned above shall be made by department based on the
certification by the department of the satisfactory services provided by the bidder.
 All Bank Guarantees shall be by scheduled commercial Banks in India other than
department and shall be irrevocable and enforceable in India.
 Department will have the absolute right to encash Bank Guarantees if sufficiently
convinced of negligence and lack of dedication to work on the part of the Bidder.

10. General Terms & Condition of the Contract


The following are the General Conditions of Contract Selection of an IT firm for 3 years on-site
Operation, Maintenance and Support of ITI Website of Government ITI’s in Jharkhand:

10.1. Agreement
I. The bidder shall execute an agreement for the fulfilment of the contract on Rs. 100/- non-
judicial stamp paper in the prescribed format provided, within seven days from the date of
intimation of the award of contract.
II. If the same is not executed within 07 working days, the bid security of the bidder shall be
liable for forfeited and bid response shall be held as non-responsive. The Directorate of
Employment & Training may then negotiate with the second lowest bidder.
III. The incidental expenses of execution of agreement shall be borne by the bidder.

20
IV. The conditions stipulated in the agreement should be strictly adhered to and violation of
any of the conditions will entail termination of the contract without prejudice to the rights
of Directorate of Employment & Training and recovery of any consequential loss from the
bidder.

10.2. SLA (Service Level Agreement)

Sl. No. Service MMTR 1 (HH:MM) MMTR 2 (HH:MM)


within agreed timelines
For application related
problems bug fixing Penalty of 0.1% from the
1. 4 business hrs.
/enhancements / new monthly
modules development payment shall be deducted for
non-adherence to the schedule
3 business hrs.
For content related
Penalty of 0.1% from the
2. problems/ uploading, minor 30 minutes
monthly payment per incident
changes to webpages etc.
shall be deducted for non-
adherence
5 business hrs. with
Review and response to
3. For effort estimation Within agreed timelines
pending open requests
details

10.3. Force Majeure


 For purposes of this clause, “Force Majeure” means an event beyond the control of
the bidder and not involving the bidder’s fault or negligence and not foreseeable. Such
events may include, but are not limited to, acts of the Purchase either in its sovereign
or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions and freight embargoes.
 If a force Majeure situation arises, the bidder shall promptly notify the Directorate of
Employment & Training in writing of such conditions and the cause thereof. Unless
otherwise directed by the Directorate of Employment & Training in writing, the bidder
shall continue to perform its obligations under the Contract as far as it reasonably
practical and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure.

10.4. Change Orders


Directorate of Employment & Training may at any time, by written order given to the bidder,
make changes within the general scope of the Contract.

10.5. Termination for Default

21
Directorate of Employment & Training may, without prejudice to any other remedy for breach
of contract, by written notice of default sent to the selected vendor, terminate the Contract in
whole or part:
 Failure of the selected vendor to accept the contract and furnish the Performance
Guarantee within specific days of receipt of work-order as stated in the work-order.
 Delay in delivery beyond the specified period
 If the selected vendor fails to perform as per the performance standards mentioned
in scope of work beyond the specified periods; and
 If the selected vendor, in the judgment of Directorate of Employment & Training has
engaged in corrupt or fraudulent practices in competing for or in executing the
Contract.

10.6. IPR

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark,
industrial design rights, etc. arising from the use of the software or any part thereof in India, the
Solution Provider shall act expeditiously to extinguish such claim. If the Solution Provider fails to
comply and the Directorate of Employment & Training required to pay compensation to a third
party resulting from such infringement, the Solution Provider shall be responsible for the
compensation including all expenses, court costs and lawyer fees. The Directorate of Employment
& Training will give notice to the Provider of such claim, if it is made, without delay.

22
11. Annexures & Forms:

Annexure I:-Pre-Qualification Criteria

Basic Compliance
Sl. No Specific Requirement
Requirement (Yes/No)
The Bidder should be a company registered
in India under the Companies Act 1956 or
2013 or a partnership firm registered under
the Partnership Act, 1936 or the Limited
Liability Partnerships Act, 2008 or
Proprietorship firm. In case of Proprietorship
1 Legal Entity firm The bidder must be a Proprietorship
registered under applicable laws in India.
The bidder should have a valid
Proprietorship Registration or any other
legally recognized document confirming the
existence of the business as a sole
proprietorship entity.
The company should be registered with
2 Legal Entity
Income Tax and GST
The bidder must have a minimum annual
average turnover of 50 Lakhs from Web
3 Turnover Application /Software Development / IT/
ITeS in the last three financial years i.e. FY
2021-22, 2022-23 & 2023-24
The Net Worth of the Bidder must be
4 Net Worth positive for the last 3 audited financial years
i.e. FY 2021-22, 2022-23 & 2023-24.

The bidder should have experience of


implementing at least one project for design,
development, implementation &
Similar
5 maintenance of Government Industrial
Experience
Training Institute website/portal within
Jharkhand/India.

The bidder must have experience of


executing similar nature of work i.e. design,
development, operations & maintenance of
websites/e-governance services etc. during
Work last 3 years as on date of submission of bid
6
Experience
response.
The required value is specified below.
- One project of similar nature not less than
the amount of 40 Lakhs.

23
OR
- Two project of similar nature not less than
the amount of 30 Lakhs each OR
- Three project of similar nature not less than
the amount of 20 Lakhs each

Bidder must have a Functional office in


Local presence
7 Jharkhand.
of the firm

The bidder should not have been


blacklisted by any Government Department
8 Blacklisting
/ Government Agency / PSU in India as on
date of submission of bid

24
Annexure - II:- Proposal Covering Letter

To
The Directorate of Employment & Training Nepal House, Ranchi

Sir,

Having examined the Bidding Documents regarding 3 years on-site Operation,


Maintenance and Support of ITI Website of Government ITI’s in Jharkhand vide Bid
_________________Ref. No __________________________dtd.

We, M/s , ______________________ offer to accomplish the task mentioned in the


scope of work along with the amendment of terms and conditions mentioned in the bidding
document.
Documents and Bid security amount of Rupees ___________________ Only as per the
particulars furnished are enclosed.

We undertake, if our Bid is accepted, to Design, Development, Operation & Maintenance


of the website of Government ITI’s in Jharkhand as per the scope of work, we will provide
the Performance bank- guarantee in a sum equivalent to 5% of the Contract Price for the
due performance of the Contract, in the form prescribed by the Directorate of Employment
& Training.

We agree to abide by this bid for a period of 3 years after the last date fixed for bid
submission and shall remain binding upon us and may be accepted at any time before the
expiration of that period.

Until a formal contract is prepared and executed, this bid, together with your written
acceptance and your letter of intent, shall constitute a binding Contract between us.

We understand that in competing for (and if the award is made to us, in executing the
above contract,) we will strictly observe the laws against fraud and corruption in force in
India namely Prevention of Corruption Act 1988 ".

We understand that you are not bound to accept the lowest or any bid you may receive.

Yours faithfully,

Place : Signature :-
Date : Name :-

Designation :-

Company
:-
Name
:-
Company Seal

25
Annexure – III:- Details of the Bidder

Sl.No. Item Details


1 Name of the Company
2 Mailing Address with Tel./Fax No.
Contact Details
Name and Designation of Contact Person
3 Telephone numbers
Fax Number
e-Mail ID
4 Year of Establishment
5 Registration No.
Goods &Service Tax (GST Registration
6
)Certificate
7 Turnover of the Company
8 Profit of the Company
Brief Description of other similar type of project
of Jharkhand State govt implemented by the
9
company.
(Work order attached)
10 Ranchi Office postal Address

Place: Signature :-
Date: Name :-

Designation :-

Company Name :-

:-
Company Seal

26
Annexure - IV:-Self declaration regarding Corrupt & fraudulent practices &Blacklisting

Ref: _____________________ Date : ______________

To,
The Directorate of Employment & Training
Nepal House, Ranchi

Sub :- Self-Declaration regarding past record of company.

Sir,

In response to the Tender No. _____________________ for Ref.________________ I/We as a


owner/partner/ Director of hereby declare that our Agency is having unblemished past record and
was not declare ineligible for corrupt & fraudulent practices either indefinitely or for a particular
period of time.

Also, declare that our Agency ___________________has not been blacklisted by any State /
Central Government / PSU / Private Sector in India during last three years for corrupt, fraudulent
or any other unethical business practices or for any other reason.

Yours faithfully,

Place: Signature :-
Date: Name :-

Designation :-

Company Name :-

:-
Company Seal

27
Annexure - V:- Undertaking

We M/s....................................................……….. (Name of the bidder) here in after called " the


selected vendor" do hereby affirm and undertake to abide by all the terms, conditions and
specifications given in the RFP vide bid Ref. No. ………dtd. ………………… while performing the
scope of work mentioned in the RFP during the project period as per.

Yours Faithfully,

Place: Signature :-
Date: Name :-

Designation :-

Company Name :-

:-
Company Seal

28
Annexure - VI:- Undertaking for Quoted Rate

To,
The Directorate of Employment & Training
Nepal House, Ranchi

Sir,

Having examined the tender documents for vide Bid Ref. No. dtd……….. we the undersigned,
offer to quote the rates for 3 years on-site Operation, Maintenance and Support of ITI Website of
Government ITI’s in Jharkhand during the project period as per the scope of work in the RFP
document in accordance with the terms and conditions in RFP document.

This rate is quoted in terms of total project inclusive of all taxes, levies duties, charges for
Designing, Development, Operations & Maintenance of the website of Government ITI’s in
Jharkhand. We have understood the terms and conditions mentioned in the RFP document
inclusive of the condition that the purchaser will not pay any extra payment other than the quoted
rate to the bidder.

The cost quoted is all inclusive (applicable taxes, duties and any other cost) for the entire project
period.

We understand that you are not bound to accept a lowest offer that you may receive.

Yours faithfully,

Place: Signature :-
Date: Name :-

Designation :-

Company Name :-

:-
Company Seal

29
Annexure – VII:-Details of experience of handling projects related activities

Sl. Name and Address of Date of start of the Date of Project Cost of the
No. the client work completion Details Project
1
2
3
4
5

Note: The copies of work orders and satisfactory completion certificate from the customers shall
be required to be submitted for all the references mentioned above. If required, you are free to
attach extra sheets.

30
Annexure – VIII:- Required Resource Qualification for Deployment(Maintenance Phase)

(Only for reference, to be submitted in Company’s Letter Head)

Minimum Required Qualification / Number of


Sl. No. Position
Experience Resource
Minimum B.E. / B. Tech / MCA (Computer 1
Science or IT) or equivalent from a premier
institute.
Senior
Minimum 5 years’ experience in IT/
1 Software
software development / IT System
Developer
projects / Website Development Minimum
of 5 years’ experience in Website
Application development for IT Projects.
Database Minimum B.E. / B. Tech / MCA (in Computer 1
Administrator Science or
Engineering) or equivalent from a premier
institute.
2 Minimum 5 years’ experience in IT/
software development / IT System
projects / Website Development
Minimum of 3 years’ experience in the
same role (i.e. Database Expert).
Minimum Diploma in Computer 1
Application/Science& Engineering OR B.Sc
Technical (Computer Science) OR Bachelor of
3
Assistant Computer Application (BCA)
Minimum of 3 years’ experience in same
role.

31
Annexure – IX:- Commercial Bid Format

(Only for reference, to be submitted in Company’s Letter Head)

No. of For Three Years


Sl. Resource Monthly (36
Description
No. Cost*(in INR) Months)Cost*(in
INR)
Maintenance with the Deployment of 4
1.
manpower for 3 years
a. Senior software developer 1

b. Database administrator 1

c. Technical Assistant 1

2. Training

3. API Integration
Total cost
Taxes/GST charges

Grand Total

* The selection will be made purely on the basis of the cost quoted

**********

32

You might also like