302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
REQUEST FOR PROPOSAL
ACET
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
REQUEST FOR PROPOSAL (RFP)
ACET QUESTION BANK
Street, Off D. N. Road, Mumbai – 400001
Page 1 of 27
Institute of Actuaries of India
(RFP)
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
TABLE OF CONTENTS
1. Introduction
2. Scope of Work
3. Qualification Criteria
4. Evaluation & Selection Criteria
5. Instructions to Bidders
6.Award of Work
7. Proforma and Annexures
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
TABLE OF CONTENTS
Qualification Criteria
4. Evaluation & Selection Criteria
5. Instructions to Bidders
and Annexures
Street, Off D. N. Road, Mumbai – 400001
Page 2 of 27
Institute of Actuaries of India
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
1. INTRODUCTION
Institute of Actuaries of India (IAI)
Act 2006 (35 of 2006) for regulation of profession of Actuaries in India. The provisions of the
said Act have come into force from 10
dated 8th
November 2006, issued by the Government of India in the Ministry of Finance,
Department of Economic Affairs. As a consequence of this, the erstwhile
India was dissolved and all the Assets and Liabilities of the Actuarial Society of Indi
transferred to, and vested in, the Institute of Actuaries of India constituted under Section 3 of
the Actuaries Act, 2006.
The erstwhile Actuarial Society of India (ASI) was established in September 1944. Since
1979 the ASI has been a Full Member of
organizations to all actuarial bodies across the world) and is actively involved in its affairs. In
1982, the ASI was registered under Registration of Literary, Scientific and Charitable
Societies Act XXI of 1860 and also under Bombay Public started conducting Fellowship
level examination leading to professional qualification of an actuary, till then the
accreditation was based on Institute of Actuaries, London examinations (now Institute and
Faculty of Actuaries.).
Objects of the IAI: The main objects
2006);
• To promote, uphold and develop the standards of professional education, training,
knowledge, practice and conduct amongst Actuaries;
• To promote the status of the Actuaria
• To regulate the practice by the Members
• To promote, in the public interest, knowledge and research in all the matters relevant
to Actuarial Science and its application; and
• To do all such things as may be incidental or conducive to the above objects or any of
them.
2. SCOPE OF WORK
BACKGROUND, AIM AND OBJECTIVE
2.1 As the basic eligibility criteria for admission as student member of the Institute of
Actuaries of India, is to qualify the Entrance Exam, which is ACET
Entrance Test), IAI conducts this online exam every June and December as of now.
2.2 To appear for ACET, the exami
examination at 10 + 2 level. Nevertheless, it is expected that many of those who are
already in education at higher levels and also those working and having qualifications in
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Institute of Actuaries of India (IAI) IAI is a statutory body established under
for regulation of profession of Actuaries in India. The provisions of the
said Act have come into force from 10th
day of November 2006, in terms of the notification
November 2006, issued by the Government of India in the Ministry of Finance,
rtment of Economic Affairs. As a consequence of this, the erstwhile Actuarial Society of
was dissolved and all the Assets and Liabilities of the Actuarial Society of Indi
transferred to, and vested in, the Institute of Actuaries of India constituted under Section 3 of
The erstwhile Actuarial Society of India (ASI) was established in September 1944. Since
1979 the ASI has been a Full Member of International Actuarial Association (an umbrella
organizations to all actuarial bodies across the world) and is actively involved in its affairs. In
1982, the ASI was registered under Registration of Literary, Scientific and Charitable
f 1860 and also under Bombay Public started conducting Fellowship
level examination leading to professional qualification of an actuary, till then the
accreditation was based on Institute of Actuaries, London examinations (now Institute and
Objects of the IAI: The main objects of the Institute are (section 5 of the Actuaries Act,
To promote, uphold and develop the standards of professional education, training,
and conduct amongst Actuaries;
the status of the Actuarial profession;
To regulate the practice by the Members of the profession of Actuary;
To promote, in the public interest, knowledge and research in all the matters relevant
ience and its application; and
uch things as may be incidental or conducive to the above objects or any of
BACKGROUND, AIM AND OBJECTIVE
criteria for admission as student member of the Institute of
Actuaries of India, is to qualify the Entrance Exam, which is ACET (Actuarial Common
IAI conducts this online exam every June and December as of now.
the examinee must have passed 10+2 examination or an equivalent
examination at 10 + 2 level. Nevertheless, it is expected that many of those who are
already in education at higher levels and also those working and having qualifications in
Street, Off D. N. Road, Mumbai – 400001
Page 3 of 27
Institute of Actuaries of India
is a statutory body established under The Actuaries
for regulation of profession of Actuaries in India. The provisions of the
day of November 2006, in terms of the notification
November 2006, issued by the Government of India in the Ministry of Finance,
Actuarial Society of
was dissolved and all the Assets and Liabilities of the Actuarial Society of India were
transferred to, and vested in, the Institute of Actuaries of India constituted under Section 3 of
The erstwhile Actuarial Society of India (ASI) was established in September 1944. Since
International Actuarial Association (an umbrella
organizations to all actuarial bodies across the world) and is actively involved in its affairs. In
1982, the ASI was registered under Registration of Literary, Scientific and Charitable
f 1860 and also under Bombay Public started conducting Fellowship
level examination leading to professional qualification of an actuary, till then the
accreditation was based on Institute of Actuaries, London examinations (now Institute and
of the Institute are (section 5 of the Actuaries Act,
To promote, uphold and develop the standards of professional education, training,
of the profession of Actuary;
To promote, in the public interest, knowledge and research in all the matters relevant
uch things as may be incidental or conducive to the above objects or any of
criteria for admission as student member of the Institute of
(Actuarial Common
IAI conducts this online exam every June and December as of now.
nee must have passed 10+2 examination or an equivalent
examination at 10 + 2 level. Nevertheless, it is expected that many of those who are
already in education at higher levels and also those working and having qualifications in
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
mathematical subjects woul
or professionals, chartered and cost accountants, company secretaries, management
graduates, degree holders in mathematical
this exam.
2.3 ACET is a 2 hour, 100 marks online exam which has 55 multiple choice questions
one correct answer for each question.
2.4 The distribution of questions would be:
1.) 25 questions – 1 mark each
2.) 25 questions – 2 marks each
3.) 05 questions – 5 marks each
2.5 ACET has negative marking
2.6 The Institute requires a Question Bank to be developed for ACET which will have
questions on Mathematics, Statistics, English
Syllabus is given in Appen
2.7 Our requirement is of 1000
5000 questions in which around 450 questions should be 1 mark, another 450 of 2 marks
and around 100 should be of 5 marks for each o
2.8 Since the minimum eligibility
it. We expect 90% of candidates who score 75% plus marks in 10+2 exam to pass this
exam.
2.9 Ensure that the 1 mark, 2 mark and 5 mark questions have
2.10 The questions prepared should be such that to solve a 1 mark question a prepared student
should take up to 50 seconds to complete and likewise, to solve the 2 mark and 5 mark
questions a prepared student should take up to 100
. It needs to be ensured that 1/2/5 mark questions have same standard. It also needs to be
ensured that each question is unique and covers all the aspects of the syllabus. The
questions should not be repeated by changi
being tested the same.
3. QUALIFICATION CRITERIA
3.1 Organisations should have prior experience in development of software for similar work.
3.2 Financial Capability
Organisations should have financial capacity to carry out the services provided as
supported by their Balance Sheets, etc. The bidder’s Average Annual Turnover during
last three years should preferably
be from the revenue of similar work (software development) and not from other associate
activity of the bidder. (Attach documentary evidence such as Balance Sheet etc).
3.3 Organisations should have adequate numbers of experienced professional staff to
the program of work either on their permanent rolls or available on a contractual basis. A
list of the professional members of the team should be attached.
3.4 Organisations should have ISO 9001/ CMMi Level 3/Equivalent/Higher certification
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
mathematical subjects would take up the examinations. For example engineering students
or professionals, chartered and cost accountants, company secretaries, management
graduates, degree holders in mathematical and statistical sciences etc are expected to take
ACET is a 2 hour, 100 marks online exam which has 55 multiple choice questions
one correct answer for each question.
The distribution of questions would be:
1 mark each
2 marks each
5 marks each
ACET has negative marking (50% of mark of the wrongly answered question
requires a Question Bank to be developed for ACET which will have
questions on Mathematics, Statistics, English, Data Interpretation and Logic.
ndix 3.
1000 questions for each of the above mentioned subjects.
in which around 450 questions should be 1 mark, another 450 of 2 marks
and around 100 should be of 5 marks for each of the subjects.
Since the minimum eligibility criterion is 10 + 2, the difficulty level should be based on
We expect 90% of candidates who score 75% plus marks in 10+2 exam to pass this
Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their marks.
The questions prepared should be such that to solve a 1 mark question a prepared student
should take up to 50 seconds to complete and likewise, to solve the 2 mark and 5 mark
questions a prepared student should take up to 100 seconds and 250 seconds respectively.
. It needs to be ensured that 1/2/5 mark questions have same standard. It also needs to be
ensured that each question is unique and covers all the aspects of the syllabus. The
questions should not be repeated by changing only the numbers and keeping the concept
QUALIFICATION CRITERIA
Organisations should have prior experience in development of software for similar work.
Organisations should have financial capacity to carry out the services provided as
supported by their Balance Sheets, etc. The bidder’s Average Annual Turnover during
preferably be Rs 3 crores and above. This turnover/income should
be from the revenue of similar work (software development) and not from other associate
activity of the bidder. (Attach documentary evidence such as Balance Sheet etc).
should have adequate numbers of experienced professional staff to
the program of work either on their permanent rolls or available on a contractual basis. A
list of the professional members of the team should be attached.
3.4 Organisations should have ISO 9001/ CMMi Level 3/Equivalent/Higher certification
Street, Off D. N. Road, Mumbai – 400001
Page 4 of 27
Institute of Actuaries of India
the examinations. For example engineering students
or professionals, chartered and cost accountants, company secretaries, management
and statistical sciences etc are expected to take
ACET is a 2 hour, 100 marks online exam which has 55 multiple choice questions with
of the wrongly answered question).
requires a Question Bank to be developed for ACET which will have
Data Interpretation and Logic. Detail
questions for each of the above mentioned subjects. i.e total
in which around 450 questions should be 1 mark, another 450 of 2 marks
10 + 2, the difficulty level should be based on
We expect 90% of candidates who score 75% plus marks in 10+2 exam to pass this
weightage as per their marks.
The questions prepared should be such that to solve a 1 mark question a prepared student
should take up to 50 seconds to complete and likewise, to solve the 2 mark and 5 mark
seconds and 250 seconds respectively.
. It needs to be ensured that 1/2/5 mark questions have same standard. It also needs to be
ensured that each question is unique and covers all the aspects of the syllabus. The
ng only the numbers and keeping the concept
Organisations should have prior experience in development of software for similar work.
Organisations should have financial capacity to carry out the services provided as
supported by their Balance Sheets, etc. The bidder’s Average Annual Turnover during
crores and above. This turnover/income should
be from the revenue of similar work (software development) and not from other associate
activity of the bidder. (Attach documentary evidence such as Balance Sheet etc).
should have adequate numbers of experienced professional staff to support
the program of work either on their permanent rolls or available on a contractual basis. A
3.4 Organisations should have ISO 9001/ CMMi Level 3/Equivalent/Higher certification
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
3.5 Organisations should be registered with appropriate statutory authorities as required under
law. A copy of all such registrations such as PAN, Service Tax, etc. must be enclosed.
3.6 The bidder preferably should have worked with any Examination/Educatio
similar projects.
3.7 Organisations should enclose Earnest Money Deposit (EMD) of Rs
One Lakh only). The EMD will be in the form of a Demand Draft drawn in favour of
Institute of Actuaries of India, payable at Mumbai.
unsuccessful bidders.
4. EVALUATION AND SELECTION CRITERIA
4.1 Evaluation of Technical Bid
The following criteria are prescribed as pre
undertaking the project.
Acceptance of Terms and Conditions of the RFP
Completion of Bidder Profile
Completion of Authorization Letter
Self-certification
Declaration of Financial and Administrative details
The Bidder should ensure registration with appropriate statutory authorities
and should enclose a copy of their registration with Income Tax etc. as
applicable.
The Bidder should have furnished the Earnest Money Deposit (EMD)
Details of similar completed works during last 3 years. Performance/Client
Report of such work.
The Bidder should have submitted the proof of financial capability as
required under 3.1 and 3.2
ISO 9001/ CMMi Level 3/Equivalent/Higher certification
The Bidder should have well qualified staff for providing the services
required (documentary evidence is required)
The Bidder should have submitted the entire design and methodology for
providing the services. The design and methodology will be the main focus
in the evaluation of the technical bids.
The bidder should be a company/consortium
consortium must be having its operation for more than 5 years (i.e. since
2009 and before).
The Working Group Constituted for the purpose
requisites for the conduct of the services. Each Bidder will be awarded a Technical Score
(TS) out of 80 points by the Working Group
The bidders are required to submit documents to establish their capability.
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
5 Organisations should be registered with appropriate statutory authorities as required under
law. A copy of all such registrations such as PAN, Service Tax, etc. must be enclosed.
3.6 The bidder preferably should have worked with any Examination/Educatio
3.7 Organisations should enclose Earnest Money Deposit (EMD) of Rs 1,00
only). The EMD will be in the form of a Demand Draft drawn in favour of
Institute of Actuaries of India, payable at Mumbai. The same shall be refunded to
EVALUATION AND SELECTION CRITERIA
Evaluation of Technical Bid
The following criteria are prescribed as pre-qualifications for bidders interested in
ELIGIBILITY CRITERIA
Acceptance of Terms and Conditions of the RFP
Completion of Bidder Profile
Completion of Authorization Letter
Declaration of Financial and Administrative details
should ensure registration with appropriate statutory authorities
and should enclose a copy of their registration with Income Tax etc. as
The Bidder should have furnished the Earnest Money Deposit (EMD)
Details of similar completed works during last 3 years. Performance/Client
The Bidder should have submitted the proof of financial capability as
ISO 9001/ CMMi Level 3/Equivalent/Higher certification
The Bidder should have well qualified staff for providing the services
required (documentary evidence is required)
The Bidder should have submitted the entire design and methodology for
providing the services. The design and methodology will be the main focus
in the evaluation of the technical bids.
company/consortium. The company/lead partner of
consortium must be having its operation for more than 5 years (i.e. since
Working Group Constituted for the purpose will examine all of the technical pre
of the services. Each Bidder will be awarded a Technical Score
Working Group based on the parameter given in the table below.
The bidders are required to submit documents to establish their capability.
Street, Off D. N. Road, Mumbai – 400001
Page 5 of 27
Institute of Actuaries of India
5 Organisations should be registered with appropriate statutory authorities as required under
law. A copy of all such registrations such as PAN, Service Tax, etc. must be enclosed.
3.6 The bidder preferably should have worked with any Examination/Educational Bodies on
1,00,000/- (Rupees
only). The EMD will be in the form of a Demand Draft drawn in favour of
same shall be refunded to
qualifications for bidders interested in
Annexure 1
Annexure 2
Annexure 3
Annexure 4
Annexure 5
should ensure registration with appropriate statutory authorities
Details of similar completed works during last 3 years. Performance/Client
providing the services. The design and methodology will be the main focus
f
will examine all of the technical pre-
of the services. Each Bidder will be awarded a Technical Score
based on the parameter given in the table below.
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
4.2 Bids would be evaluated based on the following criteria
Sr.
No.
Parameters
1. Turnover (supported by Audited Financials)
testing business in last 3
item generation is integral part
2. ISO 9001/ CMMi Level 3/Equivalent/Higher
certification from
3. Number of educational institutes
question bank has been
4. Number of questions developed for
various clients in last 5
5. Number of years of experience in question bank
development in various domains for clients
6. Number of Subject Matter Experts (
developing question items in various domains since last
5 years
7. Bidder should explain their process of Question bank
development. The process should be scientific and also
include quality and security assurance
• Technical bids would be evaluated based on the aforesaid eligibility
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
evaluated based on the following criteria
Scores
Turnover (supported by Audited Financials) from online
testing business in last 3 financial years where Question
item generation is integral part
Above 15
9 – 15 crores
Less than
ISO 9001/ CMMi Level 3/Equivalent/Higher Above 7 Years
5 - 7 years
3 - 5 years
3 Years
Number of educational institutes/ clients for whom
has been prepared in in last 5 years
Above 10
7- 10 clients
4 -7 clients
2 -4 clients
2 or less
developed for online test for
in last 5 years.
Above 50000 questions
marks
30000 –
marks
10000 –
marks
10000 or less
marks
Number of years of experience in question bank
development in various domains for clients
Above 10 years
7- 10 years
4-7 Years
2- 4 years
2 or less
Subject Matter Experts (SMEs) in a pool for
developing question items in various domains since last
25 SMEs
10 SMEs
5 SMEs
Bidder should explain their process of Question bank
development. The process should be scientific and also
include quality and security assurance
20 marks
Technical bids would be evaluated based on the aforesaid eligibility
Street, Off D. N. Road, Mumbai – 400001
Page 6 of 27
Institute of Actuaries of India
evaluated based on the following criteria
15 crore - 10 marks
crores - 5 marks
Less than 9 crores - 0 mark
Above 7 Years – 10 Marks
7 years – 7 marks
5 years – 5 Marks
or less – 0 Mark
10 clients - 10 marks
10 clients – 7 marks
clients - 5 marks
4 clients - 2 marks
2 or less – 0 marks
50000 questions - 10
50000 questions – 7
30000 questions - 5
10000 or less questions - 0
10 years - 10 marks
10 years – 7 marks
Years - 5 marks
years - 2 marks
2 or less – 0 marks
25 SMEs - 10 marks
10 SMEs - 5 marks
5 SMEs - 1 mark
20 marks
Technical bids would be evaluated based on the aforesaid eligibility criteria.
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
• The bidder to be technically qualified must achieve minimum
criteria. Those achieving less than
summarily rejected from the bidding.
5. INSTRUCTION TO THE BIDDERS
5.1 GENERAL INFORMATIONThis document should be read in consonance with any Addendum that may be issued with the
RFP. The bidder is required to read the RFP document and the Addendum(s) and would be
deemed to be in knowledge of the provisions of both the document and
claim of any nature whatsoever shall be entertained in this regard. In case of any conflict
between the addendum(s) and the RFP document, the provisions of the RFP document shall
prevail for all intents and purposes.
• Tenders (non-transferable) would be considered in the prescribed RFP format in
paragraph 4.1. Proposals duly filled
should be submitted on or before the given time after which no RFPs will be accepted.
• The bids will be opened a
participating bidders, if any
Bids of only those bidders who have submitted the EMD
Schedule of Bidding Process
1. Last date for receiving queries
2. Institute’s response to queries latest by
3. Pre-Bid meeting, if any
4. Last Date of receipt of Bid
5. Opening of Technical Bids
6. Validity of Bids 90 days
• Financial and Technical Bids can be revised and resubmitted before the last date of
receipt of Bid i.e 17.04.2015 upto 4.00 pm
only be considered.
• The bids will be opened on the scheduled date and time
of representatives of the bidder
requirements of the General Terms and Conditions. Appropriate format prescribed with
this document shall be used for filling quotations. Incomplete, illegible and unsealed bids
will be rejected. Telegraphic bids will not be accepted and no correspondence will be
made in this regard.
• All offers should be made in English. Conditional offers and offers qualified by vague
and indefinite expressions such as “Subject to immediate acceptance”etc. will not
considered.
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
The bidder to be technically qualified must achieve minimum 50
criteria. Those achieving less than 50 marks will not qualify for financial bid and
summarily rejected from the bidding.
INSTRUCTION TO THE BIDDERS
INFORMATION This document should be read in consonance with any Addendum that may be issued with the
RFP. The bidder is required to read the RFP document and the Addendum(s) and would be
deemed to be in knowledge of the provisions of both the document and the Addendum(s). No
claim of any nature whatsoever shall be entertained in this regard. In case of any conflict
between the addendum(s) and the RFP document, the provisions of the RFP document shall
prevail for all intents and purposes.
sferable) would be considered in the prescribed RFP format in
paragraph 4.1. Proposals duly filled-in and accompanying all supporting documents
should be submitted on or before the given time after which no RFPs will be accepted.
The bids will be opened at the given address in the presence of representatives of the
, if any as per the bid schedule mentioned below. The Technical
Bids of only those bidders who have submitted the EMD will be considered.
Schedule of Bidding Process
for receiving queries, if any by IAI 31.03.2015
2. Institute’s response to queries latest by 10.04.2015
11.04.2015
Bid at IAI Office - 17.04.2015 up to
chnical Bids 18.04.2015 at 2.30 pm
days from Date of Opening of Technical Bids
Financial and Technical Bids can be revised and resubmitted before the last date of
receipt of Bid i.e 17.04.2015 upto 4.00 pm. In case of revised bid, the revised bid will
• The bids will be opened on the scheduled date and time irrespective of presence
the bidders. RFPs shall be submitted fully in accordance with the
requirements of the General Terms and Conditions. Appropriate format prescribed with
this document shall be used for filling quotations. Incomplete, illegible and unsealed bids
aphic bids will not be accepted and no correspondence will be
• All offers should be made in English. Conditional offers and offers qualified by vague
and indefinite expressions such as “Subject to immediate acceptance”etc. will not
Street, Off D. N. Road, Mumbai – 400001
Page 7 of 27
Institute of Actuaries of India
50 marks in above
marks will not qualify for financial bid and
This document should be read in consonance with any Addendum that may be issued with the
RFP. The bidder is required to read the RFP document and the Addendum(s) and would be
the Addendum(s). No
claim of any nature whatsoever shall be entertained in this regard. In case of any conflict
between the addendum(s) and the RFP document, the provisions of the RFP document shall
sferable) would be considered in the prescribed RFP format in
in and accompanying all supporting documents
should be submitted on or before the given time after which no RFPs will be accepted.
t the given address in the presence of representatives of the
as per the bid schedule mentioned below. The Technical
will be considered.
up to 4:00 pm
at 2.30 pm
Financial and Technical Bids can be revised and resubmitted before the last date of
bid, the revised bid will
irrespective of presence/absence
. RFPs shall be submitted fully in accordance with the
requirements of the General Terms and Conditions. Appropriate format prescribed with
this document shall be used for filling quotations. Incomplete, illegible and unsealed bids
aphic bids will not be accepted and no correspondence will be
• All offers should be made in English. Conditional offers and offers qualified by vague
and indefinite expressions such as “Subject to immediate acceptance”etc. will not be
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
• The price and conditions of the offer should be valid for at least a period of
from the date of RFP opening. RFP with validity of less than
• The bidder shall carefully examine the RFP documents and th
and fully acquaint themselves as to all the conditions and matters, which may in any way,
affect the work or the cost thereof. Should a RFP find discrepancies in or omissions from
the specifications or other documents, or should
he should at once notify IAI, Mumbai and obtain clarification by email at
and e-mail ([email protected]
ask for time beyond the due date fixed for r
• Submitted RFP forms, with overwritten or erased or illegible rate or rates not shown in
figures and words in English, will be liable for rejection. In case of discrepancy between
words and figures noted against
amount, the decision of the competent authority will be final and binding on the bidders.
Total of each item and grand total of
the RFP, if unavoidable, should be made by r
scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection
of the RFP.
• Request from the bidder in respect of additions, alterations, modifications, corrections
etc. of either terms or conditions or rates after opening of the RFP will not be considered.
Sealing and Marking of Bids
The Bidder shall submit both
envelope addressed to Head
Globe Chambers, 142, Fort Street,
envelope as “Technical and Financial Bid for Preparation of Question Bank for IAI
Entrance Exam”
1. The documents accompanying the Bid s
marked as “Enclosures of the Bid”. The documents shall include:
a) Bid Security (Earnest Money);
b) Supporting documents; and
2. The financial bid ,technical bid and Bid Security plus Supporting documents should be
placed in three different envelope
envelope, which shall be sealed. Each of the three envelopes shall clearly bear
following identification: “
Supporting Documents” and shall clearly indicate the name and address of the Bidder. In
addition, the Bid Due Date should be indicated on the right hand top corner of eac
envelopes.
4. Envelopes shall be addressed to so
Mr Gururaj Nayak,
Head - Operations,
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
• The price and conditions of the offer should be valid for at least a period of
from the date of RFP opening. RFP with validity of less than 90 days will be rejected.
• The bidder shall carefully examine the RFP documents and the technical specifications
and fully acquaint themselves as to all the conditions and matters, which may in any way,
affect the work or the cost thereof. Should a RFP find discrepancies in or omissions from
the specifications or other documents, or should there be any doubt as to their meaning,
he should at once notify IAI, Mumbai and obtain clarification by email at
[email protected]). This however does not entitle the bidder to
ask for time beyond the due date fixed for receipt of RFPs.
• Submitted RFP forms, with overwritten or erased or illegible rate or rates not shown in
figures and words in English, will be liable for rejection. In case of discrepancy between
words and figures noted against any item of the RFP and between unit rates and the total
amount, the decision of the competent authority will be final and binding on the bidders.
tem and grand total of whole RFP should be clearly written. Corrections in
the RFP, if unavoidable, should be made by rewriting with dated initial of the bidder after
scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection
• Request from the bidder in respect of additions, alterations, modifications, corrections
ther terms or conditions or rates after opening of the RFP will not be considered.
Sealing and Marking of Bids
both the Bids in the format specified in the RFP and seal it in an
Head - Operations, Institute of Actuaries of India, 302, Indian
Globe Chambers, 142, Fort Street, Off D N Road, Fort, Mumbai 400 001 and mark the
envelope as “Technical and Financial Bid for Preparation of Question Bank for IAI
1. The documents accompanying the Bid shall be placed in a separate envelope and
marked as “Enclosures of the Bid”. The documents shall include:
a) Bid Security (Earnest Money);
b) Supporting documents; and
financial bid ,technical bid and Bid Security plus Supporting documents should be
envelopes and all the three envelopes shall be placed in an outer
envelope, which shall be sealed. Each of the three envelopes shall clearly bear
following identification: “Financial Bid” , “Technical Bid” and “Bid Security and
and shall clearly indicate the name and address of the Bidder. In
addition, the Bid Due Date should be indicated on the right hand top corner of eac
nvelopes shall be addressed to so as to reach IAI latest by 17.04.2015
Street, Off D. N. Road, Mumbai – 400001
Page 8 of 27
Institute of Actuaries of India
• The price and conditions of the offer should be valid for at least a period of 90 days
days will be rejected.
e technical specifications
and fully acquaint themselves as to all the conditions and matters, which may in any way,
affect the work or the cost thereof. Should a RFP find discrepancies in or omissions from
there be any doubt as to their meaning,
he should at once notify IAI, Mumbai and obtain clarification by email at 022-67843331
). This however does not entitle the bidder to
• Submitted RFP forms, with overwritten or erased or illegible rate or rates not shown in
figures and words in English, will be liable for rejection. In case of discrepancy between
etween unit rates and the total
amount, the decision of the competent authority will be final and binding on the bidders.
whole RFP should be clearly written. Corrections in
ewriting with dated initial of the bidder after
scoring out of the wrong entries. Clerical and arithmetical mistakes may result in rejection
• Request from the bidder in respect of additions, alterations, modifications, corrections
ther terms or conditions or rates after opening of the RFP will not be considered.
at specified in the RFP and seal it in an
of Actuaries of India, 302, Indian
Off D N Road, Fort, Mumbai 400 001 and mark the
envelope as “Technical and Financial Bid for Preparation of Question Bank for IAI
hall be placed in a separate envelope and
financial bid ,technical bid and Bid Security plus Supporting documents should be
shall be placed in an outer
envelope, which shall be sealed. Each of the three envelopes shall clearly bear the
, “Technical Bid” and “Bid Security and
and shall clearly indicate the name and address of the Bidder. In
addition, the Bid Due Date should be indicated on the right hand top corner of each of the
17.04.2015 by 4.00 pm:
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
Institute of Actuaries of India,
302, Indian Globe Chambers,
142, Fort Street, Off D. N. Road,
• If the envelopes are not sealed and marke
responsibility for the misplacement of the contents of the Bid submitted.
• While RFPs are under consideration, bidders and their representatives or other int
parties, are advised to refrain from contacting by any means
representatives, on matters relating to the RFPs
will obtain clarification on RFPs by requesting such information from any or all th
bidders either in writing or through personal contact as may be necessary. The bidder will
not be permitted to change the substance of his offer
any bidder to bring pressure of any kind, may disqualify the bidder for the
and the bidder may be liable to be debarred from
for a period of two years.
assigning any reason thereof
• Govt. Levies like service tax shall be paid at actual rates applicable on the date of
delivery. Rates should be quoted accordingly giving the basic price, Service Tax etc.
• The proposal should be submitted in English Language and pric
• Bidder shall sign all pages of RFP.
In case of any discrepancy between rates mentioned in figures and words, the latter shall
prevail.
• Any attempt to influence direct or indirect on the part of the RFP with the authority to
whom he has submitted the RFP or authority who is competent finally to accept it after he
has submitted his RFP or any endeavour to secure any interest for an actual or prospective
bidder or to influence by any means the acceptance of a particular RFP will rende
RFP liable to be excluded from consideration.
Amendments to RFP
• Any Addendum thus issued will be notified only on the website for information to all
the Bidders and no other means of communications will be used by
• In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, the Board may, at its own discretion, extend the Bid Due Date.
Pre Bid Meeting
• Pre-Bid meeting of the Bidders
place shall be notified on the Institute
each Bidder shall be allowed to participate in the
• During the course of Pre
make suggestions for consideration of IAI
clarifications and such further information as it may, in its sole discretion, consider
appropriate for facilitating a fair, transparent and competitive Bid
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Institute of Actuaries of India,
302, Indian Globe Chambers,
142, Fort Street, Off D. N. Road, Mumbai – 400001
• If the envelopes are not sealed and marked as instructed above, the Institute
responsibility for the misplacement of the contents of the Bid submitted.
• While RFPs are under consideration, bidders and their representatives or other int
parties, are advised to refrain from contacting by any means
representatives, on matters relating to the RFPs under study. IAI, Mumbai
will obtain clarification on RFPs by requesting such information from any or all th
bidders either in writing or through personal contact as may be necessary. The bidder will
not be permitted to change the substance of his offer after 17.04.2015
any bidder to bring pressure of any kind, may disqualify the bidder for the
be liable to be debarred from bidding for IAI, Mumbai
for a period of two years. IAI, Mumbai reserves all rights to cancel the RFP without
assigning any reason thereof and no correspondence will be entertained
• Govt. Levies like service tax shall be paid at actual rates applicable on the date of
delivery. Rates should be quoted accordingly giving the basic price, Service Tax etc.
• The proposal should be submitted in English Language and prices quoted in INR.
• Bidder shall sign all pages of RFP.
In case of any discrepancy between rates mentioned in figures and words, the latter shall
• Any attempt to influence direct or indirect on the part of the RFP with the authority to
e has submitted the RFP or authority who is competent finally to accept it after he
has submitted his RFP or any endeavour to secure any interest for an actual or prospective
bidder or to influence by any means the acceptance of a particular RFP will rende
RFP liable to be excluded from consideration.
Amendments to RFP
• Any Addendum thus issued will be notified only on the website for information to all
the Bidders and no other means of communications will be used by IAI
• In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, the Board may, at its own discretion, extend the Bid Due Date.
of the Bidders may be convened at the designated date. The time and
e shall be notified on the Institute’s website. A maximum of two representatives of
each Bidder shall be allowed to participate in the meeting.
• During the course of Pre-Bid meeting, the Bidders will be free to seek cla
s for consideration of IAI. The Institute shall endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider
appropriate for facilitating a fair, transparent and competitive Bidding Process.
Street, Off D. N. Road, Mumbai – 400001
Page 9 of 27
Institute of Actuaries of India
d as instructed above, the Institute assumes no
responsibility for the misplacement of the contents of the Bid submitted.
• While RFPs are under consideration, bidders and their representatives or other interested
parties, are advised to refrain from contacting by any means IAI personnel or
Mumbai if necessary
will obtain clarification on RFPs by requesting such information from any or all the
bidders either in writing or through personal contact as may be necessary. The bidder will
after 17.04.2015. Any attempt by
any bidder to bring pressure of any kind, may disqualify the bidder for the present RFP
Mumbai RFPs in future
reserves all rights to cancel the RFP without
and no correspondence will be entertained in this regard.
• Govt. Levies like service tax shall be paid at actual rates applicable on the date of
delivery. Rates should be quoted accordingly giving the basic price, Service Tax etc.
es quoted in INR.
In case of any discrepancy between rates mentioned in figures and words, the latter shall
• Any attempt to influence direct or indirect on the part of the RFP with the authority to
e has submitted the RFP or authority who is competent finally to accept it after he
has submitted his RFP or any endeavour to secure any interest for an actual or prospective
bidder or to influence by any means the acceptance of a particular RFP will render the
• Any Addendum thus issued will be notified only on the website for information to all
IAI.
• In order to afford the Bidders a reasonable time for taking an Addendum into account,
or for any other reason, the Board may, at its own discretion, extend the Bid Due Date.
designated date. The time and
’s website. A maximum of two representatives of
, the Bidders will be free to seek clarifications and
shall endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider
ding Process.
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
5.2 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of its bid
and the Institute will in no case be responsible or liable for these costs, whether or not the
Bid is finally accepted.
5.3 PROPOSAL VALIDITY
Technical and Financial Proposals shall remain valid for a period of
specified for opening of Technical Bid.
responsive if it is valid for a shorter period. In exceptional
of the original Proposal validity period,
specified additional period. The request and the responses thereto shall be made in writing
to or by facsimile on the listed contact inform
Bidders shall not be required or permitted to modify the Proposal, but shall be required to
extend the validity of the Proposal for the extension period.
5.4 EARNEST MONEY DEPOSIT (EMD)
The bidder shall furnish,
(Rupees One Lakh only). The EMD shall be in the form of Demand Draft from any
Scheduled Commercial Bank located in India, drawn in favour of
India , payable at Mumbai
the EMD will be rejected as
returned as promptly as possible without interest.
5.5 BID OPENING
Bids will be opened as per schedule speci
representative/s to attend the opening of the bids.
representative/s, it should be accompanied by authority letter as specified in Annexure 3.
Only those person will be allowed to atten
well as Financial Bids
discussion / interaction will be held with the bidders
have been rejected / disqualified.
any or all the offers without assigning any reasons whatsoever. The RFP
constituted for the purpose
decisions of the Working Gro
correspondence will be entertained outside the process of negotiation / discussion with the
Working Group.
At the date, time and location of the bid opening as specified in the RFP, the
Group constituted for the purpose
designated representatives who choose to attend. The Bidders' representatives who are
present shall sign a register evidencing their attendance. The Bidders' names, and any
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
5.2 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of its bid
will in no case be responsible or liable for these costs, whether or not the
ROPOSAL VALIDITY
Technical and Financial Proposals shall remain valid for a period of 90
specified for opening of Technical Bid. IAI shall reject the Proposal as being non
responsive if it is valid for a shorter period. In exceptional circumstances, prior to expiry
of the original Proposal validity period, IAI may extend the period of validity for a
specified additional period. The request and the responses thereto shall be made in writing
to or by facsimile on the listed contact information of the Bidders. In such cases, the
Bidders shall not be required or permitted to modify the Proposal, but shall be required to
extend the validity of the Proposal for the extension period.
5.4 EARNEST MONEY DEPOSIT (EMD)
The bidder shall furnish, as part of its general bid, an EMD of amount Rs1,0
only). The EMD shall be in the form of Demand Draft from any
Scheduled Commercial Bank located in India, drawn in favour of Institute of Actuaries of
India , payable at Mumbai and will not be liable for any interest. Any bid, not containing
the EMD will be rejected as invalid. Unsuccessful bidder’s EMD will be discharged /
returned as promptly as possible without interest.
as per schedule specified above. Bidders may send their authorised
to attend the opening of the bids. Incase, bidder sends his
representative/s, it should be accompanied by authority letter as specified in Annexure 3.
Only those person will be allowed to attend who have authority letters.
will be opened simultaneously for further processing. No
discussion / interaction will be held with the bidders or their representatives
have been rejected / disqualified. IAI reserves the right to accept or reject in part or full
any or all the offers without assigning any reasons whatsoever. The RFP
constituted for the purpose shall evaluate the Technical Bids and Financial bids. The
Working Groupin the evaluation of the bids shall be final. No
correspondence will be entertained outside the process of negotiation / discussion with the
At the date, time and location of the bid opening as specified in the RFP, the
tituted for the purpose shall open the Proposals, in the presence of Bidders'
designated representatives who choose to attend. The Bidders' representatives who are
present shall sign a register evidencing their attendance. The Bidders' names, and any
Street, Off D. N. Road, Mumbai – 400001
Page 10 of 27
Institute of Actuaries of India
The Bidder shall bear all costs associated with the preparation and submission of its bid
will in no case be responsible or liable for these costs, whether or not the
90 days from the date
shall reject the Proposal as being non-
circumstances, prior to expiry
may extend the period of validity for a
specified additional period. The request and the responses thereto shall be made in writing
ation of the Bidders. In such cases, the
Bidders shall not be required or permitted to modify the Proposal, but shall be required to
neral bid, an EMD of amount Rs1,00,000/-
only). The EMD shall be in the form of Demand Draft from any
Institute of Actuaries of
ill not be liable for any interest. Any bid, not containing
. Unsuccessful bidder’s EMD will be discharged /
fied above. Bidders may send their authorised
Incase, bidder sends his
representative/s, it should be accompanied by authority letter as specified in Annexure 3.
d who have authority letters.Technical Bids as
for further processing. No
or their representatives whose bids
reserves the right to accept or reject in part or full
any or all the offers without assigning any reasons whatsoever. The RFP Working Group
shall evaluate the Technical Bids and Financial bids. The
in the evaluation of the bids shall be final. No
correspondence will be entertained outside the process of negotiation / discussion with the
At the date, time and location of the bid opening as specified in the RFP, the Working
shall open the Proposals, in the presence of Bidders'
designated representatives who choose to attend. The Bidders' representatives who are
present shall sign a register evidencing their attendance. The Bidders' names, and any
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
such other details as the Working Group
the Working Group at 302, Indian Globe Chambers, For
opening. The Working Group
scheduled bid opening. The bids will be opened at the address specified in RFP.
5.6 LANGUAGE OF BID & CORRESPONDENCE
The Bid will be prepared by the Bidder in English language only. All the documents
relating to the Bid (including brochures) supplied by the Bidder should also be in English,
and the correspondence between the Bidder &
5.7 BID CURRENCIES
Prices shall be quoted in INDIAN RUPEES, inclusive of all prevailing taxes.
5.8 EVALUATION & SELECTION CRITERIA
The Working Group constituted for the purpose
Proposals as per section 4
in accordance with the requirements set forth in the Document. In order to reach such a
determination, the working group
thoroughness of the proposals on the basis of information provided by the bidder, taking
into account the following factors:
• Overall completeness and compliance with the requirement.
• Proposed work-plan and methodology shall demonstrate that the bidder will achieve the
performance standards within the time frame described in RFP documents.
• Any other relevant factors, listed in RFP document, or which
prudent to take into consideration.
5.9 DISQUALIFICATION OR REJECTION OF RFP
The RFP may be liable to be rejected or the bidder be disqualified at any stage on account
of the following and the decision of the Working Group in this regard will be final
bid or its submission is not in conformity with the instruction mentioned herein.
• If the bid is not accompanied by the requisite EMD.
• If it is not signed with seal, on all the pages of the bid document.
• If it is received after the expiry of due date and time.
• If it is incomplete and required documents are not furnished.
• If it is misleading or false statements/ representations are made as part of requirements
• If found to have a record of poor performance such as having abandoned work, having
been inordinately delayed completion and having faced commercial failures etc.
• In case of overwritings/cuttings in the bid, if the same is not authenticated with
signatures.
• If not accompanied by audited financials.
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Working Group may consider appropriate, will be announced by
302, Indian Globe Chambers, Fort, Mumbai on the day of the bid
Working Group reserves the right at any time to postpone or cancel a
d bid opening. The bids will be opened at the address specified in RFP.
5.6 LANGUAGE OF BID & CORRESPONDENCE
The Bid will be prepared by the Bidder in English language only. All the documents
relating to the Bid (including brochures) supplied by the Bidder should also be in English,
and the correspondence between the Bidder & IAI will be in English language only.
5.7 BID CURRENCIES
Prices shall be quoted in INDIAN RUPEES, inclusive of all prevailing taxes.
5.8 EVALUATION & SELECTION CRITERIA
Working Group constituted for the purpose will carry out a detailed evaluation of the
of RFP in order to determine whether the technical aspects are
in accordance with the requirements set forth in the Document. In order to reach such a
working group will examine and compare the technical aspects and
proposals on the basis of information provided by the bidder, taking
into account the following factors:-
• Overall completeness and compliance with the requirement.
plan and methodology shall demonstrate that the bidder will achieve the
performance standards within the time frame described in RFP documents.
• Any other relevant factors, listed in RFP document, or which IAI deems necessary or
prudent to take into consideration.
5.9 DISQUALIFICATION OR REJECTION OF RFP
iable to be rejected or the bidder be disqualified at any stage on account
and the decision of the Working Group in this regard will be final
bid or its submission is not in conformity with the instruction mentioned herein.
the bid is not accompanied by the requisite EMD.
• If it is not signed with seal, on all the pages of the bid document.
• If it is received after the expiry of due date and time.
• If it is incomplete and required documents are not furnished.
is misleading or false statements/ representations are made as part of requirements
• If found to have a record of poor performance such as having abandoned work, having
been inordinately delayed completion and having faced commercial failures etc.
case of overwritings/cuttings in the bid, if the same is not authenticated with
If not accompanied by audited financials.
Street, Off D. N. Road, Mumbai – 400001
Page 11 of 27
Institute of Actuaries of India
may consider appropriate, will be announced by
on the day of the bid
reserves the right at any time to postpone or cancel a
d bid opening. The bids will be opened at the address specified in RFP.
The Bid will be prepared by the Bidder in English language only. All the documents
relating to the Bid (including brochures) supplied by the Bidder should also be in English,
will be in English language only.
Prices shall be quoted in INDIAN RUPEES, inclusive of all prevailing taxes.
will carry out a detailed evaluation of the
of RFP in order to determine whether the technical aspects are
in accordance with the requirements set forth in the Document. In order to reach such a
will examine and compare the technical aspects and
proposals on the basis of information provided by the bidder, taking
plan and methodology shall demonstrate that the bidder will achieve the
performance standards within the time frame described in RFP documents.
deems necessary or
iable to be rejected or the bidder be disqualified at any stage on account
and the decision of the Working Group in this regard will be final. If the
bid or its submission is not in conformity with the instruction mentioned herein.
is misleading or false statements/ representations are made as part of requirements
• If found to have a record of poor performance such as having abandoned work, having
been inordinately delayed completion and having faced commercial failures etc.
case of overwritings/cuttings in the bid, if the same is not authenticated with
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
5.10 FORFEITURE OF EMD (BID SECURITY)
EMD submitted by the bidder may be forfeited under the following conditi
• If the bid or its submission is not in conformity with the instruction mentioned herein.
• If the bidder withdraws the RFP before the expiry of the validity period.
• If the bidder violates any of the provisions of the terms and conditions of the
In the case of a successful bidder fails to
• accept award of work,
• sign the Contract Agreement with
of award,
• furnish performance security, or the bidder violates any of such important con
this RFP document or indulges in any such activities as would jeopardize the interest of
IAI. The decision of IAI regarding forfeiture of bid security shall be final and shall not be
called upon question under any circumstances.
A default in such a case may involve black
5.11 FINANCIAL BID FORMAT
Sl.
No.
Particulars
1 Rates per question item (inclusive
all)
Note:-
The above said rates should be inclusive of all type of expenses of Writing, Development of
Item, DTP, Composing, Editing, Paper cost, Hard Copy, Soft Copy
inclusive of all taxes also.
6. AWARD OF WORK
The IAI reserves the right to accept or reject any or all bids
• Notwithstanding anything else contained to contrary in this RFP Document, IAI reserves
the right to accept or reject any Bid or to annul the bidding process fully or partial
modifying the same and to reject all Bids at any time prior to the award of work, without
incurring any liabilities in this regard.
6.1 NOTIFICATION OF AWARD
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
5.10 FORFEITURE OF EMD (BID SECURITY)
EMD submitted by the bidder may be forfeited under the following conditi
• If the bid or its submission is not in conformity with the instruction mentioned herein.
• If the bidder withdraws the RFP before the expiry of the validity period.
• If the bidder violates any of the provisions of the terms and conditions of the
In the case of a successful bidder fails to
• sign the Contract Agreement with IAI, after acceptance of communication on placement
• furnish performance security, or the bidder violates any of such important con
this RFP document or indulges in any such activities as would jeopardize the interest of
regarding forfeiture of bid security shall be final and shall not be
called upon question under any circumstances.
A default in such a case may involve black-listing of the bidder by IAI.
FINANCIAL BID FORMAT
Rates
(In figure and in words)
Rates per question item (inclusive
Rs………………………………………….....
………………………………………………...
The above said rates should be inclusive of all type of expenses of Writing, Development of
Item, DTP, Composing, Editing, Paper cost, Hard Copy, Soft Copy etc. The rate should be
AWARD OF WORK
The IAI reserves the right to accept or reject any or all bids-
• Notwithstanding anything else contained to contrary in this RFP Document, IAI reserves
the right to accept or reject any Bid or to annul the bidding process fully or partial
modifying the same and to reject all Bids at any time prior to the award of work, without
incurring any liabilities in this regard.
NOTIFICATION OF AWARD
Street, Off D. N. Road, Mumbai – 400001
Page 12 of 27
Institute of Actuaries of India
EMD submitted by the bidder may be forfeited under the following conditions:
• If the bid or its submission is not in conformity with the instruction mentioned herein.
• If the bidder withdraws the RFP before the expiry of the validity period.
• If the bidder violates any of the provisions of the terms and conditions of the RFP.
, after acceptance of communication on placement
• furnish performance security, or the bidder violates any of such important conditions of
this RFP document or indulges in any such activities as would jeopardize the interest of
regarding forfeiture of bid security shall be final and shall not be
.
Rs………………………………………….....
………………………………………………...
The above said rates should be inclusive of all type of expenses of Writing, Development of
The rate should be
• Notwithstanding anything else contained to contrary in this RFP Document, IAI reserves
the right to accept or reject any Bid or to annul the bidding process fully or partially, or
modifying the same and to reject all Bids at any time prior to the award of work, without
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
Prior to the expiry of the period of Bid validity, Head
Bidder in writing by speed post or Fax or email that its Bid has been accepted. The liability of
the bidder to perform the services will commence from the date of notification of Award. The
Completion Period shall be counted from the date of 'Not
6.2 SIGNING OF CONTRACT
Within 10 (Ten) days of receipt of the Contract, the successful Bidder shall sign and date the
Contract and return it to the IAI. Any incidental expenses on execution of agreement
shall be borne by the successful Bidder A Service Level Agreement (SLA) will be signed
with the bidder at the time of awarding the contract.
6.3 CORRUPT OR FRAUDULENT PRACTICES OR CONFLICT OF
INTEREST
The Board requires that the bidders under this RFP
during the bidding and execution of the contract. In pursuance of this policy, the IAI defines
the terms set forth as follows:-
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, direct
indirectly, of anything of value to influence the actions of any person connected with the
Bidding Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of I
been associated in any manner, directly or indirectly with the Bidding Process or the Award
of Work or has dealt with matters concerning the Service
from, before or after the execution thereof, at any time
the date such official resigns or retires from or otherwise ceases to be in the service of the
IAI, shall be deemed to constitute influencing the actions of a person connected with the
Bidding Process); or (ii) engaging
Process or after the issue of the Award of Work or after the execution of the Service Level
Agreement, as the case may be, any person in respect of any matter relating to the work or the
Award of Work or the Service Level Agreement, who at any time has been or is a legal,
financial or technical adviser of IAI in relation to any matter concerning the work; (b)
“fraudulent practice” means a misrepresentation or omission of facts or suppression of facts
or disclosure of incomplete facts, in order to influence the Bidding Process ; (c) “coercive
practice” means impairing or harming, or threatening to impair or harm, directly or indirectly,
any person or property to influence any person’s participation or acti
Process; (d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by IAI with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding
of Interest; and (e) “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of restricting or
manipulating a full and fair competition in the Biddin
means without limiting the generality of the word, a Bidder shall be considered to have a
Conflict of Interest that affects the Bidding Process, if: (i) such Bidder (or any constituent
thereof) have common controlling
constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Prior to the expiry of the period of Bid validity, Head - Operations, will notify the s
Bidder in writing by speed post or Fax or email that its Bid has been accepted. The liability of
the bidder to perform the services will commence from the date of notification of Award. The
Completion Period shall be counted from the date of 'Notification of Award of Work'.
SIGNING OF CONTRACT
Within 10 (Ten) days of receipt of the Contract, the successful Bidder shall sign and date the
Contract and return it to the IAI. Any incidental expenses on execution of agreement
shall be borne by the successful Bidder A Service Level Agreement (SLA) will be signed
with the bidder at the time of awarding the contract.
CORRUPT OR FRAUDULENT PRACTICES OR CONFLICT OF
The Board requires that the bidders under this RFP observe the highest standards of ethics
during the bidding and execution of the contract. In pursuance of this policy, the IAI defines
-
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, direct
indirectly, of anything of value to influence the actions of any person connected with the
Bidding Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of I
been associated in any manner, directly or indirectly with the Bidding Process or the Award
of Work or has dealt with matters concerning the Service Level Agreement or arising there
from, before or after the execution thereof, at any time prior to the expiry of one year
the date such official resigns or retires from or otherwise ceases to be in the service of the
IAI, shall be deemed to constitute influencing the actions of a person connected with the
Bidding Process); or (ii) engaging in any manner whatsoever, whether during the Bidding
Process or after the issue of the Award of Work or after the execution of the Service Level
Agreement, as the case may be, any person in respect of any matter relating to the work or the
r the Service Level Agreement, who at any time has been or is a legal,
financial or technical adviser of IAI in relation to any matter concerning the work; (b)
“fraudulent practice” means a misrepresentation or omission of facts or suppression of facts
disclosure of incomplete facts, in order to influence the Bidding Process ; (c) “coercive
practice” means impairing or harming, or threatening to impair or harm, directly or indirectly,
any person or property to influence any person’s participation or acti
Process; (d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by IAI with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict
of Interest; and (e) “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of restricting or
manipulating a full and fair competition in the Bidding Process. (f) “Conflict of Interest”
means without limiting the generality of the word, a Bidder shall be considered to have a
Conflict of Interest that affects the Bidding Process, if: (i) such Bidder (or any constituent
thereof) have common controlling shareholders or other ownership interest, or (ii) a
constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder
Street, Off D. N. Road, Mumbai – 400001
Page 13 of 27
Institute of Actuaries of India
Operations, will notify the successful
Bidder in writing by speed post or Fax or email that its Bid has been accepted. The liability of
the bidder to perform the services will commence from the date of notification of Award. The
ification of Award of Work'.
Within 10 (Ten) days of receipt of the Contract, the successful Bidder shall sign and date the
Contract and return it to the IAI. Any incidental expenses on execution of agreement
shall be borne by the successful Bidder A Service Level Agreement (SLA) will be signed
CORRUPT OR FRAUDULENT PRACTICES OR CONFLICT OF
observe the highest standards of ethics
during the bidding and execution of the contract. In pursuance of this policy, the IAI defines
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with the
Bidding Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of IAI who is or has
been associated in any manner, directly or indirectly with the Bidding Process or the Award
Level Agreement or arising there
prior to the expiry of one year from
the date such official resigns or retires from or otherwise ceases to be in the service of the
IAI, shall be deemed to constitute influencing the actions of a person connected with the
in any manner whatsoever, whether during the Bidding
Process or after the issue of the Award of Work or after the execution of the Service Level
Agreement, as the case may be, any person in respect of any matter relating to the work or the
r the Service Level Agreement, who at any time has been or is a legal,
financial or technical adviser of IAI in relation to any matter concerning the work; (b)
“fraudulent practice” means a misrepresentation or omission of facts or suppression of facts
disclosure of incomplete facts, in order to influence the Bidding Process ; (c) “coercive
practice” means impairing or harming, or threatening to impair or harm, directly or indirectly,
any person or property to influence any person’s participation or action in the Bidding
Process; (d) “undesirable practice” means (i) establishing contact with any person connected
with or employed or engaged by IAI with the objective of canvassing, lobbying or in any
Process; or (ii) having a Conflict
of Interest; and (e) “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of restricting or
g Process. (f) “Conflict of Interest”
means without limiting the generality of the word, a Bidder shall be considered to have a
Conflict of Interest that affects the Bidding Process, if: (i) such Bidder (or any constituent
shareholders or other ownership interest, or (ii) a
constituent of such Bidder is also a constituent of another Bidder; or (iii) such Bidder
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
receives or has received any direct or indirect subsidy from any other Bidder, or has provided
any such subsidy to any other Bidder; or (iv) such Bidder has the same legal representative
for purposes of this Bid as any other Bidder; or (v) such Bidder has a relationship with
another Bidder, directly or through common third parties, that puts them in a position to have
access to each others’ information about, or to influence the Bid of either or each of the other
Bidder; or (vi) such Bidder has participated as a consultant to IAI in the preparation of any
documents, design or technical specifications of the proposal. Th
for award if it determines that the Bidder recommended for award has engaged in corrupt or
fraudulent practices or conflict of interest in competing for the contract in question. The IAI,
will declare a Bidder ineligible, eithe
awarded a contract if at any time it is determined that the Bidder has engaged in corrupt and
fraudulent practices in competing for or in execution of the contract.
should not be involved in activities in the last 5 years or should be involved post 5 years from
the effective date of this agreement that arise conflict of interest situations such as coaching
students for actuarial exams.
6.4 TERMINATION FOR DEFAULT
IAI, may without prejudice to any other remedy for breach up of terms and conditions
(including forfeiture of Performance Security) by written notice of default sent to the bidder,
terminate the work / task in whole or in part, after sending a notice to the bidder in this
regard: If the bidder fails to deliver or complete the job assigned in the terms and conditions
within the time period (s) specified in the RFP Document
perform any other obligations under the terms and conditions.
6.5 PROGRESS OF THE PROJECT
• Progress of the Project may be intimated in writing to Head
monthly basis. IAI shall review the progress and further extension of contract shall be subject
to satisfactory performance in previo
6.6 PENALTY
a) We expect 100% correct answer rate but we do understand that unintended errors may
happen and hence a correct answer rate of at least 99.8% (which means 10 wrong
answers out of 5,000) is expected.
@1% per 10 wrong answers or part thereof provided always that the total amount of
compensation for delay to be paid under this condition shall not exceed 5% of the
tendered value of work.
b) If the work is not completed with the project
agreed), IAI reserve the rights to charge penalty @1% per week or part thereof provided
always that the total amount of compensation for delay to be paid under this condition
shall not exceed 5% of the tendered valu
c) The maximum amount of penalty shall not exceed 10% of the tendered value of work.
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
receives or has received any direct or indirect subsidy from any other Bidder, or has provided
any other Bidder; or (iv) such Bidder has the same legal representative
for purposes of this Bid as any other Bidder; or (v) such Bidder has a relationship with
another Bidder, directly or through common third parties, that puts them in a position to have
access to each others’ information about, or to influence the Bid of either or each of the other
Bidder; or (vi) such Bidder has participated as a consultant to IAI in the preparation of any
documents, design or technical specifications of the proposal. The IAI will reject a proposal
for award if it determines that the Bidder recommended for award has engaged in corrupt or
fraudulent practices or conflict of interest in competing for the contract in question. The IAI,
will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if at any time it is determined that the Bidder has engaged in corrupt and
fraudulent practices in competing for or in execution of the contract. (vi) T
volved in activities in the last 5 years or should be involved post 5 years from
the effective date of this agreement that arise conflict of interest situations such as coaching
6.4 TERMINATION FOR DEFAULT
prejudice to any other remedy for breach up of terms and conditions
(including forfeiture of Performance Security) by written notice of default sent to the bidder,
terminate the work / task in whole or in part, after sending a notice to the bidder in this
regard: If the bidder fails to deliver or complete the job assigned in the terms and conditions
within the time period (s) specified in the RFP Document in Appendix 2. If the bidder fails to
perform any other obligations under the terms and conditions.
PROGRESS OF THE PROJECT
• Progress of the Project may be intimated in writing to Head – Operations, IAI, on at least
shall review the progress and further extension of contract shall be subject
to satisfactory performance in previous work.
We expect 100% correct answer rate but we do understand that unintended errors may
happen and hence a correct answer rate of at least 99.8% (which means 10 wrong
answers out of 5,000) is expected. Thereafter, IAI reserve the rights to c
wers or part thereof provided always that the total amount of
compensation for delay to be paid under this condition shall not exceed 5% of the
If the work is not completed with the project timelines (subject to extension mutually
agreed), IAI reserve the rights to charge penalty @1% per week or part thereof provided
always that the total amount of compensation for delay to be paid under this condition
shall not exceed 5% of the tendered value of work.
The maximum amount of penalty shall not exceed 10% of the tendered value of work.
Street, Off D. N. Road, Mumbai – 400001
Page 14 of 27
Institute of Actuaries of India
receives or has received any direct or indirect subsidy from any other Bidder, or has provided
any other Bidder; or (iv) such Bidder has the same legal representative
for purposes of this Bid as any other Bidder; or (v) such Bidder has a relationship with
another Bidder, directly or through common third parties, that puts them in a position to have
access to each others’ information about, or to influence the Bid of either or each of the other
Bidder; or (vi) such Bidder has participated as a consultant to IAI in the preparation of any
e IAI will reject a proposal
for award if it determines that the Bidder recommended for award has engaged in corrupt or
fraudulent practices or conflict of interest in competing for the contract in question. The IAI,
r indefinitely or for a stated period of time, to be
awarded a contract if at any time it is determined that the Bidder has engaged in corrupt and
(vi) The firm bidding
volved in activities in the last 5 years or should be involved post 5 years from
the effective date of this agreement that arise conflict of interest situations such as coaching
prejudice to any other remedy for breach up of terms and conditions
(including forfeiture of Performance Security) by written notice of default sent to the bidder,
terminate the work / task in whole or in part, after sending a notice to the bidder in this
regard: If the bidder fails to deliver or complete the job assigned in the terms and conditions
. If the bidder fails to
Operations, IAI, on at least
shall review the progress and further extension of contract shall be subject
We expect 100% correct answer rate but we do understand that unintended errors may
happen and hence a correct answer rate of at least 99.8% (which means 10 wrong
IAI reserve the rights to charge penalty
wers or part thereof provided always that the total amount of
compensation for delay to be paid under this condition shall not exceed 5% of the
timelines (subject to extension mutually
agreed), IAI reserve the rights to charge penalty @1% per week or part thereof provided
always that the total amount of compensation for delay to be paid under this condition
The maximum amount of penalty shall not exceed 10% of the tendered value of work.
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
6.7 CONFIDENTIALITY
Any information pertaining to IAI or any other agency involved in the project, matters
concerning IAI that comes to the knowledge of the bidder in connection
will be deemed to be confidential and the contractor will be fully responsible, for the same
being kept confidential and held in trust, as also for all consequences of its concern
personnel failing to observe the same. The bidder shall ensure due secrecy of information and
data not intended for public distribution. The affidavit to this effect should be submitted
along with security deposit.
6.8 FORCE MAJEURE
This clause shall mean and be limited to the following in the execution of the contract of
War / hostilities
• Riot or civil commotion
• Earth Quake, Flood, Tempest, Lightning or other natural physical disaster
• Restrictions imposed by the Government or other statutory bod
the control of the consultant, which prevent or delay the execution of the order by the
consultant
• The Agency shall inform
end of the above clauses of delay, within 7 days of oc
force majeure conditions. In the event of a delay lasting for more than one month, if
arising out of clauses of force majeure,
without any obligation to compensate the bidder in a
reason, subject to the provision of clause mentioned.
6.9 ARBITRATION
• All disputes, differences, claims and demands arising under the contract shall be referred to
the President, IAI, for final decision and the same shall be binding on all parties.
• Any other terms and conditions mutually agreed prior to finalization of the order /
agreement shall be binding on the bidder.
• President, IAI and the selected agency shall make every e
direct negotiation, any disagreement or dispute arising between them under or in connection
with the work order. If any dispute arises between parties on aspects not covered by this
agreement, or the construction or operat
these except as to any matter the decision of which is specia
conditions, such disputes shall be referred to two arbitrators, one to be appointed by each
party and the said arbitrators shall appoint an umpire in w
reference and the award of the arbitration or umpire, as the case may be shall be final and
binding on both the parties. The arbitrators or the umpire as the case may be, with the
of parties, may modify the time frame for making and publishing the award. Such arbitration
shall be governed in all respects by the provision of the Indian Arbitration and Conciliation
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
CONFIDENTIALITY
Any information pertaining to IAI or any other agency involved in the project, matters
that comes to the knowledge of the bidder in connection
will be deemed to be confidential and the contractor will be fully responsible, for the same
being kept confidential and held in trust, as also for all consequences of its concern
personnel failing to observe the same. The bidder shall ensure due secrecy of information and
data not intended for public distribution. The affidavit to this effect should be submitted
FORCE MAJEURE
ll mean and be limited to the following in the execution of the contract of
Riot or civil commotion
Earth Quake, Flood, Tempest, Lightning or other natural physical disaster
Restrictions imposed by the Government or other statutory bodies, which is beyond
the control of the consultant, which prevent or delay the execution of the order by the
The Agency shall inform Head – Operations, IAI, in writing the beginning and the
end of the above clauses of delay, within 7 days of occurrence and cessation of the
force majeure conditions. In the event of a delay lasting for more than one month, if
arising out of clauses of force majeure, IAI, reserves the right to cancel the contract
without any obligation to compensate the bidder in any manner for whatsoever
reason, subject to the provision of clause mentioned.
• All disputes, differences, claims and demands arising under the contract shall be referred to
, for final decision and the same shall be binding on all parties.
• Any other terms and conditions mutually agreed prior to finalization of the order /
agreement shall be binding on the bidder.
and the selected agency shall make every effort to resolve amicably through
direct negotiation, any disagreement or dispute arising between them under or in connection
with the work order. If any dispute arises between parties on aspects not covered by this
agreement, or the construction or operation thereof, or the rights, duties or liabilities under
these except as to any matter the decision of which is specially provided for by the general
conditions, such disputes shall be referred to two arbitrators, one to be appointed by each
aid arbitrators shall appoint an umpire in writing before entering into the
reference and the award of the arbitration or umpire, as the case may be shall be final and
binding on both the parties. The arbitrators or the umpire as the case may be, with the
of parties, may modify the time frame for making and publishing the award. Such arbitration
shall be governed in all respects by the provision of the Indian Arbitration and Conciliation
Street, Off D. N. Road, Mumbai – 400001
Page 15 of 27
Institute of Actuaries of India
Any information pertaining to IAI or any other agency involved in the project, matters
that comes to the knowledge of the bidder in connection with this contract,
will be deemed to be confidential and the contractor will be fully responsible, for the same
being kept confidential and held in trust, as also for all consequences of its concerned
personnel failing to observe the same. The bidder shall ensure due secrecy of information and
data not intended for public distribution. The affidavit to this effect should be submitted
ll mean and be limited to the following in the execution of the contract of
Earth Quake, Flood, Tempest, Lightning or other natural physical disaster
ies, which is beyond
the control of the consultant, which prevent or delay the execution of the order by the
in writing the beginning and the
currence and cessation of the
force majeure conditions. In the event of a delay lasting for more than one month, if
, reserves the right to cancel the contract
ny manner for whatsoever
• All disputes, differences, claims and demands arising under the contract shall be referred to
, for final decision and the same shall be binding on all parties.
• Any other terms and conditions mutually agreed prior to finalization of the order /
ffort to resolve amicably through
direct negotiation, any disagreement or dispute arising between them under or in connection
with the work order. If any dispute arises between parties on aspects not covered by this
ion thereof, or the rights, duties or liabilities under
lly provided for by the general
conditions, such disputes shall be referred to two arbitrators, one to be appointed by each
riting before entering into the
reference and the award of the arbitration or umpire, as the case may be shall be final and
binding on both the parties. The arbitrators or the umpire as the case may be, with the consent
of parties, may modify the time frame for making and publishing the award. Such arbitration
shall be governed in all respects by the provision of the Indian Arbitration and Conciliation
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
Act, 1996 or later and the rules there under and any statutory
thereof the arbitration proceeding shall be held in
6.10 LEGAL JURISDICTION
• All legal disputes are subject to the jurisdiction of
6.11 COMPLETENESS OF RFP OFFER
• The Bidder is expected to
deliverables in the RFP Documents. Failure to furnish all information required by the RFP
documents or submission of a RFP offer not substantially responsive in every respect to the
RFP documents will be at the Bidder 's risk and may result in rejection of its RFP offer. The
RFP offer is liable to be rejected outright without any intimation to the Bidder if complete
information as called for in the RFP document is not given therein, or if particulars a
in the Forms / Proforma in the RFP are not fully furnished.
6.12 QUESTION BANK
- The Ownership of the Question Bank
- Organization should have all the necessary processes in place for entire
Development Life Cycle (QBDLC)
-
- Question Bank should be versioned, labelled and baselined appropriately in a standard
version control system within the organization
- Question Bank should have multiple backup systems in place so that anytime
can be recovered in case of any disaster
- Organization should have the test cases and regression testing
have done necessary testing for the
also.
- Organization should have in-
management system to do quality check of the
answer, a maker and checker process should be adopted.
- Proper security provision for
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Act, 1996 or later and the rules there under and any statutory modification or re
thereof the arbitration proceeding shall be held in Mumbai.
LEGAL JURISDICTION
• All legal disputes are subject to the jurisdiction of Mumbai courts only.
COMPLETENESS OF RFP OFFER
• The Bidder is expected to examine all instructions, forms, terms, conditions and
deliverables in the RFP Documents. Failure to furnish all information required by the RFP
documents or submission of a RFP offer not substantially responsive in every respect to the
be at the Bidder 's risk and may result in rejection of its RFP offer. The
RFP offer is liable to be rejected outright without any intimation to the Bidder if complete
information as called for in the RFP document is not given therein, or if particulars a
in the RFP are not fully furnished.
QUESTION BANK OWNERSHIP
Question Bank will be with IAI.
Organization should have all the necessary processes in place for entire Question Bank
DLC)
should be versioned, labelled and baselined appropriately in a standard
version control system within the organization
should have multiple backup systems in place so that anytime
can be recovered in case of any disaster
Organization should have the test cases and regression testing method to prove that they
have done necessary testing for the question Bank. This should include performance testing
-house quality assurance group and a strong quality
management system to do quality check of the question bank. For each question and its
answer, a maker and checker process should be adopted.
Proper security provision for question bank
Street, Off D. N. Road, Mumbai – 400001
Page 16 of 27
Institute of Actuaries of India
modification or re-enactment
examine all instructions, forms, terms, conditions and
deliverables in the RFP Documents. Failure to furnish all information required by the RFP
documents or submission of a RFP offer not substantially responsive in every respect to the
be at the Bidder 's risk and may result in rejection of its RFP offer. The
RFP offer is liable to be rejected outright without any intimation to the Bidder if complete
information as called for in the RFP document is not given therein, or if particulars asked for
Question Bank
should be versioned, labelled and baselined appropriately in a standard
should have multiple backup systems in place so that anytime question bank
to prove that they
. This should include performance testing
house quality assurance group and a strong quality
. For each question and its
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
PROFORMA
ACCEPTANCE OF TERMS AND CONDITIONS CONTAINED IN THE RFP
DOCUMENTS
To,
Head - Operations,
Institute of Actuaries of India,
302, Indian Globe Chambers,
142, Fort Street, Off D. N. Road,
Mumbai - 400001
Dear Sir,
I have gone through the terms and conditions contained in the RFP Document.
I declare that all the provisions of this RFP document are acceptable to my Company. I
further certify, that I am an authorised signatory
competent to make this declaration.
Signature of witness
Date:
Place:
Company Seal
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
PROFORMA AND ANNEXURES
ANCE OF TERMS AND CONDITIONS CONTAINED IN THE RFP
Institute of Actuaries of India,
142, Fort Street, Off D. N. Road,
I have gone through the terms and conditions contained in the RFP Document.
I declare that all the provisions of this RFP document are acceptable to my Company. I
further certify, that I am an authorised signatory of my company, and am, therefore,
competent to make this declaration.
Signature of Bidder
Date:
Place:
Street, Off D. N. Road, Mumbai – 400001
Page 17 of 27
Institute of Actuaries of India
ANNEXURE 1
ANCE OF TERMS AND CONDITIONS CONTAINED IN THE RFP
I have gone through the terms and conditions contained in the RFP Document.
I declare that all the provisions of this RFP document are acceptable to my Company. I
any, and am, therefore,
Signature of Bidder
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
DETAILS OF THE ORGANISATION
a) Name of the firms/Institutions/Agencies/Trusts/Consortium
b) Registered Address
c) Year of Establishment
d) Details of Registration/Incorporation
e) Details of Technical Specialist employed with the Organisation
SI No. Speciality/Skill-set
Organisation
f) List of Project Handled:
1.
2.
3.
4.
PLACE:
DATE:
SIGNATURE OF AUTHORESED PERSON WITH SEAL
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
DETAILS OF THE ORGANISATION
firms/Institutions/Agencies/Trusts/Consortium
Details of Registration/Incorporation
Details of Technical Specialist employed with the Organisation
No. Of people Average length service with the
SIGNATURE OF AUTHORESED PERSON WITH SEAL
Street, Off D. N. Road, Mumbai – 400001
Page 18 of 27
Institute of Actuaries of India
ANNEXURE 2
Average length service with the
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
REPRESENTATIVE AUTHORIZATION LETTER
Date:____________________
Ref:_____________________
To,
Head- Operations,
Institute of Actuaries of India,
302, Indian Globe Chambers,
142, Fort Street, Off D. N. Road,
Mumbai – 400001
Ms./Mr. _____________________ is hereby authorised to sign relevant documents on behalf of
agency for the RFP_____________________________. She/He is authorised to attend meetings and
submit technical and financial information as may be required by you in the course of processing
above said RFP.
Thanking You,
Authorised Signatory,
Representative Signature
Company Seal
Company Seal
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
REPRESENTATIVE AUTHORIZATION LETTER
142, Fort Street, Off D. N. Road,
Ms./Mr. _____________________ is hereby authorised to sign relevant documents on behalf of
agency for the RFP_____________________________. She/He is authorised to attend meetings and
submit technical and financial information as may be required by you in the course of processing
Street, Off D. N. Road, Mumbai – 400001
Page 19 of 27
Institute of Actuaries of India
ANNEXURE 3
Ms./Mr. _____________________ is hereby authorised to sign relevant documents on behalf of the
agency for the RFP_____________________________. She/He is authorised to attend meetings and
submit technical and financial information as may be required by you in the course of processing
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
SELF – DECLARATION
Date: ______________
Ref: _______________
To,
Head - Operations,
Institute of Actuaries of India,
302, Indian Globe Chambers,
142, Fort Street, Off. D. N. Road,
Mumbai – 400001
In response to the RFP dated___________, Ms./Mr. _______________, as a ________________, I
/We hereby declare that our agency___________________________ is having unblemished past
record and was not declared ineli
particular period of time.
Signature of witness
Date:
Place:
Company Seal
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Street, Off. D. N. Road,
In response to the RFP dated___________, Ms./Mr. _______________, as a ________________, I
/We hereby declare that our agency___________________________ is having unblemished past
record and was not declared ineligible for corrupt and fraudulent practices either indefinitely or for a
Signature of Bidder
Date:
Place:
Street, Off D. N. Road, Mumbai – 400001
Page 20 of 27
Institute of Actuaries of India
ANNEXURE 4
In response to the RFP dated___________, Ms./Mr. _______________, as a ________________, I
/We hereby declare that our agency___________________________ is having unblemished past
gible for corrupt and fraudulent practices either indefinitely or for a
Signature of Bidder
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
DECALARTION OF FINANCIAL AND ADMINISTRATIVE DETAILS
Company Name and Address:
Name:
Address:
City:
District:
State:
Pin:
Telephone:
Cell:
Fax:
E-mail:
Copies of Audited Balance Sheets
Copies of experience and client’s report in the similar work as desired in the RFP document.
Signature of witness
Date:
Place:
Company Seal
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
FINANCIAL AND ADMINISTRATIVE DETAILS
Copies of Audited Balance Sheets for the financial year 2011-12, 2012-13 & 2013
e and client’s report in the similar work as desired in the RFP document.
Signature of Bidder
Date:
Place:
Street, Off D. N. Road, Mumbai – 400001
Page 21 of 27
Institute of Actuaries of India
ANNEXURE – 5
13 & 2013-14 are attached
e and client’s report in the similar work as desired in the RFP document.
Signature of Bidder
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
STATEMENT OF REQUIREMENTS
PHASE I
While the detailed requirements (functional and non
would broadly like to digitize the question/question paper bank and automate the question
paper generation exercise in the following manner:
a) An expert team will prepare a blueprint of what should constitute a subject question paper.
There would be a blueprint for each subject. The blueprint will have details as to how many
sections would there be in a paper, how many questions per section, how
section to be picked up from a particular chapter/ topic, marking scheme etc.
b) Questions have to be MCQs,
c) Content type may be textual,
d) The tool created by the agency should be able to:
(i) Build a template corresponding to the blueprint prepared by its experts
above.
Requirements – Functional and Non
(A) Functional Requirements for
(i) Pre-delivery Phase:
• Vendor will create a platform for CBSE to type/compose/generate/review/finalize
large question bank.
• If required by the board vendor should own/rent servers in highly secured
environments.
Application should be able to
i) Capture the required detail
IAI.
ii)Define Tags (Q. No., Typology, Chapter, Topic, Subtopic, Marks, Difficulty level
etc,) at the level of individual Question.
iii)Categorize Questions based on the defined tags.
iv)Define Rules for generation of Question Papers.
v)Provide flexibility for the user (IAI
mode.
vi)Capture images, graphs and formulas etc. corresponding to the Questions.
vii)Bulk upload facility for questio
viii)Workflow facility for reviewers to:
• Review the question and approve / reject.
• Send it back to the author to incorporate change.
ix)Provide user the feature to Create, verification & Sealing of rule templates.
x)Support Format conversion of Question bank into any other format (like Image or
excel etc.).
xi)Ensure that the same question does not get repeated in the question paper.
should be unique, distinct, not copied from any other source and does not infri
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
APPENDIX 1 STATEMENT OF REQUIREMENTS
detailed requirements (functional and non-functional) are mentioned under; IAI
would broadly like to digitize the question/question paper bank and automate the question
paper generation exercise in the following manner:
An expert team will prepare a blueprint of what should constitute a subject question paper.
There would be a blueprint for each subject. The blueprint will have details as to how many
sections would there be in a paper, how many questions per section, how many questions in a
section to be picked up from a particular chapter/ topic, marking scheme etc.
Questions have to be MCQs, may be textual, graphs, Mathematical Formulae etc
The tool created by the agency should be able to: ) Build a template corresponding to the blueprint prepared by its experts -
Functional and Non-Functional
Functional Requirements for PHASE II
Vendor will create a platform for CBSE to type/compose/generate/review/finalize
large question bank.
If required by the board vendor should own/rent servers in highly secured
Application should be able to
Capture the required details of questions, blue print and Template as specified by
ii)Define Tags (Q. No., Typology, Chapter, Topic, Subtopic, Marks, Difficulty level
etc,) at the level of individual Question.
iii)Categorize Questions based on the defined tags.
iv)Define Rules for generation of Question Papers.
e flexibility for the user (IAI) to enter questions on an individual / bulk
vi)Capture images, graphs and formulas etc. corresponding to the Questions.
Bulk upload facility for questions & images.
Workflow facility for reviewers to:
Review the question and approve / reject.
Send it back to the author to incorporate change.
ix)Provide user the feature to Create, verification & Sealing of rule templates.
x)Support Format conversion of Question bank into any other format (like Image or
xi)Ensure that the same question does not get repeated in the question paper.
should be unique, distinct, not copied from any other source and does not infri
Street, Off D. N. Road, Mumbai – 400001
Page 22 of 27
Institute of Actuaries of India
functional) are mentioned under; IAI
would broadly like to digitize the question/question paper bank and automate the question
An expert team will prepare a blueprint of what should constitute a subject question paper.
There would be a blueprint for each subject. The blueprint will have details as to how many
many questions in a
section to be picked up from a particular chapter/ topic, marking scheme etc.
explained in (a)
Vendor will create a platform for CBSE to type/compose/generate/review/finalize
If required by the board vendor should own/rent servers in highly secured
s of questions, blue print and Template as specified by
ii)Define Tags (Q. No., Typology, Chapter, Topic, Subtopic, Marks, Difficulty level
) to enter questions on an individual / bulk
vi)Capture images, graphs and formulas etc. corresponding to the Questions.
ix)Provide user the feature to Create, verification & Sealing of rule templates.
x)Support Format conversion of Question bank into any other format (like Image or
xi)Ensure that the same question does not get repeated in the question paper. It
should be unique, distinct, not copied from any other source and does not infringed
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
any intellectual property rights.
xii) It should cover all topics and should have 1, 2 and 5 marks question.
xiii)Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their
marks.
xiv)To solve the 1 mark question a prepared studen
complete. Likewise, to solve the 2 mark and 5 mark questions a prepared student
should be able to complete the questions in 2 and 5 minutes respectively.
xv) All questions will be produced in MS Word/PDF with equations embed
Math Type.
xvi) Any equations, chats and diagrams can be extracted as graphic files if required.
xvii) The Agency will provide IAI with electronic copies of the Question Bank on
disk or via email.
(ii) Non-Functional Requirement:
Security
High security standards should be maintained in creating the ACET Question Bank.
Project Management
The Bidder will be required to have a project manager to direct their operations for the IAI ACET
Question Bank and to consult and liaise with IAI to ensure
The Bidder’s project manager will be responsible for:
• Close and ongoing consultation between Bidder staff and
Bank development.
• Any necessary consultation with other bidders responsible (if any) for aspects of the ACET
test program relating to item development.
• The management of timelines and deliverables on the
Bank development.
The Bidder may be required to participate in regular face
meetings (if appropriate).
Item development will commence after an initial consultation meeting between IAI staff and the
Bidder.
Regular contact between the IAI and the bidder will be maintained by phone, fax and e
addition to the above mentioned preliminary meetings
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
any intellectual property rights.
It should cover all topics and should have 1, 2 and 5 marks question.
Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their
)To solve the 1 mark question a prepared student should take up to 1 minute to
complete. Likewise, to solve the 2 mark and 5 mark questions a prepared student
should be able to complete the questions in 2 and 5 minutes respectively.
xv) All questions will be produced in MS Word/PDF with equations embed
xvi) Any equations, chats and diagrams can be extracted as graphic files if required.
xvii) The Agency will provide IAI with electronic copies of the Question Bank on
disk or via email.
Functional Requirement:
security standards should be maintained in creating the ACET Question Bank.
The Bidder will be required to have a project manager to direct their operations for the IAI ACET
Question Bank and to consult and liaise with IAI to ensure the best outcomes for the total program.
The Bidder’s project manager will be responsible for:
Close and ongoing consultation between Bidder staff and IAI staff on all aspects of Question
Any necessary consultation with other bidders responsible (if any) for aspects of the ACET
test program relating to item development.
melines and deliverables on the component of the IAI
The Bidder may be required to participate in regular face-to-face or teleconference/videoconference
Item development will commence after an initial consultation meeting between IAI staff and the
n the IAI and the bidder will be maintained by phone, fax and e
addition to the above mentioned preliminary meetings
Street, Off D. N. Road, Mumbai – 400001
Page 23 of 27
Institute of Actuaries of India
It should cover all topics and should have 1, 2 and 5 marks question.
Ensure that the 1 mark, 2 mark and 5 mark questions have weightage as per their
t should take up to 1 minute to
complete. Likewise, to solve the 2 mark and 5 mark questions a prepared student
should be able to complete the questions in 2 and 5 minutes respectively.
xv) All questions will be produced in MS Word/PDF with equations embedded in
xvi) Any equations, chats and diagrams can be extracted as graphic files if required.
xvii) The Agency will provide IAI with electronic copies of the Question Bank on
security standards should be maintained in creating the ACET Question Bank.
The Bidder will be required to have a project manager to direct their operations for the IAI ACET
the best outcomes for the total program.
IAI staff on all aspects of Question
Any necessary consultation with other bidders responsible (if any) for aspects of the ACET-
IAI-ACET Question
face or teleconference/videoconference
Item development will commence after an initial consultation meeting between IAI staff and the
n the IAI and the bidder will be maintained by phone, fax and e-mail, in
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
Project Timeline:
Award of Contract
Project Planning Phase
Interim 1st Review
Interim 2nd
Review
Final Submission
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
APPENDIX 2
: by 15th
May 2015
: by 31st May 2015
: by 30th
June 2015
: by 31st July 2015
: by 14th
August 2015
Street, Off D. N. Road, Mumbai – 400001
Page 24 of 27
Institute of Actuaries of India
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
Syllabus for ACET Examination
1) Mathematics
2) Statistics
3) English
4) Data Interpretation
5) Logic
1) Mathematics
a) Notation and standard functions
b) Numerical Methods
c) Algebra
d) Differentiation
e) Integration
f) Vectors
g) Matrices
2) Statistics
a) Permutations and combinations
b) Types of data
Statistical diagrams, bar chart, histogram, dot plot, stem
c) Measures of location
mean, median, mode
d) Measures of spread
range, interquartile range,
e) Probabilities
basic rules of probabilities
f) Advanced probabilities
tree diagrams, conditional probabilities
g) Discrete random variables
definitions, probabilities
skewness
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Appendix 3
Syllabus for ACET Examination will include the following
Data Interpretation
and standard functions
Permutations and combinations
Statistical diagrams, bar chart, histogram, dot plot, stem-and-leaf, boxplot
range, interquartile range, standard deviation, variance, Skewness
basic rules of probabilities
conditional probabilities
Discrete random variables
definitions, probabilities, mean, mode, median, standard deviation, variance
Street, Off D. N. Road, Mumbai – 400001
Page 25 of 27
Institute of Actuaries of India
will include the following;
leaf, boxplot
variance, coefficient of
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
h) Continuous random variables
definitions, probabilities
skewness
i) Discrete distributions
discrete uniform, Bernoulli
j) Continuous distributions
continuous uniform, exponential
k) Correlation
scatter plots, covariance, correlation coefficient
l) Regression
3) English
a) Vocabulary Based (Synonyms Antonyms)
b) English Usage or Grammar
c) Sentence Correction
d) Fill in the blanks
e) Cloze Passage
f) Analogies or Reverse Analogies
g) Jumbled Paragraph
h) Meaning-Usage Match
i) Summary Questions
j) Verbal Reasoning
k) Facts / Inferences / Judgements
l) Reading Comprehension
Vocabulary: Vocabulary questions test the candidate’s knowledge of the primary meanings of
words, secondary shades of meaning, usage, idioms and phrases, antonyms, related words, etc.
Grammar: Grammar-based questions test the candidate’s ability to spot and correct grammatical
errors. It should generally tests knowledge of high school level grammar and includes areas like
subject-verb agreement, use of modifiers, parellel construction, redundancy, phrasal verbs, use of
articles, prepositions, etc.
Verbal Reasoning: Verbal reasoning questions are designed to test the candidate’s ability to identify
relationships or patterns within groups of words or sentences.
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
variables
definitions, probabilities, mean, mode, median, standard deviation, variance
Bernoulli, binomial, Poisson
Continuous distributions
exponential, the normal distribution
, covariance, correlation coefficient
Vocabulary Based (Synonyms Antonyms)
English Usage or Grammar
Analogies
Facts / Inferences / Judgements
Reading Comprehension
Vocabulary questions test the candidate’s knowledge of the primary meanings of
eaning, usage, idioms and phrases, antonyms, related words, etc.
based questions test the candidate’s ability to spot and correct grammatical
generally tests knowledge of high school level grammar and includes areas like
verb agreement, use of modifiers, parellel construction, redundancy, phrasal verbs, use of
Verbal reasoning questions are designed to test the candidate’s ability to identify
within groups of words or sentences.
Street, Off D. N. Road, Mumbai – 400001
Page 26 of 27
Institute of Actuaries of India
variance, coefficient of
Vocabulary questions test the candidate’s knowledge of the primary meanings of
eaning, usage, idioms and phrases, antonyms, related words, etc.
based questions test the candidate’s ability to spot and correct grammatical
generally tests knowledge of high school level grammar and includes areas like
verb agreement, use of modifiers, parellel construction, redundancy, phrasal verbs, use of
Verbal reasoning questions are designed to test the candidate’s ability to identify
302, Indian Globe Chambers,142, Fort
Institute of Actuaries of India
4) Data Interpretation
Data is given in form of tables, charts and graphs. In this section it is tested that how can you
interpret the given data and answer the questions based on it.
a) Tables
b) Column Graphs
c) Bar Graphs
d) Line Charts
e) Pie Chart
f) Venn Diagrams
g) Caselets
Combination of two or more types linked to each other.
5) Logical Reasoning
a) Number and Letter Series
b) Calendars
c) Clocks
d) Cubes
e) Venn Diagrams
f) Binary Logic
g) Seating Arrangement
h) Logical Sequence
i) Logical Matching
j) Logical Connectives
k) Syllogism
l) Blood Relations
302, Indian Globe Chambers,142, Fort Street, Off D. N. Road, Mumbai
℡ + 91 22 67843333 � + 91 22 67843330
Institute of Actuaries of India
Data is given in form of tables, charts and graphs. In this section it is tested that how can you
interpret the given data and answer the questions based on it.
Combination of two or more types linked to each other.
Number and Letter Series
*************************
Street, Off D. N. Road, Mumbai – 400001
Page 27 of 27
Institute of Actuaries of India
Data is given in form of tables, charts and graphs. In this section it is tested that how can you