request for proposaljuidco.jharkhand.gov.in/mis/home/cirfiles/online_exam_tender.pdf · request for...
TRANSCRIPT
1
JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED
Request for Proposal
For
NOTICE INVITED FOR SERVICES PROVIDER (AGENCY / FIRM /
COMPANY) TO CONDUCT ONLINE EXAMINATIONS UNDER
JUIDCO LTD.
Office of Jharkhand Urban Infrastructure Development Company Ltd,
3rd Floor, RRDA Bhawan (Pragati Sadan), Kutchery Chowk, Ranchi-834001
2
Address :
Project Director (Administration),
Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd,
(A government of Jharkhand undertaking)
3rd floor, PragatiSadan, KutcheryChowk,
Ranchi-834001, Jharkhand.
Phone- +91- 651-2225878
Email id:[email protected] / [email protected]
SHORT TENDER DOCUMENTS
FOR
SERVICE PROVIDER TO CONDUCT ONLINE EXAMINATIONS:
TABLE OF CONTENTS
Sl.
No
Content Section Page
1 Notice Inviting Tender I 3
2 Important dates and other information II 4-5
3 Scope of Work III 6-9
4 Minimum Eligibility Criteria for Service Provider IV 10-11
5 Quantified Work of Agency (Service Provider) to
conduct Online Examinations
V 12-13
6 Contact Details Form VI 14-15
7 General Conditions VII 16-19
7 Technical Bid Document VIII 20
8 Financial Bid Document IX 21
9 Technical Bid Submission Form X 22
10 General Condition of Contract XI 23-24
3
Section-I SHORT TENDER NOTICE INVITED FOR SERVICES PROVIDER (AGENCY / FIRM / COMPANY)
TO CONDUCT ONLINE EXAMINATIONS:
Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd,Ranchi invites
sealed tenders under two bid systems from eligible agency/firms/companies for providing
service to conduct online examinations.
The Sealed bidding document (Technical Bid, Financial Bid & along with EMD duly (filled
and signed) should be sent on or before 23/07/2019, 12:00 Noon. Tender received after
stipulated time and date shall be rejected summarily.
Cost of Tender Document Rs. 1000/- (Rupees One Hundred only)
(Non-refundable)
DD should be submitted in favour of
“Jharkhand Urban Infrastructure Development
Company (JUIDCO) Ltd ”
Payable at Ranchi.
Earnest Money Deposit Rs. 20000/- (Twenty thousand) only shall be
submitted in the form ofDemand Draft in favour
of“Jharkhand Urban Infrastructure Development
Company Limited”
Payable at Ranchi.
Issuance of Tender Document From 16/07/ 2019 to 23/07/ 2019
(May be downloaded from our website)
Last Date for submission of Tender 23/07/2019 up to 12:00 Noon
Date and time of opening of Tender 23/07/ 2019 at 3:00 PM (Technical Bid)
The tender document may be downloaded from our website udhd.jharkhand.gov.in. The
bidder should submit Separate DD for the application fee of Rs.1000/- and this should be
attached with the fee for EMD in the Technical bid of tender document; else tender document
for the bid will not be accepted.
The JUIDCO LTD reserves the right to accept / reject any of the Tender(s) without assigning any
reason whatsoever and shall be final and binding:
Project Director (Administration),
Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd, Ranchi, Jharkhand.
4
Section-II
IMPORTANT DATES AND OTHER INFORMATION
Sl.
No.
Title Information
1 Cost of Tender Document Rs. 1000/- (Rs. One Thousand Only)
DD should be submitted in favour of
“Jharkhand Urban Infrastructure Development
Company (JUIDCO) Ltd ”
Payable at Ranchi.
2 EMD Rs. 20000/- (Twenty thousand) only shall be
submitted in the form of Demand Draft in favour
of “Jharkhand Urban Infrastructure Development
Company Limited ”
Payable at Ranchi.
3 Address and place of
Submission of Tender
Project Director (Administration),
Jharkhand Urban Infrastructure Development
Company (JUIDCO) Ltd ,
3rd floor, PragatiSadan, KutcheryChowk,
Ranchi-834001, Jharkhand.
Phone- +91- 651-2225878
Email id:[email protected]
4 Tender Document Delivery Mode. Through Speed Post / Registered Post/ Courier or
either by person.
5 Last date and time of submission 23/07/2019 up to 12:00 Noon
6 Date & Time of opening Technical Bid 23/07/2019 at 3:00 PM (Technical Bid)
7 Date of opening Financial Bids for
technically qualified bidder
To be communicated later
8 Venue of opening tender Conference Hall of the JUIDCO, Ranchi
10 All the bid(tender) documents from section- III to XI need to be duly signed and sealed. However, the Financial Bid
(Section-VIII) will be opened later on.
if signature & stamp in any of the section III to XI
found missing, the tenderer shall communicate
on the same, on the day of opening for
acceptance.
5
11 Duration of contract 90 days from the date of awarding of contract,
which is further extendable for a period of six
months with same rates and terms & condition;
subject to satisfactory performance each year.
12 Validity of Tender 90 days from the date of opening of tender
13 Total Number of pages of Tender
Document
01-24 pages
Project Director (Administration),
Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd, Ranchi, Jharkhand.
6
Section-III
Scope of work : There is a need of such agency who has experience of conducting Online
Examinations. Organization is in need of Assistant Project Manager to appoint on
contract basis. The Online examinations will be done in different phases.
Applicant will be near about seven hundred fifty. Online examination has been
divided in three phases:
This has been divided into following three phases
Pre- Examination Phase
Examination Phase
Post Examination Phase – (Evaluation & Result)
1.1. Pre Examination Phase
All pre-examination phase processes shall be carried out in consultation with the
Jharkhand University of Technology (JUT), Namkum, Ranchi, Jharkhand.
Agency (Service Provider- (SP)) should make the provision for admit card download. The
Candidate should be able to take the print of successfully filled applications.
The SP is expected to draw the examination plan and design the examination processes
as follows:
I. Complete security management processes
i. Physical Security
ii. Information Security
iii. Server Security
iv. Network Security
II. Candidate handing process
III. Mapping of candidates details with Exam Centers
IV. Validation and verification of identity
V. Attendance and biometric (photograph and thumb impression) handing
VI. Machine/seat allocation and handling of security parameters
VII. Bulk/individualized SMS
VIII. Bulk/ individualized emails
IX. Toll Free/Customer care number Examination.
X. Any other processes related to conduct of Examination.
7
XI. To prepare and provide Standard Operating Procedure (SOP) for all processes for safe
and secure conduct of examination along with rules for contingency and exception
handling/emergency procedures.
XII. To provide specifications for Hardware and Software required at all stages of the
examination.
XIII. Generation of Admit cards.
XIV. To provide Exam Centers.
XV. Devices and systems to be used for authentication and audit trail mechanisms required
for Exam.
XVI. To provide consulting training and manpower support to handle the entire Examination.
XVII. To identify that Exam Centre has the required suitable Hardware, Software, Internal and
LAN connectivity for conducting Examination
XVIII. To ensure UPS facilities and Generator facility at each Exam Centre for un-interrupted
power.
XIX. To carry periodic audit at Exam Canters for Hardware, Operating System, Processor
Speed, RAM, Network and internet connectivity, Key Boards etc.
XX. Software-Screen resolution, bandwidth for internet and LAN connectivity, Browser,
XXI. Working conditions of UPS and Generator.
XXII. To ensure suitable drinking water and separate toilet facilities both for Boys Girls.
XXIII. To provide facility to candidates for mock test through downloadable software within a
fortnight of signing the contract. The Same facility should also be available online to be
run through web server. The mock test should be replica of the examination.
XXIV. To provide help to candidates through a call center (toll free/customer care number)
ensuring the service quality 24x7.
XXV. To provide pencil and white A4 papers at exam center.
1.2. Examination Phase:
I. To host manage the examination process through intranet based solution at Exam
Centers.
II. To securely transmit, download, install and implement Question Papers received from
Jharkhand University of Technology (JUT), SirkhaToli, Namkum, Ranchi, Jharkand. The
Question Papers installation and implementation shall be as per requirement of
Jharkhand University of Technology (JUT), Ranchi, Jharkhand.
III. Soft Copies of encrypted bilingual Question Paper sets for each center will be provided
not before 2 hours prior to the start of examination in prescribed format. Decryption
key for the question papers shall be provided by Jharkhand University of Technology,
Ranchi,30 minutes before the start of exam.
8
IV. Checking of original documents and admit card of the candidates at the examination
gate individual password shall be given to each candidate by the SP at the examination
venue after verification of the documents.
V. Signature of the candidates in the attendance sheet and Verification of the signature in
attendance sheet vis-avis the signature in the admit card.
VI. To complete registration process of the candidates (digital photo, finger print etc) and
allow candidates to appear for exam at Exam Centre through pre-allotted seat/machine.
The biometrics taken at this stage shall be used later on for authentication purposes.
VII. To arrange / provide adequate displays and provide required instruction/ information to
the candidates appearing for exam Centers.
VIII. To maintain audit trails of all activities of candidate (click by click) during the course of
examination.
IX. To monitor and supervise Exam Centre activities on monitoring console to be installed
by the SP in Jharkhand University of Technology, Ranchi. The data should be a real time
data to be generated from each Exam Centre during the examination.
X. At the end of the exam, transfer/export candidate response and audit trails on secured
channel from local server to Central server of the SP within I (One) hour from each exam
center. Other data such as attendance sheet, finger print, photograph, video recording,
seating plan etc should be sent to JUTRanchi, within Two days of conclusion of each
exam shift.
1.3. Post Examination Phase
I. To calculate marks obtained by each candidate as per requirement of the dept.
II. The candidate’s response, biometric, photograph, audit rails should be uploaded
automatically from the local server to company own data center in a secured manner.
There should not be any traces of any data pertaining to candidate whatsoever post
uploads left on the exam server.
III. The SP should be able to hand over the raw responses/data to JUT, Ranchi, immediately
after the candidate’s response upload from local exam server within 60 minutes. The
Software should have capability to take the answer key post examination.
IV. All the attendance sheets and any other documents collected as a part of verification or
Board process should be handed over to JUT, Ranchi within 3 (Three) days of
examination.
V. The result has to be processed on the within 3 (Three) days after uploading of answer
key and should be handed over to JUT, Ranchi in a sealed and secured manner.
VI. The merit list formation/creation to be done by SP as per the guidelines laid down by
Jharkhand University of Technology (JUT), SirkhaToli, Namkum, Ranchi, Jharkand.
VII. To provide documented inputs and support for handling
i. Candidates queries
9
ii. Press interaction
iii. RTI queries
iv. Court Cases
Date:
(Name and Signature of Tenderer with stamp of the firm)
Place:
10
Section-IV
MINIMUM ELIGIBILITY CRITERIA FOR SERVICE PROVIDER
The following shall be the minimum eligibility criteria for fulfilling
the Technical evaluation. The Financial evaluation shall be opened
only in respect of those bidders whose bid meets the Technical
criteria:
1. The turnover of agency (Service Provider) must be Rupees One Crore in
area of conducting Examinations (Offline / Online or Combined) for each
financial year (16-17, 17-18, 18-19), certificate shall also be attached given
by the Charted Accountant.
2. Agency must have experience for conducting Online Examinations at least
five years (certificates must be attached).
3. Work order should be submitted by the Agency for Online Examinations at
least Rupees Twenty five lakh of any Govt. / Public Sector Organization /
Banking for each financial year (16-17, 17-18, 18-19) work order and
completion certificate must be attached.
4. Agency must be CMMi level 3 (certificate attached).
5. The Bidder should have a valid PAN issued by the Income Tax department.
Bidder shall have valid GST Registration. GST/ST Return of the Company /
firm / Agency / proprietor for the past three years should be enclosed.
6. Income Tax Return of the company/firm /Agency / proprietor for the past
three years should be enclosed.
7. It is mandatory that the agency (Service Provider) should own the copyright
of the source code of the software being used for conducting the exam. The
organization should be able to make changes as required in any of the
components of the software (self-affidavit certificate must be attached).
8. Agency (Service Provider) should be certified for compliance with
established Information Security standard such as ISO 270001.
9. Agency (Service Provider) willmust employ multiple backup system
including offline backups to securely maintain the software and its
corresponding source code. Agency (Service Provider) should be able to
support the entire solution on a 24X7 basis with a maximum response time
of 3 (three) hours (self-affidavit certificate must be attached).
11
10. Agency (Service Provider) will must provide a questions paper authoring,
tools which will ensure end-to-end security of the questions paper with 256
bit AES encryption (certificate attached).
11. Agency must have minimum fifty men powers (on the roll) who are expert
in computer engineering and Information Technology and to have
experiences to conducting Online Examinations at least two years (Proof
attached) and should make provision for generation and downloadof Admit
card, where candidate shall take print.
12. Agency must have their own central server (Service Provider) shall ensure
the maximum security the maximum security of processes, infrastructure,
servers networks etc as per the plan drawn in consultation with Board/JUT
(attached the self –affidavit certificate).
Date:
Place:
(Name and Signature of Tenderer with stamp of the firm)
12
Section-V
QUANTIFIED WORK OF AGENCY (SERVICE PROVIDER) TO CONDUCT ONLINE
EXAMINATIONS
Responsibility of selected Agency:
I. All pre examination phase process shall be carried out in consultation with JUT.
II. Candidate shall be able to take the print out filled application successfully.
III. The agency (Service Provider - SP) is expected to draw the examination plan and design
the examination process in consultation with JUT
IV. The agency must provide physical security, information security, server security.
V. The SP will handle the candidates, mapping of candidates with exam centers.
VI. The SP will validates and verify the identity of the candidates.
VII. The SP will take attendance of the candidates with biometrics (photographs and thumb
impression).
VIII. The SP will allot the computer systems and handling the security parameters on exam
centers. They are also responsible to identify such type of exam center which have the
required suitable hardware and Internal and LAN connectivity for conducting
examination.At exam center must have generator, CCTV and uninterrupted power
supply.
IX. The SP will send bulk and individualize message and also bulk and individualize email.
X. The SP will must provide toll free number where candidates can make any queries and
SP shall be responsible to reply of the queries.
XI. The SP will responsible to provide standard of operating procedures (SOP) for all
process for safe and secure conduct the online examinations.
XII. The SP will provide specification for hardware and software at all stages of the
Examinations.
XIII. The SP will responsible to select Exam Centers, to calculate marks obtained by each
candidate as per requirement of the JUIDCO/JUT, Ranchi and the result has to be
processed on the within 03 (three) days after uploading of answer key and should be
handed over to JUT in a sealed and secured manner.
XIV. The merit list formation / creation to be done by SP as per the guidelines laid down by
JUIDCO/JUT, Ranchi.
XV. The SP will provide sufficient consulting training and manpower support to handle the
Online Examinations for smooth conducting of Online Examinations.
XVI. The SP will manage the examination process through Intranet based solution at
examination center. They will provide securely transmit, download, install and
implement question papers received from JUT. The question paper implementation
shall be as per requirement of the JUIDCO LTD/JUT. Soft copies of the encrypted English
version question papers will be provided not before two hours to the start the
13
examination in the prescribed format, decryption key of the question papers shall be
provided by the JUT 30 minutes before the start the examinations.
XVII. The agency (SP) will be responsible for checking the original documents and admit card
of the candidate at the examination gate. Individual password shall be given to each
candidate by SP at the Examination Center.
XVIII. The agency (SP) will provide adequate display and provide required information to the
candidates.
XIX. The agency (SP) will provide question paper along with the answer key and shall be
uploaded over the website on the next day of examination.
XX. They will maintain audit trials of all activities of the candidate (click by click during the
examinations).
Date:
Place: (Name and Signature of Tenderer with stamp of the firm)
14
Section-VI
CONTACT DETAILS FORM General Details of Bidder
1. Name of the Company / Agency / Firm ……………………………………………………… 2. Name and Designation of Authorised Signatory ……………………………………………………… 3. Communication Address ………………………………………………………………………………………..
………………………………………………………………………………………..
4. Phone No. / Mobile No. ……………………………………………………… 5. Fax ……………………………………………………… 6. E-Mail ID. ……………………………………………………… 7. G.S.T. REGN. NO. ……………………………………………………… 8. PAN NO. ………………………………………………………
Particular Details of the Bidders Representative’
1. Name of the Contact Person ……………………………………………………….
2. Designation ……………………………………………………….
3. Phone No. ……………………………………………………….
4. Mobile No. ……………………………………………………….
5. E-Mail ID. …………………………………………………….....
UNDERTAKING
1. I, the undersigned certify that I have gone through the terms and conditions mentioned in
the bidding document and undertake to comply with them.
2. The rates quoted by me are valid and binding upon me for the entire period of contract, if
any and it is certified that the rates quoted are the lowest rates as quoted in any other
institution of India.
3. I/We give the rights to the JUIDCO LTD to forfeit the Earnest Money/Performance Security
Deposit by me/us in case of breach of conditions of Contract.
15
4. I hereby undertake to provide the services as per the provisions in the tender
document/contract agreement.
Signature of the Authorised Signatory
Date:
Place: Designation:
(Office seal of the Bidder)
16
Section-VII
GENERAL CONDITIONS:
1. For the Bidding / Tender Document Purposes, Jharkhand Urban Infrastructure
Development Company (JUIDCO) Ltd , Ranchi, Jharkhand-834001, shall be referred to as
‘JUIDCO LTD’ and the Bidder / Successful Bidder shall be referred to as ‘Service Provider’ and /
or Bidder or interchangeably.
2. The sealed bidding documents should be delivered to the Project Director
(Administration) of the JUIDCO LTD on or before the stipulated date and time. The technical bid
and the financial bid must be sealed in separate envelopes super-scribing “Technical Bid” and
“Financial Bid” and both these two envelopes must be placed in a third envelope super-scribing
“Tender for Online Examinations”. This third envelope should be sealed and delivered to the
Project Director (Administration), Jharkhand Urban Infrastructure Development Company
(JUIDCO) Ltd , Ranchi, Jharkhand-8340001.
3. The tender document may be downloaded from our web siteudhd.jharkhand.gov.in. The
bidder who had downloaded the tender document should submit the document with a DD for
the application fee of Rs. 1000/- (One Thousand) only along with the tender document; else
tender document for the bid will not be accepted.
4. While all efforts have been taken to avoid errors in the drafting of the tender document, the Bidder is advised to check the same carefully. No claim on account of any errors detected in the tender documents shall be entertained.
5. Each page of the Tender documents must be stamped and signed by the person or
authorized persons submitting the Tender in token of his/their having acquainted
himself/themselves and accepted the entire tender documents including various conditions of
contract. Any Bid with any of the Documents not so signed is liable to be rejected at the
discretion of the JUIDCO LTD. NO PAGE SHOULD BE REMOVED / DETACHED FROM THIS
BIDDING DOCUMENT.
6. The bidder shall attach the copy of the authorization letter / power of Attorney as the
proof of authorization for signing on behalf of the Bidder.
7. All Bidders are hereby explicitly informed that conditional offers or offers with
deviations from the conditions of Contract, the bids not meeting the minimum eligibility
17
criteria, Technical Bids not accompanied with EMD of requisite amount/format, or any other
requirements, stipulated in the tender documents are liable to be rejected.
8. The parties to the Bid shall be the ‘Bidders’ (to whom the work has been awarded) and
the Project Director (Administration), Jharkhand Urban Infrastructure Development Company
(JUIDCO) Ltd, Ranchi, Jharkhand-834001.
9. Tenderers responding to this enquiry shall be deemed to be agreeable to the terms and
conditions herein contained. These terms and conditions shall on the successful Tenderer.
Tenderers complying partly to the said terms and conditions are liable to be rejected.
Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd , Ranchi, Jharkhand will
process the tenders as per the standard procedures followed by the Government of Jharkhand.
10. For all purposes of the contract including arbitration thereunder, the address of the
bidder mentioned in the bid shall be final unless the bidder notifies a change of address by a
separate letter sent by registered post to the Project Director (Administration), Jharkhand
Urban Infrastructure Development Company (JUIDCO) Ltd, Ranchi, Jharkhand-834001. The
bidder shall be solely responsible for the consequences of any omission or error to notify
change of address in the aforesaid manner.
11. No request for transfer of any previous deposit of earnest money or Performance Security Deposit or adjustment against any pending bill held by the JUIDCO LTD in respect of any previous work will be entertained.
12. Tenderer shall not be permitted to withdraw his offer or modify the terms and
conditions thereof. In case the tenderer fails to observe and comply with the stipulations made
herein or back out after quoting the rates, the EMD will be forfeited.
13. Validity of the Bids: The quoted bids shall have the validity for a period of 90 days from
the date of opening of the tenders.
14. Opening of Tender: The tenderer either himself or may authorize any person to be
present at the time of opening of the tender. The person attending the opening of the tender
on behalf of the tenderer should bring with him a letter of authorization as proof.
15. Right of Acceptance: The JUIDCO LTD reserves all rights to reject any or all or part of
tenders without assigning any reason, shall also not be bound to accept the lowest tender and
it will not be under any obligations circumstances, give any clarification to the agencies whose
bids are rejected /not selected.
18
16. Communication of Acceptance – Successful bidder shall give acceptance within 02 (two)
working days from the date of receipt of the work order, failing which, the work order issued
stands cancelled and the EMD will be forfeited. Further, the successful bidder shall pay an
amount of 5% of yearly Contract amount towards Performance Security which will be adjusted
from the EMD.
17. Corrigendum/Amendment to the tender will be effected if required.
18. The tenderer shall bear all cost associated with preparation and submission of tender form.
19. The bidder shall submit the tender form legibly in English and attach copies wherever
required.
20. Bidders sending their bids through courier/ by Speed post / by Person should also ensure
that their bids are received on the said address by the stipulated date and time. No time
extension for courier/Speed Post/by Person shall be granted.
21. The Technical Bid will be opened on in the said date and time at our office.
22. The agencies / companies / firms who qualifies the Technical bid shall be call for next
meeting for opening of Financial Bid for which the date, time and venue will be intimated to
the qualified agencies separately.
23. The bidder or the authorized person of the bidder are allowed to take part in the financial
and technical bid opening meeting and they are required to sign the attendance.
24. Absence of bidder or representative shall not impair legality of the opening procedure
25. After opening of Technical bid and verifying the EMD amount, the technical bids shall be
evaluated later on to ensure that, the bidder meets the eligibility criteria as specified in the
tender document.
26. The technical bids shall be evaluated based on the available documents submitted by the
bidder. To assist in the examination, evaluation, and comparison of the bids, and
qualification of the bidders, the JUIDCO LTD may, at its discretion, ask any bidder for a
clarification of its bid. Any clarification submitted by a bidder that is not in response to a
request by the JUIDCO LTD shall not be considered. The JUIDCO LTD request for clarification
and the response shall be in writing.
27. If a bidder does not provide clarifications of its bid by the date and time set by the JUIDCO
LTD, their bid may be rejected.
19
28. The successful bidder shall enter in to contract and the authorized signatory shall execute
and sign the contract agreement in accordance with the article agreement and general
conditions and provisions contained in the tender document before commencement of
service.
29. The financial bids shall be opened of only those bidders who have been found to technically
eligible. The financial bids shall be opened in presence of representatives of technically
eligible bidders, who may like to be present.
Date:
Place:
(Name and Signature of Tenderer with stamp of the firm)
20
Section-VIII
TECHNICAL BID DOCUMENT
Mandatory details to be provided with seal & signature else tender will be rejected
summarily.
Sl. Particulars ***
1 PAN & GST Registration No. Document of Income Tax
Return submitted for the last three years.
Copies shall be enclosed
2 Proof of Experience certificate should be enclosed for
minimum of five years work experience with an objective of
offering solutions and Services that are the subject matter of
this tender
Copies shall be enclosed
3 Income Tax Return for the Past three years (2015-16,
2016-17 & 2017-18)
Copies shall be enclosed
4 Service Tax/GST Return for the past three years (2016-17,
2017-18 & 2018-19)
Copies shall be enclosed
5 Tender Fee, Rs. 1000/- (One thousand Only) in favour of
“Jharkhand Urban Infrastructure Development Company
Limited” payable at Ranchi.
Copies shall be enclosed
6 EMD (DD of Rs. 20000/-) in favourof “Jharkhand Urban
Infrastructure Development Company Limited” payable at
Ranchi.
Copies shall be enclosed
7 All the bid documents from section- III to XI need to be duly
signed with seal. However, the Financial Bid (Section-VIII) will
be opened later on.
If signature & stamp in any of
the section III to X found
missing, the tenderer shall
communicate on the same for
acceptance.
Date:
Place: (Name and Signature of Tenderer with stamp of the firm)
21
Section-IX
FINANCIAL BID DOCUMENT
The agency (Service Provider) willing to provide the services for conducting Online
Examinations shall undertake the quantified in Section- V
Sl.
Particulars
To be filled and not to be left
blank
1 Bid value should be quoted only for Per Candidate for the quantified services for conducting online Examinations work as specified in Section- V
Bid value should not include Service tax which shall be raised in invoice in accordance to Government notification from time to time.
Note:
Only one bid value shall be quoted and it shall not be bifurcated in any manner.
Expenditure Per Candidate
Rs. In Figures:
Rs in Words:
Note: Variable cost should not be includedin the financial bid value.
Date:
Place: (Name and Signature of Tenderer with stamp of the firm)
22
Section-X TECHNICAL BID SUBMISSION FORM
Letter of Bid Date :
(To be printed preferably on Bidder’s letterhead)
To
Project Director (Administration),
Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd ,
3rd floor, PragatiSadan, KutcheryChowk,
Ranchi-834001, Jharkhand.
Phone- +91- 651-2225878
Email id:[email protected] / [email protected]
Ref: Invitation for Bid in respect of Tender Notice dated …………/………/2019
We, the undersigned, declare that:
1. We have examined and have no reservations to the Bidding Documents. We offer to execute
in conformity with the Bidding Documents for “providing service to conduct online
examinations Service Contract” for The Jharkhand Urban Infrastructure Development
Company (JUIDCO) Ltd ,3rd floor, PragatiSadan, KutcheryChowk, Ranchi.
2. Our bid shall be valid for a period of 90 days from the date fixed for the bid submission
deadline in accordance with the Bidding Documents and it shall remain binding upon us
and may be accepted at any time before the expiration of that period.
3. If our bid is accepted, we commit to submit a performance security of 5% in accordance with
the Bidding Documents. Security deposit will be retained by the JUIDCO LTD till satisfactory
completed of the work. It is clearly understood that in the event of the contract not being
executed and completed as per the quality and time schedule laid down. The security
deposit is liable to be forfeited. This will be in addition to the penalty. If any, which may be
imposed as specified in the delivery schedule.
4. We also declare that Government of India or any other Government body has not declared
us ineligible or black listed us on charges of engaging in corrupt, fraudulent, collusive or
coercive practices or any failure/lapses of serious nature.
5. We also accept all the terms and conditions of this bidding document and undertake to abide
by them, including the condition that the Bureau is not bound to accept highest ranked bid /
lowest bid or any other bid that the Bureau may receive.
Yours sincerely,
Authorised Signatory
(Authorised person shall attach a copy of Authorisation for signing on behalf of Bidding
company)
Full Name and Designation
Date : Place: Stamp:
23
Section-XI
GENERAL CONDITION OF CONTRACT:
Important instructions:
1. The SP should be certified for compliance with established Information Security
standard such as ISO 27001.
2. The SP should follow defined software Change Management processes to
manage changes in the software. Such a process would include Change Request
Management, Impact Analysis, Change Approval, Change Implementation,
Version Control, Version labeling, Testing, OA Certification and Deployment into
production.
3. The SP must employ multiple backup system including offline backups to
securely maintain the software and its corresponding source code.
4. The SP should have an in-house quality assurance and product testing team with
a robust quality management processes that are followed to test and certify the
system used to conduct the exam. The organization should maintain
documented test cases and maintain evidence of successful test execution
covering all test cases. Rigorous testing must be done major as well as minor and
patch releases
5. Testing should not be limited to system features and functionality. The system to
conduct the exam must be tested for performance, Security, Usability, High-
Availability, Business Continuity and Disaster Recovery.
6. The SP should design a high-performance system and conduct performance tests
to verify successful achievement of high concurrency, fast response time, and
long-stress duration required of the system used to conduct the exam. Results of
performance tests should be made available for each major release of the
system used to conduct the exam.
7. The SP should design a highly secure system and conduct security tests that
there are no vulnerabilities that can make the system susceptible to attacks.
Comprehensive testing of source code, software binaries, and the infrastructure
must be carried out. Results of such security tests should be made available for
each major release of the system used to conduct the exam.
8. Suitable emergency management plan towards any crisis situations/redundancy
of servers, nodes additional center locations, students data.
9. The candidates console should have a Zoom capability/ feature.
10. The SP should be able to support the entire solution on a 24x7 basis with a
maximum response time of 3 hours.
11. All software for question paper authoring, computer based examination,
biometric, candidate handling etc. must be owned by SP.
24
12. The SP shall provide the look and feel or exam paper including screen shots in
consultation with Jharkhand Technical University,SirkhaToli, Namkum,Ranchi.
13. The SP shall ensure the maximum security of processes, infrastructure, servers
networks etc as per the plan drawn in consultation with Jharkhand Technical
University, Ranchi.
14. The SP shall demonstrate the software developed and carry out the suggested
changes as many times as needed by JUIDCO/JUT, Ranchi and Jharkhand
Technical University, Ranchi.
Payment Terms:
The payment will be done after compliance of all responsibilities successfully and after
getting the certificates of the Tender Committee of JUIDCO, Ranchi. All the payments to the
contractor shall be made by the JUIDCO LTD, Ranchi, Jharkhand through NEFT/RTGS/A/c
Payee Cheque only with applicable TDS in accordance with the Govt. of India guidelines
from time to time.
Date:
Place: (Name and Signature of Tenderer with stamp of the firm)