You are on page 1of 69

No. DGET.

U-11011/4/2013-MMP Cell
Directorate General of Employment & Training (DGET)

Corrigendum: Pre-bid Queries & Clarifications


For
Request for Proposal (RFP) for Appointment of a Consulting Agency for National Career
Service Project
For
Directorate General of Employment & Training (DGET), Ministry of Labour &
Employment, Government of India
25th March, 2014

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
With reference to the queries received from the bidders for the RFP (Request for Proposal) for Appointment of a Consulting Agency for National
Career Service Project, the clarification/response of Directorate General of Employment & Training (DGE&T), Ministry of Labour & Employment,
th
Government of India, is provided in this corrigendum. This is to be read along with the initial RFP released on 4 March, 2014, Addendum to the
th
RFP released on 13 March, 2014 and the presentation made during the pre-bid meeting of 21.03.2014 (appended).
Similar queries raised by the bidders have been summarised & addressed once in this document to avoid repetition. Further, all the queries &
clarifications have been categorised into the following headings:
[A]. Section 2: Tender Details
A.1. Scope of Work
A.2. Composition of Team & Expertise required
A.3. Project Timeline / Schedule for Completion of Task
[B]. Section 3: Instructions to Bidders
B.1. Eligibility Criteria
B.2. Payment Terms
B.3. Bid Evaluation
B.4. Other Instructions to Bidders
[C]. Contents and formats of Technical Bid
[D]. Contents and Formats of Financial Bid
[E]. Evaluation criteria: Technical Bid
[F]. Service Level Agreement (SLAs)
[G]. Methodology for calculation of Absolute Financial Quote (fb)
[H]. General Terms & Conditions
Annexures
Annexure C1: Details on Strategy Team
Annexure C2: Annual Turnover Forms
Annexure C3: Evaluation Criteria: Technical Bid
Annexure C4: Service Level Agreement (SLAs)
The detailed queries of bidders & clarification/response of DGE&T for the above categorises is provided in subsequent sections.

P a g e |2

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
[ A ].

SECTION 2: TENDER DETAILS

A.1.

Scope of Work

S.No

Page
No. of
the RFP

1.

2.

13

13

Reference Clause

Queries & Recommendation/Explanation


of Bidder
Scope of Work details
Is there any commonality of the project with
the Labor Market Information System (LMIS)?
Is LMIS a part of the National career Services
Portal (NCSP) Or is it a separate initiative that
the
department
will
be
looking
at
implementing later. The LMIS provides
information on the various labor market
parameters to various stakeholders such as
job seekers, job providers, students, parents,
corporates, Government etc. The information
that is provided through LMIS includescourses offered to students, areas of training
that training providers can provide training on,
geographies in which various jobs are
available etc.
Scope
of
Work
details
"What is the differentiating factor between the
scope of National Career Services Portal
(NCSP) and the Employment ExchangeMission Mode Project (EEMMP)? We
understand
that
EEMMP
was
also
implemented with an aim to make the
employment process more transparent,
responsive and centralized. Besides, the need
to involve more private players into the
employment process, what are the other
differentiating factors of the NCSP in
comparison to EEMMP."

P a g e |3

Response of DGE&T
The NCSP and LMIS of NSDA (National
Skill Development Agency) are two
separate initiatives. The LMIS is being
evolved by NSDA and is still in the
development stage. The NCS Portal will
have linkages with LMIS for exchange
of required information.

NCSP
shall form
the
National
framework for delivery of employment &
career related activities. It will provide
linkages with the State level systems
including employment exchanges, skills
training institutions, skill providers etc.
It will thus facilitate access & exchange
of information either integration with the
systems or direct access to the
stakeholders.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

3.

4.

5.

6.

Page
No. of
the RFP

14

16

Reference Clause

Queries & Recommendation/Explanation


of Bidder

2.1.2. Interim Report: Deliverable:


To-Be Scenario, Re-engineered
process details and flows.

Is there a listing of the processes which need


to be covered as part of the assessment
available? (Process scope boundary?)

Clause
2.1.5.
(Contract
Preparation)
The consulting agency shall also
prepare
the
contract/service
agreement to be signed by
DGE&T
with
the
appointed
Implementing Agency for the
NCSP.
2.1.2 Interim Report

Is there any specific template of DGE&T that


needs to be used for preparation of draft
contract?

14

14

2.1.2. Interim Report:


Key Stakeholders and their
expectations

Section 2, 2.1.1 -Interim Report

7.

15

Based on the DPR for the EEMMP and the


discussions/interviews/workshops with the key
stakeholders including officials in DGE&T the
consulting agency shall prepare the Interim
Project Report covering the key aspects of
the NCSP project. We would like to
understand whether some aspects of the
Scope of Work for Interim Report overlap with
the DPR for the EEMMP and the linkages of
recommendations made in the DPR with the
Interim Report.
Request DGE&T to please elaborate on this.

It is written that Interim project report shall be


based on the DPR of the EEMMP; what is the
status of the completion of the DPR and what
shall be the coordination activities required
from the bidder with the agency preparing the
DPR.
"In case, the timelines of preparation of

P a g e |4

Response of DGE&T
The details are already provided in the
RFP in scope of work. However, the
detailed listing of processes shall be
formalised during the Inception stage of
the assignment.
The Consulting Agency may use the
contract template used for eGovernance
projects in India. However, the same
should be finalised in discussions with
DGE&T.

The EEMMP DPR shall be referred to


while preparation of the Interim Project
Report for NCSP.

Please refer the stakeholders details as


mentioned on page 12 of the RFP.
However, the detailed list shall be
formalised during the inception stage of
the project.
The DPR for EEMMP is already
prepared and approved. However, the
details of activities to be conducted for
the project shall be formalised during
the Inception stage.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the RFP

Reference Clause

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T

various reports get delayed due to the


unavailability of DPR, the timelines and
subsequent penalties on bidder shall be
relaxed.

8.

15/ 16

2.1.3. Preparation of Request for


Proposal (RFP) - Deliverables Contractual conditions, Payment
terms

Since the contractual / payment conditions are


usually based on the client's legal /
commercial requirements, what will be the
involvement of the consultant in framing the
contractual conditions / payment terms of the
RFP

2.2 Phase II: Project Management


Support -IT /Application Security
Audit

We understand that the audit to be conducted


covers the portal and its pages to be
developed by the appointed IT and does not
cover any other application. Need clarification
on the same.

4. Project Timelines /Schedule For


Completion Of Task

This section talks about quotes provided by


the TPA. Need to clarify on whom the RFP is
referring to as TPA.
9.

17, 20
and 21

The Consulting Agency shall submit the


draft RFP in discussion with the
DGE&T. Further, based on the
suggestions of DGE&T the RFP needs
to be revised and submitted by the
Consulting Agency (refer clause 2.1.3
on page 16 of the RFP)
It is clarified that the IT/Application
Security Audit is already included in the
scope of the Consulting Agency to be
appointed through this RFP (refer
clause 2.2. point 7, page 17 of the
RFP). TPA herein should be read as the
Consulting Agency. The IT/Application
Security Audit shall be done for the
complete
NCSP
portal
to
be
implemented by the Implementing
Agency to be appointed under this
project.
It is further clarified that since the
deliverables of the Consulting Agency
depends on the time taken by the IA in
patching
the
vulnerabilities,
the
Consulting Agency shall not be liable for
such delays.

10.

20

Section 4:pt 7. IT/Application


Security Audits (First Time &
Recurring)

Please clarify whether the Web Portal is


internet based or intranet based and if the
testing be performed remotely.

P a g e |5

The NCSP Portal will be web based


application to be developed by the
Implementing Agency to work in both
internet/intranet mode.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

11.

Page
No. of
the RFP

Reference Clause
Section 4: pt 7. IT/Application
Security Audits

Please suggest how many users (count and


role / category) are configured to access the
application.

Scope of Work (Addendum)

The addendum provides scope of work of the


consulting agency in addition to the one
detailed out in section 3, clause 2: Scope of
Work, of the RFP and is as given below.

20

12.

Response of DGE&T
These details shall be finalised at the
time of preparation of RFP for the
appointment of Implementing Agency
for the NCSP project. However, the
same shall be further strengthened
when the NCSP is developed and ready
for IT/Application Security Audit.
The scope as defined in addendum
shall be part of the scope of work for
this project and is an integral part of this
RFP.

We understand that the scope of work is


provided in Section 2, Clause 2 of RFP and
the addendum is referring to the same.
Request you to please clarify the same.
Scope of Work (Addendum)

13.

Queries & Recommendation/Explanation


of Bidder

DGET has a repertoire of material (hard


copies) for career counsellors and students to
educate them on choice of careers. This
material is outdated and needs to be revised.
The Consulting Agency will assist DGET in
evolving a framework for digitisation of this
material so that it can be updated for existing
careers as also to incorporate new career
options, thus creating an interlinked
knowledge information repository. Further, the
Consulting Agency shall ensure that the NCS
Portal architecture / design should include the
Knowledge Information System as one of the
key components.
We would like to understand whether the
digitization will be a part of the Scope of Work
for IA developing the NCS portal or a separate
agency will be appointed for the same.

P a g e |6

These aspects shall be decided during


the execution of the project i.e. at the
time of preparation & approval of Interim
Project Report.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the RFP

Queries & Recommendation/Explanation


of Bidder

Reference Clause

Assist DGE&T in roll out of NCS and provide


support in the meetings, conferences,
workshops and capacity building sessions
with key stakeholders
DGET has a repertoire of material (hard
copies) for career counsellors and students to
educate them on choice of careers. This
material is outdated and needs to be revised.

14.

Response of DGE&T
Please refer the addendum for the
details. However, the same shall be
formalised during the Inception stage of
the project

Please elaborate on the kind of support


required by the consulting firm on this.

A.2. Composition of Team & Expertise Required

S.No

Page No.
of the
RFP

Reference Clause
2.3 Strategic Support for entire
duration
of
the
project
The deployment for these experts
shall be based on the requirement
and shall be approved by DGE&T

1.

Queries & Recommendation/Explanation


of Bidder
Is there a specific timeframe for which the
experts need to be deployed? How will the
duration of the involvement of the experts be
finalised?

17

P a g e |7

Response of DGE&T
The indicative requirement is provided
on page 73 of the RFP. However, the
actual requirement including duration of
deployment of expert(s), expected
deliverables / activities etc. shall be
mutually discussed and agreed upon
with the approval of Project Steering
Committee of DGE&T for the NCSP
project.
The payment to these experts shall be
as per the price quoted by the bidder in
the Annexure 2 of the RFP.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page No.
of the
RFP

Reference Clause
Clause 3 (Strategy Team)

2.

3.

19

19

The Strategy Team shall include


team of experts from varied
background and expertise as per
the activities to be conducted by
the consulting agency. These
experts shall include the following:
Quality Expert, IT Security Expert,
Technology
Expert,
Financial
Expert, HR / Recruitment Expert &
Legal Expert.
Clause 3 (Strategy Team-Note,
point 3)
Further, DGE&T may ask for any
other expert during the course of
the project depending on the
requirement, the rates of which
shall be mutually agreed to with
the
approval
of
competent
authority of DGE&T

The core team needs to be


deployed full time on the project in
the premises of DGE&T for both
the phases of the project & should
be on the payrolls of the bidder.
4.

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T

Is there any specific requirement in terms of


number of years of experience, relevant
experience, educational qualification for these
experts?

Please refer Annexure C1 of this


corrigendum.

Based on our experience, finalisation of rates


during the course of the assignment, for
aspects which are not covered or are
ambiguous in the contract becomes a
challenge. This may also lead to delay in
deployment of the right resource at the right
time which may hamper the execution of the
project. Therefore it is requested that some
mechanism may be incorporated to fast track
the finalisation of these components as and
when the need arises.

The PSC (Project Steering Committee)


for the NCSP project shall finalise the
type of other expert(s), expected
deliverables, duration of deployment
and rates for these other experts.

We suggest allow bidder the flexibility on


deployment of resources (mix of onsite and
offsite as per need).

No change in clause.

19

P a g e |8

Also as per RFP, the core team has to


be deployed full time for the project.
Further, to maintain the continuity of
team members during the course of
project, it is required that the Project
Manager of core team for phase 1
should continue till the end of the entire
project. In case the said resource or
any other resource is replaced it should
be with prior approval of DGE&T with
the replaced resource being of higher

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page No.
of the
RFP

Reference Clause

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T
skill set and experience (please refer
page 20 of the RFP for replacement
conditions & the applicable SLAs as
provided in Annexure C4 of this
corrigendum) .

A.3. Project Timeline / Schedule for Completion of Task

S.N
o

Page
No. of
the RFP

Reference Clause
4. Project Timelines /Schedule For
Completion Of Task

1.

2.

20

21

Section 4: pt 7c. Issuance of


Compliance Security Certificate i.e.
certifying that the Portal is Safe for
Hosting and acceptance of the
same by DGE&T / NIC / hosting
partner of DGE&T.

Queries & Recommendation/Explanation


of Bidder
Modification of T2 which is defined as" T2 is
the date of approval of Request for Proposal
(RFP) by DGE&T"
"Generally one month from the date of
publishing of RFP is provided to bidders for
final submission of bids. Taking this into
consideration it leaves on 15 days for bid
evaluation,
clarifications
(issue
and
submission) and award of work order. This is
very less considering the nature and scope of
this
RFP
Our Suggestions: T2 should be revised as last
date of bid submission "
As per the RFP, only 3 days are given
between submission of final report and issuing
the compliance security certificate for the
same.
The Safe for Hosting compliance security
certificate can only be provided if issues /
findings are closed by development team

P a g e |9

Response of DGE&T
No change in timelines.
Contract for NCSP Implementation as
per page 20 of the RFP (i.e. Project
Timelines /Schedule For Completion Of
Task) refers to the submission of the
deliverable of the Consulting Agency as
provided on page 16 of the RFP

As clarified earlier, the deliverable of the


Consulting Agency depends on the time
taken by the IA (Implementing Agency)
in resolving / patching the vulnerabilities,
the Consulting Agency shall not be liable
for such delays.
Further, please note:

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.N
o

Page
No. of
the RFP

Reference Clause

Queries & Recommendation/Explanation


of Bidder
within the given timeframe and the number of
retesting mentioned in the RFP. If the
vulnerabilities are found to be open during the
retesting round then the Safe for Hosting
certificate cannot be given.

Section 2, Clause 4

3.

21

The penalties mentioned are on the higher


side (1% of the F1 as per annexure-2 per
week delay)
"1.The clause may be rewritten as - 'In case of
any delay solely on account of the consulting
agency, a penalty of 1% of the line item
category (refer Annexure 2 of the RFP) for
every week of delay beyond the scheduled
timelines may be imposed by DGE&T. In case
the delay is more than seven (07) weeks,
DGE&T reserves the right to terminate the
contract.
Suggestion: 1% should be reduced to 0.5%
2.The aggregate penalty for a delay in
submitting a report should not exceed rate
quoted for that line report and not on the total
value F1. For example - if deliverable for
Phase 1 (a) Project inception report got
delayed by one week (on account of the
consulting agency) than the penalty should be
1% of the rates quoted for Project Inception
Report of Phase 1 (a) only and not on total F1
quote.
3. It may be assumed that the Penalty shall be
calculated considering the rates quoted
without taxes. Please confirm."

P a g e |10

Response of DGE&T

As provided in the RFP the IT /


Application Security Audit is in the
scope of the Consulting Agency to
be appointed through this RFP.
The IT / Application Security Audit
shall be done for the complete
NCSP portal to be implemented
by the Implementing Agency to be
appointed under this project.
No change in clause except for the
following:
The aggregate penalty herein
shall not exceed 10% of F1.
Also the penalties shall be on the
quote for F1 of the bidder, without
taxes.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

[ B ].

SECTION 2: INSTRUCTIONS TO BIDDERS

B.1.

Eligibility Criteria

S.No

Page
No. of
the
RFP

Reference Clause
Section3, Clause
Criteria-Point 5)

1.

22

2.1

(Eligibility

The
Bidder
should
have
successfully completed at least one
IT project related RFP & Bid
Process Management for a Central
Government/ State Government/
PSU/ Government bodies of India,
within the last 5 years.
Section3, Clause
Criteria-Point 2)

2.1

(Eligibility

The bidder should have an annual


turnover of not less than INR 100
Crores in each of the last three
financial years (i.e. 2010-11, 201112 & 2012-13), from operations in
India.
2.

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T

For this eligibility criterion, is there any


specific scope in IT including contract value
that needs to be considered by the bidder
while submitting their required credential?
Request you to also consider experience
with Private sector organization for larger
participation.

The 'IT project here refers to web based


application or portal solution.

Requesting to please modify the criteria as:

The Eligibility Criteria No.2 as given on


page 22 & 43 of the RFP, is revised as
given below:

The bidder should have an annual turnover


of not less than INR 100 Crores in each of
the last three financial years (i.e. 2010-11,
2011-12 & 2012-13) from operations of the
company registered in India

22

Since this experience is critical to the


project, experience in Government
bodies in India is required.

The bidder should have an annual


turnover of not less than INR 100
Crores in each of the last three
financial years (i.e. 2010-11, 201112 & 2012-13). Out of this atleast
INR 50 Crores should be from
operations in India for each of the
last three financial years (i.e. 201011, 2011-12 & 2012-13).

Please note:
For the above criteria, the proofs
as mentioned in the RFP need to
be submitted by the bidder. Failing
which the experience shall not be
P a g e |11

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T
considered for evaluation.
Form 4 as provided on page 49 of
the RFP has been revised
accordingly and is placed at
Annexure C2 of this corrigendum.
The eligibility criteria no. 7 [i.e. The
Bidder
should
have
successfully
completed at least one IT Audit project of
value atleast INR 20 Lakhs for a Central
Government / State Government / PSU /
Government
bodies
/
Private
organizations within the last 5 years, in
India] and eligibility criteria no. 8 [i.e.
The Bidder should have successfully
completed at least one HR (Human
Resource) consulting project of value
atleast INR 20 Lakhs for a Central
Government / State Government / PSU /
Government
bodies
/
Private
organizations within the last 5 years, in
India] have been revised as given below:

2.1 Eligibility Criteria

3.

We request you to consider global projects in


evaluation to bring in versatile experience.
For global projects and also for clients where
NDA is signed and disclosure of project
related documentary evidence is highly
restricted, we request you to consider Self
Declaration from Authorized Signatory as a
supporting document.

22

Eligibility Criteria No. 7: The


Bidder should have successfully
completed at least one IT Audit
project of value atleast INR 20
Lakhs within the last 5 years.
Eligibility Criteria No. 8: The
Bidder should have successfully
completed at least one HR (Human
Resource) consulting project of
value atleast INR 20 Lakhs within
the last 5 years.

Further, please note:


The experience provided should
P a g e |12

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T
be supported with the following
documents /proofs, failing which
the experience shall not be
considered for evaluation:
o Copy of Work Order
o Copy
of
Completion
Certificate.
- In case the completion
certificate from the client
is not available, the
authorised signatory of
the bidder shall provide
an undertaking stating
clearly that the project
has been completed.
o Proof of completion of the
stated value of the project:
- In case the value is not
depicted on the work
order
or
completion
certificate provided by
the Client, then the
bidder needs to either
provide the copy of
invoices or a written
confirmation from the
Client for the stated
value or an undertaking
from the statutory auditor
of the bidder.

P a g e |13

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

4.

5.

Page
No. of
the
RFP

Reference Clause

Request you to also consider experience


with Private sector organization for larger
participation.

No change in criteria.

22

2.1 (4) The Bidder should have


successfully completed at least one
IT
consultancy
project
for
preparation of Detailed Project
Report /IT Strategy of value at least
INR 40 lakhs for a Central
Government/ State Government/
PSU/ Government bodies of India,
within the last 5 years.
Section 3, Clause 2.1 & Section 12,
clause 12.1

It is mentioned that any bid failing to meet


any one of the eligibility criteria shall be
summarily rejected and will not be
considered for technical evaluation

The bidder is advised to be careful while


preparing the bid documents.

23

Queries & Recommendation/Explanation


of Bidder

"Summarily rejection of bid may result in


unnecessary exit of genuine bidder (in case
of any manual error in bid documents). As a
good practice, bidder should be given a
chance to prove his eligibility in case of any
lapse in submission of eligibility documents
(in case of meeting the compliance to
eligibility criteria). The respective clauses
lines may be reframed as 'However any bid
failing to meet any one of the eligibility
criteria as mentioned in ITB Clauses 2.1 may
be rejected and will not be considered for
Technical Evaluation

P a g e |14

Response of DGE&T

However, please refer clause 14 on page


29 of the RFP as reproduced below:
"During evaluation of bids, DGE&T may,
at its discretion, ask the Bidder for a
clarification of its bid. The request for
clarification and the response shall be in
writing. If the response to the clarification
is not received before the expiration of
deadline prescribed in the request,
DGE&T reserves the right to make his
own reasonable assumptions at the total
risk and cost of the Bidder and also may
reject the bid."

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
10 & 10
Blacklisting
Decl.

6.

24 & 46

Queries & Recommendation/Explanation


of Bidder
As on date of submission of the proposal,
the bidder should not have been blacklisted
by any Government entity (Central or State
Government or PSU) in India or is under a
declaration of ineligibility for fraudulent or
corrupt practices by any Government entity
(Central or State Government or PSU) in
India.
"We declare:
""<<Name of the Company >> has not been
blacklisted by any Government entity
(Central or State Government or PSU) in
India or is under declaration of ineligibility for
fraudulent
or
corrupt
practices
by
Government entity (Central or State
Government or PSU) in India."

P a g e |15

Response of DGE&T
The query is not clear,
clarification is necessary.

thus

no

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
B.2.

S.No

Payment Terms
Page
No. of
the
RFP

Reference Clause
Section3, clause 28 (Payment
Terms-Phase
II,
Point
BIT/Application Security Audits)

1.

Queries & Recommendation/Explanation


of Bidder
Since the first and recurring IT/Application
Security Audit shall be conducted separately,
it is requested that the total payment should
be made on the respective audit rather than
on the combined value as mentioned in the
RFP First Time & Recurring.

26

P a g e |16

Response of DGE&T
The clause is revised as given below:
Where FA =Fd x m
FA is the 'Total cost inclusive of
taxes for IT/Application Security
Audits (First Time or Recurring as
the case may be) of NCSP'. This
cost is derived from Fd (refer
Annexure 2 of the RFP) and m,
which are explained below:
o Fd is the 'Total rate / quote
inclusive
of
taxes
for
IT/Application
Security
Audits
(First
Time
or
Recurring as the case may
be) of a dynamic page of the
NCSP
Portal
as
per
Annexure 2 of this RFP.
o m is the actual number of
dynamic pages in the NCSP
Portal which are available
and
ready
for
the
IT/application security audit,
as intimated to the consulting
agency by DGE&T in writing
during the phase II of the
project.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

2.

Page
No. of
the
RFP

38

Reference Clause
Section 2 Pt no. 28 B:
m is the actual number of dynamic
pages in the NCSP which are
available and ready for the
IT/application security audit, as
intimated to the consulting agency
by DGE&T in writing during the
phase II of the project.

Please confirm that for financial bidding, we


should take the indicative numbers
mentioned in Annexure 5. As per our
understanding,
Financial
Formats
in
Annexure 2 should be updated with
reference to details mentioned in Annexure
5. Pl confirm.

Section 2 Pt no. 28 B:

As per our understanding, in case travel of


regular and core employees also, if required,
the cost of travel would be reimbursed.
Requesting you to kindly confirm.

Team subject to the government of


India norms or norms as fixed by
DGE&T. For strategy team even
the cost of travel (confined to India)
from the base location to the
project site and vice versa shall
also be reimbursed.
3.

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T
In the financial bid format, only per
dynamic page is to be quoted by the
bidder. Annexure 5, only provides
indicative number of dynamic pages for
the purposed of financial evaluation [i.e.
calculation of Absolute Financial Quote
(Fb)]. The actual number of dynamic
pages shall be defined when the NCSP
portal is developed and ready for IT /
Application Security Audit.
No. Please refer the clause on page 38
of the RFP which is self-explanatory and
is reproduced below:
"Cost of travel (confined to India) and
stay of the consulting agency team
including the strategy team for the
NCSP Project as instructed and
required
by
DGE&T,
shall
be
reimbursed by DGE&T, based on actual
expenses incurred by the consulting
agency Team subject to the government
of India norms or norms as fixed by
DGE&T. For strategy team even the
cost of travel (confined to India) from the
base location to the project site and vice
versa shall also be reimbursed."

39

It is has already been clarified that the


core team shall be deployed onsite in
the premises of DGE&T.

P a g e |17

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
2.1.3 & 2.1.4
RFP & Bid Process Management

4.

Queries & Recommendation/Explanation


of Bidder
In case more than one RFP, contract and bid
process is managed by the Consulting
Agency, how will the payment for the same
be made.

15

Response of DGE&T
It is envisaged that one RFP is required
for implementing the Integrated NCSP
project. However, during the execution
of the project, if it is suggested by the
Consulting Agency and/or decided by
the PSC that more than one RFP needs
to be prepared for implementing the
NCSP project for different components,
then based on the scope of each RFP,
the PSC shall divide the amount quoted
by the Consulting Agency in the format
provided in Annexure 2 (refer table 1,
S.no. c & d, page 61) of the RFP into
required proportions.
The payment for the same shall be
made as per the milestones defined in
the RFP.
Also the Consulting Agency shall
adhere to the timelines provided in the
RFP for these separate RFPs of the
NCSP project. In case these RFPs are
not executed in parallel then each one
of them should adhere to the timelines
(in months) as provided in the RFP.

P a g e |18

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
B.3.

Bid Evaluation

S.No

Page
No. of
the RFP

Reference Clause

31

Section3, Clause 16.1.ii (Evaluation


and Comparison of Bids-Final
Evaluation
of
the
Proposal)
The combined technical and
financial
(S)=Tb x T + Fn x P

1.

B.4.

S.No

1.

2.

Queries & Recommendation/Explanation


of Bidder
In case more than one bidder obtain first rank
with combined technical & financial score (S)
being equal, will the bidder with the highest
technical be considered for the award of the
project?

Response of DGE&T
In such rare occurrence, the preference
shall be given to the bid with the lower
Absolute Financial Quote (i.e. Fb).

Other Instructions to Bidders


Page
No. of
the
RFP

Reference Clause

Response of DGE&T

Section3 (Termination of Contract)

There is no clause for termination based on


mutual agreement or consent. We would
request you to consider adding the following
clause:
This Contract may be terminated by either
Bidder or DG&ET at any time, with or without
cause, by giving written notice to the other
party not less than [thirty (30)] days before
the effective date of termination, provided
that, in the event of a termination for cause,
the breaching party shall have the right to
cure the breach within the notice period

No change in clause

2.2 Consortium & Sub Contracting


Consortium & subcontracting are
not permitted.

Request
you
subcontracting.

No change in clause

21

24

Queries & Recommendation/Explanation


of Bidder

to

P a g e |19

consider

allowing

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

3.

4.

Page
No. of
the
RFP

Reference Clause

We understand that the RFP terms will have


to be accepted by the Bidder, however, for
certain terms and conditions of the RFP,
Bidder will be submitting the deviations which
will be mutually discussed by both the parties
at the contracting stage. Please confirm.

No change in clause

24

2.6 An undertaking from the Bidder


stating the compliance with all the
conditions of the Contract and
Technical criteria of the Bidding
Document is required, since no
deviation or assumptions will be
acceptable to the DGE&T in
accordance with Annexure 1 of this
RFP.
4.7 Forfeiture of bid security
The bid security can be forfeited, if a
Bidder
(1)Withdraws its bid during the
period of bid validity specified by the
Bidder on the Bid Form or
(2) Does not accept the correction of
errors pursuant to ITB Clause 15 or
(3) In case of the successful Bidder,
if the Bidder fails to sign the
Contract in accordance with ITB
Clause
15
and
20
furnish
performance bank guarantee in
accordance with ITB Clause 21

We request the deletion of sub clause (2).


However, in terms of sub clause (3), we
understand that our bid will be submitted
along with certain deviations to the terms and
conditions as stated in the RFP. After the
Notification of Award/Purchase Order, the
parties must discuss these deviations and
arrive on a mutually acceptable position.
However, In case the Parties do not reach on
an agreement on the terms and conditions
and consequently the contract is not signed,
neither party will have any liability towards
the other. The bid security should not be
forfeited in such case. Also, PBG should be
given only once the Parties have finalized the
contract after mutual discussion. In case the
Parties do not reach on an agreement on the
terms and conditions and consequently the
contract is not signed, neither party will have
any liability. No PBG will be submitted in that
case and the same shall not amount to
forfeiture of EMD.

No change in clause

25

Queries & Recommendation/Explanation


of Bidder

P a g e |20

Response of DGE&T

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
4.1 Amount of bid security

5.

25

BID Validity
6.

26

7.

26

Queries & Recommendation/Explanation


of Bidder
The Bidder shall furnish, as part of its bid, a
bid security in the form of Bank Guarantee
/Demand Draft / Bankers Cheque /Fixed
deposit drawn in favor of PAO, DGE&T,
Ministry of Labor and Employment, New
Delhi payable at Delhi for an amount of Rs.
20,00,000/-(Rs Twenty Lakhs Only). EMD
should be valid for a period of 180 days from
the date of submission of the bid.
Please mention the name of Bank and if the
DD can be issued from Bank of America
which is a scheduled bank
Clause is missing
Bidder will quote with a bid validity of 30 days
from the date of submission of the BID.

5.1 Validity Period


Bids shall remain valid for 180 days
after the date of submission of bids

Request validity of the proposal to be


changed to 90 days

P a g e |21

Response of DGE&T
DD issued by a Nationalized/ Scheduled
/Commercial Bank in India may be
submitted for EMD.
However, the EMD should be valid for
180 days.
In case the EMD is submitted in the form
of Demand Draft which has the validity
period of 90 days, the bidder shall also
submit an undertaking in their technical
bid stating that the same shall be
extended for another 90 days, 7 days
prior to expiry of the submitted EMD in
the form of demand draft.
Please refer clause 5 page 26 of the
RFP where it is clearly stated that the
bids shall remain valid for 180 days from
the date of submission of bids.
No change in clause

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
21.1 Furnishing of Performance
Bank Guarantee

Queries & Recommendation/Explanation


of Bidder

Please clarify, if the PBG can be


issued in favor of Directorate General
of Employment & Training (DGE&T)
payable at Delhi.
Please clarify the total duration of
contract and the related requirement
for
PBG
"The total duration of contract needs to
be specified and clause as placed
below can be inserted
On completion of <contract duration>,
bank will extend the BG at Banks own
discretion subject to receipt of written
request from bidder within 30 days
prior to the expiry of guarantee

Please refer to page 3 point 10 for


details where it is mentioned that the
instruments would be drawn in favour of
PAO, DGE&T, Ministry of Labour and
Employment, New Delhi.
The timelines will be as specified in the
RFP.

We understand that Consulting Agency


would be required to sign the No Claim
certificate only after the services under this
RFP have been delivered and all the
payments in full have been received by
Consulting Agency from the customer in
accordance with the terms of the contract
between the parties. Such certificate shall be
signed by Consulting Agency only when no
dues to Consulting Agency are pending from
the customer under the contract signed
pursuant to this RFP.

No claim certificate shall be submitted


along with the final invoice of the
project.

8.

9.

34

35

25. The qualified Bidder shall not,


be entitled to make any claim,
whatsoever, against the Client
under or by virtue of or arising out of
this contract nor shall the Client
entertain or consider any such claim
after Bidder shall have signed a "no
claim" certificate in favour of the
Client in such forms as shall be
required by the Client after the
works are finally accepted.

Response of DGE&T

P a g e |22

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

10.

Page
No. of
the
RFP

35

Reference Clause
35. The bidder should provide
professional, objective, impartial
advice and services and at all times
hold
the
DGE&Ts
interests
paramount, strictly avoid conflicts
with other assignments/ jobs or their
own corporate interests and act
without any consideration for future
work. The bidder shall not be
eligible to bid for the activities
related to the NCSP project which
are in direct conflict, either directly
or as a member of consortium or
through
some
other
party.

Queries & Recommendation/Explanation


of Bidder

In the event an OEM is selected as


'Consulting Agency', we request you to
allow their technology to be used as
solution by other bidders during further
bidding process.

Request the client to curtail this


restriction up to the engagement team
members bidding for this mandate.

Response of DGE&T
No change in clause.

Any Bidder found to have a Conflict


of Interest shall be disqualified. In
the event of disqualification, the
Authority
shall
forfeit
and
appropriate the Bid Security or
Performance Security, as the case
may be.

22 to 25

11.

35

Please add the following line in the end in


order to define the receipt of payments in
various scenarios if the contract is terminated
"Upon termination of this agreement the
Bidder shall be entitled to receive payments
from the Client for work done, work in
progress and expenses incurred till the date
of termination of this Agreement."

P a g e |23

In case the termination / suspension is


due to Force Majeure or due to
convenience of DGE&T or for no fault of
the bidder as agreed & approved by the
PSC, the payment effective till the date
of written intimation of termination by
DGE&T, as per the payment terms of
the RFP shall be payable to the Bidder.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

12.

Page
No. of
the
RFP

Reference Clause

36

27. DGE&T shall own and have a


right in perpetuity to use all
Intellectual Property Rights which
have arisen out of or in connection
with the implementation of this
Contract, including all processes,
products, data, knowledge products,
training
material
and
other
documents which have been
developed
by
the
appointed
consulting agency during the
performance of Services and for the
purposes of inter-alia use or
sublicense of such Services under
this Contract. The consulting agency
undertakes
to
disclose
all
Intellectual Property Rights arising
out of or in connection with the
performance of the Services to the
DGE&T and execute all such
agreements/documents and file all
relevant
applications,
effect
transfers and obtain all permits and
approvals that may be necessary in
this regard to effectively transfer
and conserve the Intellectual
Property
Rights
of
the
DGE&T.DGE&T shall retain all right,
title and interest in and to any and
all data, entered or generated by the
consulting agency for DGE&T
pursuant to this agreement, and any
modifications thereto or works
derived there from.

Queries & Recommendation/Explanation


of Bidder
Considering the nature of work to be
undertaken under the RFP, we propose that
the Bidder will own the copyright in all
Materials created under the Agreement
("Bidder Materials"). However, Bidder will
grant Bank an irrevocable, nonexclusive,
worldwide, paid-up license to use, execute,
reproduce, display, perform, and distribute
(within DGE&T only) copies of Bidder
Materials solely for the purposes for which
they were delivered.

We propose that for the purposes of this


clause Materials means literary works or
other works of authorship such as programs,
program
listing,
programming
tools,
documentation, reports, drawings, etc. that
Bidder may deliver to customer as part of the
Services. The term Materials does not
include licensed program products available
under
respective
Bidders
license
agreements.
We would also like to propose that the
parties will continue to own their respective
pre-existing intellectual property rights.

P a g e |24

Response of DGE&T
No change in clause & all IPRs related
to the project will remain with DGE&T.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
33

13.

39

30. Standard of Performance

14.

38

Queries & Recommendation/Explanation


of Bidder

Response of DGE&T

Please mention that the sole arbitrator is to


be appointed as per mutual agreement or as
per the law
"Under this clause it has been mentioned
that arbitrator shall be
appointed by DGE&T. It is requested that the
Sole Arbitrator to be
appointed as per mutual agreement between
the parties or in case
the parties fail to mutually agree in that case
the arbitrator should
be appointed in terms of Arbitration and
Conciliation Act 1996."

No change in clause

The Selected Bidder shall render out the


service and carry out its obligations under
the contract with due diligence, efficiency
and economy in accordance with generally
accepted norms, techniques and practices
used in the industry.

No change in clause and the PSC shall


be monitoring the progress of the
project.

"Highlighted terms are vague and can be


misconstrued or open to interpretation as
they have different and very wide
interpretation.
We request the same be limited to warrant
that Services performed under the resultant
contract will be performed in a good and
workmanlike manner."

P a g e |25

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

15.

16.

Page
No. of
the
RFP

39

40

Reference Clause

Queries & Recommendation/Explanation


of Bidder

Section3, clause 31 (Confidentiality)


The Selected Bidder and its
personnel shall not, either during the
term or after expiration of this
contract, disclose any proprietary or
confidential information relating to
the services, contract or DGE&T's
business or operations without the
prior written consent of DGE&T.

The confidentiality period as per this clause


is perpetual. It is requested that the time
period for the same may be defined as one
year post termination of the contract.
Accordingly would request DGE&T to
consider the following revised clause:

Section3, clause 36 (Indemnity-point


3)

The clause doesnt completely cap the


liability of the Firm, therefore it is requested
to consider the following revised clause:
Notwithstanding anything contained in the
contract, DG&ET agrees that the Bidder shall
not be liable to DG&ET, for any losses,
claims, damages, liabilities, cost or expenses
(Losses) of any nature whatsoever, for an
aggregate amount in excess of the fee paid
under the contract for the services provided
under the contract, except where such
Losses are finally judicially determined to
have arisen primarily from fraud or bad faith
of the Bidder. In no event shall the Bidder, be
liable for any consequential (including loss of
profit and loss of data), special, indirect,
incidental, punitive, or exemplary loss,
damage, or expense relating to the services
provided pursuant to this Contract.

If Bidder is finally judicially


determined to be liable to DGE&T,
Bidders maximum liability for any
losses, damages, claims, costs or
expenses, relating to or in
connection with the project, shall
under all circumstances, be limited
to the amount of the fees paid by
DGE&T to Bidder under the
concerned project, except to the
extent finally judicially determined to
have arisen primarily from the fraud
or bad faith of Bidder.

Response of DGE&T
No change in clause

The Selected Bidder and its personnel shall


not, either during the term or till one year
post termination /expiration of this contract,
disclose any proprietary or confidential
information relating to the services, contract
or DGE&T's business or operations without
the prior written consent of DGE&T.

P a g e |26

The following point is added to the


clause 36 (i.e. Indemnity) on page 40 of
the RFP:

In no event shall the Bidder, be


liable for any consequential
(including loss of profit and loss of
data), special, indirect, incidental,
punitive, or exemplary loss,
damage, or expense relating to
the services provided pursuant to
this Contract.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
Retained Rights

S.No

Please refer the 'IPR' clause on page 36


of the RFP.

CONTENTS AND FORMAT OF TECHNICAL BID


Page
No. of
the
RFP

Reference Clause
PART 1: FORMAT FOR COVER
LETTER

1.

Clause not present in RFP

Response of DGE&T

"Each Party owns, and will continue to own


all right, title and interest in and to any
inventions however embodied, know how,
works in any media, software, information,
trade secrets, materials, property or
proprietary interest that it owned prior to this
Agreement, or that it created or acquired
independently of its obligations pursuant to
this Agreement (collectively, Retained
Rights). All Retained Rights not expressly
transferred or licensed herein are reserved to
the respective owner. To be included"

17.

[ C ].

Queries & Recommendation/Explanation


of Bidder

42

Queries & Recommendation/Explanation


of Bidder
"3. We have read the provisions of the RFP
and confirm that these are acceptable to us.
We
further
declare
that
additional
conditions,
variations,
deviations,
assumptions if any, found in our proposal
shall not be given effect to.
Please delete "We further declare that
additional conditions, variations, deviations,
assumptions if any, found in our proposal
shall not be given effect to.

P a g e |27

Response of DGE&T
No change in clause

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

2.

3.

4.

Page
No. of
the
RFP

50

50

50

Reference Clause

Queries & Recommendation/Explanation


of Bidder

Form 4: Annual Turnover:


We hereby certify that total annual
turnover of M/s. (Name of the bidder)
for the each of the last three financial
years from operations in India are as
given below:

Requesting to please modify the wordings in


the format as:

Form 4: Annual Turnover:


We hereby certify that the total
turnover from IT Consultancy/IT
Advisory
Services
of
M/s.
____________________ (Name of
the bidder) for the each of the last
three financial years from operations
in India.
Annexure 1 (Contents and Format of
Technical Bid-Part2-Form 4-Annual
Turnover)

Requesting to please modify the wordings in


the format as:
"We hereby certify that the total turnover
from IT Consultancy/ IT Advisory Services of
M/s. ____________________ (Name of the
bidder) for each of the last three financial
years from operations of the company
registered in India".
Since the eligibility criteria requires that the
bidder needs to have an annual turnover of
atleast INR 15 crores from IT Consultancy /
IT Advisory Services in the last three
financial years (i.e. 2010-11, 2011-12 &
2012-13), it is requested that the following
format for Statutory Auditors certificate may
also
be
considered:
We hereby certify that the total turnover
from IT Consultancy/IT Advisory Services of
M/s. ____________________ (Name of the
bidder), exceeds INR. _____crores in each
Financial Years (i.e. FY 2010-11, 2011-12 &
2012-13).

Response of DGE&T
Refer Annexure C2 of this corrigendum

We hereby certify that total annual turnover


of M/s. (Name of the bidder) for each of the
last three financial years from operations of
the company registered in India

(Signature of Statutory Auditor)


Name of Statutory Auditor:
Name of Statutory Auditor Firm:
Seal

P a g e |28

Refer Annexure C2 of this corrigendum

Refer Annexure C2 of this Corrigendum

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
Form 5: Previous Experience

5.

51-52

Queries & Recommendation/Explanation


of Bidder
Kindly provide the copy of work order and
certificate of completion /self-certificate
attested by the authorized signatory of the
bidder (In case of self-certificate the bidder
needs to provide proof of completion of the
stated value of the concerned experience
cited). In case these are not provided the
experience cited shall not be considered for
evaluation.
"Need to understand if there is
prescribed format for self-certificate.

any

For partially completed projects, please


clarify whether we need to mention the total
contract value or a prorated amount for the
completed duration of the project.

P a g e |29

Response of DGE&T
The self-certificate should be on the
letter head of the organisation and
issued by the authorised signatory of
the firm and should clearly mention the
completion of the project.
The total value of the assignment and
the value of the completed component
should be clearly mentioned as per the
requirement of the criteria. Please refer
Annexure C3 of this corrigendum

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
[ D ].

S.No

1.

CONTENTS AND FORMATS OF FINANCIAL BID


Page
No. of
the
RFP

Reference Clause

Response of DGE&T

Annexure 2 Table 1:
Format for Financial Bid

We would like to bring to your notice that


the financial format in Annexure 2 does not
have reference to the F2, F3, F4 and Fb.
But Annexure 5 has details on F1, F2, F3,
F4 and Fb. Please confirm on these
observations and as per our understanding
Annexure 2 for financial formats would
require a change and should be in synch
with Annexure 5 details. Also, Please clarify
on how is F3 calculated and is different from
Fd.

Annexure 5 of the RFP provides the


methodology
for
calculation
of
Absolute Financial Quote (Fb) which
draws references from Annexure 2.
Similarly F3 is derived from Fd. For
estimation purpose the number of
dynamic pages (m) and number of
audits in a year are assumed only for
calculation purpose (for details see
page 72 of the RFP).

All the prices should be inclusive of


all taxes and duties which should be
clearly specified.

We propose that the prices will be exclusive


of all applicable taxes which shall be
charged to DGE&T as per actuals. Please
confirm.

No change in RFP.

61

63 and
other
relevant
pages

Queries & Recommendation/Explanation


of Bidder

2.

However any change in taxes or levies


structure by the Government of India
will be applicable at the time of
payment.
The documentary evidences for
payment of taxes in this regards will be
submitted by the bidder.

P a g e |30

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
[ E ].

S.No

EVALUATION CRITERIA: TECHNICAL BID


Page
No.
of the
RFP
64

Queries & Recommendation/Explanation


of Bidder

Reference Clause
Annexure-3
Evaluation
Technical bid

Criteria:

3.

4.

65

Annexure 3 Table Pt. B.1.:


Some of the parameters to be
evaluated would include:
Total years of experience
Past relevant experience
Educational qualifications
Relevant certifications.

Request for consideration of global


experience, private sector experience.
Request to provide weightage for
evaluation parameters.
Number of credentials to be provided.
Request for consideration of ongoing
projects
Please provide details on the minimum
indicative qualification, years of experience,
relevant experience and certifications
required for proposing the resources. This
would enable us to propose the most
suitable resources for this engagement.

P a g e |31

Response of DGE&T
Please refer Annexure C3 of this
corrigendum

For details on core team, please refer


to page 18 of the RFP.
For the details on Strategy team,
please refer to Annexure C1 of this
corrigendum.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
[ F ].

S.No

SERVICE LEVEL AGREEMENT (SLAs)

Page
No. of
the
RFP

Reference Clause
Annexure-4; Sl. No. 1 Deployment of
Core Team during the contract period
(i.e. phase I & Phase II) after signing
the contract with the DGE&T

1.

67

Queries &
Recommendation/Explanation of Bidder
S.No. 1 - penalty level in case of breach of
service level:
"(0.5*t)% of the payment to be made to the
appointed bidder (i.e. consulting agency)
for every week delay beyond the expected
service level for the concerned phase (i.e.
a percentage of F1 for phase I & quarterly
amount to be paid for phase II) for each
member of the team not deployed as per
expected service level. [where t is the
number of weeks beyond the expected
service level]"
As per Table 2 of Annexure 2; man month
rates are being sought only for Phase II,
the percentage of the penalty applicable for
phase I should be proportionate to the
amount quoted as per table 1 only.
Similarly for phase II the penalty amount
should be proportionate to amount quoted
as per table 2 of Annexure 2.
Request for modification of clause as
follows:
Penalty level in case of breach of service
level
for
the
respective
phases:
During phase I- '(0.25*t)% of the payment
to be made to the appointed bidder (i.e.
consulting agency) for every week delay
beyond the expected service level for the
concerned phase (i.e. a percentage of F1 )

P a g e |32

Response of DGE&T
Please refer Annexure
corrigendum

C4 of this

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause

Queries &
Recommendation/Explanation of Bidder

Response of DGE&T

for each member of the team not deployed


as per expected service level. [where t is
the number of weeks beyond the expected
service
level]
During Phase II'(0.25*t)% of the payment to be made to the
appointed bidder (i.e. consulting agency)
for every week delay beyond the expected
service level for the concerned phase (i.e.
a percentage of quarterly amount to be
paid for phase II) for each member of the
team not deployed as per expected service
level. [where t is the number of weeks
beyond the expected service level]

2.

67

Annexure
4
(Service
Level
Agreements-Calculation of Penaltiespoint
3)
The aggregate penalty herein shall
not exceed the contract amount for
the concerned phase

The aggregate penalty due to SLA


deviation is capped on the entire amount of
the concerned phase, which is quite high, it
is requested that the same may be capped
to 10% of the concerned phase contract
amount. Accordingly, it is requested that
the following revised clause may be
considered:
The aggregate penalty herein shall not
exceed 10% of the contract amount for the
concerned phase

P a g e |33

Please refer Annexure


corrigendum

C4 of this

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
Annexure-4; Sl. No. 1 Deployment of
Core Team during the contract period
(i.e. phase I & Phase II) after signing
the contract with the DGE&T

3.

68

Queries &
Recommendation/Explanation of Bidder
S. No. 1 - penalty level in case of breach of
service
level:
""(0.5*t)% of the payment to be made to the
appointed bidder (i.e. consulting agency)
for every week delay beyond the expected
service
level
for
the
concerned
phase (i.e. a percentage of F1 for phase I &
quarterly amount to be paid for phase II) for
each member of the team not deployed as
per expected service level [where t is the
number of weeks beyond the expected
service level]
1.Since Phase 1 is deliverable based and
penalty is already being levied for the delay
in submission of each deliverable, request
DGET for reconsidering application of
penalty for the delay in deployment of
resources during phase I.
2.Since Phase 1 is deliverable based
wherein there will be some dormant period
of review and approval process of
deliverables, during this period all the
resources will not be required at a time. In
case penalty for delay in deployment is still
kept, request DGE&T for considering it only
for the first time deployment of resources
during phase I. During the approval
process
of
deliverables,
temporary
withdrawal of resources should be allowed.

P a g e |34

Response of DGE&T
Please refer Annexure
corrigendum.

C4 of this

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

4.

5.

Page
No. of
the
RFP

Reference Clause

Response of DGE&T

Annexure-4

S.No. 3 & 4 - penalties for penalty should


be resource specific
"As and when a particular resource is
replaced (may be due to DGET request or
by bidder request), the penalty shall be
specific to the resource replaced.
The suggested SLA can be rewritten as '(0.5*n*t)% of the payment to be made to
the appointed bidder (i.e. consulting
agency) for every week delay beyond the
expected service level for the concerned
resource as per table 2 of annexure-2 (i.e.
a percentage of respective line item in table
2 for phase I & quarterly amount to be paid
for phase II for respective resource).
[where n are the number of resources
replaced as per the expected service levels
& t is the number of weeks delay beyond
the expected service levels]

Please refer Annexure


corrigendum

C4 of this

Annexure-4

S.No. 5 - Here too, the penalties should be


resource specific (i.e. on the amount of the
respective
resource
replaced)
The suggested SLA can be rewritten as '(0.25*n)% of the payment to be made to
the appointed bidder (i.e. consulting
agency) for the concerned resource as per
table 2 of annexure-2 (i.e. a percentage of
respective line item in table 2 for phase I &
quarterly amount to be paid for phase II for
the replaced resources) . [where n is the
replacements beyond the expected service
level]

Please refer Annexure


corrigendum

C4 of this

68

69

Queries &
Recommendation/Explanation of Bidder

P a g e |35

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page
No. of
the
RFP

Reference Clause
Annexure-4

6.

69

Annexure
Agreements
Penalties:

7.

69

4:Service
Level
Service Levels and

Queries &
Recommendation/Explanation of Bidder

Response of DGE&T

Point 2 in the calculation of penalties


specify that the DGE&T reserves the right
to terminate the Contract altogether without
further notice, where the Bidder has
incurred a Penalty of equal to or more than
15% at any time during the Contract Period
Point 3 mention the aggregate penalty
should not exceed the contract amount for
the concerned period.
Please clarify whether in the point 2, 15%
refers to the total value of the specific
resource (line item in F1) or on the total F1

Please refer Annexure


corrigendum

C4 of this

Request for clarification below on penalty


clause describe as below in the RFP Deployment of the expert(s) during the
contract period based on written intimation
from DGE&T. Replacement of the
personnel of the Strategy Team i.e. team
of experts during the contract period.
(0.5*n)% of the man-month payment to be
made to the appointed bidder (i.e.
consulting agency) for the concerned
expert(s)

Please refer Annexure


corrigendum

C4 of this

P a g e |36

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
[ G ]. METHODOLOGY FOR CALCULATION OF ABSOLUTE FINANCIAL QUOTE (Fb)

S.No

Page
No. of
the RFP

Reference Clause
[C]: Total cost for IT/Application
Security Audits

1.

73

Queries & Recommendation/Explanation


of Bidder
"Need
clarification
on
below
[C]: Total cost for IT/Application Security
Audits (First Time & Recurring) of NCSP in
the Phase II of the project (F3) - Total year
wise cost of IT/Application Security Audit
(First time/Recurring) of NCSP for 4 years of
phase II of the project (F3)

Response of DGE&T
It should be read as:
Total cost of IT/Application Security
Audit (First time or Recurring as the
case may be) of NCSP for 4 years
of phase II of the project (F3)

Request for a relook, as per our


understanding it should be "Total cost of
IT/Application
Security
Audit
(First
time/Recurring) of NCSP for 4 years of
phase II of the project" (F3)

[ H ].

S.No

1.

GENERAL TERMS & CONDITIONS


Page No.
of the
RFP
General

Reference Clause

Queries & Recommendation/Explanation


of Bidder
We understand that Consulting Agency
would be submitting a proposal in response
to RFP which shall form an integral part of
the contract that will be executed by the
parties pursuant to this RFP. Please confirm.

P a g e |37

Response of DGE&T
Though the proposal shall be part of
the contract, however the bidder
also needs to adhere to the
following clauses/conditions in the
RFP:
Part 1: Format for Cover
Letter, Page 42, Point 6.
Form 1: Undertaking, page
55..

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page No.
of the
RFP
General

Reference Clause

2.

Changes to Services

Deemed Acceptance

Response of DGE&T

In order to provide quality and effective


response, we would require some more time
to work on the response/ proposal. Hence
request 4 week extension on the submission
date.

No change in date of submission of


bids

Clause not present in RFP

The tasks, activities, deliverables


etc for the consulting agency have
been defined in the RFP and shall
be adhered to. Any changes thereof
shall be with the approval of PSC.
Further, the bidder is required to
adhere to the terms & conditions
specified in the RFP.

"Either Party may request a change order


(""Change Order"") in the event of actual or
anticipated change(s) to the agreed scope of
Services, Deliverables, project schedule, fee,
or any other aspect of the Agreement. Bidder
will prepare a Change Order reflecting the
proposed changes, including but not limited
to the impact on the Deliverables, project
schedule, and fee. Absent a Change Order
signed by the Parties, Bidder shall not be
bound to perform any additional or out-ofscope services beyond what is stated in the
Agreement. To be included "

3.

4.

Queries & Recommendation/Explanation


of Bidder

Clause not present in RFP


"Any Deliverable(s) / Work Product(s)
provided to the Customer shall be deemed to
have been accepted if the customer puts
such Deliverable(s) / Work Product(s) to use
in its business or does not communicate its
disapproval of such Deliverable(s) / Work
Product(s) together with reasons for such
disapproval within 10 days from the date of
receipt of such Deliverable(s) / Work
Product(s). To be included"

P a g e |38

Not Acceptable. The deliverables


without approval of DGE&T shall
not become actionable items and
hence cannot be used in reference
to this RFP.

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page No.
of the
RFP

Reference Clause
Exclusion of Implied Warranties

Clause not present in RFP

Response of DGE&T
No change in the RFP

"Except for the warranties expressly provided


herein, bidder hereby excludes and disclaims
all warranties, conditions or statements,
whether express, implied or statutory,
including, without limitation, the implied
warranties of merchantability, fitness for a
particular purpose, or that the Deliverables
will be error free. To be included"

5.

Savings Clause

6.

Queries & Recommendation/Explanation


of Bidder

Clause not present in RFP bidders failure to


perform its contractual responsibilities, to
perform the services, or to meet agreed
service levels shall be excused if and to the
extent Bidders nonperformance is caused by
Companys omission to act, delay, wrongful
action, failure to provide Inputs, or failure to
perform its obligations under this Agreement.
To be included

P a g e |39

No change in the RFP

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No

Page No.
of the
RFP

Reference Clause
Non Hire
Clause

7.

Queries & Recommendation/Explanation


of Bidder
Clause not present in RFP
Customer acknowledges that personnel to be
provided by Bidder represent a significant
investment in recruitment and training, the
loss of which would be detrimental to
Bidders business. In consideration of the
foregoing, Customer agrees that for the term
of this Agreement and for a period of one
year thereafter, Customer will not directly or
indirectly, recruit, hire, employ, engage, or
discuss employment with any Bidder
employee, or induce any such individual to
leave the employ of Bidder. For purposes of
this clause, a Bidder employee means any
employee or person who has who has been
involved in providing services under this
Agreement. To be included

P a g e |40

Response of DGE&T
No change in the RFP

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
ANNEXURE C1: DETAILS ON STRATEGY TEAM
The details on the Strategy Team including expected experience & qualification are given below:
Strategy Team
Quality Expert

Qualification

Years of Experience

B.Tech / M.Tech / MBA


/ Masters in Total
Quality Management

Total 8 years of
experience
with
atleast last 3 years of
relevant experience.

(Certified
ISO
9001:2008
Internal
Auditor
shall
be
preferred)

Relevant Experience

IT
Expert

Security

CISA Certified

Total 7 years of
experience
with
atleast last 3 years
of
relevant
experience

Technology
Expert

M.Tech / B.Tech / MCA

Total 10 years of
experience
with
atleast last 6 years
of
relevant
experience

Financial Expert

CA / MBA (Finance)

Total 7 years of
experience
with
atleast last 3 years

Should have experience in:


o review of project plans including quality plan.
o ensuring that project quality requirement are defined in the
Quality plan and understood by all project stakeholders
o ensuring that the project follows the defined configuration
management standards.
o framing effective risk mitigation plans.
o conducting quality audits and assisting the implementation /
project team in formulating corrective & preventive actions
against the audit findings
Should have good knowledge and experience on SDLC framework.
Should possess good understanding of Project Management
principles.
Should have excellent knowledge of Quality Management framework.
Should have audited atleast three web based IT applications /
Portals.
Should have an excellent understanding on the OWASP (Open Web
Application security Project) standards.
Should have experience in conducting audit of IT infrastructure.
Should have prepared guidelines for security in process, systems,
infrastructure, data etc. for atleast three clients.
Should have experience in :
o preparation of IT strategy / Web Strategy.
o evaluation & adoption of packages, tools, solutions.
o end-to-end implementation of IT applications.
o sound programming skills.
o designing solution framework/ architecture.
o effort estimation for development/implementation of a solution.
o data warehouse, data mining etc.
o creation of framework/standards for exchange of information of
interoperability between different systems.
Should have experience in:
o providing financial advice for enabling decision making
o undertaking strategic analysis and assisting with strategic

P a g e |41

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
Strategy Team

Qualification

Relevant Experience

Years of Experience
of
experience

relevant

planning
producing long-term business plans and revenue generation
plan
o carrying out business modeling and risk assessments.
o reviewing the proposals from financial aspects.
o project budgeting.
o analysing financial feasibility /sustainability of projects..
Should have experience in:
o complete recruitment process.
o sound understanding of the labour market including placement
agencies, models adopted, job seekers etc.
o providing training and preparation of training material (preferably
in IT systems).
o preparation of capacity building strategy.
o framing & Implementation of HR policies
o manpower planning
o talent acquisition
Should have experience in preparation of contracts / agreements /
MoUs etc.
Should have provided services in laws and regulations related to
labour and employment, industrial relations.
Should have experience in advising on:
o employment laws, labour laws, industrial relations.
o employees Rights, employment and service contracts, labour
disputes and Industrial actions etc.
o compliance to employment laws and labour laws.
o

HR/Recruitment
Expert

MBA or equivalent in
HR
or
Personnel
Management

Total
7
years
experience
with
atleast last 3 years
of
relevant
experience

Legal Expert

L.L.B

Total 7 years of
experience
with
atleast last 3 years
of
relevant
experience

Note: The roles & responsibilities of the experts for the project shall be based but not limited to the Relevant Experience as desired in the above
table. The expected roles & responsibilities of the experts shall be formalised in discussions with the bidder and as approved by the PSC of
DGE&T.

P a g e |42

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
ANNEXURE C2: ANNUAL TURNOVER FORMS

The annual turnover forms as provided in Annexure 1, Form 4, page 49 of the RFP have been revised as
given in this annexure. These revised forms shall be submitted by the bidder in their bids for the following
eligibility criteria:

The bidder should have an annual turnover of not less than INR 100 Crores in each of the last
three financial years (i.e. 2010-11, 2011-12 & 2012-13). Out of this atleast INR 50 Crores should
be from operations in India for each of the last three financial years (i.e. 2010-11, 2011-12 &
2012-13).
For this criterion, the bidder needs to submit the details as per Form 4.1. and 4.2. as given in this
annexure.

The Bidder should have an annual turnover of atleast INR 15 Crore from IT consultancy/IT
Advisory services in India for each of the last three financial years (i.e. 2010-11, 2011-12 & 201213).
For this criterion, the bidder needs to submit the details as per either Form 4.3.a. or 4.3.b. as
given in this annexure.

Form 4.1.
We hereby certify that total annual turnover of M/s. ____________________ (Name of the bidder) for
the each of the last three financial years is as given below:
Annual Turnover for the Last 3 Financial Years in Indian Rupees (in Crores)
Year

Year

Year

(2010-11)

(2011-12)

(2012-13)

(Signature of Statutory Auditor)


Name of Statutory Auditor:
Name of Statutory Auditor Firm:
Seal

P a g e |43

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
Form 4.2.

We hereby certify that total annual turnover of M/s. ____________________ (Name of the bidder) for
the each of the last three financial years (i.e. FY 2010-11, 2011-12 & 2012-13), exceeds INR
_____crores from operations in India.

(Signature of Statutory Auditor)


Name of Statutory Auditor:
Name of Statutory Auditor Firm:
Seal

Form 4.3.a
We hereby certify that the total turnover from IT Consultancy/IT Advisory Services of M/s.
____________________ (Name of the bidder) for the each of the last three financial years from
operations in India is as given below:

Annual Turnover for the Last 3 Financial Years in Indian Rupees (in Crores)
Year

Year

Year

(2010-11)

(2011-12)

(2012-13)

(Signature of Statutory Auditor)


Name of Statutory Auditor:
Name of Statutory Auditor Firm:
Seal

P a g e |44

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
Form 4.3.b

We hereby certify that the total turnover from IT Consultancy/IT Advisory Services of M/s.
____________________ (Name of the bidder), exceeds INR. _____crores in each of the last three
Financial Years (i.e. FY 2010-11, 2011-12 & 2012-13), from operations in India.

(Signature of Statutory Auditor)


Name of Statutory Auditor:
Name of Statutory Auditor Firm:
Seal

P a g e |45

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
ANNEXURE C3: EVALUATION CRITERIA: TECHNICAL BID
The technical bid evaluation criteria as provided in Annexure 3, page 64 of the RFP is revised as given
below and shall be used for technical evaluation of bids.
Maximum
S.No.

Evaluation Criteria

Score /
Marks

RA

PAST EXPERIENCE OF THE FIRM

40

The criteria for scoring have been revised as given below. Further, for
submission of the required project credentials under various
categories of experience, the bidder should consider the following
aspects:

RA. 1.

The details for each of the experience must be provided in


the format as given in the RFP (refer form -2: past
experience, page 56)
The experience provided should be supported with the
following documents / proofs, failing which the experience
shall not be considered for evaluation:
o Copy of Work Order
o Copy of Completion Certificate.
- In case the completion certificate from the
client is not available
the authorised signatory of the
bidder shall provide an undertaking
stating clearly that the project has
been completed.
o Proof of completion of the stated value of the project:
- In case the value is not depicted on the work
order or completion certificate provided by
the Client, then the bidder needs to either
provide the copy of invoices or a written
confirmation from the Client for the stated
value or an undertaking from the statutory
auditor of the bidder.
For each category (i.e. RA.1., RA.2.,RA.3 etc) the bidder
should provide distinct project credentials. However, a project
credential may be repeated across categories if the same
has multifaceted scope.

Experience in providing services for IT consultancy project for


preparation of Detailed Project Report / IT Strategy to Central
Government / State Government / PSU / Government bodies of India,

P a g e |46

Min.
Cut-off

24

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

Maximum
S.No.

Evaluation Criteria

Score /
Marks

within the last 5 years .


The bidder should provide three distinct project details / credentials
for this criterion. Each project should be completed.
Each project credential shall carry a maximum score / marks of 3
each and shall be distributed as follows:

RA.2.

Type of Client (x marks, where x=35% of 3 marks)


Herein the scores / marking shall be as given below:
o Central / State Government: 100% of x.
o PSU / Government Bodies: 60% of x
Total Value of the Project (y marks, where y=35% of 3 marks)
Herein the scores / marking shall be as given below:
o More than 70 lakhs: 100% of y
o More than 50 lakhs and less than 70 lakhs: 80% of y.
o 40 Lakhs to less than 50 lakhs: 60% of y
Relevance to the assignment (z marks, where z=30% of 3
marks).
Herein the scores / marking shall be as given below:
o DPR/IT Strategy for an integrated web based project
including the components similar to the ones
mentioned in the scope of Interim Project Report as
defined in the scope of this RFP: 100 % of z.
o DPR /IT Strategy for IT Project for integrated IT
application excluding hardware infrastructure : 80%
of z
o DPR /IT Strategy for IT Project including only
hardware and/ or network infrastructure : 60% of z.

Experience in preparation of IT project (i.e. web based application or


portal solution) related RFP & Bid Process Management for a Central
Government / State Government / PSU / Government bodies of India,
within the last 5 years.
The bidder should provide three distinct project details / credentials
for this criterion. Each project should be completed.
Each project credential shall carry a maximum score / marks of 2
each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 2 marks)


Herein the scores / marking shall be as given below:
o Central / State Government: 100% of x.

P a g e |47

Min.
Cut-off

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

Maximum
S.No.

Evaluation Criteria

Score /
Marks

RA. 3.

o PSU / Government Bodies: 60% of x


Total Value of the Project (y marks, where y=35% of 2 marks)
Herein the scores / marking shall be as given below:
o More than 50 lakhs: 100% of y
o More than 30 lakhs and less than 50 lakhs: 80% of y.
o 20 Lakhs to less than 30 lakhs: 60% of y
Relevance to the assignment (z marks, where z=30% of 3
marks).
Herein the scores / marking shall be as given below:
o RFP, Bid Process Management & Contract
Preparation of web based IT project including the
components (Portal / web based application,
hardware infrastructure etc.), similar to the
components required for NCSP as per the scope of
the project: 100 % of z.
o RFP, Bid Process Management & Contract
Preparation of web based IT project excluding
hardware infrastructure : 80% of z
o RFP, Bid Process Management & Contract
Preparation of IT Project including only hardware
or/and network infrastructure: 60% of z.

Experience in providing Project Management support services for


managing & monitoring IT implementation projects for Central
Government / State Government / PSU / Government bodies of India,
within the last 5 years
The bidder should provide three distinct project details / credentials
for this criterion. Each project should have completed at least 1 year
of engagement.

Each project credential shall carry a maximum score / marks of 3


each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 3 marks)


Herein the scores / marking shall be as given below:
o Central / State Government: 100% of x.
o PSU / Government Bodies: 60% of x
Total Value of the Project (y marks, where y=35% of 3 marks)
Herein the scores / marking shall be as given below:
o More than 2 crores: 100% of y
o More than 1.5 crore and less than 2 crores: 80% of y.
o 1 crore to less than 1.5 crores: 60% of y

P a g e |48

Min.
Cut-off

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

Maximum
S.No.

Evaluation Criteria

Score /
Marks

RA. 4.

Relevance to the assignment (z marks, where z=30% of 3


marks).
Herein the scores / marking shall be as given below:
o Project Management of web based IT project
including the components (Portal / web based
application, hardware infrastructure etc.), similar to
the components required for NCSP as per the scope
of the project: 100 % of z.
o Project Management of web based IT project
excluding hardware infrastructure : 80% of z
o Project Management of IT Project including only
hardware or/and network infrastructure: 60% of z.

Experience in providing IT Audit (internal systems audit) services


within the last 5 years.
The bidder should provide two distinct project details / credentials for
this criterion. Each project should be completed.
Each project credential shall carry a maximum score / marks of 3
each and shall be distributed as follows:

Type of Client (x marks, where x=35% of 3 marks)


Herein the scores / marking shall be as given below:
o Government bodies in India: 100% of x.
o International Government organisations: 80% of x.
o Private organisations in India: 70% of x.
o International Private organisations: 60% of x.
Total Value of the Project (y marks, where y=35% of 3 marks)
Herein the scores / marking shall be as given below:
o More than 30 lakhs: 100% of y
o More than 25 lakhs and less than 30 lakhs: 80% of y.
o 20 Lakhs to less than 25 lakhs: 60% of y
Relevance to the assignment (z marks, where z=30% of 3
marks).
Herein the scores / marking shall be as given below:
o IT / Application Security Audit of an Internet based
Portal: 100 % of z.
o IT / Application Security Audit of an Internet based
Web application: 80 % of z.
o IT / Application Security Audit of an application
running on intranet: 60 % of z.

P a g e |49

Min.
Cut-off

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

Maximum
S.No.

Evaluation Criteria

Score /
Marks

RA.5.

Experience in HR (Human Resource) consulting project within the

Min.
Cut-off

10

last 5 years.
The bidder should provide two distinct project details / credentials for
this criterion. Each project should be completed and should be of at
least INR 20 lakhs value.
Each project credential shall carry a maximum score / marks of 5
each and shall be distributed as follows:

RB
RB. 1.

Type of Client (x marks, where x=35% of 5 marks)


Herein the scores / marking shall be as given below:
o Government bodies in India: 100% of x.
o International Government organisations: 80% of x.
o Private organisations in India: 70% of x.
o International Private organisations: 60% of x.
Total Value of the Project (y marks, where y=35% of 5 marks)
Herein the scores / marking shall be as given below:
o More than 30 lakhs: 100% of y
o More than 25 lakhs and less than 30 lakhs: 80% of y.
o 20 Lakhs to less than 25 lakhs: 60% of y
Relevance to the assignment (z marks, where z=30% of 5
marks).
Herein the scores / marking shall be as given below:
o HR consulting in preparation of recruitment process
& HR policies of an organisation: 100 % of z.
o HR
consulting
in
organisational
change
management: 80 % of z.
o HR consulting for capacity building including content
creation : 60 % of z.

RESOURCE ASSESMENT (Proposed Team)


The capability of the proposed Team

Core Team
-

Project Manager (9 marks)

Functional Consultant ( 6 marks)

Technical Consultant (6 marks)

Strategy Team i.e. Team of Experts


-

Quality Expert (3 marks)

IT Security Expert (3 marks)

Technology Expert (3 marks)

P a g e |50

40

24

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

Maximum
S.No.

Evaluation Criteria

Score /
Marks

Financial Expert (3 marks)

HR / Recruitment Expert (4 marks)

Legal Expert (3 marks)

Min.
Cut-off

Each manpower proposed for the above profiles shall be evaluated


out of the total allotted score based on their relevancy of their
experience.
The details on these resources should be provided as per the format
provided in Annexure 1, form-3, page 58 of the RFP, along with
copies of certification if any.
RC

APPROACH, METHODOLOGY AND WORKPLAN PROPOSED

20

12

100

70

FOR THE PROJECT


RC. 1.

Proposed approach, methodology and work plan based on the


understanding of scope of the project.
Some of the parameters to be evaluated shall include:

Understanding of the project and its objectives (5 marks).


Overall approach and methodology for the projects (5 marks).
Project Plan with milestone and timelines (5 marks).
Risk Management (5 marks).

Based on the requirement of DGE&T, the proposed team (i.e.


proposed core team and strategy team), may be asked to make a
presentation highlighting their understanding on the project based on
the requirements / scope of work, staff deployment plans etc.
provided in the RFP.
TOTAL SCORE

The bidder needs to achieve atleast 60% of the marks for each category of the technical
evaluation criteria as stated above and an overall technical score of 70 to qualify in the technical
evaluation.

P a g e |51

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI
ANNEXURE C4: SERVICE LEVEL AGREEMENT (SLAs)
Service Levels and Penalties:
Bidder is expected to meet the following Service Levels in the normal course of carrying out the activities as per the detailed Scope of Work. In
case of default on any or all such Service Levels, the DGE&T will reserve the right to levy Penalties on the Bidder.
S.No.

Service

1.

Deployment of the core team


during the contract period (i.e.
phase I & phase II) after
signing the contract with the
DGE&T.

Expected Service level

Penalty level in case of breach of the expected service level


Project Manager

1 week

(1.0 x t)% of the monthly payment to be made to the appointed


bidder (i.e. consulting agency) for the Project Manager, for every
week delay beyond the expected service level.
[where t is the number of weeks delay beyond the expected
service level]

Technical & Functional Consultant


(0.5 x t)% of the monthly payment to be made to the appointed
bidder (i.e. consulting agency) for the concerned resource
/manpower (i.e. Technical or Functional Consultant), for every
week delay beyond the expected service level.
[where t is the number of weeks delay beyond the expected
service level]
2.

3.

Deployment of the expert(s)


during the contract period
based on written intimation
from DGE&T.

2 weeks

(0.5 x t)% of the weekly payment to be made to the appointed


bidder (i.e. consulting agency) for the concerned requested
expert(s), for every week delay beyond the expected service level.

Replacement of personnel of
the core team during the
contract period (i.e. phase I &
phase II respectively) [as

Maximum 3 weeks from date of


approval
from
DGE&T,
including Minimum 1 week of
handover time.

[where t is the number of weeks delay beyond the expected


service level]

P a g e |52

If Project Manager is replaced


(1 x t)% of the monthly payment to be made to the appointed
bidder (i.e. consulting agency) for the Project Manager, for every

Directorate General of Employment & Training (DGET), Ministry of Labour & Employment, GoI

S.No.

Service
initiated by the Bidder
requested by DGE&T].

Expected Service level


or

Penalty level in case of breach of the expected service level


week delay beyond the expected service level.
[where t is the number of weeks delay beyond the expected
service levels].
If Functional or Technical consultant are replaced
(0.5 x t)% of the monthly payment to be made to the appointed
bidder (i.e. consulting agency) for the concerned manpower /
resource (i.e. Functional or Technical Consultant), for every week
delay beyond the expected service level.
[where t is the number of weeks delay beyond the expected
service levels].

4.

Replacement of the personnel


of the Strategy Team i.e.
team of experts during the
contract period as initiated by
the Bidder.

Maximum two replacements in


a year.

(0.5 x n)% of the weekly payment to be made to the appointed


bidder (i.e. consulting agency) for the concerned expert(s)
replaced beyond the expected service level
[where n is the number of replacements beyond the expected
service level]

Calculation of Penalties

The penalty percentages applicable for violation of Service Levels are specified in the table above.

The aggregate penalty herein shall not exceed the amount for each phase as given below:
o Phase 1: 15% of the contract amount for this phase.
o Phase 2: 15% of the amount to be paid to the core team in a year.
In situation, where the Bidder has incurred a penalty defined above during the respective phase in the contract period, the DGE&T
reserves the right to terminate the Contract altogether without further notice.

P a g e |53

25-03-2014

Pre bid meeting for engaging a Consulting


Agency (PMU) for
National Career Service

Directorate General of Employment and Training


Ministry of Labour and Employment
Government of India
21 March 2014
1

Agenda for the meeting


Background
Role of DGE&T
EE-MMP
National Career Service Project
RFP details
Queries

25-03-2014

Indian Demographics
Largest democracy in the world with 1.2
billion population
Over 50% population under the age of 25
years
Projected skilled manpower shortage of 56.5
million globally by 2020 while India to have
surplus of 47 million
3

Employment & Unemployment scenario in India


(in millions)

S. No. Item

1999-2000

2004-05

2009-10

2011-12

Total Labour Force

406.06

469.94

474.98

483.7

Total Employment

397.00

459.10

465.48

472.9

Unemployment

9.04

10.84

9.50

10.8

Unemployment Rate (%)

2.2

2.3

2.0

2.2

Employment in Organized
Sector*

28.11

26.46

28.71

29.0

Employment in
Unorganized Sector

369.00

432.64

436.77

454.7

No. of Job Seekers


Registered with
Employment Exchange

41.34

39.35

38.15

40.17

25-03-2014

National Policy on Skill Development


National Policy on Skill Development (2009) provides a
holistic framework to address all issues systematically
Target to train 50 million persons by 2017
Aims to enhance individual employability and strengthen

competitiveness of the country


Address issues of
o
o
o
o

Expanding outreach, equity & access, quality & relevance


Creation of Sector Skill Councils
Development of Employment Market Information System
National Skills Qualification Framework, etc.

Directorate General of Employment & Training


- existing institutions
1. Network of ITIs, RVTIs, ATIs supply of
skilled workforce
2. Employment Exchanges managed by State
Governments
3. Vocational Rehabilitation Centers and
Coaching-cum-Guidance Centres for
disadvantaged groups
6

25-03-2014

Employment Exchanges
DGET lays down policy for Employment Exchanges (managed
by States)
Current Statistics
Employment Exchanges

956

Job-seekers registered

40 million (approx)

Annual placements

400, 000 (approx)

Employment Exchange (Compulsory Notification of Vacancies)


Act, 1959
Notification of vacancies, submission of forms

Vocational Guidance
To enhance employability of individuals, create awareness of
the employment market
promote self-employment
provide a continues assistance to applicants and job seekers in planning their
vocational careers and in solving their employment and vocational problems

Target Audience

Job-seekers
Unemployed youth
Adults ( applicants with specific work experience)
Students (School/College/Universities)

Key Figures
Vocational Guidance Units

409

University Employment Information and Guidance Bureaus

75

25-03-2014

Challenges in Employment Services


Information asymmetry

Employers/institutions /Establishments
Job seekers
Employment Exchange (EEx) Officers
Training Institutions

Low level of IT usage


Manual search and job-matching
Manual compilation of returns and MIS reports

Low registration &


placements

Long gestation period for placements


Dissatisfied job-seekers
Dissatisfied employers

Other Challenges

Capacity building of National Employment Service personnel


Inadequate infrastructure and resources
Complicated processes
Physical travel to employment exchanges
Jurisdictional issues on vacancies and skills availability
9

Transformation to
National Career Service (NCS)
A Mission Mode Project
Involves Business Process Re-engineering

10

25-03-2014

To provide a
national platform
for interface
between
stakeholders for
responsive,
transparent and
efficient
employment
services in order
to meet skill
needs of a
dynamic economy

Objectives

To increase
placement of the
job seekers
registered with
Employment
Exchanges

Vision

Mission

National Career Service Objectives


Easy accessibility of services
of employment exchanges for
all the stakeholders
Provide assessment of
capabilities and relevant
vocational guidance services to
job seekers in improving their
employability
Provide accurate and quality
Employment Market
Information for planning and
decision making in a timely
manner
Collection and dissemination
of information on employment
and training to job seekers and
employers in organized and
unorganized sector

11

Recommendations of Working Group


Using IT to provide a Single Window information with search
facility on the following services for youth

Apprenticeship
Skill development courses
Vocational training programs
Career counseling and guidance

Verification of documents at EEs


Notification of Vacancies and providing relevant search
facilities for Job-seekers and Employers
Revision of NCO Codes
Multiple delivery channels e-PRI, CSCs, e-Kiosks
On-demand MIS reports - e-filing of reports and returns
12

25-03-2014

Proposed NCS system

13

Looping in States
Proposals of States to be examined and processed for:
IT Requirements
IEC and advocacy campaigns

Identify additional service delivery points for EE activities


Change Management and Capacity building of stakeholders

States having IT systems in place


Pipes and bridges to be made for linking with national portal and
sharing database

States not having IT systems in place


Identify requirement of IT infrastructure availability in employment
exchanges assessment based

14

25-03-2014

Private Sector Involvement


Garnering support of Industry and Manufacturing
Associations, Chambers of Commerce
Registration of establishments
Notification of vacancies
Requirement of skilled manpower

Placement Agencies
Sharing of databases through collaboration

Collaboration and agreements for enhancing


registration of job-seekers, establishments and
notifying vacancies
Legislative arrangements
15

Project Timelines (Tentative)


SL
No

Line Activity

Release of RFP for PMU


Selection of Consultancy Agency for Project Management (PMU)
Inception Report of PMU
Release of Guidelines for States
Interaction with stakeholders for shaping the contours of NCSP
Selection of System Integrator
Setting up of delivery channels
IT Infrastructure set up for portal
Assistance to States for upgradation

2
3
4
5
6
7
8
9

Target Date
4-Mar-2014
1-May-2014
15-Jun-2014
1-Jul-2014
15-Jul-2014
31-Aug-2014
30-Sep-2014
15-Oct-2014
30-Oct-2014

10

Design, Development and Launch of National Career Service Portal


(NCSP) Beta version

30-Nov-2014

11

Launch of National Career Service Portal (NCSP) Phase 1


Helpdesk through toll-free number
Capacity Building Phase 1
Monitoring and Evaluation
Value added services

16-Dec-2014

12
14
15
16

16-Dec-2014
17-Dec-2014
Ongoing
28-Feb-2015 16

25-03-2014

PMU RFP details

17

Important Dates
Events

Date & Time

1.

Response to queries & release of


corrigendum on website

25th March 2014

2.

Last date of submission of Technical


Bid

12 noon, 11th April

3.

Opening of Technical Bids

3:00 PM, 11th April

4.

Opening of Financial Bids

To be communicated later

18

25-03-2014

Scope of Work & Timelines


PHASE I: PROJECT INCEPTION & BID PROCESS MANAGEMENT
1. Project Inception Report

T0+ 2 weeks

2. Project Interim Report

T0+ 2 months

3. Request for Proposal (RFP)

T1+ 1 month

4. Bid Process Management

T2+1.5 months

5. Contract for NCSP Implementation

T2+2 months

PHASE II: PROJECT MANAGEMENT SUPPORT


6. Project Management Support

T3+4 years

7. IT/Application Security Audits (First Time & Recurring)


Submission of Draft Report (First testing / audit report)

T4+10 days

Submission of Final Report , testing/audit and acceptance

T4+42 days

Issuance of Compliance Security Certificate

T4+45 days

Support from the Strategy Team (based on requirement) anytime during the entire
duration of the project
19

Composition of the team

CORE TEAM - (Deployed for


Phase I & II)
Project Manager
Functional Consultants
Technical Consultants

STRATEGY TEAM - (As per


requirement basis)
Domain experts include:
Quality Expert
IT Security Expert
Technology Expert
Financial Expert
HR / Recruitment Expert
Legal Expert

20

10

25-03-2014

Eligibility Criteria
1

Registered Company since last 5 years as on 31st March 2013

Annual turnover of at least INR 100Cr. in each of the last 3 financial years from India operations

Annual turnover of at least INR 15Cr. from IT consultancy/IT Advisory services in India for each
of the last 3 financial years

Completion of at least 1 project in each area for a Central Govt./ State Govt./ PSU/ Govt. bodies
of India, within the last 5 years:
IT consultancy project - at least INR 40 Lakhs
IT project related RFP & Bid Process Management
Project Management assignment for managing & monitoring IT implementation project - at
least INR 1 Cr.
IT Audit project - at least INR 20 Lakhs
HR (Human Resource) consulting project - at least INR 20 Lakhs

At least 100 full-time consultants (for IT consulting projects, e-governance, program/project


management, IT audit projects etc.) as on date of submission of the bid

The bidder should not have been blacklisted or be under a declaration of ineligibility for
fraudulent or corrupt practices by any Govt. entity (Central or State Govt. or PSU)

The bidder should have submitted the Tender document fee (nonrefundable) and the EMD as
mentioned in the RFP
21

Evaluation Methodology
Stage I: Technical Bid Evaluation (Tb)
Technical Bid
This stage is scored out of 100.
Technical Bid Presentation
Minimum absolute technical score to qualify for financial evaluation is 70 with each category
of technical evaluation criteria achieving minimum 60% of the marks for that category

Stage II: Financial Proposal Evaluation (Fn)


The Financial bids of those bidders who qualify the technical evaluation will only be
opened
Financial Scores will be computed as: Fn = 100 x (Fmin / Fb)
(Fb = absolute financial quote for the bidder under consideration
Fmin = minimum absolute financial quote obtained by any bidder)

Final Evaluation
Proposals will be ranked according to their combined technical (Tb) and financial (Fn)
scores using the weights

(T = 0.70 weight given to Tb; P = 0.30 weight given to Fn; T + P = 1)


Combined technical and financial score (S) = Tb x T + Fn x P
22

11

25-03-2014

Technical Evaluation Criteria


S.NO

Evaluation Criteria

Max
Score

Min
Cut-off

PAST EXPERIENCE OF THE FIRM

40

24

A1

Providing services for IT consultancy project for preparation of


Detailed Project Report /IT Strategy (3 projects)

A2

Preparation of IT project related RFP & Bid Process Management (3


projects)

A3

Providing Project Management support services for managing &


monitoring IT implementation projects (3 projects)

A4

Providing IT Audit service of value at least INR 20 Lakhs (2 projects)

A5

Experience in HR (Human Resource) consulting project (2 projects)

10

RESOURCE ASSESMENT (Proposed ePMU Team) [Core & Strategy]

40

24

APPROACH, METHODOLOGY AND WORKPLAN PROPOSED

20

12

100

60

Proposed approach, methodology and work plan based


on the understanding of scope of the project
TOTAL SCORE

23

Payment Schedule
Phase I: Project Inception & Bid Process Management
SR No Milestone/ Deliverable

Amount (%)

1.

Project Inception Report 10% of F1

10% of F1

2.

Project Interim Report 30% of F1

30% of F1

3.

Request for Proposal (RFP)

30% of F1

4.

Bid Process Management & Submission of


Contract for NCSP Implementation

30% of F1

Phase II: Project Management Support


A: Project Management Support
Project
Management
Support

Quarterly payment for the deployment of the core


team as per the rates specified in their financial
proposal in the format provided in the Annexure 2 of
the RFP.
24

12

25-03-2014

Payment Schedule
B : IT/Application Security Audits (First Time & Recurring)
SR No Milestone/Deliverables

Amount (%)

1.

Submission of Draft Report (First testing / audit report) 30% of FA

2.

Submission of Final Report after necessary round of 40% of FA


testing/audit and acceptance of the same by DGE&T /
NIC / hosting partner of DGE&T

3.

Issuance of Compliance Security Certificate i.e. 30% of FA


certifying that the Portal is Safe for Hosting and
acceptance of the same by DGE&T/ NIC / hosting
partner of DGE&T.

Strategic Support for entire duration of the project


Strategy
Team: Team
of Experts

Payment for the time duration the expert(s) are deployed


during the project. The payment would be made after
completion of the requested deployment and would be based
on the pro-rata rate provided in Annexure 2 of the RFP.
Further, the payment would be made on quarterly basis.
25

Queries & Discussion

26

13

25-03-2014

Query Coverage
Section 1: Invitation for
Bids
Section 2: Tender
Details
Section 3: Instructions
to Bidders
Annexures

Scope of Work
Core & Strategic Team
Timelines
Eligibility Criteria
Bid Evaluation
Payment Terms
Penalties /Liability
Termination
Confidentiality
IPR
Technical Evaluation
Others

27

Key Queries - categorised


1.

Scope Related:
Interdependency between EEMMP DPR and NCSP project: The NCSP
is a national platform and does not envisage the scope of the
EEMMP
Commonality between NCSP & Labor Management Information
System (LMIS): The NCSP will provide linkages with LMIS
Coverage of IT/Application Scope: will be provided

2.

Team Related:
Details on Strategy Team /Team of Experts: will be provided
Experience, qualification etc.: will be provided
Mechanism to finalize the duration of involvement of experts: to be
decided by the Project Steering Committee
Location of team deployment : on DGET premises
Subcontracting: not permissible in RFP
28

14

25-03-2014

Key Queries
3.

Timelines Related:
Dependency of Audit timelines on Implementing Agency: will be
provided

4.

Eligibility Related: Will be clarified


Consideration of global experience, private projects, on-going projects
Relevance of IT RFP & Bid Process Management experience
Self Certification

5.

EMD: clarified
Validity of DD as per RBI guidelines is 90 days

29

Key Queries
6.

Others: will be clarified


Bid Evaluation
Payment Terms (and taxes)
Penalties /Liability
Termination
Confidentiality

Response to all queries


shall be provided in
writing as per the
schedule provided in
the RFP.

IPR
T&C/Clauses
Formats in Annexures
General
30

15

25-03-2014

Important Dates
Events

Date & Time

1.

Response to queries & release of


corrigendum on website

25th March 2014

2.

Last date of submission of Technical


Bid

12 noon, 11th April

3.

Opening of Technical Bids

3:00 PM, 11th April

4.

Opening of Financial Bids

To be communicated later

31

Further queries ???


Email ID: ddg-dget@nic.in,
iks@nic.in

32

16

You might also like