You are on page 1of 41

RFP FOR SELECTION

OF
VENDOR FOR IMPLEMENTATION OF END TO END SOLUTION
FOR
CONDUCT AND PROCESSING OF VARIOUS ONLINE EXAMINATION
(COMPUTER BASED TEST)
IN THE
UT ADMINISTRATION OF
DADRA & NAGAR HAVELI
AND
DAMAN & DIU

e-Tender No. SSB/DDD/03/23-24/121505 dated 19/01/2024


Name of Project : End to end solution for Conduct of Computer based
examination.

The Member Secretary (Staff Selection Board)


U.T. Administration of Dadra & Nagar Haveli and Daman& Diu
Daman – 396 220

Website: ddtenders.gov.in
Table of Contents
1. Fact Sheet ................................................................................................................................................. 4
2. Request for Proposal ............................................................................................................................. 5
2.1. Background Information ............................................................................................................... 5
2.2. Project Background ....................................................................................................................... 5
2.3. Key Information ............................................................................................................................... 5
3. Scope of Work ......................................................................................................................................... 9
3.2 Pre-Examination Phase .................................................................................................................... 15
3.3 Examination Phase ............................................................................................................................ 17
3.4 Post Examination Phase ................................................................................................................. 20
4. Essential Technical Pre-requisite..................................................................................................... 21
4.1. Organizational Level .................................................................................................................... 21
4.2. Assessment Platform Level ....................................................................................................... 23
5. Scoring Model........................................................................................................................................ 24
6. Evaluation of Bids ................................................................................................................................ 25
6.1. Technical Evaluation ................................................................................................................... 25
6.2. Financial Evaluation..................................................................................................................... 26
6.3. Evaluation and Comparison of Bids ........................................................................................ 26
6.4. Final Evaluation Criteria - Quality and Cost based selection (QCBS) ............................ 26
7. Important Instructions ......................................................................................................................... 26
8. General Information ............................................................................................................................. 27
9. Appointment of Successful Bidder .................................................................................................. 30
9.1. Award Criteria ................................................................................................................................ 30
9.2. Right to Accept Any Proposal and To Reject Any or All Proposal(s) ............................. 30
9.3. Notification of Award ................................................................................................................... 30
9.4. Performance Guarantee .............................................................................................................. 30
9.5. Signing of Contract ...................................................................................................................... 31
9.6. Penalty ............................................................................................................................................. 31
9.7. Time Frame ..................................................................................................................................... 31
9.8. Information security and data privacy .................................................................................... 31
9.9. Payment Schedules ..................................................................................................................... 32
9.10. Fraudulent and Corrupt Practices ........................................................................................ 32
9.11. Force Majeure ............................................................................................................................ 33
9.12. Proprietary Rights .................................................................................................................... 34

2
9.13. Representations And Warranties ......................................................................................... 34
9.14. Confidential Information ......................................................................................................... 35
9.15. Termination for Material Breach. .......................................................................................... 35
9.16. Subcontract:............................................................................................................................... 36
9.17. Governing Law and Dispute Resolution............................................................................. 36
9.18. Venue Allocation: ..................................................................................................................... 36
9.19 Processing Norms: ........................................................................................................... 3636
9.20. Limitation of Liability: ...................................................................................................... 3736
ANNEXURE- I ................................................................................................................................................. 38
ANNEXURE- II ................................................................................................................................................ 39
ANNEXURE – III ............................................................................................................................................. 40
ANNEXURE - IV.............................................................................................................................................. 41
FINANCIAL BID .............................................................................................................................................. 41

3
1. Fact Sheet

S. No Particulars Details
1 Tender ID eTender No: SSB/DDD/03/23-24/121505

2 Tender date eTender dated: 19-01-2024


Tender will be awarded to the Bidder with the highest score based on
3 Selection Method
the QCBS Evaluation Method
The Member Secretary, Staff Selection Board, UT Administration of
4 RFP issued by
Dadra & Nagar Haveli and Daman & Diu
Cost of RFP
5 Rs. 1,000/- (Rupees One Thousand only) in the form of Demand Draft
Document (non
in favor of: “Deputy Secretary (SSB)” payable at Daman
refundable)
Addressee & Address
at which the proposal
6 in response to RFP Online on ddtenders.gov.in
Notice is to be
Submitted
Rs. 4,02,910/- (Rupees Four lakh TwothousandNine hundred and
Tenonly) in the form of Fixed Deposit Receipts (FDR)/ Bank Guarantee
7 EMD in favor of: “Deputy Secretary (SSB)” payable at Daman or Bank
Guarantee from Nationalized/Scheduled banks in an acceptable form,
valid for the period of at least 6 (six) months
Nodal Officer for
The Joint/Deputy Secretary, Staff Selection Board, UT Administration
8 correspondence and
of Dadra & Nagar Haveli and Daman & Diu
Clarification
Last date of bid
9 Proposals must be submitted no later than 26/01/2024 up to 15:00 hrs
submission
Opening of Technical 27/01/2024 at 16:00 hrs
10
bid at Staff Selection Board, Fort Area, Moti Daman: 396 220
Opening of Financial Staff Selection Board, Fort Area, Moti Daman: 396 220 (The date &
11
bid time shall be intimated to the qualifying bidders)
Contact Details for (a) 0260-2230098
12
Queries (b) ds-ssb-dd@gov.in
Tender will be awarded to the Bidder with the highest Score on the
13 Selection Method
QCBS Evaluation Method
14 Transfer of RFP The RFP document is not transferable to any other bidder.

4
2. Request for Proposal

Tenders are invited from eligible, reputed and qualified IT Firms with sound technical and
financial capabilities for implementation and maintenance of Computer Based System for
conducting recruitment examination of UT Administration of Dadra &Nagar Haveli and
Daman Diu as detailed out in the Scope of Work of this RFP Document. This invitation to
bid is open to all Bidders meeting the pre-qualification criteria as mentioned in this RFP
Document.

2.1. Background Information

Basic Information
a) UT Administration of Dadra &Nagar Haveli and Daman Diu invites responses
(“Proposals”) to this Request for Proposals (“RFP”) from Companies / Agencies (“Bidders”)
for selection of “Service Provider”.

b) Proposals must be received not later than the time, date at the venue mentioned in the
Fact Sheet. Proposals received after the deadline will not be considered in this
procurement process.

c) Interested bidders are advised to study the RFP document carefully. Submission of
response shall be deemed to have been done after careful study and examination of the
RFP document with full understanding of its implications.

2.2. Project Background

UT Administration of Dadra &Nagar Haveli and Daman Diu intends to implement a system
that will manage the Recruitment examination process. The system shall mainly comprise
of the following activities:

 Secured Question paper/s creation in English and Hindi and other languages as &
when requested
 Test Center Management
 Conduct of Computer Based Examination
 Preparation/ compilation of Result
 Generation of Merit List

2.3. Key Information

2.3.1 On-time computer based examinations are being conducted for vast number of
recruitments by numerous government & private organizations including Railways and
Banks. The Online examination procedure includes minimum human interface and ensures
transparent and efficient examination procedure. It also cuts down on time factor and
entails speedy examination, result preparation, report generation in various formats. Post

5
examination bases activities such as replies to RTI’s, court litigations etc are easier to
handle in view of the variety of data and report generation in cases of computers based
exams. Setting of question papers, preparation of exam centres, evaluation of answers,
compilation of results are all done by a third party with no links to the local area or
candidates, with the factors of printing, transporting, storage of question papers, manual
correction of answer sheets and preparation of results being ruled out in case of end to end
computer based examination. The chances of leakage, mischief, cheating are reduced
substantially. Credibility standards of the entire examination procedure will be maintained
with minimum human interference.
2.3.2 In UT Administration of DNH & DD, there are approximately 27 departments with 80
types of posts.
2.3.3 The RFP contains a detail of the kinds of posts for which end to end solution for
computer based examination are required to be conducted along with all the other
requirements from the prospective bidders. In the BOQ of the RFP, the bidders are required
to quote their rates per candidate per session for their application/software/hardware/
infrastructure for conducting end to end computer based exam, including setting up of
question paper in main language and translation whenever required, biometric verification,
preparation of result, Merit list and various exam related reports. The computer based
examination would comprise of 100 questions of 1 mark each. The list of the posts which as
per their Recruitment Rules require skill test to be conducted is mentioned separately. For
most of the posts the skill test includes typing/transcription/dictation/shorthand. The skill
test of typing/transcription/ shorthand/dictation is also included in the RFP.
2.3.4 Tenders are invited from eligible, reputed and qualified IT Firms with sound technical
and financial capabilities for implementation and maintenance of Computer Based System
for Examination for the Staff Selection Boards (SSBs’) of the UT Administration of Dadra &
Nagar Haveli and Daman & Diu as detailed out in the Scope of Work of this RFP
Document. This invitation to bid is open to all Bidders meeting the pre-qualification criteria
as mentioned in this RFP Document. The work is expected to aid the UT Administration in
bridging the gap between the pre-examination and post examination process for
recruitment in Group B and C category of employees. The pre examination process is
looked after by the National Informatics Centre, UT Administration of Dadra & Nagar Haveli
and Daman & Diu through the OJAS (Online Job Application System) software.

6
2.3.5 About the UT
2.3.5.1 Profile of Dadra & Nagar Haveli district

The Dadra & Nagar Haveli district was liberated from Portuguese colonial rule on 2nd
August 1954 and was merged with the Indian Union on 11th August 1961. Dadra & Nagar
Haveli district is located on the western side of the foot hills of Western Ghats and has
undulating terrain 40% of the total geographical area is covered with forests and thus offers
it a look of woodland. The Territory is surroundedof Valsad District (Gujarat State) on West
and North side and Thana District (Maharashtra State) on south side. This district is
consisting of 72 villages. The 72 villages have been divided into 11 Patelads with
administrative units at local village level for the purpose of land and other revenue related
works. The District has population of 3.43 lakh as per the 2011 census which has
predominance of tribals, forming a major chunk (62%) of the total population. Silvassa is a
city of the District. The district has 20 gram panchayats. The District has a geographical
area of 491 sq km out of which the rural area is 270.57 sq km and urban area is 17.22 sq
km. The District has a forest area of 203.21 sq km.

7
2.3.5.2 Profile of Daman & Diu district

Daman and Diu district, constituting an area of 112 sq km, is located on the west coast of
India on the Arabian Sea. Daman and Diu, both on the sea side and enclosed with the
state of Gujarat. Due to their location and weather advantages, they offer excellent
potential for tourist traffic.
Daman constitutes of 72 sq km geographical area. An important location advantage of
Daman is its close proximity to Mumbai and is only 13 kms away from the nearest railway
station, Vapi.
Diu is a tiny island located slightly off the coast of Kathiawad, near the port of Veraval in
Gujarat with a coastal length of 21 kms. It is 768 kms away from Daman. Diu is bounded by
Junagadh and Amreli District of Gujarat in the North and by the Arabian Sea from three
sides. Its length from the extreme north and south measures 4.6 kms and width from east
to west measures 13.8 kms. The nearest railway station is Delwada at a distance of 9 kms
from Diu. A portion of Diu is on the main land which is named Ghoghla.

8
3. Scope of Work

3.1 Posts and activities


This RFP is for selection of vendor for end to end solution for conduct of online
examination for the following posts in DNH & DD:
(A) DNH district

S No Name of Post Category

1. Veterinary Stockman Group C

2. Poultry Field Assistant Group C

3. Milk Vendor (MTS) Group C

4. Dresser (Veterinary dispensary) (MTS) Group C

5. Assistant Librarian Group C

6. Laboratory Assistant Group C

7. Drawing Teacher Group B

8. Music Teacher Group B

9. Trained Graduate Teacher Group B

10. Post Graduate Teacher Group B

11. Extension Officer Group C

12. MukhyaSevika Group C

13. Gram Sevak Group C

14. Accountant Group C

15. Assistant Group B

16. Assistant Professor Group B

17. Peon Group C

18. Hamal Group C

19. BalSevika Group C

20. Assistant Tailoring Instructor Group C

21. Forest Guard Group C

22. Forester Group C

9
23. Rang Forest Officer Group B

24. AsstDivisional Officer Group B

25. Fireman Group C

26. Junior Engineer (Ele) Group B

27. Accounts Assistant Group C

28. UDC Group C

29. LDC Group C

30. Line Inspector Group C

31. Lineman Group C

32. Asstt. Wireman/Asstt. Lineman Group C

33. Switch Board Operator Group C

34. Driver Group C

35. Helper Group C

36. Watchman Group C

37. Statistical Investigator Group C

38. Excise Guard Group C

39. Investigator(Electrical/Mechanical) Group C

40. Industrial Promotion Officer Group C

41. Staff Nurse (Female) Group B

42. Multipurpose Health Worker(MPW) Group C

43. ECG Technician Group C

44. Lab Technician Group C

45. Nursing Orderly Group C

46. Surveyor Group C

47. Patel Talati Group C

48. Kathia Group C

49. Female Supervisor Group C

50. Sub- Auditor Group C

10
51. Cooperative Officer-Cum-Auditor Group C

52. Extension Officer/Demonstrator/Soil Analyst Group C

53. Statistical Assistant Group C

54. Agriculture Assistant Group C

55. Farm Supervisor Group C

56. Agriculture Supervisor Group C

57. Technical Assistant Group C

58. Circuit House Manager Group B

59. Road Karkoon Group C

60. Section Beat Karkoon Group C

61. Multi Tasking Staff Group C

62. Vocational Instructors Group C/B

63. LDC including cashier and Panchayat Secretary Group C

64. Principal Group B

65. Sr. Lecturer Group B

66. Lecturer Group B

67. Asst. Lecturer Group B

68. Admn. Officer Group B

69. Office Superintendent-Cum- Accountant Group B

70. UDC/Storekeeper/Cashier Group C

71. PA to Principal Group C

72. Stenogrphers Group C

73. Assistant Teacher Primary School Group B

74. Various Post Group C/B

(B) Daman &Diu district

S No Name of Post Category

1. Workshop Instructor (Carpentry) Group-C

11
2. Multi Tasking Staff (Lab Attendant) Group –C
3. Craft Instructor (Welder) Group – B
4. Drawing Instructor Group –B
5. MTS (Workshop Attendant) Group –C
6. Craft Instructor (Diesel Mechanic) Group – B
7. Allied Trade instructor Group – B
8. Craft Instructor (Sewing Technology) Group – B
9. Asstt. Lecturer In Engineering Group –B
10. Instructor (Electrical) Group –C
11. Laboratory Technical Grade-II Group –C
12. Supervisor Group –C
13. Drawing Teacher Group –B
14. Primary/Upper Primary Teacher Group –B
15. Trained Graduate Teacher Group –B
16. Para Medical Worker (PMW) Group –C
17. Multi Tasking Staff (Attendant/Servant/Aya/ Ward Group –C
boy/Dai/Sweeper/Dhobi/Filed Worker/O.T.
Attendant/lab. Attendent/Mali/SafaiKarmachari
/Dresser/Chowkidar/Watchman /Dental Peon/Helper)
18. Multi Tsking Staff (Cook/Assistant Cook) Group –C
19. Auxiliary Nurse Midwives/Nursing/orderly/Multi Group –C
Purpose Health worker (Female)
20. X-Ray Technician/Radiographer Group –C
21. Staff Nurses Group –B
22. Malaria Inspector Group –C
23. ECG Technician Group –C
24. Ward Sister Group –B
25. Filed Worker (MTS) Group –C
26. Driver Group –C
27. MukhyaSevika Group –C
28. Peon/Hamal (MTS) Group –C

12
29. Lower Divisional Clerk Group –C
30. Junior Stenographer Group –C
31. Technical Assistant Group –C
32. Extension Officer Group –C
33. Driver (Heavy) Group –C
34. Road Roller Driver Group –C
35. Valve man Group –C
36. Road Gang Worker Group –C
37. Workman Group –C
38. Principal Scientific Officer Group B
39. Statistical Investigator Group –C
40. Driver-Cum-Pump Operator Group –C
41. Store Keeper Group –C
42. Head Forest Guard Group –C
43. Forest Sepoy Group –C
44. Excise Inspector Group –C
45. Excise Guard Group –C
46. Field Surveyor Group –C
47. Talathi Group –C
48. Light House Keeper Group –C
49. Sailor Group –C
50. Ticket Collector Group –C
51. Taluka Sports Organizer Group –C
52. Mechanical Grade-II Group –C
53. Hindi Typist Group –C
54. Junior Hindi Translator Group –B
55. Village Panchyat Secretary Group –C
56. Gram Sevak Group –C
57. Police Constable (Exe) Group –C

13
58. Police Constable (W/L) Group –C
59. Constable Driver Group –C
60. Asst. Sub-Inspector (W/L) Group –C
61. Assistant Cook Group –C
62. Agriculture Demonstrator Group –C
63. Senior Mechanic Group –C
64. Tractor Driver Group –C
65. Field Assistant Group –C
66. Tractor Asstt. (MTS) Group –C
67. Field Attendant Group –C
68. Sub Station Operator Group –C
69. Asst. Physical Education Officer Group –B

The system shall mainly comprise of the following activities:


i. Preparation of centers for Computer based exam
ii. Creation of Question Paper in main languages and translation whenever
required
iii. Conduct of Computer Based Examination
iv. Setting-up of Help desk. The helpdesk is for pre / post exam assistance to the
candidates. Required to function from 09:00 am to 06:00 pm on all working days
from the date of issuing of admit card till two week post the examination.
v. Preparation/compilation of Result
vi. Generation of Merit List (including business rules for merit list generation)
vii. NIC Daman Diu will be sharing all details with the vendor.
viii. Biometric capturing of all candidate for verification
ix. CCTV coverage

14
Note – Following shall be made available by UT Administration of Dadra & Nagar
Haveli and Daman & Diu
• Application data of the candidates
• Issue admit cards to candidates
• Subjects and Syllabus for creation of the Question Paper.
• Business Rules for merit list generation

3.2 Pre-Examination Phase

• The Bidder is expected to draw the examination plan and design the examination
processes as follows:
o Complete Security management processes
 Physical Security
 Information Security
 Server Security
 Network Security
o Candidate handling process
 Mapping of candidates details with Exam Centers
 Validation and verification of identity
 Frisking of candidates using handheld metal detectors (HHMD)
 Attendance and biometric (photograph and thumb impression) handling
 Machine/ seat allocation and handling of security parameters
• The Bidder shall prepare and provide Standard Operating Procedure (SOP) for all
processes for safe and secure conduct of examination along with rules for
contingency and exception handling/ emergency procedures.
• The Bidder shall provide specifications for Hardware and Software required at all
stages of the examination.
 Exam Centers
 Devices and systems to be used for authentication and audit trail
mechanisms required for Exam.
• The Bidder shall provide consulting, training and manpower support to handle the
entire Examination. The required Hardware, Software, networking including Internet
connectivity for the servers shall be installed by the Bidder on lease/rent basis in the
exam centers, whose cost would be covered under the commercial bid.
• The bidder shall provide sufficient number of SMEs (Subject Matter Expert) for
content creation. If required, the bidder should identify the required SMEs prior to the
contract signing.
• The bidder will create and manage examination question paper with various difficulty
levels securely. Complete security of the content created will be with the bidder.
o Language of the Question Paper – English and Hindi& other languages as
&when required
o Type of Questions - MCQ
• Suitable instructions for answering questions during online test should be provided
before start of the examination.

15
• The Bidder shall securely transmit, download, install and implement Question
Papers to the examination centers.
• The Bidder shall identify required Exam Centers in Maharashtra, Gujarat
&elsewhere, ensuring that 5% of the systems are available as backup per shift i.e., if 100
systems are going to be used, the center shall have 105 systems available per shift.
Bidder’s having owned infrastructure will be given preference.
• The Bidder shall ensure that all Exam Centers have the prescribed Hardware,
Software, Internet, and LAN connectivity for conducting Examination.
• TheBidder shall ensure thatUPS or Generator
facilityareavailableateachExam Centre for un-interrupted power.
• The Bidder shall carry periodic audit at Exam Canters for
o Hardware, Operating System, Processor Speed, RAM, Network and
internet connectivity, Keyboards etc.
o Software - Screen resolution, bandwidth for internet and LAN connectivity,
Browser.
o Working condition of UPS and Generator.
• The Bidder shall ensure suitable drinking water and separate toilet facilities for both
Boys and Girls at each examination center.
• The Bidder shall provide a facility to candidates for static mock link for mock test
within a fortnight of signing the contract. The same facility should also be available
online to be run through web server. The mock test should be a replica of the
examination software.
• The Bidder shall host and manage the examination process through intranet-based
solution at Exam Centers.
• The Bidder shall ensure checking of original documents and admit card of the
candidates at the examination gate.
• The Bidder shall ensure availability of proper security/ frisking at the examination
centers. Separate frisking facilities for female candidates. Only female staff will frisk
the female candidates. Frisking must be done by handheld metal detectors (HHMD).
• The selected bidder shall ensure complete biometric registration process of the
candidates (digital photo, fingerprint etc.) and allow candidates to appear for exam at
Exam Centre through randomly allotted seat/machine. The biometrics taken at this
stage shall be used later for authentication purposes during interview or joining of
selected/ shortlisted candidates.
• Individual password shall be given to each candidate by the Bidder at the
examination center after the biometric registration process.
• The Bidder shall ensure that the Signature of the candidate is taken in the
attendance sheet and Verification of the signature in attendance sheet is done vis-à-
vis the signature in the admit card.
• The Bidder shall arrange/provide adequate displays and provide required
instructions/ information to the candidates appearing for exam at Exam Centers.
• All pre-examination phase processes shall be carried out by the Bidder in
consultation with Member Secretary, Staff Selection Board, UT Administration of
Dadra & Hagar Haveli and Daman & Diu.

16
3.3 Examination Phase

• The Bidder shall provide adequately trained manpower as per the ratio mentioned
below:

Each Exam Centre should have the following minimum number of personnel, as
described below, to be deployed by the Bidder,
i. Exam Centre Administrator – 1
ii. IT Manager – 1 per 250 nodes (minimum 1 per center)
iii. Invigilators - 1 per 30 nodes
iv. Support Staff - Minimum 1 per 100 students (Suitability need to be
justified with centers) and locations.
v. Security Guards - Minimum 1 per 100 students (Suitability need to be
justified with centers)
vi. Peons - Minimum 2 per 100 students
The above staff should be increased proportionately on the basis of size of the center in
terms of nodes for exam.
• The Examination shall be computer based with the questions being provided
onscreen on a random basis with multiple choice answers, without any manual
intervention.
• Sufficient time of 10 minutes shall be allotted before the exam for providing
orientation to the candidates on the structure of the exam, time limits and guidelines
for answering the question papers.
• Computer-based exam software should support standard features such as automatic
calculation of test score, negative marking, time left, flag questions for review,
navigation to unanswered questions and prompt for submission.

Minimum Candidate System Pre-requisites

Screen Resolution 1024 X 768


Operating System Windows XP Professional Service Pack 3 or higher or any other
OS for conducting computer-based examination.
Browser Internet Explorer 7.0 or above as supported by above
Operating Systems
Browser settings Java Script enabled
Pop-up blocker disabled
Under ‘Settings’ of ‘Temporary Internet Files’, set ‘Check for
newer versions of stored pages’ to ‘Every visit to the page’
Proxy disabled (Direct Internet)
USB disabled; Keyboard disabled during exam after login

17
Minimum Exam Centre Server Prerequisites

Processor CPU Speed: 1.5 GHz or above.


RAM 4GB or higher
Screen resolution 1024 X 768
Operating system Compatible for candidates’ systems as clients, must meet
the performance criteria
Performance Criteria Must support at least 100 clients without any perceivable
degradation in performance. All mouse/key clicks are to be
recorded for each client with time stamp for audit purposes.

Response time for question/page loading must be less than


5 seconds.

All responses to be acted upon in real time.

Required number of servers for a center must be provided by the Bidder for assured
performance. Additional equivalent and suitable servers for backup will need to be
provided by the Bidder.

• The Bidder shall arrange/provide adequate displays and required instructions/


information to the candidates appearing for test at Examination Centers.
• While exam will be conducted on local LAN, data of test progress should be
transferred tocentral server every 5 minutes for monitoring purposes. Biddershould
provide reports to Member Secretary, Staff Selection Board, UT Administration of
Dadra & Nagar Haveli and Daman & Diuto view the test progress.
• The Bidder shall maintain audit trails of all activities of the candidate (click by click)
during the course of the examination.
• The Bidder shall obtain candidate’s feedback through online Feedback Form, after
the examination is over.
• The Bidder shall provide stationery such as blank paper sheet/s to the candidates as
per requirement.
• The Bidder shall have a contingency plan for Student management/ Shifting in case
of any emergency.
• Bidder should have capabilities of CCTV surveillance system to monitor and capture
the activity of candidates/ centres. All the exam halls should have CCTV surveillance
cameras installed in a way that activities each candidate is captured. CCTV camera
feeds should be stored locally.
• CCTV camera should record Exam Center activities from 30 minutes before to 30
minutes after the examination. The bidder will be required to handover the CCTV
camera feeds to Member Secretary, Staff Selection Board, UT Administration of
Dadra & Nagar Haveli and Daman & Diu for all the Computer Based Exam within 45
days after the examination after its proper sealing.

18
• The Bidder shall monitor and supervise Exam Centre activities on monitoring
console to be installed by the Bidder in Staff Selection Board, UT Administration of
Dadra & Nagar Haveli and Daman & DiuThe data should be real time data generated
from each Exam Centre during the examination.
• At the end of the exam, transfer/export of candidate response and audit
trails shall be done by the Bidder on secured channel from local server to
Central server of the Bidder same day. For shifts ending 6 PM andany shift
ending post 6 PM, responses should be shared the next day. Other data
such as attendance sheet, fingerprint, seating plan etc. (if any) should be
sent to Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diu within 14 days of conclusion of each exam shift.
• Successful Bidder should be capable to conduct exam for PH candidate as per order
of GOI issued from time to time.
• Successful Biddershould be capableofconductingskilltestsin
computerbased stenographytestwherethe candidate willlistento the
dictationthroughvoice recorder andtranscribe thesameona steno
padandtypethesameon computer screen, without extra charges as and
when requested by SSB. The Typing is supported in English, Hindi and
Marathi Language. Hindi Typing has 4 keyboard layouts. - Inscript,
Remington GAIL, Remington CBI and KrutiDev.The evaluation of the
transcribed and typed candidate response will be done by UT
Administration of DNH & DD.

i. The following skill tests for the posts, in addition to the computer based test, are
included in the scope of work:
(A) LIST OF VACANCIES WHEREIN SKILL TEST REQUIRED
Name of Post Skills required
Skill test norms on computers:
Lower Divisional Clerk - English Typing @35 w.p.m. OR Hindi Typing @ 30 w.p.m.
Group-C (Time allowed 10 mts.) (35 w.p.m. and 30 w.p.m. correspond
to 10500 KDPH/9000 KDPH on an average of 5 key
depression for each word)
1) SKILL TEST: Norms Dictation : 10 mts @ 80 words per
Junior Stenographer -
minute.
Group-C
Transcription :
50 mts (English) 65 mts. (Hindi) on computers.
1) SKILL TEST: Norms Dictation : 10 mts @ 80 words per
Jr. Steno - Group-C minute.
Transcription :
50 mts (English) 65 mts. (Hindi) on computers.
Hindi Typist - Group-C Skill Test norms on Computer.
1) Hindi typing @ 30 w.p.m. (Time allowed -10 minutes).
Technical Assistant - i) Skill Test norm on computer:-
Group C English Typing @ 35 WPM OR Hindi @ 30 WPM (time

19
allowed 10 minutes) (35 w.p.m. and 30 w.p.m. and 30 w.p.m.
correspond to 10500 KDPH/9000 KDPH on an average of 5
key depression for each word
Road Karkoon - Group C Skill test norms on computer:
English Typing @ 35 WPM OR Hindi @ 30 WPM (time
allowed 10 minutes) (35 w.p.m. and 30 w.p.m. and 30 w.p.m.
correspond to 10500 KDPH/9000 KDPH on an average of 5
key depression for each word

Section Beat Karkoon - Skill test norms on computer:


Group C English Typing @ 35 WPM OR Hindi @ 30 WPM (time
allowed 10 minutes) (35 w.p.m. and 30 w.p.m. and 30 w.p.m.
correspond to 10500 KDPH/9000 KDPH on an average of 5
key depression for each word
Note: The following layoutforHindican be used-
Hindi Remington Gail/Hindi Inscript/ Hindi KrutiDev/ Hindi Remington
CBIMangal Font can be used.

3.4 Post Examination Phase

• The Bidder shall calculate marks obtained by each candidate as per requirement of
the UT Administration of Dadra & Nagar Haveli and Daman & Diu
• The candidate’s responses, biometric, audit rails should be uploaded automatically
from the local server to Bidder’s data center in a secured manner. There should not
be any traces of any data pertaining to candidate whatsoever post uploads left on
the exam server.
• The Bidder should be able to hand over the raw responses / data to Staff Selection
Board, UT Administration of Dadra & Nagar Haveli and Daman & Diu on the same
day for shifts ending 6PM and any shift ending post 6 PM responses should be
shared the next day after the candidate’s response upload from local exam server.
The software should have capability to take the answer key post examination.Raw
responses for shift ending 6 PM can be provided / transferred to central server the
same day and any shift ending post 6 PM responses can be shared the next day.
• The bidder shall upload the answer key of all the series of question papers for
candidates’ responses for three days from the last day last sitting of the examination
of the respective posts.
• The candidates are at liberty to lodge their complaint in the designated website, if
any, with regard to their examination result and the Vendor will dispose of all the
complaints received through website.
• The bidder will keep the portal open for 7 days after the examination to receive
representation of the candidates in respect of the answer keys. After receipt of the
representation of the candidates, the bidder will upload the final answer key within
10 days of closure of the representation window.

20
• The Bidder shall calculate marks obtained by each candidate as per requirement of
the Staff Selection Board, UT Administration of Dadra & Nagar Haveli and Daman &
Diu.
• The Bidder shall ensure Generation of Merit list based on the rules/validation shared
by Staff Selection Board, UT Administration of Dadra & Nagar Haveli and Daman &
Diu.
• The Bidder shall provide documented inputs and support for handling
o Candidates’ queries
o RTI queries
o Court Cases

Note:
1. The Bidder will have to carry/ demonstrate complete System Test Run (STR) with
test data to Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diubefore implementation the software. The Bidder should also be
able to demonstrate click by click audit trail for any type of enquiry.

 Test Data Archiving: The Bidder shall archive the examination data (excluding
CCTV footage) for future references after specified time, as per requirement of Staff
Selection Board, UT Administration of Dadra & Nagar Haveli and Daman & Diu. Two
sets of CCTV footage will be handed over to the client within 45 days once
assessment is over and this need not be retained by the Bidder. The remaining
examination related data like CCTV footage, answers, results, logs etc. will be
retained by Bidder as long as contract is valid.

 MIS generation/ customized reports: The Bidder shall provide adequate


information to the Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diu as per the requirement of UT Administration of Dadra & Nagar
Haveli and Daman & Diu

4. Essential Technical Pre-requisite


4.1. Organizational Level
1) The bidder should be a company/ firm registered (minimum 10 years old) in India. The
registered bidder should be operating in India for a minimum of 5 years with an
objective of offering relevant Computer Based Examination Services that are the
subject matter of this tender.
2) The bidder should participate as a single entity, no consortium or group companies
will be allowed.
3) The bidder shall be single point of contact with Staff Selection Board, UT
Administration of Dadra & Nagar Haveli and Daman & Diuand shall be solely
responsible for the execution and delivery of the work. The Bidder will provide
examination delivery software.

21
4) The average annual turnover of the bidder should be minimum 100 crores in the last
three (3) consecutive financial years. The turnover should be of the bidder and not of
the group companies or consortium. The turnover refers to a company and not the
composite turnover of its subsidiaries/sister concerns etc. for 2020-21, 2021–22 and
2022-23.
5) The bidder’s Average Annual Turnover during last three financial years should be Rs
30 crores or more in India from Computer Based Examination (Attach documentary
evidence such as audited Balance Sheet etc.).
6) The bidder should not have incurred any loss during last three years up to financial
year ending 31 March 2023. The bidder should submit certified copies of their
company Balance Sheet and Profit and Loss Account duly audited for the last three
financial years.
7) The Bidder should be registered with appropriate tax authorities such as Income Tax,
GST and should submit valid certificates of registration with these authorities.
8) The bidder must have successfully executed 5 similar projects (conduct of CBT) in all
India basis, out of which at least one project should be Conduct of Computer based
Examination with capability of 50,000 or more candidates appeared in single shift. The
documentary evidence in form of work order/contract and performance report must be
enclosed on the client’s letterhead. (Bidder’s past achievement in this regard shall be
considered for technical evaluation)
9) Any experience as a consortium partner will not be considered.
10) The bidder/ group companies must have primary data center with DR site
infrastructure for data Security. Both the Data Centers should be located in India in
different seismic zones. The data center must be Tier III and ISO certified. Data
Center should be certified as per the Government of India Guidelines. The
infrastructure of the bidder must be Cert – in certified as per Govt. of India guidelines.
11) The bidder must be able to conduct computer-based examinations in multidisciplinary
/ multiple subjects as well.
12) The bidder must have authorized and globally accepted certifications i.e., ISO-27001,
ISO 20000, ISO 9001 and SEI CMMi Level 3/5.
13) The Bidder should have infrastructure in all the major cities across India with validated
nodes/ computers, appropriate technology, hardware and software, dedicated
connectivity, trained proctoring staff, adequate security measures and due diligence
etc.
14) The contract shall be on “End to End outsource basis” and the bidder should have all
relevant facilities and logistics available to execute the work. Bidders having CMMI
Certificate in Services will be given preference.
15) The bidder must show and submit suitable emergency management plan during any
crisis situations/ redundancy of servers, switches, nodes additional center locations,
students’ data.
16) The bidder should not have blacklisted by central / state government departments /
undertakings as on the bid submission date.

22
4.2. Assessment Platform Level
1) The proposed software must be in-house developed by the bidder and the bidder
must own the complete source code of the software being used for conducting the
computer-based exam. Bidders having CMMI certificate in Development will be given
preference.
a) The bidder should have all the necessary components and dependency of source
code of the computer-based examination system in place so that any change
required in any of the components of the software can be undertaken by their in-
house technical team. Required skills should be made available to make
necessary configuration changes. The major/minor configuration changes in
software requested by Staff Selection Board, UT Administration of Dadra & Nagar
Haveli and Daman & Diumust be met immediately. The bidder should have at
least regular 500 or more technical employees employed in-house in India for
Conduct of exam, development of software, maintenance of software, networking,
and data security. The proof of ESI/ PF registration or self-declaration shall be
submitted.
b) Different versions of Software code should be managed appropriately in a
standard version control system within the organization.
c) Software code should have multiple backup systems in place so that anytime
source code can be recovered in case of any disaster.
d) The bidder should own the test cases and regression testing code to produce, to
prove that they have done necessary testing of the software to scale up to
conduct large scale assessments. Testing should not be limited to system
features and functionality. The system used to conduct the exam must be tested
for Performance, Security, Usability, High-Availability, Business Continuity, and
Disaster-Recovery.
e) The bidder should design a highly secure system and conduct security tests to
verify that there are no vulnerabilities that can make the system susceptible to
attacks. Comprehensive testing of source code, software binaries and the
infrastructure must be carried out. Results of such security tests should be made
available for each major release of the system used to conduct the exam.
f) The bidder should have an in-house quality assurance group and a strong quality
management system to do quality check of the software.
g) Proper security provision for source codes shall be maintained.
2) The proposed software should be Govt. of India compliant CERT-IN certified for IT
security.
3) The bidder must use 256-bit encryption for Question paper transfer.
4) The bidder should be able to support the entire solution (across INDIA) and response
in a reasonable time frame.
5) The system should support question randomization with option shuffling ensuring that
no two question papers are alike.
6) At any time before the submission of bids, Staff Selection Board, UT Administration of
Dadra & Nagar Haveli and Daman& Diumay amend the tender by issuing an
addendum in writing or by standard electronic means. If the amendment is substantial,

23
Bidder(s) shall be given reasonable time to make amendment or to submit revised bid
and the deadline for submission of bids will be extended if required by Staff Selection
Board, UT Administration of Dadra & Nagar Haveli and Daman & Diu. The Member
Secretary, Staff Selection Board, UT Administration of Dadra & Nagar Haveli and
Daman & Diuhas right to cancel or modify the tender.
7) Even though bidders may satisfy the above requirements, they may be disqualified if
they have:
a) Made misleading or false representation or facts or deliberately suppressed the
information to be provided in the forms, statements, and enclosures of this
document.
b) If confidential inquiry reveals facts contrary to the information provided by the
bidder.
c) If confidential inquiry reveals unsatisfactory performance in any of the selection
criteria.
5. Scoring Model

Sr. No. Criteria Score


1.1 Bidder’s profile 10
1.1.1 Legal Structure 5
Partnership /Proprietary 1
Private Limited 3
Limited Company 5
Overall regular staff strength (Project Management/ Development/
1.1.2 5
Quality Assurance/ Implementation/ Operations)
= 500 - 1000 1
> 1000 - 1500 3
> 1500 5
1.2 Bidder’s Certification for the last 5 years 20
1.2.1 CMMi level Development 10
CMMi level 3 Development 2
CMMi level 4 Development 5
CMMi level 5 Development 10
CMMi level Service 10
CMMi level 3 Service 2
1.2.2 CMMi level 4 Service 5
CMMi level 5 Service 10
1.3 Bidder’s Financial Capability 15
Average annual turnover from examination service for the period 2020-
1.3.1 10
21, 2021-22, 2022 – 23
More than 50 CR and Less than 150 Crore INR 5
More than 150 CR and Less than 300 Crore INR 10
More than 300 Crore INR 15
1.4 Bidder’s experience in CBT 10

24
Maximum no of candidates appeared in computer-based
1.4.1 examination in single shift completed in India in last three financial 10
years (as on date of bid submission)
50,000 – 1,00,000 Candidates 2
1,00,001 – 1,50,000 Candidates 5
> 1,50,000 Candidate 10
1.5 Bidder’s infrastructure capability 25
Owned Node (available 24X7 with minimum 250 nodes in each
1.5.1 10
center) Capability across India (Proof to be submitted)
<= 50,000 2
50,001 – 1,00,000 5
> 1,00,000 10
Primary Data Center with Secondary DC site to be managed by the
1.5.2 15
bidder for data Security
1. Tier III DC infrastructure with Secondary DC outsourced by the
bidder with Cert-in Certified infrastructure 5
2. Tier III DC infrastructure with Secondary DC owned by the bidder
with Cert-in Certified infrastructure 10
3. Tier IV DC infrastructure with Secondary DC owned by the bidder
with Cert-in Certified infrastructure &MeitY empanelled cloud service 15
provider
1.6 Bidder’s Presentation and Demonstration 20
1.6.1 Presentation and Demonstration 20

6. Evaluation of Bids
6.1. Technical Evaluation
1 Detailed technical evaluation shall be carried out along with other conditions in the
tender document to determine the substantial responsiveness of each tender. For this
clause, the substantially responsive bid is one that conforms to all the eligibility and
terms and condition of the tender without any material deviation.
2 The evaluation committee may call the responsive bidder(s) who comply with all terms
and conditions of the tender for discussion and presentation to facilitate and assess
their understanding of the scope of work and its execution. The bidder should give a
detailed presentation on how their technology is best suited for Staff Selection Board,
UT Administration of Dadra & Nagar Haveli and Daman & Diu. However, the committee
shall have sole discretion to call for discussion/presentation.
3 The bidder who scores minimum 70 out of 100 will only be considered eligible in
Technical evaluation.

25
6.2. Financial Evaluation

The Financial Bid of those Bidders who have been found to be technically eligible will be
opened. The Financial bids of ineligible bidders will not be opened.

The Financial Bids shall be opened in the presence of representatives of technically eligible
Bidders, who may like to be present. The Member Secretary, Staff Selection Board, UT
Administration of Dadra & Nagar Haveli and Daman & Diushall inform the date, place and
time for opening of the Financial Bid.

6.3. Evaluation and Comparison of Bids

70% weightage will be awarded for Technical Evaluation and 30% weightage will be
awarded for Financial Evaluation.

Technical Bid will be assigned a Technical score (Ts) out of a maximum of 100 points, as
per the Scoring Model provided in the previous section.

The commercial scores would be normalized on a scale of 100, with lowest score being
normalized to 100 and the rest being awarded on a pro-rata basis. Such normalized scores
would be considered for the purpose of QCBS based evaluation, explained in section
below.

6.4. Final Evaluation Criteria - Quality and Cost based selection (QCBS)

The individual Bidder's commercial scores (CS) are normalized as per the formula below:
Fn= Fmin/Fb * 100 (rounded off to 2 decimal places) Where,
Fn= Normalized commercial score for the Bidder under consideration
Fb= Absolute financial quote for the Bidder under consideration
Fmin= Minimum absolute financial quote

Composite Score (S) = Ts * 0.70 + Fn * 0.30


The Bidder with the highest Composite Score(S) would be awarded the contract.

7. Important Instructions

1. The Bidder should follow defined Software Change Management processes to


manage changes in the software. Such a process would include Change Request
Management, Impact Analysis, Change Approval, Change Implementation, Version
Control, Version labelling, Testing, OA Certification and Deployment into production.
2. The Bidder must employ multiple backup systems including offline backups to
securely maintain the software and its corresponding source code.
3. The Bidder should have an in-house quality assurance and product testing team with
robust quality management processes that are followed to test and certify the system
used to conduct the exam. The bidder should maintain documented test cases and

26
maintain evidence of successful test execution covering all test cases. Rigorous
testing must be done for major as well as minor and patch releases.
4. Testing should not be limited to system features and functionality. The system used
to conduct the exam must be tested for Performance, Security, Usability, High-
Availability, Business Continuity, and Disaster-Recovery.
5. The Bidder should design a high-performance system and conduct performance
tests to verify successful achievement of high concurrency, fast response time, and
long-stress duration required of the system used to conduct the exam. Results of
such performance tests should be made available for each major release of the
system used to conduct the exam.
6. The Bidder should design a highly secure system and conduct security tests to verify
that there are no vulnerabilities that can make the system susceptible to attacks.
Comprehensive testing of source code, software binaries, and the infrastructure
must be carried out. Results of such security tests should be made available for each
major release of the system used to conduct the exam.
7. Suitable emergency management plans towards any crisis situations/redundancy of
servers, nodes additional center locations, students’ data etc. should be maintained
by the Bidder.
8. The Bidder should be able to support the entire solution (across INDIA) on a 24 x 7
basis with a maximum response time of 3 hours.
9. At any time before the submission of bids, The Member Secretary, Staff Selection
Board, UT Administration of Dadra & Nagar Haveli and Daman & Diumay amend the
tender by issuing an addendum in writing or by standard electronic means. The
addendum shall be sent to all bidders and will be binding on them. Bidders shall
acknowledge receipt of all amendments.
10. If the amendment is substantial, Bidder(s) shall be given reasonable time to make
amendment or to submit revised bid and the deadline for submission of bids will be
extended by The Member Secretary, Staff Selection Board, UT Administration of
Dadra & Nagar Haveli and Daman & Diu.

8. General Information

The tender is a "Two Bid' document. The technical bid should contain all the relevant
information and desired enclosures in the prescribed format along with Earnest Money
Deposit (EMD). The financial bid should contain only commercials. In case, any bidder
encloses the financial bid within the technical bid, the same shall be rejected summarily.

All information called for in the enclosed forms should be furnished against the respective
columns in the forms. If information is furnished in a separate document, reference to the
same should be given against respective columns in such cases. If any particular query is
not applicable, it should be stated as "Not Applicable". However, the bidders are cautioned
that not giving complete information called for in the tender forms or not giving it in clear
terms or making any change in the prescribed forms or deliberately suppressing the

27
information may result in the bidder being summarily disqualified. Tenders made by fax and
those received late will not be entertained.

The Responses should be typewritten or handwritten but there should not be any
overwriting or cutting. Correction, if any, shall be made by neatly crossing out, initialing,
dating and rewriting. The company seal and signature of bidder's authorized person should
appear on each page of the application or the digital signature of the authorized signatory
on last page of the application along with signature on all the annexures and declarations.
All pages of the tender document shall be numbered and submitted as a package along
with forwarding letter on bidder's letter head.

The bidder should enclose bid security (EMD) in form of Demand Draft drawn in a favor of
“Deputy Secretary, SSB” payable at Daman. The tenders without EMD shall be summarily
rejected. No exemption for EMD will be entertained. The successful bidder shall be required
to deposit performance security in form of bank guarantee valid for three years, equal to
three percent (3%) of exam value within 15 days from the date of signing of the agreement.
The EMD of the unsuccessful bidders shall be returned without interest after award of work
to the successful bidder. The EMD of the successful bidder shall be returned only after the
signing of the contract along with performance security deposit.

Reference, information and certificates from the respective clients certifying technical,
delivery and execution capability of the bidder should be signed and the contact numbers of
all such clients should be mentioned. The Member Secretary,Staff Selection Board, UT
Administration of Dadra & Nagar Haveli and Daman & Diumay also independently seek
information regarding the performance from the clients.

The Bidder is advised to attach any additional information, which they think is necessary in
regard to their capabilities to establish that the bidder is capable in all respects to
successfully complete the envisaged work. They are however, advised not to attach
superfluous information. No further information will be entertained after tender document is
submitted, unless The Member Secretary,Staff Selection Board, UT Administration of
Dadra & Nagar Haveli and Daman & Diucalls it for.

Even though bidder may satisfy the qualifying criteria, they are liable for disqualification if
they have a record of poor performance or not able to understand the scope of work etc.

Prospective bidders may seek clarification regarding the project and/ or the requirements
for prequalification, in writing through mail within a reasonable time.

The tender document has to be downloaded from the web site ddtenders.gov.in and
submitted along with a fee of Rs1,000/-in the form of demand draft in favor of “The Deputy
Secretary, SSB, Daman” payable at Daman.. There is no exemption from payment of
tender document fees and tenders without requisite fees shall not be accepted. The

28
technical and financial documents should be kept separately in sealed envelopes and both
these envelopes should be kept in one envelope super scribing “Tender for Computer
Based Exam Delivery, Administration and Processing” for Recruitment Examination of
vacant posts in UT Administration of Dadra& Nagar Haveli and Daman & Diuso as to reach
The Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diuby 03.00 p. m. on20/12/2023. Late tenders shall not be accepted. The
technical bid shall be opened on the same day at 04:00 p.m. on 20/12/2023 in the presence
of bidders who may like to be present.

All disputes arising shall be subject to the jurisdiction of appropriate court of Damanonly.
The Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diureserves right to award the work/cancel the award without assigning any
reason. In case of differences, regarding right to award the work, if any, the decision of
Customershall be final. Initially the contract will be for one year and may be extended for 5
more years depending upon successful completion of the job, performance review and on
mutual agreement.

The payment shall be in Indian Rupees and shall be paid only after successful completion
of work. The successful bidder has to sign an agreement on non-judicial stamp paper.

Bidders are neither allowed to join hands to participate in the tender nor allowed to submit
multiple bids. Any such act will make the bid liable for rejection.

Any disputes arising out of this tender will be subject to the courts in Daman only

• Even though bidders may satisfy the above requirements, they may be disqualified:
If misleading or false representation of facts are made or deliberately suppressed in
the information provided in the forms, statements and enclosures of this document.
• If they have a record of poor performance such as abandoning work, not properly
completing the contract or financial failures/weaknesses.
• If confidential inquiry reveals facts contrary to the information provided by the bidder.
• If confidential inquiry reveals unsatisfactory performance in any of the selection
criteria.
In such cases,The Member Secretary,Staff Selection Board, UT Administration of Dadra
& Nagar Haveli and Daman & Diuhas the right to reject the bid.

The technical bid shall consist of –


• Technical information as desired in prescribed format.
• The financial information as per Annexure –I
• The details of experience of similar works as per Annexure – II
• Organizational Structure and information as per Annexure III
• Technical and Administrative manpower available for this work as per Annexure IV
• Physical Infrastructure such as availability of Exam Centers, technology, hardware,
software etc. as desired and scope of work under Section 3.

29
• EMD and tender fees.
9. Appointment of Successful Bidder
9.1. Award Criteria

The Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diuwill award the Contract to the successful bidder whose proposal has been
determined to be substantially responsive and has been determined as the most
responsive bid as per the process outlined above.

9.2. Right to Accept Any Proposal and To Reject Any or All Proposal(s)

The Member Secretary, Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diureserves the right to accept or reject any proposal, and to annul the
tendering process / Public procurement process and reject all proposals at any time prior to
award of contract without thereby incurring any liability to the affected bidder or bidders or
any obligation to inform the affected bidder or bidders of the grounds for The Member
Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli and Daman &
Diuaction.

9.3. Notification of Award

Prior to the expiration of the validity period, The Member Secretary,Staff Selection Board,
UT Administration of Dadra & Nagar Haveli and Daman & Diuwill notify the successful
bidder in writing or by fax or email, that its proposal has been accepted. In case the
tendering process / public procurement process has not been completed within the
stipulated period, The Member Secretary,Staff Selection Board, UT Administration of Dadra
& Nagar Haveli and Daman & Diumay request the bidders to extend the validity period of
the bid.

The notification of award will constitute the formation of the contract. Upon the successful
bidders furnishing of Performance Bank Guarantee, The Member Secretary,Staff Selection
Board, UT Administration of Dadra & Nagar Haveli and Daman & Diuwill notify each
unsuccessful bidder and return their EMD. The EMD of successful bidder shall be returned
only after furnishing of Performance Bank Guarantee and signing of Contract.

9.4. Performance Guarantee

The Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diuwill require the selected bidder to provide an irrevocable, unconditional
Performance Bank Guarantee within 15 days from signing the Agreement on mutual terms
and condition, for a value equivalent to 3% of the exam value. The Performance Guarantee
should be valid for a period of 36 months. The Performance Guarantee shall be kept valid
till completion of the project and Warranty period. The selected bidder shall be responsible
for extending the validity date and claim period of the Performance Guarantee as and when

30
it is due on account of non-completion of the project and Warranty period. In case the
selected bidder fails to submit performance guarantee within the time stipulated, The
Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli and
Daman & Diuat its discretion may cancel the order placed on the selected bidder without
giving any notice. The Member Secretary,Staff Selection Board, UT Administration of Dadra
& Nagar Haveli and Daman & Diushall invoke the performance guarantee in case the
selected Vendor fails to discharge their contractual obligations during the period or The
Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli and
Daman & Diuincurs any loss due to Vendors negligence in carrying out the project
implementation as per the agreed terms & conditions.

9.5. Signing of Contract

After The Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar
Haveli and Daman & Diunotifies the successful bidder that its proposal has been accepted,
The Member Secretary,Staff Selection Board, UT Administration of Dadra & Nagar Haveli
and Daman & Diushall enter into a contract, incorporating all clauses, pre-bid clarifications
and the proposal of the bidder between Staff Selection Board, UT Administration of Dadra
& Nagar Haveli and Daman & Diuand the successful bidder with mutually agreed terms and
conditions.

9.6. Penalty

The bidder shall re-conduct assessment at no additional cost to Staff Selection Board, UT
Administration of Dadra & Nagar Haveli and Daman &Diu if Deficiency in Services (failure
to conduct and complete the assessment on the scheduled date due to any technical
issues such as network issues, server issues, power issues) are for reasons solely and
entirely attributable to the bidder that has been proved. However, the successful bidder is to
be liable to pay a penalty upto 5% of the total Exam value to Staff Selection Board for the
failure.

9.7. Time Frame

The successful bidder would be required to make the system up and operational within a
period of 30 Days from the date of signing of Contract.

9.8. Information security and data privacy

The successful bidder will be responsible for providing secure systems. The successful
bidder is expected to adhere to Information Security Management procedures as per
acceptable standards with best practices.

The vendor/Bidder shall be responsible for guarding the Systems against virus, malware,
spyware, and spam infections using the latest Antivirus corporate/Enterprise edition suites
which include anti-malware, anti-spyware and anti-spam solution for the entire system. The

31
vendor shall have to maintain strict privacy and confidentiality of all the data it gets access
to.

9.9. Payment Schedules

No advance payment shall be made. The payment shall be made stage wise, within 60
days of the conduct of the examination and submission of all deliverables as is mentioned
above. The invoices submitted should be in original and complete in all aspects as per the
rate quoted by the bidder in financial bid. The payment shall be made stage wise as below:

a) 50% of the payment – On conduct of Examination successfully.


b) 25% of the payment – On declaration of Result and Merit list.
c) 25% of the Payment - On biometric verification during document verification.

9.10. Fraudulent and Corrupt Practices

The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Selection Process. Notwithstanding anything to
the contrary contained in this RFP, The Member Secretary, Staff Selection Board, UT
Administration of Dadra & Nagar Haveli and Daman & Diu shall reject a Proposal without
being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has,
directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited
Practices”) in the Selection Process. In such an event, The Member Secretary, Staff
Selection Board, UT Administration of Dadra & Nagar Haveli and Daman & Diushall,
without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Security
or Performance Security, as the case may be, as mutually agreed genuine pre-estimated
compensation and damages payable to the Authority for, inter alia, time, cost and effort of
the Authority, in regard to the RFP, including consideration and evaluation of such Bidder’s
Proposal.

For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:

_ “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with the
Selection Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the UT
Administration of Dadra & Nagar Haveli and Daman & Diuwho is or has been associated in
any manner, directly or indirectly with the Selection Process or the LOI or has dealt with
matters concerning the Agreement or arising there from, before or after the execution
thereof, at any time prior to the expiry of one year from the date such official resigns or

32
retires from or otherwise ceases to be in the service of the UT Administration of Dadra &
Nagar Haveli and Daman & Diu, shall be deemed to constitute influencing the actions of a
person connected with the Selection Process); or (ii) save as provided herein, engaging in
any manner whatsoever, whether during the Selection Process or after the issue of the
LOA or after the execution of the Agreement, as the case may be, any person in respect of
any matter relating to the Project or the LOA or the Agreement, who at any time has been
or is a legal, financial or technical consultant/ adviser of the UT Administration of Dadra &
Nagar Haveli and Daman & Diuin relation to any matter concerning the Project;

_ “fraudulent practice” means a misrepresentation or omission of facts or disclosure of


incomplete facts, in order to influence the Selection Process;

_ “coercive practice” means impairing or harming or threatening to impair or harm, directly


or indirectly, any persons or property to influence any person s participation or action in the
Selection Process;

_ “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the UT Administration of Dadra & Nagar Haveli and Daman & Diu
with the objective of canvassing, lobbying or in any manner influencing or attempting to
influence the Selection Process; or (ii) having a Conflict of Interest; and

_ “restrictive practice” means forming a cartel or arriving at any understanding or


arrangement among Bidders with the objective of restricting or manipulating a full and fair
competition in the Selection Process.

9.11. Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected
bidder or the Member Secretary, SSB, UT Administration of DNH &DD as the case may be
which they could not foresee or with a reasonable amount of diligence could not have
foreseen and which substantially affect the performance of the contract, such as:

 Natural phenomenon, including but not limited to floods, droughts, earthquakes and
epidemics.
 Acts of any government, including but not limited to war, declared or undeclared
priorities, quarantines and embargos
 Terrorist attack, public unrest in work area provided either party shall within 10 days
from occurrence of such a cause, notifies the other in writing of such causes.

The bidder or the Member Secretary, SSB, UT Administration of DNH &DDshall not be
liable for delay in performing his/her obligations resulting from any force majeure cause as
referred to and/or defined above. Any delay beyond 30 days shall lead to termination of
contract by parties and all obligations expressed quantitatively shall be calculated as on
date of termination. Notwithstanding this, provisions relating to indemnity, confidentiality

33
survive termination of the contract. However, the UT Administration of Dadra & Nagar
Haveli and Daman & Diu shall make payment for all the services rendered by the bidder till
such date of termination of contract.

9.12. Proprietary Rights

All rights, title and interests in and to the Services Environment and any other material used
by the bidder in the provision of the Services shall exclusively belong to the bidder or its
licensors (“Bidder Proprietary Material”). Any and all Intellectual Property Rights with
respect to the Services and the selected bidder Proprietary Material and all modifications,
improvements, enhancements, or derivative works made thereto, shall always belong to the
selected bidder or its licensors and the Member Secretary, SSB, UT Administration of DNH
&DDshall not be entitled to claim any rights therein. All rights, title and interests in the
Member Secretary, SSB, UT Administration of DNH &DDData shall always remain with the
Member Secretary, SSB, UT Administration of DNH &DD. The Member Secretary, SSB,
UT Administration of DNH &DDagrees that the bidder shall have the right to list the
Member Secretary, SSB, UT Administration of DNH &DD in its marketing material and use
the Staff Selection Board, UT Administration of DNH &DDlogo with respect to such listing
and for reference purposes. The Member Secretary, Staff Selection Board, UT
Administration of DNH &DDacknowledges that the provision of the Services hereunder by
the selected bidder shall be on a non-exclusive basis and the bidder shall be free at all
times to provide the services or perform obligations same or similar to the Services and
obligations envisaged hereunder to any of its other clients, either existing or future, and
nothing herein shall preclude Bidder from providing such services or performing such
obligations to its other clients.

9.13. Representations And Warranties

Bidder warrants that the Services will be provided in a skillful and workman like manner and
in conformity with the scope described in Contract. Notwithstanding the aforesaid, any
Services which are provided by Bidder free of charge or are otherwise not chargeable shall
be provided on an ‘AS IS’ basis without any warranties whatsoever. Each Party represents,
warrants and covenants to the other that: (i) it is duly organized and validly existing and in
good standing under the laws of the state of its incorporation or formation; (ii) it has the full
right and authority to enter into and that this Contract constitutes a legal, valid and binding
obligation; and(iii) its execution, delivery and performance of this Contract does not and will
not conflict with, or constitute a breach or default under, its charter of organization, or any
contract or other instrument to which it is a party. EXCEPT AS SET FORTH IN THIS
CLAUSE, BIDDER MAKES NO WARRANTIES TO CUSTOMER, EXPRESS OR IMPLIED,
WITH RESPECT TO ANY SERVICES OR DELIVERABLES PROVIDED HEREUNDER OR
UNDER SCOPE OF WORK, INCLUDING, WITHOUT LIMITATION, ANY IMPLIED
WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.
ALL SUCH OTHER WARRANTIES ARE HEREBY DISCLAIMED BY BIDDER.

34
9.14. Confidential Information

Each Party (the “Receiving Party”) acknowledges and agrees to maintain the confidentiality
of Confidential Information (as hereafter defined) provided by the other Party (the
“Disclosing Party”) hereunder. The Receiving Party shall not disclose or disseminate the
Disclosing Party’s Confidential Information to any person other than those employees,
agents, contractors, subcontractors and licensees of the Receiving Party, or its affiliates,
who have a need to know it in order to assist the Receiving Party in performing its
obligations, or to permit the Receiving Party to exercise its rights under this Contract. In
addition, the Receiving Party (i) shall take all such steps to prevent unauthorized access to
the Disclosing Party’s Confidential Information, as it takes to protect its own confidential or
proprietary information of a similar nature, which steps shall in no event be less than a
reasonable standard of care, (ii) shall not use the Disclosing Party’s Confidential
Information, or authorize other persons or entities to use the Disclosing Party’s Confidential
Information, for any purposes other than in connection with performing its obligations or
exercising its rights hereunder, and (iii) shall require all persons and entities who are
provided access to the Disclosing Party’s Confidential Information, to execute confidentiality
or non-disclosure Contracts containing provisions substantially similar to those set forth in
this Clause. The provisions of this Clause respecting Confidential Information shall not
apply to the extent, but only to the extent, that such Confidential Information is: (a) already
known to the Receiving Party free of any restriction at the time it is obtained from the
Disclosing Party, (b) subsequently learned from an independent third party free of any
restriction and without breach of this provision; (c) is or becomes publicly available through
no wrongful act of the Receiving Party or any third party; (d) is independently developed by
the Receiving Party without reference to or use of any Confidential Information of the
Disclosing Party; or (e) is required to be disclosed pursuant to an applicable law, rule,
regulation, government requirement or court order, or the rules of any stock exchange.
Upon the Disclosing Party’s written request at any time, or following the completion or
termination of this Contract, the Receiving Party shall promptly return to the Disclosing
Party, or destroy, all Confidential Information of the Disclosing Party provided under or in
connection with this Contract, including all copies, portions and summaries thereof.

9.15. Termination for Material Breach.

Either Party may terminate this Contract immediately by a written notice to the other Party
(i) in the event of a material breach by the other Party, by a written notice immediately, if
the breach is not curable and by a written notice of 30 days, if the breach is curable and is
not cured within the said notice period; or (ii) in the event of any proceedings in bankruptcy,
insolvency or winding up filed by or against the other Party or for the appointment of an
assignee or equivalent for the benefit of creditors or of a receiver or of any similar
proceedings.

35
9.16. Subcontract:

Bidder shall have the right to outsource small elements of the Services under this
Agreement with approval of the Member Secretary, Staff Selection Board, UT
Administration of DNH & DD. However, the bidder will hold the responsibility of maintaining
the confidentiality of the process.
9.17. Governing Law and Dispute Resolution.

This Contract shall be governed by and interpreted in accordance with the laws of India. All
disputes or differences whatsoever arising between the Parties, out of or in relation to the
construction, meaning and operation or effect of this Contract or breach thereof, shall be
settled amicably. If, however, the Parties are not able to resolve such dispute or difference
amicably, the same shall be referred for Arbitration to a sole Arbitrator to be mutually
agreed upon and failing such Contract to an Arbitration tribunal consisting of three
arbitrators. Each Party will nominate an arbitrator and these two arbitrators by mutual
Contract will appoint the third arbitrator to constitute the Arbitration tribunal. The Arbitration
proceedings shall be governed by the provisions of the Arbitration and Conciliation Act
1996. The Arbitration proceedings will be carried out at Damanand the award made in
pursuance thereof shall be binding on the Parties.

9.18. Venue Allocation:

Bidder shall submit list of exam venues based on the cities wherein Customer wants to
schedule the examination. Customer shall select the venues from the list of venues
submitted by Bidder. Bidder shall further allocate Candidates to the venues selected by the
Member Secretary, Staff Selection Board, UT Administration of DNH & DD.

9.19 Processing Norms


UT ADMINISTRATION OF DNH & DD and BIDDER acknowledge and agree that the
provision of Services under this Agreement may require BIDDER to interact with the UT
ADMINISTRATION OF DNH & DDs and suppliers of UT ADMINISTRATION OF DNH &
DD relating to the Services as special agent for and on behalf of the UT
ADMINISTRATION OF DNH & DD and/or to process transactions, in accordance with
the general or special guidelines, norms and instructions (“Processing Norms”) provided
and / or validated and / or accepted by UT ADMINISTRATION OF DNH & DD and
agreed by the Parties. Candidate data including but not limited to Personal Data,
images of the candidate shall belong to the UT ADMINISTRATION OF DNH & DD, with
BIDDER being a data processor for the UT ADMINISTRATION OF DNH & DD.
BIDDER shall be entitled to rely on and act in accordance with any such Processing
Norms agreed by the parties and BIDDER shall incur no liability for claims, loss or
damages arising as a result of BIDDER’s compliance with the Processing Norms. UT
ADMINISTRATION OF DNH & DD agrees to indemnify, defend and hold BIDDER and
its affiliates, their officers and employees involved in the Services, harmless from any
and all claims, actions or proceedings and damages, liabilities, costs and expenses,

36
including but not limited to reasonable attorney’s fees and expenses, incurred or
suffered by BIDDER arising out of or resulting from BIDDER’ compliance with
Processing Norms. Further, UT ADMINISTRATION OF DNH & DD shall be responsible
for all activity occurring under its control and shall abide by all applicable local, state,
national and foreign laws, treaties and regulations in connection with their use of the
Service, including those related to data privacy, international communications and the
transmission of technical or Personal Data.

9.20 Limitation of Liability

NotwithstandinganythingcontainedintheAgreementoranyotherdocument,neitherPartysha
ll
beliabletotheotherforanyspecial,indirect,incidental,consequential(includinglossofrevenue
, dataand/orprofit),exemplaryorpunitivedamages,whetherincontract,tortorothertheoriesof
law,evenifthePartyhasbeenadvisedofthepossibility ofsuchdamages.Thetotalaggregate
liabilityofeitherpartyunderthisAgreementshallnotexceedtheExamValuepaidto BIDDERby
theUT ADMINISTRATIONOF DNH&DDfor theServicethat givesriseto suchliability. The
limitation on any Party’s liability here in shall not apply to liability for damages, resulting
from (i) the willful misconduct; and (ii) breach of the Use Terms in respect of use of
BIDDER Application System; BIDDER shall not be held liable for any delay or failure in
its obligations, if and to the extent
suchdelayorfailurehasresultedfromadelayorfailurebyoronbehalfof UT
ADMINISTRATIONOF DNH&DDtoperformanyofUTADMINISTRATIONOFDNH&DD’s
obligations. Insuchevent,BIDDERshallbe(a) allowed additional timeas may berequiredto
perform its obligations,and (b)entitled to chargetheUT ADMINISTRATIONOF
DNH&DDfor additional costs incurred, if any, asmay bemutually agreed
uponbetweentheParties.

37
ANNEXURE- I
FINANCIAL INFORMATION

Financial Analysis: Details to be furnished duly supported by figures in Balance Sheet/ Profit & Loss Account
for the last 3 (three) years and certified by the Chartered Accountant, as submitted by the Bidder to the
Income-Tax Department (copies to be attached).

S. No. Details (1) (2) (3)


2020-21 2021-22 2022-23
i) Gross annual turnover

ii) Profit/Loss

iii) Financial Position:


• Cash
• Current Assets
• Current Liabilities
• Working Capital (b-c)
• Current Ratio: Current
Assets/Current Liabilities
(b/c)

• Up to date IT return acknowledgement.

Note: Attach additional sheets, if necessary.

(Signature of Bidder)

38
ANNEXURE- II

DETAILS OF SIMILAR WORKS EXECUTED

Name of Litigation/
Total no Date of Name, Designation and
Work/ Project Owner of No of Arbitration
Sr. of commencem Actual date of Address/telephone number of
& Location sponsoring Candidates in pending in Remarks
No. candidate ent as per completion officer to whom reference may
organization single shift progress with
s contract be made
details

1 2 3 4 5 6 7 8 9 10

(Signature of Bidder)

39
ANNEXURE – III
STRUCTURE OF THE ORGANIZATION
1. Name and address of Bidder:
2. Telephone No. / Fax No./Email address:
3. Legal status (Attach copies of original document defining the legal statues).
a) An Individual :
b) A Proprietary/Partnership bidder :
c) A Trust :
d) A Limited Company or Corporation :

4. Particulars of Registration with various Government bodies & Statutory Tax


Authorities (attach attested photocopy)
1. Registration Number :
2. Organization/Place of registration :
3. Date of validity :

5. Name and titles of Directors & Officers with


designation to be concerned with this work
with designation of individuals authorized to
act for the organization.

6. Were you or your company ever required to


suspend the work for a period of more than
six months continuously after you commenced
the works? If so, give the name of the project
and reasons for not completing the work.

7. Have you or your constituent partner(s) ever


left the work awarded to you incomplete? If
so, give name of the project and reasons for
not completing the work.

8. Area of specialization and Interest

9. Any other information considered necessary


but not included above.

40
ANNEXURE - IV
DETAILS OF TECHNICAL AND ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE
WORK
Sr Designation Total Number Name Qualifica Professional In what Remarks
No. number of available tion experience capacity
employees for this and details these would
in that work of work be involved
category carried out in this work
1 2 3 4 5 6 7 8 9

(Signature of Bidder)

FINANCIAL BID
(In Indian Rupees)

Per Registered
Per RegisteredCandidate
Sr. Candidate per
Particulars per examination
No. examination
(in words)
(in figure)
1. Conduct of end-to-end computer-based
examination

 The above rate quoted should be inclusive of charges for setting of Question Paper in English
and Hindi by default and Translation of Question Paper in other languages as and when
requested by Staff Selection Bard, DNH & DD.
 Rates in the financial bid should be quoted inclusive of all costs but exclusive of taxes and duties.
All taxes like GST, duties and any statutory levies etc. shall be paid extra on the rates quoted, on
actuals, as applicable to the successful bidder.

Date: /01/2024

(Signature of Bidder)

Signature Not Verified


Digitally signed by Jatin Goyal
Date: 2024.01.19 20:37:20 IST
Location: Daman and Diu-DN
41

You might also like