Tamilversion Tender RPMS

Embed Size (px)

Citation preview

  • 8/9/2019 Tamilversion Tender RPMS

    1/58

     

    TAMIL NADU PUBLIC SERVICE COMMISSIONNO.1, GREAMS ROAD, CHENNAI – 600 006.

    Telephone Nos. 044- 28297591; 044- 28297592;044- 28297584; 044- 28297585

    e-mail: [email protected]

    e-Tendering Portal: www.tenders.tn.gov.in or www.tnpsc.gov.in

    Tender Documentfor

    Recruitment Process Management System [RPMS]

    along with the supply of Application forms,Answer / Response sheets

    www.tnpsc.gov.in

    Tender No. 01/2012

  • 8/9/2019 Tamilversion Tender RPMS

    2/58

     

     Advertisement No.291

    TAMIL NADU PUBLIC SERVICE COMMISSION

    CHENNAI – 600 006

    Tender Notice

    Sealed tenders are invited from reputed companies / firms with relevant

    experience, up to 03.00 PM on 01.03.2012 for Recruitment Processing

    Management System (RPMS) along with the supply of Application form,

    Answer / Response sheet and other related works for a period of three years.

    Tender documents with the specification of terms and conditions, form

    for Technical Bid and Commercial Bid etc., can be downloaded from the

    websites www.tenders.tn.gov.in or www.tnpsc.gov.in 

    A sum of Rs.1,000/- (Rupees One thousand only) has to be paid along

    with Tender Application towards the Tender Fee in the form of Demand Draft

    obtained from any Nationalised Bank drawn in favour of The Secretary, Tamil

    Nadu Public Service Commission, Chennai – 6, payable at the State Bank of

    India, Service Branch (8443), Chennai. The fee paid towards processing of

    application will not be refunded.

    A Pre-bid Conference will be held on 21.02.2012 at the Commission’s

    Office. The Technical Bid of the Tenders received up to 03.00 PM on

    01.03.2012 will be opened by the Secretary, Tamil Nadu Public Service

    Commission or any other Officer authorised by him on his behalf at the

    Commission’s Office by 04.00 PM on 01.03.2012.

    Secretary,Tamil Nadu Public Service Commission.

  • 8/9/2019 Tamilversion Tender RPMS

    3/58

    TIME LINE 

    # Events Target Date

    1 Tender reference Tender No. 01/2012

    2 Pre Bid Conference @ 3.00 P.M. on 21.2.2012

    3 Last Date for submission of Bids @ 3.00 P.M. on 1.3.2012

    4 Date and timing of opening of

    Technical Bids

    @ 4.00 P.M. on 1.3.2012

    5 Date and time of presentation toTechnical Evaluation Committee by theshortlisted Bidders

    Will be informed only to the shortlistedbidders

    6 Date and time of opening ofCommercial Bids

    Will be informed only to the qualifiedbidders

    7 Venue for Project Presentation andother Events

    Tamil Nadu Public Service Commission,Chennai

    8 Address for all references andcorrespondence in relation to this Bids

    Thiru.T.Udhayachandran, IAS,Secretary,Tamil Nadu Public Service Commission,No.1, Greams Road,Commercial Tax Office Annexe Building,Chennai – 600 006,Tel. : 044-28297767Email: [email protected] Website: www.tnpsc.gov.in 

  • 8/9/2019 Tamilversion Tender RPMS

    4/58

    CONTENTS 

    # Contents Page No.

    I 1.Background 1

    2.Objectives 2-3

    3. Current IT Status in TNPSC 3

    II Detailed Terms and Conditions

    1.Definitions 3-5

    2.Scope of work Activity 1 Activity 2

     Activity 3

    5-6

    3.General Terms and Conditions

    i)Period of Contractii)Eligibility Criteriaiii)Cost of Tender Documentiv)Non-transferable Bidv)Rejection of Bidvi)Language of bidvii)Bid Currencyviii)Earnest Money Deposit (EMD)ix)Presentation of the solutionx)Security Featuresxi)Security Auditxii)Service Level Agreement(SLA)xiii)Access Rights Management:xiv)Administrationxv)Standards of Performancexvi)Responsibilities

     A. Responsibilities of the System Integrator:B. Responsibilities of TNPSC:

    xvii) Software Requirement Specification(SRS)xviii)Pilot run and parallel runxix) Open Source Platform:xx) Testingxxii) Documentationxxiii)Database Managementxxiv) Disaster Recovery

    6-18

  • 8/9/2019 Tamilversion Tender RPMS

    5/58

     

    4.Technical and Commercial Bidsi)Contents of Envelopesii)Technical Bid (Envelope- I)iii)Commercial Bid [only one copy]iv)Submission of bids

    v)Deadline for Submission of Bidsvi)Late Bidsvii)Withdrawal of Bidsviii)Period of Validity of Bidsix)Evaluation Committeesx)Opening of Technical Bids

    18-22

    5. Evaluation Methodologyi)Evaluation of Technical Bidii)Evaluation of Technology and systems proposediii)Opening of Commercial Bids

    iv)Evaluation of Commercial Bidsv)Combined Evaluation of Technical/Commercial Bidsand award criteria:vi)Acceptance of Bidsvii)Notification of Awardviii)Binding Clauseix)Conditional Tendersx)Interpretation of the Clauses

    22-26

    6. Commercial Termsi)Payment Schedule

    ii)Contract Rateiii) Penalty

    27-29

    7.Legal Issuesi)Suspension of Workii)Termination for Insolvencyiii)Terminationiv)Force Majeurev)Resolution of Disputesvi)Indemnity Clause

    29-33

    8.Detailed Technical Specifications 33

    9. Data Export 34

    10. Delivery Schedule 34

    Schedule-I Technical Bid 35-37

    Schedule-II Commercial Bid 38-39

     Annexure – I 40

     Annexure – II 41-48

    Format – I – Tentative draft Agreement 49-53

  • 8/9/2019 Tamilversion Tender RPMS

    6/58

    Page 1 of 53 

    Signature of the Bidder with Seal

    I. BACKGROUND

    1. About TNPSC

    Tamil Nadu Public Service Commission is mandated with the task of

    making Direct Recruitment to State, Subordinate and Ministerial Services

    and also conducts Department Tests for Government Servants. TNPSC

    has always aimed to consistently upgrade and improvise systems and

    procedures of selection in order that the best talent is attracted to Public

    Service, strictly in accordance with the policies of Government of

    Tamil Nadu and rules & regulations formulated by TNPSC.

    Over the years, the recruitment process has become more

    competitive which necessitated the TNPSC to introduce Multiple-Choice

    Questions (Objective Type) with Optical Mark Recognition Answer sheets

    for ensuring fairer and faster selection process. Some of the recruitments

    involve Main written Examinations and Oral Tests also.

    The proposed Recruitment Process Management System [RPMS]

    envisages the complete automation of the entire Selection Process

    starting from Application Processing to Image Processing of OMR Answer

    Sheets, Data processing, Result Processing to the Publication of Results

    which occasionally goes through Written and Oral Test stages, along with

    supply of Forms. The Proposed RPMS  not only aims to integrate the

    functioning of different wings in TNPSC engaged in Recruitment Process,but also to make the recruitment process more transparent to the

    aspirants. Once implemented, the RPMS would increase the efficiency of

    the Organization to a greater extent and its effectiveness would also

    increase manifold.

  • 8/9/2019 Tamilversion Tender RPMS

    7/58

    Page 2 of 53 

    Signature of the Bidder with Seal

    2. Objectives

    The overall objective of the RPMS is to establish a fair, transparent and

    effective Recruitment Process Management System at a reduced cycle

    time and cost.

    The broad objectives of the Project are as follows:-

    a)  I n c r e a s e O p e r a t i o n a l Ef f i c i e n c y :    By leveraging the available

    Information Technology solutions, TNPSC aims to completely

    automate its recruitment process in an integrated platform and

    reduce the repetitive paperwork/records through computerization

    of the entire back-office functions.

    b) T r a n s p a r e n c y a n d Se c u r i t y  : RPMS  is expected to provide the

    much needed transparency in the administration by disseminating

    all the necessary information to the general Public at large and

    Candidates in particular. RPMS  would take care of all the

    Information Security concerns by adhering to the International

    Information Audit and Security Standards.

    c)  P r o v id e b e t t e r M o n i t o r i n g T o o ls f o r R e cr u i t m e n t a n d P o l i cy

    M a k i n g  : RPMS aims to provide better Monitoring Tools with Real

    Time Data on the recruitment process and also enable the

    Commission to critically analyse the pattern of recruitment and

    advise the Government accordingly for suitable modifications in

    the Recruitment Policies.

    d)  I m p r o v e S e r v ic e D e l iv e r y t o P u b l i c  : RPMS is expected to bring

    significant improvement in service delivery to Public through all

    possible modes in conformity with the provisions of Right to

    Information Act.

  • 8/9/2019 Tamilversion Tender RPMS

    8/58

    Page 3 of 53 

    Signature of the Bidder with Seal

    e)  Ea s y u p g r a d a t i o n t o n e w t e c h n o l o g y  : RPMS  not only will

    contain the best available IT solutions but will also enable TNPSC

    to easily migrate to advanced technological platform in future

    3. Current IT Status in TNPSC

    The current IT environment is partly computerized and many

    important processes in each stage of the recruitment process are still

    done manually resulting in higher cycle time for generating results.

    TNPSC wants to automate these processes and set very high standards

    in the critical contemporary measures of performance like Accuracy,

    Zero Defect/Downtime, Speed and Cost. The current IT status in TNPSC

    in the form of the available IT Infrastructure is given Annexure I and

    the current recruitment process system in terms of stage wise list of

    processes and the reports to be generated is given in Annexure II.

    II. Detailed Terms and Conditions

    The terms & conditions are covered in eight major Clauses as

    detailed below:

    1. Definitions:

    In this Contract, the following terms shall be interpreted as indicated

    below:-

    a)  “Contract” means the agreement entered into between the

    Tendering Authority and the System Integrator, as recorded in the

    document signed by the parties, including all the attachments and

    appendices thereto, and all documents incorporated by reference

    therein;

    b)  “Image Processing” includes scanning of images as well as all forms

    including OMR forms, Answer/Response sheets etc.

  • 8/9/2019 Tamilversion Tender RPMS

    9/58

    Page 4 of 53 

    Signature of the Bidder with Seal

    c)  “Data Processing” includes Data Extraction from Image / OMR, Data

    Verification and Data Validation

    d) "Bidder” means any firm(s) having proper legal Agreement between

    the parties with the lead firm taking the full responsibility ofmanaging the project as required in the tender. The word “Bidder”

    when used in the pre award period shall be synonymous with

     “System Integrator” which shall be used after award of the contract.

    e)  “The Contract Rate” means the rate offered by the System

    Integrator and accepted by the Tendering Authority under the

    Contract for the full and proper performance of its contractual

    obligations;

    f)  “The Goods” means all the all the material/ services, which the

    System Integrator is required to supply to the Tendering Authority

    under the Contract;

    g)  “RPMS” as per this tender document means Intranet based end-to-

    end Automated user friendly Recruitment Process Management

    System with secured web interface.

    h)  “Services” means services ancillary to the Scope of Work

    hereinabove, transportation, any other incidental services and other

    obligations of the System Integrator covered under the Contract;

    i)   “Day” means a working day of TNPSC.

     j)  “Tendering Authority” means The Secretary, Tamil Nadu Public

    Service Commission or any Officer of the Tamil Nadu Public Service

    Commission who has been authorized to issue a work order under

    this contract.

  • 8/9/2019 Tamilversion Tender RPMS

    10/58

    Page 5 of 53 

    Signature of the Bidder with Seal

    k)  “Commission” means Tamil Nadu Public Service Commission

    l)   “TNPSC” means Tamil Nadu Public Service Commission

    2. Scope of work

    Broadly speaking the scope of work shall be provision of intranet

    based end-to-end Automated user friendly Recruitment Process

    Management System with secured web interface and it comprises of the

    following three major activities:-

    Activity 1

    Design and supply of various forms like Application Forms,

    Answer/Response sheets Hall tickets, Attendance sheet with suitable and

    adequate security features as per the specification given by TNPSC from

    time to time. This activity mainly involves the supply of 110 GSM OMR as

    well as 90 GSM pre-printed stationery and it is the prerogative of TNPSC

    to choose any of them during the contract period as may be decided by

    TNPSC from time to time.

    Activity 2

    This process is related to the Scanning and processing of Application

    forms, Answer sheets/ Response sheets. Hence activity 2 comprises of

    Image processing and Data processing comprising of Data extraction,

    Verification and Validation in respect of various forms defined in Activity 1

    and generation of all kinds of results and printing of all necessary reports

    like Hall tickets, Mark list and Rank list and various other reports as may

    be specified by TNPSC from time to time by using bidder’s own hardware

    and customised Application Software to meet the requirements of TNPSC

    including uploading of the same in the Commission’s Website (TNPSC

    shall supply only the requisite non pre-printed stationery as the case may

    be, and the System Integrator should use their own printer and related

    consumables etc.)

  • 8/9/2019 Tamilversion Tender RPMS

    11/58

    Page 6 of 53 

    Signature of the Bidder with Seal

    Activity 3 

    This process is related to the Image and Data processing of

    Descriptive Answer sheets/ Response sheets. It includes Digital

    distribution and collection of answer scripts, On-Screen E-valuation on

    PC/PDA Device etc and generation of results and printing of variousreports like Mark list and Rank list as the case may be, specified by

    TNPSC from time to time through customised Application Software to

    meet the requirements of TNPSC including uploading of the same in the

    Commission’s Website (TNPSC shall supply only the requisite non

    pre-printed stationery as the case may be and the System Integrator

    should use their own printer and related consumables etc.)

    The detailed technical specifications for Activity-1 is given in the

    Price Bid itself and for Activity 2 & 3 are given in Annexure-II of this

    tender document.

    3.General Terms and Conditions

    i) Period of ContractThe contract shall be initially for a period of 3 years from the date of

    execution of the agreement with the Tendering Authority. However, the

    contract may be renewed for a further period of 2 years on the basis of

    the performance of work of the System Integrator subject to mutual

    terms and conditions as specified in the contract.

    ii) Eligibility Criteria

      Only those firms that had an annual turnover of Rs.20 crore from IT

    and ITES business for any two years during the period between

    2008-09 and 2010-11 should apply.

      Only those firms that had executed any of the Activities defined in

    Clause II.2  of this tender document with at least 3

    Government/PSU/Academic Institutions during the last three years.

  • 8/9/2019 Tamilversion Tender RPMS

    12/58

    Page 7 of 53 

    Signature of the Bidder with Seal

      Only those firms that had executed an assignment in respect of

    supply of OMR forms/OMR/ICR/Image Processing related activities

    for a total value of not less than Rs.1.00 crore to a single

    Government/PSU/Academic Institution during last three years

    should apply.

      Only those firms that have valid VAT, Service Tax and PF

    registration Certificate and Valid TIN Number should apply

      Only those bidders who are capable of undertaking all the three

    activities specified in Clause II.2 of this tender document should

    only apply.

    All above eligibility conditions are mandatory and the firms not fulfilling

    all the above conditions shall not be considered and shall be summarily

    rejected. However for the evaluation of the technical bids and awarding of

    marks, the Technical Evaluation Committee shall evaluate the bids based

    on the criteria specified in this tender document.

    iii) Cost of Tender Document

    a)  The tender document and supporting documents may be

    downloaded from www.tenders.tn.gov.in or www.tnpsc.gov.in.

    b) However, a nonrefundable Tender Fee of Rs.1,000/- ( INR One

    Thousand Only), in the form of Demand Draft / Pay order drawn in

    favour of The Secretary, Tamil Nadu Public Service Commission

    payable at par at Chennai should be enclosed along with the tender

    document failing which such the Tender application will be

    summarily rejected.

  • 8/9/2019 Tamilversion Tender RPMS

    13/58

    Page 8 of 53 

    Signature of the Bidder with Seal

    iv) Non-transferable

    The tender document is not transferable.

    v) Rejection of BidThe Secretary, Tamil Nadu Public Service Commission reserves the

    right to accept / reject / release or relax any or all or part of the

    bids received on the due date without assigning any reason

    whatsoever.

    vi) Language of bid

    The bid prepared by the Bidder, as well as all correspondence and

    documents relating to the bid exchanged by the Bidder and The

    Tendering Authority shall be in English language.

    vii) Bid Currency 

    Prices shall be quoted in Indian Rupees only. The bidders are

    advised not to indicate any separate discount. Discount, if any,

    should be merged with the quoted prices.

    viii) Earnest Money Deposit (EMD)

    a)  Bidders are required to enclose a Demand Draft / Pay Order Drawn

    from any of the Nationalised Banks in India in the name of The

    Secretary, Tamil Nadu Public Service Commission payable at

    Chennai for Rs.2,00,000/- (Rupees Two Lakhs Only) towards

    Earnest Money Deposit. MSME units registered anywhere in Tamil

    Nadu alone are eligible for claiming exemption from the payment of

    EMD and such firms desiring to claim such exemption should

    enclose the permanent registration certificate issued by any of the

    District Industries Centre in Tamil Nadu. However such firms

    claiming exemption from the payment of EMD shall remit an interest

    free security deposit of Rs.2,00,000/- (Rupees Two lakhs only)

  • 8/9/2019 Tamilversion Tender RPMS

    14/58

    Page 9 of 53 

    Signature of the Bidder with Seal

    within 7 days from the date of issue of award of the contract by the

    Tendering Authority.

    b) Offers received without Earnest Money Deposit or without enclosing

    the proof for claiming exemption shall be rejected. Payment of EMD

    by cash will not be accepted.

    c)  In the case of System Integrators the EMD will be retained as

    interest free performance security deposit and will be refunded only

    after the satisfactory completion of the contract.

    d) Unsuccessful bidders’ Earnest Money Deposit shall be discharged /

    returned within 30 days after the finalization of the Tender Offer

    validity prescribed in this tender.

    The Earnest Money Deposit shall be forfeited and Bid shall be rejected:

    a)  If a Bidder withdraws its Bid during the period of bid validity

    specified by the Bidder on the Bid form or

    b)  In case of a System Integrator, if the Bidder fails:

    o  To sign the contract form in accordance with the terms and

    conditions within seven days from the date of awarding the

    contract 

    o  To perform the contract as per the tender terms & conditions 

    ix) Presentation of the solution

    a)  As a part of the technical bid, all the eligible bidders shall be asked

    to give a presentation on the proposed technology and solutions to

    the Technical Evaluation Committee appointed for this purpose by

    the Tendering Authority on the date, venue and time to be

    communicated to them at a later date.

    b) This is an opportunity given to all the eligible bidders to show as tohow their proposal shall be best suited to meet the requirements of

  • 8/9/2019 Tamilversion Tender RPMS

    15/58

    Page 10 of 53 

    Signature of the Bidder with Seal

    the Tendering Authority in respect of effective and efficient

    execution of the scope of the work as defined in Clause II.2 of this

    tender document.

    c)  Failure to make such a presentation on the date and time so

    communicated shall lead to the rejection of their bids without

    assigning any further reason.

    x) Security Features

    a)  The bidder should provide a write up on the security approach

    adopted in their proposed solutions like incorporation of stringent

    security procedures and measures including encryption and variouslevels of passwords during the execution of the project to eliminate

    the possibility of errors, frauds and misuse.

    b) The bidder should provide the details of encryption technique used

    to protect unauthorised access to the system and methods used for

    authentication and validation of the data.

    c)  The bidder shall also clearly state the Do’s and Dont’s along with

    the list of potential threats and the bidders proposed ways and

    means of preventing them.

    xi) Security Audit

    The System Integrator shall be subjected to a Pre-installation

    Security Audit which includes Vulnerability Assessment and

    Penetration Testing (VAPT) by a third party to be appointed by

    TNPSC. The System Integrator shall also ensure the following:-

      Restriction of Access to system processing functions /

    programmes / files to appropriately Authorised Users.

      Prevention of unauthorised penetration into the Data uploadedinto the website.

  • 8/9/2019 Tamilversion Tender RPMS

    16/58

    Page 11 of 53 

    Signature of the Bidder with Seal

    xii) Service Level Agreement(SLA)

    (To be filled by the bidder)

    A. SLA for Activity 1 as defined in Clause II (2)

    1. Accuracy level of the Quality of Forms

    (In terms of GSM and Accuracy ofPrinting) 

    :

    2. Delivery Capability of Supply of Forms :

    B. SLA for Activity 2 as defined in Clause II (2)

    3. Capacity to turn around number ofApplication / Response sheets per daythrough Image Processing

    :

    4. Capability to extract and process thedata and export them in a day

    :

    5. Accuracy of the final data output andtheir integrity

    :

    6. Number of high end professionalscanners to be used

    :

    7. Scanning Delivery capability per day :

    8. Number of computers to Process thevolume of data

    :

    9. Processed output data porting andsecurity definition

    :

    10. Capability to produce Mandatory

    reports

    :

    11. Turn-around time of scanning /processing and volume scalingcapability

    :

    12. Capability to perform VA – PT toensure secured data protection

    :

    C. SLA for Activity 3 as defined in Clause II(2)

    13. Capability to scan answer sheetbooklet of each Candidate and store

    the digital Images of all pages(in terms of no of single page imagesper day)

    14. E-valuation of answer sheets in termsof number of answer sheets per day

    :

    15. Accuracy of the final data output andtheir integrity

    :

    The bidders should specify clearly in their Proposed

    Technical Solution, the extent to which these SLA parameters canbe assured by them in objective terms. If the Proposed Technical

  • 8/9/2019 Tamilversion Tender RPMS

    17/58

    Page 12 of 53 

    Signature of the Bidder with Seal

    solution does not contain the objective SLA, the technical bid will

    not be considered for further evaluation.

    xiii) Access Rights Management:

    (i) 

    System shall provide with login screen to specific users ofthe system. Only authenticated users should be provided

    access to the application.

    (ii)  As an enhanced security measure, RPMS  should provide

    role based access

    (iii) User types will be-

    (a) Administrator to handle the application having all the

    Read/ Write access

    (b) User to generate reports from the data

    xiv) Administration

    (i)  Role Master: This feature is used to add the roles to the

    internal users for the purpose of system authorization. It is

    also used to search / modify / delete existing roles.

    (ii)  Permission Master: This feature is used to add the

    permission types for the roles in Role Master for system

    authorization purpose. It is also used to search / modify /

    delete existing permission types.

    (iii)  Role Permission Mapping: This feature is used to add

    the mapping of what permission is associated with which

    role. It is also used to search/modify/delete existing

    permission role map.

  • 8/9/2019 Tamilversion Tender RPMS

    18/58

    Page 13 of 53 

    Signature of the Bidder with Seal

    xv) Standards of Performance

    The System Integrator shall complete the RPMS  project in

    accordance with the specification given by TNPSC from time to time

    and in conformity with the international standards on Information

    Security and Audit and as per various relevant laws such asInformation Technology Act 2000 and other related Laws, Rules and

    Regulations.

     xvi) Responsibilities

     A.  Responsibilities of the System Integrator:

    i.  Resource and Project Management as per Scope of the work

    ii.  Completion of the work as mentioned in the Scope of the work

    iii.  Shall appoint at the Commencement of the Project one of its

    representatives as a coordinator who shall act as a single point of

    contact with the Commission during the conduct of the project

    iv.  Shall bring in all the required Hardware and Software including all

    kinds of consumables required for executing the contract awarded to

    him at his cost

    v.  Shall bring in necessary personnel required for executing the contract

    awarded to him at his cost

    vi.  Shall be responsible for any other thing that is required for executing

    the contract awarded to him except that that shall provided by TNPSC

    as stated in this tender document

    vii.  Shall provide necessary training to the staff of TNPSC

  • 8/9/2019 Tamilversion Tender RPMS

    19/58

    Page 14 of 53 

    Signature of the Bidder with Seal

    B.  Responsibilities of TNPSC:

    a.  Provide information/data/clarifications

    b.  Provide necessary office space within the premises of TNPSC forscanning, Data processing, printing or any other work incidental to the

    scope of the work

    c.  Shall provide necessary non preprinted stationery for printing various

    reports

     xvii) Software Requirement Specification (SRS)

    d.  The System Integrator has to design a Software Application based on

    the requirements listed above to the satisfaction of the TNPSC. The

    SRS document (Software Requirement Specification) will be submitted

    to the commission for approval as per the delivery schedule.

    e.  The SRS document shall clearly define the inputs to the program,

    configurable parameters, result formats, reports etc. It shall have the

    flow charts describing the logic of result processing.

    f.  Once the SRS is approved, System Integrator has to develop the

    software as per the delivery schedule.

    g.  After successful trials on test data, the software shall be deployed for

    actual result processing.

    h.  System Integrator has to provide training to required number of

    officials of TNPSC in operations and maintenance of the Result

    Processing Software.

  • 8/9/2019 Tamilversion Tender RPMS

    20/58

    Page 15 of 53 

    Signature of the Bidder with Seal

    i.  He shall also provide experienced personnel of suitable level for

    training purpose as stipulated by the Commission anytime during the

    contract.

     j.  Maintenance and modifications of the software for a period of three

    years from the date of award of the contract

    k.  The System Integrator shall study the existing manual examination

    process of TNPSC. Based on the study, the System Integrator shall

    prepare Functional Specification Document (“FSD”) for the proposed

    system and submit the same to TNPSC. On acceptance of the FSD by

    TNPSC, the System Integrator shall design and develop appropriate

     Application Software that is in line with the requirements of TNPSC.

     xviii) Pilot run and parallel run

    The Application Software customized to meet the requirements of

    TNPSC shall be subjected to trials on test data for at least two pastexaminations provided by the Commission. The System Integrator shall

    deploy onsite support persons at the Office of TNPSC to coordinate the

    pilot run. Onsite training for the pilot office users and pilot run shall be

    given by the System Integrator. Module-wise Bugs report and

    resolution method shall be documented and submitted to the customer

    for review. If there are any change requests based on the pilot run, the

    System Integrator shall effect the changes immediately without any

    additional cost.

     xix) Open Source Platform:

    Though it shall be the prerogative of the System Integrator to choose

    any of the front-end and back-end platforms as per the expertise and

    resources available with the System Integrator, TNPSC would prefer

    open source platforms.

  • 8/9/2019 Tamilversion Tender RPMS

    21/58

    Page 16 of 53 

    Signature of the Bidder with Seal

     xx) Testing

    i.  The System Integrator shall thoroughly test the software at his site

    before its deployment on Production site for proper functioning (data

    entry, processing, and printing). TNPSC shall provide necessary test

    data and sample reports for the same.

    ii.  Technical Evaluation committee shall scrutinize the software to certify

    the security, technicality and suitability of the developed software to

    meet the requirements of TNPSC. TNPSC shall give the Final approval/

    User Acceptance of the software and system only after getting

    Satisfactory clearance certificate from the Technical Evaluation

    Committee. 

     xxii) Documentation

    The System Integrator shall provide proper documentation as well as user

    manual in hard copy format, in soft copy format and along with on-line help.

     xxiii) Database Management

    i.  The System Integrator shall be responsible for end-to-end

    management of database on an ongoing basis to ensure smooth

    functioning of the same.

    ii.  The System Integrator shall undertake management of changes to

    Database Schema, Disk space, Storage, user roles.

    iii.  Undertake performance monitoring and tuning of the databases on a

    regular basis including, preventive maintenance of the database as

    required.

    iv.  The System Integrator shall provide management of database upgrade

    or patch upgrade as and when required with minimum Downtime.

  • 8/9/2019 Tamilversion Tender RPMS

    22/58

    Page 17 of 53 

    Signature of the Bidder with Seal

    v.  The System Integrator shall take regular backups for all databases in

    accordance with the backup and archive policies and conduct recovery

    whenever required with appropriate permissions.

    vi.  The System Integrator shall provide and use of DBA tools includingData Warehousing and Data Mining Tools related to performing

    database creation, maintenance, and database monitoring tasks.

    vii.   After rectifying the mistakes, if any, and after all the processing is

    over, all the data be handed over to the Commission in the required

    database structure like latest version of MS Excel, MS Access, .dbf &

    MS SQL etc.

    viii.   All the data be preserved for six months from the date of reports and

    thereafter are to be submitted to this office or till specific instructions if

    given earlier.

    ix.  The System Integrator should ensure that the Data Processing isabsolutely error free.

    x.  If any problem in understanding the requirement of processing arises,

    the matter be discussed with the concerned Officers before proceeding

    further.

     xxiv) Disaster Recovery

    The regular backup of all the data shall be maintained as well as the Data

    Bases exported in different Database format shall be stored in a secured place

    in a different seismic zone as per the directive of TNPSC and back up shall

    also be given to TNPSC.

    In case of any Disaster, such as Fire, Flood, Terrorist threat, Mis-handling or

    other disruptive event, the System Integrator shall restore / recover the data

  • 8/9/2019 Tamilversion Tender RPMS

    23/58

    Page 18 of 53 

    Signature of the Bidder with Seal

    for the System to function from backup and continue to operate in a

    reasonable period of time of 24 hrs. Proper documentation of the database

    backup is required to easily locate the physical data / data in the

    server/network.

    4. Technical and Commercial Bids

    i) Contents of Envelopes:

    Bids shall have to be submitted in two separate Envelopes

    comprising of Technical Bid in Envelope I & Commercial Bid in Envelope

    II. All two inside envelopes should be separately securely sealed and / or

    stamped. The sealed envelopes must be super-scribed with the following

    information:

    a)  Type of Offer (Technical or Commercial)

    b) Tender Reference Number

    c)  Name of Bidder

    ii) Technical Bid (Envelope- I) 

    a. Technical Bid Envelope shall contain the following documents:

      This tender document should be duly signed by the authorized

    signatory of the firm in all the pages (including Annexure-I and

    Annexure-II) 

      Demand Draft for Tender fee of Rs.1000/-

      Demand Draft for EMD or copy of the permanent registration

    certificate issued by the Department of Industries & Commerce,

    Government of Tamil Nadu

      Tender offer form duly filled in.

      Bidders Authorization Certificate.

      VAT Registration Certificate from concerned Government

    Department

      Copies of Certificate of incorporation of the firm (e.g. Registration

    as Partnership Firm, Proprietary concern, Company etc.)

  • 8/9/2019 Tamilversion Tender RPMS

    24/58

    Page 19 of 53 

    Signature of the Bidder with Seal

      Copy of Service Tax Registration Certificate.

      Copy of the TIN certificate

      Copy of PF registration Certificate

      Proof of having executed any of the activities defined in

    Clause II.2  of this tender document in atleast threeGovernment/PSUs/Academic institutions during the last three years

      Proof of having executed an assignment in respect of any of the

    activities listed in Clause II.2 of this tender document for a total

    value of not less than Rs.1.00 crore to a single Govt/PSU/Academic

    Institution during the last three years

      Certificate from its Certified Chartered Accountant stating that the

    Bidder had a minimum Annual Turnover of Rupees 20 Crores from

    IT and ITES business during any two years between 2008-09 and

    2010-11

      Proof in support of Quality Certification received if any

      Infrastructural details

      Client feedback about the track record of the bidder

      Technical Proposal with detailed objective SLA as assured by the

    bidder

    b. The Technical BID (T.B.) shall be complete in all respects and contain

    all information asked for, except prices. It shall not contain any price

    information. The T.B. shall indicate whether all services asked are

    quoted for and that all requirements therefore are also quoted for. The

    Technical Bid must be submitted in an organized and neat manner.

    No documents, brochures, etc. shall be submitted in loose form. All the

    pages shall be serially numbered.

    c. Tenders shall be forwarded on the letter Head of the firm, which should

    contain Phone Number/Fax Number. /URL, email, and other details of

    the firm.

  • 8/9/2019 Tamilversion Tender RPMS

    25/58

    Page 20 of 53 

    Signature of the Bidder with Seal

    iii) Commercial Bid [only one copy]

    a)  Second envelope shall be marked as envelope No.II “Commercial

    Envelope” which contains only price schedule in the prescribed Pro

    forma

    b) The Commercial bid shall be on fixed price basis, exclusive of all

    types of applicable taxes. If the prices quoted are accompanied by

    vague and conditional expressions such as “Subject to any condition

    or assumptions”, the same will be treated as invalid bid and shall be

    summarily rejected without assigning any further reason.

    iv) Submission of bids

    a)  The Technical Bid and the Commercial Bid shall be placed in a

    separate envelope super scribed: “Technical bid” or “Commercial

    Bid”, as the case may be, followed by the words “Invitation of

    Bids for the Supply of Recruitment Process Management

    System (RPMS) along with the Design & Supply of various

    forms On Rate Contract Basis ” Name of the bidder and contact

    address should also be written on the envelope.

    b) The Bidders shall seal the envelope No.I as Technical envelope and

    Envelope No.II as Commercial envelope in separate inner

    envelopes, duly marking the envelopes as “Envelope No.1,

    Technical Envelope” and “Envelope No.2 Commercial Envelope”. The

    two envelopes shall be placed in an outer envelope. The inner and

    outer Envelopes shall also be addressed to Secretary, Tamil Nadu

    Public Service Commission, Chennai – 600006. The name and

    address of the Bidder shall be written on outer envelope also to

    facilitate return unopened in case it is declared “late”.

  • 8/9/2019 Tamilversion Tender RPMS

    26/58

    Page 21 of 53 

    Signature of the Bidder with Seal

    v) Deadline for Submission of Bids 

    a)  Bids must be received by the Tendering Authority at the address,

    not later than the time and date specified in the Invitation for Bids.

    In the event of the specified date for the submission of Bids being

    declared as a holiday for the Tendering Authority, the bids shall bereceived up to the appointed time on the next working day.

    b) The Tendering Authority may, at its discretion, extend this deadline

    for submission of bids, in which case all rights and obligations of the

    Tendering Authority and Bidders subject to the deadline shall

    thereafter be extended.

    vi) Late Bids

    Any bid received by the Tendering Authority after the deadline for

    submission of bids prescribed, due to any reason whatsoever it may

    be shall be rejected and/or returned unopened to the Bidder

    vii) Withdrawal of Bids

    Bids cannot be withdrawn after the opening of the bids and in case

    the bidder withdraws after the opening of the bid, the EMD paid by

    them shall stand forfeited

    viii) Period of Validity of Bids

    a) Bids shall be valid for acceptance for a period of 120 days from

    the date of opening of Commercial Bid. A Bid valid for a shorter

    period shall be rejected by The Tendering Authority as non-

    responsive.

    b) In exceptional circumstances, the Tendering Authority may

    solicit the Bidder’s consent to an extension of the period of

    validity. The request and the responses thereto shall be made in

    writing and shall be binding.

  • 8/9/2019 Tamilversion Tender RPMS

    27/58

    Page 22 of 53 

    Signature of the Bidder with Seal

    ix) Evaluation Committees

    The Technical evaluation Committee and Commercial Committee

    constituted by the Secretary, Tamil Nadu Public Service

    Commission, shall evaluate the Tenders. The decision of theseCommittees in the evaluation of the Technical and Commercial bids

    shall be final.

    x) Opening of Technical Bids:

    Technical Bids shall be opened either in the presence of bidders or

    it’s duly authorised representatives. The Bidder’s representatives

    who are present shall sign a register evidencing their attendance.

    Only one representative per applicant shall be permitted to be

    present at the time of opening the tender. The Bidder or Bidder’s

    representatives should bring authorization letter from the Firm.

    5. EVALUATION METHODOLOGY

    i) Evaluation of Technical Bid

    a)  The Technical evaluation shall be done by a Technical Evaluation

    Committee to be appointed by TNPSC.

    b) The inputs for the technical evaluation shall be the information

    furnished by the Bidders in the Technical Bid and presentation of

    the Bidder.

    c)  The technical committee shall rank the bidders on a rating scale of 0

    to 100 marks

    d) The marks awarded by the Technical Committee shall be final and

    binding on all the bidders.

    e)  The minimum qualifying marks shall be 60 marks and hence the

    bids of those bidders who have got less than 60 marks shall stand

    rejected and their commercial bid will not be opened.

  • 8/9/2019 Tamilversion Tender RPMS

    28/58

    Page 23 of 53 

    Signature of the Bidder with Seal

    f)  The financial bid of only those bidders who have got the qualifying

    mark of 60 and above will be considered for further evaluation and

    hereinafter called technically qualified bidders and shall be opened

    on a date to be communicated after the evaluation of all the

    technical bids.g) The evaluation of the technical bids by Technical Evaluation

    committee shall be based on the parameters given in

    Clause II.5.(ii) of this tender document

    ii) Evaluation of Technology and systems proposed

    The Technical Evaluation Committee shall look into the following major

    criteria for Technical bid evaluation apart from analysing the presentation

    a)  Company’s profile and its prominent presence in Chennai

    b) Proposed Technical Solution

    c)  Experience in the relevant field

    d) Exposure to working with Government Departments / PSUs

     /Academic Institutions

    e)  Capacity to handle large volume

    f)  Quality Certification in the relevant field

    g) Client Feedback about the track record

    h) Service Level Agreement

    i)  Additional Features as offered by the bidder

    The above list is only an indicative list but not an exhaustive one and

    therefore the Technical Evaluation Committee shall have the right to look

    into any other criteria in the proposed solution offered by the bidder. If

    necessary, the Technical Evaluation Committee may conduct System

    Audit at the office of the bidder to satisfy itself as to whether the claims

    made by such bidders are genuine or not with special reference to

    available infrastructure.

  • 8/9/2019 Tamilversion Tender RPMS

    29/58

    Page 24 of 53 

    Signature of the Bidder with Seal

    The marks scored by those bidders who have got not less than 60

    marks shall be considered for further evaluation at 60% weight-age.

    iii) Opening of Commercial Bids

    Commercial Bids of only technically qualified Bidders as mentioned above

    will be opened on a date that shall be announced after the evaluation of

    all the technical bids as above. The date will not be later than 60 days

    from the date of opening of technical bid.

    The Tendering Authority reserves the right to open Commercial Bid even

    if one Bidder qualifies the Technical Bid or only one Bid is received in

    response to the Tender Notice.

    All the unopened commercial bids will be destroyed after three months

    from the date of opening of commercial bids.

    iv) Evaluation of Commercial Bids

    a)  The commercial bids so opened as per Clause II.5.(iii)  of this

    tender document, will be evaluated by a Commercial Committee tobe appointed by TNPSC.

    b) The commercial bids will be evaluated purely based on the rates

    offered by the bidders in respect of each of the scope of work as

    defined in Clause II.2 of this tender document.

    c)  The technically qualified bidders shall be ranked on a rating scale of

    0 to 100 marks in respect of their commercial bids. The maximum

    score of 100 marks will be distributed in the ratio of 1:2:2

    respectively for Activities 1,2 and 3 as defined in Clause II.2  of

    this tender document

    d) There will not be any minimum qualifying marks and therefore all

    the commercial bids will be awarded marks, with the highest mark

    of 100% for the lowest bidders and others getting marks on pro

    rata basis.

    e)  The marks scored by the bidders in the commercial bid shall be

    considered for further evaluation at 40% weight-age.

  • 8/9/2019 Tamilversion Tender RPMS

    30/58

  • 8/9/2019 Tamilversion Tender RPMS

    31/58

    Page 26 of 53 

    Signature of the Bidder with Seal

    c)  reserves the rights or reject any Tender without assigning any

    reason whatsoever

    vii) Notification of Award

    Prior to expiration of the period of bid validity, the TenderingAuthority shall notify the System Integrator in writing that its bid has

    been accepted.

    viii) Binding Clause

    All decisions taken by the Tendering Authority regarding the

    processing of this tender and award of contract shall be final and binding

    on all parties concerned. The Tendering Authority, reserves the right:-

    To vary, modify, revise, amend or change any of the terms and conditions

    in this Bid;

    To reject any or all the tender/s without assigning any reason

    whatsoever thereof or to annul the bidding process and reject all bids at

    any time prior to award of contract, without thereby incurring any liability

    to the affected bidder(s) or any obligation to inform the affected bidder(s)

    of the grounds for such decision.

    ix) Conditional Tenders

    Hypothetical, ambiguous or Conditional tenders shall be summarily

    rejected.

    x) Interpretation of the Clauses

    In case of any ambiguity in the interpretation of any of the clauses

    in Tender Document or the Contract Document, the Tendering Authority’s

    interpretation of the clauses shall be final and binding on all parties.

  • 8/9/2019 Tamilversion Tender RPMS

    32/58

    Page 27 of 53 

    Signature of the Bidder with Seal

    6. Commercial Terms

    i) Payment Schedule

    a)  No advance payment will be made.

    b)  In the case of scope of the work as defined in this tender document,

    payment shall be made within three months from the date of issue

    of the Payment Clearance Certificate by the Tendering Authority in

    respect of the completion of the said work in good and satisfactory

    condition and after verification of the services/reports/tasks

    conforming to the quality, specifications and other terms and

    conditions specified in this tender document.

    c)  The office of TNPSC will deduct Service/Income Tax and other

    statutory taxes at Source as applicable from time to time.

    d) The payment shall be made by “Electronic Fund Transfer (EFT) or e-

    payment or by cheque. The System Integrators are therefore

    requested to indicate EFT No. and other relevant details in youroffer / bill (s).The Bidder must submit their Banker’s name,

    address, Type of Account & Account. No. and IFSC no. etc. System

    Integrators are required to submit an authorization form duly

    signed for e-payment to them.

    e)  For claiming payment the System Integrator has to submit Invoice

    duly pre-receipted.

    ii) Contract Rate

    a)  Rates charged by the supplier for goods delivered and services

    performed under the contract shall not be higher than the

    negotiated final rate agreed to in writing by the bidder

  • 8/9/2019 Tamilversion Tender RPMS

    33/58

    Page 28 of 53 

    Signature of the Bidder with Seal

    b) Rates should be all inclusive except only the taxes payable to the

    State/Central Government and the bidders should specifically state

    the presently applicable percentage of VAT or CST and Service tax.

    c)  The rate quoted must be FIRM throughout the contract period. Only

    one rate to be quoted for each item/sub item strictly as per

    prescribed specification. Variation in rates shall not be considered

    under no circumstance whatsoever.

    iii) Penalty

    a)  Any delay in the time schedule prescribed by Tendering Authority

    shall attract a penalty upto 0.5 % of the contract value for the

    deviations in the SLA. However, if the delay is caused due to

    unavoidable circumstances, then Tendering Authority reserves the

    right to waive off the penalties so levied.

    b)  In case of delay beyond three days, tendering authority will be at

    liberty to procure the services from any other agency at the risk and

    cost of the System Integrator and it also will result in the forfeiture

    of the Performance Security amount.

    c) For any other irregularities, mistakes, etc. in the Scanning and

    processing, penalty at the discretion of Tendering Authority will be

    imposed.

    d) That for unsatisfactory performance owing to absence of System

    Integrator’s staff, deficiencies in services or for some other reason

    the tendering authority shall be within its rights to make necessary

    deductions from the running bills of the System Integrator for such

    deficiency in services. Alternatively, the tendering authority may,

    after giving an opportunity of being heard to the System Integrator,

  • 8/9/2019 Tamilversion Tender RPMS

    34/58

    Page 29 of 53 

    Signature of the Bidder with Seal

    get such deficiencies fulfilled at the cost and responsibility of the

    System Integrator.

    e)  Where any claim for the payment of a sum of money arises, out of

    or under this contract against the System Integrator, the tendering

    authority shall be entitled to recover such a sum by appropriating in

    part or whole, from the performance security deposit of the System

    Integrator. In the event of the performance security being

    insufficient, the balance of the total sub recoverable, as the case

    may be , shall be deducted from any sum then due or which at any

    time thereafter may become due to the System Integrator under

    this and any other persons contracting through the Secretary,

    TNPSC.

    7. Legal Issues

    i) Suspension of Work

    a)  The System Integrator shall, if ordered in writing by the tendering

    authority for non-performance, temporarily suspend the works or

    any part thereof for such a period and such a time as ordered.

    b) The System Integrator shall not be entitled to claim compensation

    for any loss or damage sustained by him by reason of temporary

    suspension of the Works as aforesaid. An extension of time for

    completion, corresponding with the delay caused by any suchsuspension of the works as aforesaid shall be granted to the System

    Integrator, if request for same is made and that the suspension was

    not consequent to any default or failure on the part of the Bidder.

    c)  In case the suspension of works, is not due to any default or failure

    on the part of the System Integrator, and lasts for a period of more

    than 2 months, the System Integrator shall have the option to

  • 8/9/2019 Tamilversion Tender RPMS

    35/58

    Page 30 of 53 

    Signature of the Bidder with Seal

    request the tendering authority to terminate the Contract with

    mutual consent.

    ii) Termination for Insolvency

    The Tendering Authority may at any time terminate the Contract by

    giving written notice to the System Integrator, if the System

    Integrator becomes bankrupt or otherwise insolvent. In this event,

    termination shall be without compensation to the System

    Integrator, provided that such termination shall not prejudice or

    affect any right of action or remedy, which has accrued or shall

    accrue thereafter to the Tendering Authority.

    iii) Termination

    a)  The Tendering Authority may, without prejudice to any other

    remedy for breach of contract, by written notice of default sent to

    the System Integrator, terminate the Contract in whole or part,

    b)  If the System Integrator fails to deliver any or all of the Goods or

    Services within the period(s) specified in the Contract,

    c)  If the System Integrator fails to perform as per the Quality

    standards and as per the Scope of the Work,

    d) The Tendering Authority may, without prejudice to any other

    remedy for breach of contract, by written notice sent to the System

    Integrator, without assigning any reason, may terminate the

    Contract in whole or part, if the tendering authority satisfies that

    the services of the System Integrator are no more required or

    System Integrator is not executing its services properly.

  • 8/9/2019 Tamilversion Tender RPMS

    36/58

    Page 31 of 53 

    Signature of the Bidder with Seal

    e)  If the System Integrator after the issue of the award of the contract

    fails to abide by the terms and conditions of the tender document or

    fails to execute the work as per the prescribed schedule given or at

    any time repudiates the contract, the tendering authority will have

    the right to forfeit the EMD, invoke performance security depositedby the firm and get the work done from other System Integrator at

    the risk and consequences of the first System Integrator. The cost

    difference between the alternative arrangements and System

    Integrator’s bid value will be recovered from the firm along with

    other incidental charges including transportation, taxes, etc. in case

    tendering authority is forced to work done through alternative

    sources and if the cost is lower, no benefit on this account would be

    passed on the System Integrator.

    f)  In case of failure by the bidder to carry out the job in accordance

    with provisions of the contract and as per the Scope of the Work,

    the tendering authority will have right to cancel the contract and

    award it to any other System Integrator and any loss sustained

    thereby will be recoverable from the first System Integrator.

    g) Tendering Authority reserves the right to blacklist a bidder for a

    suitable period in case he fails to honour his bid without sufficient

    grounds.

    iv) Force Majeure

    a)  The System Integrator shall not be liable for forfeiture of its

    performance security, liquidated damages, or termination for

    default if and to the extent that it’s delay in performance or other

    failure to perform its obligations under the Contract is the result of

    an event of Force Majeure.

  • 8/9/2019 Tamilversion Tender RPMS

    37/58

    Page 32 of 53 

    Signature of the Bidder with Seal

    b) For purposes of this clause, “Force Majeure” means an event

    beyond the control of the System Integrator and not involving the

    System Integrator’s fault or negligence and not foreseeable.

    c)  Such events may include, but are not limited to, acts of the

    Tendering Authority in its sovereign or contractual capacity, war or

    revolutions, fires, floods, epidemics, quarantine restrictions and

    freight embargoes.

    d)  If a force Majeure situation arises, the System Integrator shall

    promptly notify the Tendering Authority in writing of such conditions

    and the cause thereof. Unless otherwise directed by the Tendering

    Authority in writing, the System Integrator shall continue to

    perform its obligations under the Contract as far as it is reasonably

    practical, and shall seek all reasonable alternative means for

    performance not prevented by the Force Majeure.

    v) Resolution of Disputes

    a)  The Tendering Authority and the System Integrator shall make

    every effort to resolve amicably by direct informal negotiations any

    disagreement or dispute arising between them in connection with

    the contract.

    b)  If, after thirty (30) days from the commencement of such informal

    negotiations, the Tendering Authority and the System Integrator

    have been unable to resolve amicably a contract dispute, all such

    disputes, differences, claims and demands arising under the

    contract shall be referred to arbitration of a sole Arbitrator to be

    appointed by the mutual consent. All arbitrations shall be held in

    Chennai.

  • 8/9/2019 Tamilversion Tender RPMS

    38/58

    Page 33 of 53 

    Signature of the Bidder with Seal

    vi) Indemnity Clause

    The Bidder shall indemnify Tendering Authority from and against any

    costs, loss, damages, expenses and claims including those from third

    parties or liabilities of any kind howsoever suffered arising or incurredinteralia during and after the contract period out of:-

    a)  Any negligence or wrongful act or omission by the Bidder or any

    subcontract or third party in connection with or

    b)  incidental to this contract or

    c)  Any breach of any of the terms of this contract by all System

    Integrators or any sub-contract or third party.

    8. Detailed Technical Specifications:

    i) SPECIFICATIONS FOR THE SUPPLY OF OMR ENROLLMENT &APPLICATION FORMS, OMR ANSWER SHEETS/ PAPERS:-

    As specified in the Price Bid

    ii) Specification of Images to be scanned for activity 2 & 3 as

    defined in Clause II.2 of this Tender document:

    The images scanned shall be in the quality of atleast 200 DPI (Dots

    Per Inch) or higher and as decided by TNPSC from time to time.

    iii) Specifications and Detailed Functionalities of the Scope of the

    work relating to the Proposed Intranet Based end-to-end user

    friendly RPMS with suitable web interface shall cover the

    processes as listed in Annexure - II

    The stage, process and reports to be generated are given in

    Annexure–II  of this tender document. However, the detailed

  • 8/9/2019 Tamilversion Tender RPMS

    39/58

    Page 34 of 53 

    Signature of the Bidder with Seal

    functionalities of the Scope of the Work relating to the Proposed Intranet

    Based end-to-end RPMS  Software with suitable web interface reports

    specified in the Annexure–II  of this tender document is only an

    indicative list and not an exhaustive list and therefore the System

    Integrator shall execute any other related work as may be specified bythe Tendering Authority from time to time.

    9. Data Export

    i.  Importing data from excel / .csv / .DBF ( example Venue Lists)

    ii.  Exporting the data to integrate with the Online Application

    System (example– OMR answer sheets after valuation, Result of

    the applications etc.)

    The List of reports specified in this tender document is not an

    exhaustive list and therefore the System Integrator has to ensure the

    generation any other report that may be required by the Tendering

    Authority during the period of contract.

    10. Delivery Schedule

    The System Integrator shall strictly adhere to the following delivery

    schedule:

    Sl.No Activity Time Schedule

    1 SRS Finalization  15 Days from the date of Work

    Order 2 Customization of Application

    Software to carry out the Activity2 as given in the Scope of Work inAnnexure -II 

    45 Days from the date of WorkOrder.

    3 Customization of ApplicationSoftware to carry out the Activity3 as given in the Scope of Workin Annexure –II 

    75 Days from the date of WorkOrder

  • 8/9/2019 Tamilversion Tender RPMS

    40/58

    Page 35 of 53 

    Signature of the Bidder with Seal

    SCHEDULE-I

    TECHNICAL BID

    A. Profile of the Company

    1. Name of the Organisation :

    2. Structure of the Organisation :

    3. Address of the Organisation :

    4. Phone number :

    5. Fax Number :

    6. E-mail address :

  • 8/9/2019 Tamilversion Tender RPMS

    41/58

    Page 36 of 53 

    Signature of the Bidder with Seal

    7. We have enclosed the following documents:

    (Bidder has to mention against each item whether it is enclosed or not. Ifenclosed please mention the page number for ready reference)

    Sl.No Name of the DocumentEnclosed /Not Enclosed  PageNo

    1.  Tender document duly signed by theauthorized signatory of the firm in all thepages (including the Annexure–II)

    2.  Demand Draft / Pay order for Tender fee.

    3.  Demand Draft for EMD or copy of thepermanent registration certificate issued by

    the Department of Industries & Commerce,Government of Tamil Nadu

    4.  Tender offer form duly filled in and signed.

    5.  Bidders Authorization Certificate.

    6.  VAT Registration Certificate from concernedGovernment Department

    7.  Copies of Certificate of incorporation of thefirm (e.g. Registration as Partnership Firm,Proprietary concern, Company etc.)

    8.  Copy of Service Tax Registration Certificate.

    9.  Copy of the TIN certificate

    10.  Copy of PF registration Certificate

    11.  Proof of having executed any of the activitiesdefined in Clause II of this tender documentin atleast three Government/PSUs/Academicinstitutions during the last three years

    12.  Proof of having executed an assignment inrespect of any of the activities listed inClause II of this tender document for a totalvalue of not less than Rs.1.00 crore to asingle Government / PSU / AcademicInstitution during the last three years

  • 8/9/2019 Tamilversion Tender RPMS

    42/58

    Page 37 of 53 

    Signature of the Bidder with Seal

    13.  Certificate from its Certified CharteredAccountant stating that the Bidder had aminimum annual turnover of Rupees 20Crores from IT and ITES business during anytwo years during the period of 2008 – 2009to 2010 – 2011.

    14.  Proof in support of Quality Certificationreceived if any

    15.  Infrastructural details

    16.  Client feedback about the track record of thebidder

    17.  Technical Proposal with detailed objective

    SLA as assured by the bidder18.  Other documents (Specify)

    1.  …………………………………………………………………

    2.  …………………………………………………………………

    3.  …………………………………………………………………

    4.  …………………………………………………………………

    5.  …………………………………………………………………

    Certificate

    I / We have read the tender documents completely and

    understood the requirements and conditions laid down in it. I/We

    certify that our firm is eligible to participate in this tender as per the

    eligibility criteria specified in this tender document. I/We will abide

    by the tender Terms and conditions given in the documents.

    Signature of the Bidder with seal and date

  • 8/9/2019 Tamilversion Tender RPMS

    43/58

    Page 38 of 53 

    Signature of the Bidder with Seal

    SCHEDULE – II

    COMMERCIAL-BID

    ACTIVITY – I (Printing and Supply of Preprinted Forms)

    Sl.No. Item Rate per 1000forms*

    1. Design, Printing and Supply of OMR Application

    forms

      8’ x 15’ (Folding at 11th inch with perforation)

      Thickness 110 GSM

      Two colours

      Duplex Printing

      Alpha-Numeric Barcode (code 39) printed at two places

    with visible number using Laser Printer  Timing track on both sides

      Scan able in opscan OMR scanners

      100% Pre-checked and Accurate

      To be printed and supplied as per the specimen (Shall be

    discussed at the time of pre-bid meeting)

    2. Design, Printing and Supply of OMR Answer sheets

      A4 size with timing track and skew marks

      Thickness 110 GSM

      Two colours

      Duplex Printing  Alpha-Numeric Barcode printed at one place with visible

    number using Laser printer 

    3. Design, Printing and Supply of Preprinted forms

      Thickness 90 GSM

      Single colour

      Duplex (Double side printing)

      To be printed and supplied as per the specimen (Shall be

    discussed at the time of pre-bid meeting)

    *Rate quoted is applicable for the entire items of work listed above on rate per

    1000 forms

    * Rate should not be quoted in slab system.

    Signature of the Bidder with date and seal

  • 8/9/2019 Tamilversion Tender RPMS

    44/58

    Page 39 of 53 

    Signature of the Bidder with Seal

    ACTIVITY – II (PRE AND POST EXAMINATION WORK)

    Sl.No. Items of work Rate per single

    page image@ 

    1. Design of customized RPMS Application Software covering thefollowing Activities and executing these activities on rate contract

    bases.  Image Processing including OMR Scanning

      Data Processing including

      Data Extraction

      Verification

      Validation

      Report generation and Result Publishing

      Hosting information in the website and any other related

    works as specified in the clause II-2 and as per Annexure-II

    ACTIVITY – III (On-Screen Valuation of Descriptive type Answer sheets)

    Sl.No. Items of work Rate per single

    page image@ 

    1. Design of customized RPMS Application Software covering thefollowing Activities and executing these activities on rate contract

    bases.

      On-Screen valuation, Digital Distribution and Collection of

    Answer Scripts

      Scanning of Answer scripts and Mark Statement  Data processing including verification and validation

      Report generation and Result Publishing

      Any other related works as specified in the clause II-2 and

    as per Annexure-II.

    @Rate quoted is applicable for the entire items of work listed in Activity 2 & 3 onrate per Single page image. Rate should not be quoted in slab system.

    The above rates are all inclusive everything except the taxes payable to the

    State/Central Government and the present applicable taxes are as follows:

    Sales tax (VAT) :…………….%CST if any :…………….%Service Tax :…………….%Other Taxes (Specify) :…………….%

    Certificate

    Certified that I/We have read and understood the Tender document carefully andquoted above rates for Activities 1, 2 and 3.

    Signature of the Bidder with date and seal

  • 8/9/2019 Tamilversion Tender RPMS

    45/58

    Page 40 of 53 

    Signature of the Bidder with Seal

    ANNEXURE-I

    Machineries available in the Commission’s office 

    Sl

    No

    Name of the Item Nos. Description

    1. Servers 3

    Server System 2 U Rack Model – Windows Server 2008

    / SQL Server 2008 IBM Brand – Intel Xeon Quad Core

    E5620 Processor – 8 GB PC3 – 256 MB Cache with

    support of Raid 0/1/5, 4x300 GB HDD – Slim SATADVD

     –ROM Optical Drive – OS support - Microsoft Windows

    Server 2008 – Additional 24 GB PC3 – Storage Media

    SAS DAT 160 GB – Storage Drive SAS 160GB DAT drive

    2. Server 2

    Server System - Tower Model - Window Server 2003

    Intel Xeon Dual Core 5120 Processor – 1.86GHz - 4MB

    Cache – 2 x 512 MB DDR2 SD RAM – 17”TFT Monitor –

    Dual LAN Card with remote wake up – 6 Bays (2

    External and 4 Internal Hot plug) Tower Type – Linux

    complaint.

    3 OMR Scanner 2 OPSCAN-8/50 OMR (Maximum 5000 pages per hour)

    4. Image Scanner Kodak i260

    2

    Kodak i260(Maximum 40 pages per minit / 2400 pages per hour) 

    5. Image Scanner Kodak i40 1 Kodak i40

    20 PPM

    6. Desktop computers

    1. HCL

    2.Zenith

    3. Acer

    4.Lenova

    130

    53

    40

    16

    30

    Linux /Windows XP / Windows 7

    Intel Core 2 Duo Processor with Windows 7 Preloaded

    OS - Pegatron Mother board – 500 GB SATA HDD –

    2GB DDR2 SD RAM – 18.5” TFT Monitor - DVD Writer –

    Preloaded MCAfee Anti Virus along with 1 year

    Warranty.

    Intel Core 2 Duo Processor with Windows XP

    Preloaded OS Asus P5KPL-V Mother board – 500 GB

    SATA HDD – Hynix 2GB zion RAM – 19” TFT Monitor -

    DVD Writer

    Intel Core 2 Duo Processor with – Preloaded Suse

    Linux Enterprises Edition OS - Chipset Intel G31

    Mother board – 500 GB SATA HDD – 1 GB DDR2 SD

    RAM – 19” TFT Monitor - DVD Writer

    Pentium Dual Core D 820 Processor - 512MB DDR

    RAM - Windows XP OS - 160 GB SATA HDD –– 17” TFT

    Monitor - DVD Writer

    7. Copier machines

    Low End (Sharp)

    High End (Konica Minolta)

    4

    1

    20 PPM

    55 PPM

  • 8/9/2019 Tamilversion Tender RPMS

    46/58

    Page 41 of 53 Signature of the Bidder with seal

     ANNEXURE - II

    PROCESS ACTIVITY REPORTS REQUIRED

    PRE- EXAMINATION

      Design of new Application Forms / Answer

    Sheets/Response Sheets with unique Identification

    Security features

     

    Preparation of Question Bank and Question Paper

    Setting with Answer Keys

     

    Preparation of Annual Calendar of Examinations

    and Activities

      Image / OMR Scanning, Data processing, extraction,

    verification, validation, Rejection and admission of

    application.

      Preparation of Edit List with necessary Activity Log

      Integration with Online Application and Registration

    module.

       Tappal Numbers to be generated/ printed on the application

     

    Documents enclosed / notenclosed List

      List of candidates appliedthrough online

      Report for Edited records andmanually verified.

      Fee paid ledger

       Tentative list of rejectedcandidates.

      Final List of Rejected candidates

     

    Rejection Memos and any otherPre-examination reportsrequired by TNPSC from time totime

  • 8/9/2019 Tamilversion Tender RPMS

    47/58

    Page 42 of 53 Signature of the Bidder with seal

    PROCESS ACTIVITY REPORTS REQUIRED

    Venue Management

      Allocation of candidates to the halls, assigning

    Register Numbers and generation of documents to

    be supplied to the Officials involved in the conduct

    of Examination.

      Check list for Hall and Chief

    Invigilators name address verification

      Center wise List of Halls to be

    generated

      Hall wise CI list to be generated.

      Generation of capacity chart

     

    Assigning Register Numbers  Hall wise Register Number list

      Name index with Reg. No.

     

    Hall Wise Subject wise list of

    candidates with statement

      Hall wise Number of candidates

      Question Papers Packing report

      OMR answer paper packing Report

      Appointment letters

      Instructions to the CI

      Number statements

      Blind candidates list

     

    Number statement (2)

     

    Attendance sheet  Instructions to the CI and invigilators

      Other formats and certificates

      Numbers of OMR supplied and any

    other reports required / specified by

    TNPSC from time to time

  • 8/9/2019 Tamilversion Tender RPMS

    48/58

    Page 43 of 53 Signature of the Bidder with seal

    PROCESS ACTIVITY REPORTS REQUIRED

    Online downloadable Hall Ticket Generation & Hosting in

    the Website

    Printing of Hall Tickets –

    Containing Name, Reg. No. Center

    Name, Hall Name, Photograph and

    subject opted; Date of

    Examination, Center Code etc.

  • 8/9/2019 Tamilversion Tender RPMS

    49/58

    Page 44 of 53 Signature of the Bidder with seal

    Stage Process Reports required

    POST

    EXAMINATION 

    Scanning of Answer sheets (Image and OMR) and OMR

    Absentees statements.

     

    Scanning of OMR Absentees statements

     

    Image / OMR Scanning, Data - processing, extraction,

    verification, validation.

     

    Result Processing and Generation of Mark and Rank

    List as per the requirement of TNPSC

      List of Absentees / presentees

      Mismatching Security barcode

    list with Center and Hall Name

      List of OMR not read in scanners

      List of Halls for which the list of

    presentees does not match

      List of Manually entered register

    Numbers with answers for cross

    checking

      List of candidates appeared in a

    subject other than the one opted

    in the application

      Error lists

    1. 

    Register number Error2.

     

    Subject Code Error

    3. 

    Question Booklet SeriesError

      Pencil Shading report and any

    other reports required /

    specified by TNPSC from time to

    time

  • 8/9/2019 Tamilversion Tender RPMS

    50/58

    Page 45 of 53 Signature of the Bidder with seal

    DESCRIPTIVE TYPE EXAMINATION – [Manual Valuation]

    DUMMY NUMBERING, OMR SCANNING OF MARK

    STATEMENTS AND DATA PROCESSING.

      Result Processing and Generation of Marks and

    Rank List as per the requirement of TNPSC

    DESCRIPTIVE TYPE EXAMINATION – [On-screen

    Valuation]

     

    Image Processing of Answer Scripts by keepingCandidates’ anonymity

      Provision of On-screen Valuation for Processing of theAnswer Scripts to be evaluated or moderated byExaminer / Moderator / Chief Moderators

      Result Processing & Generation of Marks and Rank

    List 

      Differential report betweenExaminer and Moderatorevaluation

     

    Individual Mark Lists

     

    Consolidated Mark Lists

      Error lists

      List of Dummy Nos – Register

    Nos.

      List of answer papers to be

    placed for III valuation and any

    other reports required /

    specified by TNPSC from time to

    time

  • 8/9/2019 Tamilversion Tender RPMS

    51/58

    Page 46 of 53 Signature of the Bidder with seal

    PROCESS ACTIVITY REPORTS REQUIRED

    SCORING AND SELECTION OF CANDIDATES FOR ORAL

    TEST / MAIN WRITTEN EXAMINATION AS PER THE

    VACANCY POSITION

      Check list for answer keys

      Consolidated mark list

      Rank list

      Subsequently rejected

    candidate

       Top rankers list

    List of selected candidates

    for OT / Main Written

    Examination and any other

    reports required / specified

    by the TNPSC from time to

    time

  • 8/9/2019 Tamilversion Tender RPMS

    52/58

    Page 47 of 53 Signature of the Bidder with seal

    Stage Process Reports Required

    ORAL TEST /

    INTERVIEW 

    ADMISSION OF CANDIDATES FOR ORAL TEST,

    SELECTION, COUNSELING AND ALLOTMENT

     

    Image Processing of Interview Board’s MarkSheet

      Generation of Interview Mark Statement

      Generation of Category wise merit list

      Generation of Post-wise recommended List

      Result Processing and Generation of results asper rules and uploading in the website

      Verification of Bio-data

     

    Allotment of Service through Centralized /Decentralized counseling with On-screen

    display of vacant seat matrix

      Vacant Seat matrix

     

    Distribution of vacancies as perthe Ruling

      Category wise cut-off marks  List of candidates admitted for OT

      Call letters

      Shuffled list of candidates

     

    Board allotment list

      Interview Schedule List

     

    Preparation of biodata

      Interview Absentee list

      Post preference list

      With held list with reasons

      Mark list

     

    Rank list

      List of withheld candidates

      List of rejected candidates

     

    List of selected candidates forcounseling

      Reserve list (if required)

      Call letters for counseling

     

    Department allotment orders  Final list of selected candidates

    with the name of the department

      Rank list as per roster

      Bulletin Preparation and anyother reports required /specified by TNPSC from time totime

  • 8/9/2019 Tamilversion Tender RPMS

    53/58

    Page 48 of 53 Signature of the Bidder with seal

    PROCESS ACTIVITY REPORTS REQUIRED

    POST SELECTION

    PROCESS

    SELECTION OF CANDIDATES FOR NON-INTERVIEW

    POSTS AND PUBLICATION OF MARKS

     

    Various Analytical and Statistical reports onSocio-economic background of the candidates,their performance as per the requirement of

     TNPSC from time to time.

      Appointment letters to thecandidates for non interviewposts

      Bulletin Preparation

      List of Register Numbers withMarks obtained and any otherreports required/specified by

     TNPSC from time to time.

  • 8/9/2019 Tamilversion Tender RPMS

    54/58

    Page 49 of 53 Signature of the Bidder with seal

    Tentative Draft Agreement to be signed by the System Integrator

    (To be executed on a Rs. 20/- Stamp paper by the Successful Bidder)

    This Contract entered into this ______ day of _____ 2012 at Chennaibetween Tamil Nadu Public Service Commission having its Office at

    Greams Road, Chennai, on behalf of the Governer of Tamil Nadu, hereinafter

    referred to as TNPSC (Which expression shall unless repugnant to the

    context or meaning thereof include its successors and assigns) of the

    First part

    and

    M/s. ____________________________ hereinafter referred to as the

    SYSTEM INTEGRATOR (Which expression shall unless repugnant to the

    context or meaning thereof include its successors and assigns) of the

    Second part.

    Whereas TNPSC invited a tender for the Supply of AutomatedRecruitment Process Management System comprising (RPMS) along

    with the design & supply of various forms On Rate Contract Basis

    and  the SYSTEM INTEGRATOR herein has been selected in the Tender for

    execution of the work as detailed in the Tender Documents.

    Whereas, TNPSC and the SYSTEM INTEGRATOR, in pursuance thereof have

    arrived at the following terms and conditions:-

    1. This Contract shall remain in force for a period of three years from the

    date of signing of this Contract subject to the extension of the same

    as per clause.II.3.(i) of the tender document in respect of the tender

    No. 01/2012. TNPSC may terminate this contract at the risk and cost

    of the SYSTEM INTEGRATOR where the SYSTEM INTEGRATOR is in

    material breach of the terms and conditions of this contract and fails

    to remedy that breach on 14 days’ written notice from TNPSC.

  • 8/9/2019 Tamilversion Tender RPMS

    55/58

    Page 50 of 53 Signature of the Bidder with seal

    Termination of this contract by TNPSC will not relieve SYSTEM

    INTEGRATOR of its liability as agreed.

    2. The SYSTEM INTEGRATOR agrees to complete the execution of the

    contract specified in the Tender within the stipulated period prescribed

    by TNPSC at the negotiated final rate. This cost is firm and not subject

    to enhancement.

    3. The Contract or any part share of interest in it shall not be transferred

    or assigned by the SYSTEM INTEGRATOR directly or indirectly to any

    person or persons.

    4. Neither TNPSC nor the SYSTEM INTEGRATOR shall be liable to the

    other for any delay or failure in the performance of their respective

    obligations due to causes, contingencies beyond their reasonable

    control such as:

    a) Natural phenomena including but not limited to earthquakes,

    floods and epidemics.

    b) Acts of any Government authority domestic or foreign including

    but not limited to war declared or undeclared.

    c) Accidents or disruptions including, but not limited to fire and

    explosions.

    5. The Tender Ref. 01/2012 along with the enclosures, the offer

    submitted by the SYSTEM INTEGRATOR, the negotiated and finalized

    terms and conditions and the Work Order respectively will form part of

    this contract. Wherever the offer conditions furnished by the SYSTEM

    INTEGRATOR are at variance with conditions of this contract or

    conditions stipulated in the tender document, the final negotiated offer

    conditions shall prevail over the tender conditions furnished by the

    SYSTEM INTEGRATOR.

  • 8/9/2019 Tamilversion Tender RPMS

    56/58

    Page 51 of 53 Signature of the Bidder with seal

    6. Liquidated Damages

    A penalty will be levied at up to the rate of 0.5% per week on the total

    contract value subject to a maximum of 2% for non-fulfilment of

    delivery schedule. Any delay due to the Force Majeure conditions ordelay caused from the customer side will be excluded from the

    delivery time. In the event of failure to fulfil the conditions, TNPSC at

    its discretion may initiate any of the actions such as;

      Extension of time may be permitted to complete the work.

      Additional resources will be requested by TNPSC for speeding

    up the work.

      Contract may be terminated and new contract may be

    awarded to other Technically Qualified Bidders at the same

    tender cost or at higher cost. In case of higher cost, any

    difference in cost to be incurred in engaging other Bidder may

    be recovered from the System Integrator.

      Any other action as may be decided by the TNPSC in the best

    interest of the work.

    7. Penalty for non-fulfilment of conditions

    A penalty will be levied at up to the rate of 0.5% of the total contract

    value in the event of non-fulfilment or non-observance of any of the

    conditions stipulated in the Agreement, Terms and Conditions and

    Work Order at the discretion of TNPSC.

    8. Payment Clause

    Payment to the system Integrator shall be made only as per the

    clause II.6. of the tender document for the tender ref No. 01/2011

    9. Unless otherwise provided in the Contract, any notice, request,

    consent or other communication given or required to be given

    hereunder shall be given by mailing the same by registered mail,

    postage prepaid, return receipt requested in the case of the SYSTEM

  • 8/9/2019 Tamilversion Tender RPMS

    57/58

    Page 52 of 53 Signature of the Bidder with seal

    INTEGRATOR to TNPSC at the address set forth above or with other

    addresses and to the attentions of such other person or persons as

    may hereafter be designated by like notice hereunder and any such

    notice sent by post shall be deemed to have been served on the datewhen in the ordinary course of post, it would have been delivered at

    the address to which it was sent.

    10. Any notice to the SYSTEM INTEGRATOR given or required to be given

    hereunder shall be given by either:

    a) Mailing the same by registered mail, postage prepaid, return

    receipt requested; or

    b) Having the same delivered by courier with receipt acknowledged

    at the address set forth above or with other addresses and to

    the attentions of such other person or persons as may hereafter

    be designated by like notice hereunder and any such notice shall

    be deemed to have been served if sent by post on the date

    when in the ordinary course of post, it would have been

    delivered at the addresses to which it was sent or if delivered by

    courier on the date of acknowledgement of receipt.

    11. In case of breach of any of the conditions of the contract by the

    SYSTEM INTEGRATOR during the contract period, TNPSC reserves the

    right to recover costs/liabilities arising directly due to such breach

    from the SYSTEM INTEGRATOR.

    12. If any dispute and/or difference shall at any time arise between the

    parties to this agreement or any clause or their respective rights,

    claims or liabilities hereunder or otherwise, however, in relation to or

    arising out of or concerning this agreement, such dispute and/or

    differences shall be referred to arbitration by two arbitrators, one to

    be appointed by each party and in the event of arbitrators differing, to

    an umpire to be appointed by the said two arbitrators before entering

  • 8/9/2019 Tamilversion Tender RPMS

    58/58

    upon the reference. The Arbitration and Conciliation Act, 1996 as

    amended from time to time shall apply. The Arbitration shall be held in

    Chennai only.

    13. All disputes in this regard shall be subject to Chennai Jurisdiction only.

    In Witness whereof the parties hereto have signed on the day, month and year

    above written in the presence of

    For and on behalf of TNPSC For and on behalf of SYSTEM INTEGRATOR

    Witness 1 Signature:

    Name :

    Address:

    Witness 1 Signature:

    Name :

    Address:

    Witness 2 Signature:

    Name :

    Address:

    Witness 2 Signature:

    Name :

    Address: