Request for Proposal - MAP_ITmapit.gov.in/noticetenders/RFPCBT07-01-2015.pdf · Request for...

104
Request for Proposal for providing Computer Based Examination Services for MP Professional Examination Board (VYAPAM) MAP_IT Madhya Pradesh Agency for Promotion of Information Technology Department of Science and Technology, Govt. of MP State IT Center, 47-A Arera Hills, Bhopal (M.P) Phone No: 0755-2518300 Fax No: 0755-2579824 Website: www.mapit.gov.in Date: 6 January 2015 NIT No. MAPIT/RFP/VYAPAM/10

Transcript of Request for Proposal - MAP_ITmapit.gov.in/noticetenders/RFPCBT07-01-2015.pdf · Request for...

Request for Proposal

for providing Computer Based Examination Services for

MP Professional Examination Board (VYAPAM)

MAP_IT Madhya Pradesh Agency for Promotion of Information Technology

Department of Science and Technology, Govt. of MP

State IT Center, 47-A Arera Hills, Bhopal (M.P)

Phone No: 0755-2518300 Fax No: 0755-2579824

Website: www.mapit.gov.in

Date: 6 January 2015

NIT No. MAPIT/RFP/VYAPAM/10

This page is intentionally left blank

ACRONYMS

RFP Request for Proposal

CBT Computer Based Test

BG Bank Guarantee

EMD Earnest Money Deposit

IA Implementing Agency

SLA Service Level Agreement

MOU Memorandum of Understanding

PMC Project Management Committee

LAN Local Area Network

SDC State Data Centre

SWAN State Wide Area Network

SRDH State Resident Data Hub

CSC Common Service Center

SRS Software Requirement Specification

FRS Functional Requirement Specification

DC Data Center

DR Disaster Recovery

RTO Recovery Time Objective

RPO Recovery Point Objective

UI User Interface

DB Database

ICT Information Communication Technology

SMS Short Messaging Service

MP Madhya Pradesh

RTI Right To Information

UPS Uninterruptable Power Supply

FPS Frame Per Second

QAT Question Authoring Tool

MCQ Multiple Choice Question

PKI Public Key Infrastructure

GUI Graphic User Interface

UAT User Acceptance Test

STQC Standardisation Testing and Quality Certification

CERT-In Computer Emergency Response Team, India

TPAA Third Party Audit Agency

DST Department of Science & Technology

PQ Pre-Qualification

PAN Permanent Account Number

VAT Value Added Tax

Request for Proposal (RFP)

for Providing Computer Based Examination Services to Professional Examination Board (PEB), MP

On behalf of MP Professional Examination Board, MAP_IT (A registered society under

Department of Science and Technology, Govt. of MP) invites bid proposals from qualified,

reputed and experienced agencies for providing Computer Based Examination Services to

Professional Examination Board (PEB), MP. The RFP document is available on the websites

of MAP_IT (www.mapit.gov.in), and State e-Procurement Portal (www.mpeproc.gov.in).

Interested Bidders who qualify as per the criteria mentioned in the RFP document, may

submit their bids through e – tendering latest by 28 January 2015 till 05:30 PM on e-

Procurement Website (www.mpeproc.gov.in). Bidders are required to pay Rs. 10,000

online on the eProcurement Portal to purchase Tender Document.

Additional CEO, MAP_IT

DISCLAIMER

All information contained in this Request for Proposal (RFP) provided/ clarified are

in the good interest and faith. This is not an agreement and this is not an offer or invitation

to enter into an agreement of any kind with any party.

Though adequate care has been taken in the presentation of this RFP document, the

interested bidders shall satisfy themselves that the document is complete in all respects.

The information published in this document is not intended to be exhaustive. Interested

Bidders are required to make their own enquiries and assumptions wherever required.

Intimation of discrepancy, if any, should be given in desired format to the specified

office immediately. If no intimation is received by this office by the date mentioned in the

document, it shall be deemed that the RFP document is complete in all respects and firms

submitting their bids are satisfied that the RFP document is complete in all respects.

MAP_IT reserves the right to reject any or all of the applications submitted in

response to this RFP document at any stage without assigning any reasons whatsoever.

MAP_IT also reserves right to withhold or withdraw the process at any stage with intimation

to all who have submitted their bids in response to this RFP. MAP_IT reserves the right to

change/ modify/ amend any or all of the provisions of this RFP document without assigning

any reason. Any such change would be communicated to the bidders by posting it on the e-

Tendering Portal of Govt. of MP i.e. www.mpeproc.gov.in

Neither MAP_IT, PEB nor their employees and associates will have any liability to any

prospective respondent interested to apply or any other person under the law of contract to

the principles or resolution or unjust enrichment or otherwise for any loss, expense or

damage which may raise from or be incurred or suffered in connection with anything

contained in this RFP document, any matter deemed to form part of this RFP document, the

award of the Assignment, the information and any other information supplied by or on

behalf of MAP_IT or their employees and Prime Bidder/Consortiums or otherwise arising in

any way from the selection process for the Assignment.

Information provided in this document or imparted to any respondent as part of RFP

process is confidential to MAP_IT and shall not be used by the respondent for any other

purpose, distributed to, or shared with any other person or organization.

Table of Contents

1 Introduction ................................................................................................... 1

2 About MAP_IT ............................................................................................... 3

3 Time Schedule of various Tender related events ............................................. 3

4 Project Objectives .......................................................................................... 4

5 RFP Structure ................................................................................................. 4

Part I (Scope of Services)

1 Scope of Services ............................................................................................ 5 1.1 Preparation of the Inception Report .............................................................. 6 1.2 Preparation of Detailed Project Plan .............................................................. 6 1.3 Definition & Design ....................................................................................... 6 1.4 Accreditation of Exam Centers ....................................................................... 8 1.5 Computer Based Exam Application Customization .......................................... 8 1.6 Setting-up Data Center .................................................................................. 8 1.7 Help Desk ...................................................................................................... 9 1.8 Documentation of the Project...................................................................... 10

2 Project Timelines .......................................................................................... 10

3 Stakeholders Analysis .................................................................................. 11

4 Project Management Arrangement .............................................................. 12

5 Requirements for Conducting Computer Based Exams .................................. 13 5.1 Help Desk Support ....................................................................................... 13 5.2 Web Portal Services .................................................................................... 14 5.3 Computer Based Exam Software .................................................................. 18

6 Computer Based Exam Conducting Process ................................................... 25 6.1 Exam Center Preparation ............................................................................. 25 6.2 Question Paper uploading for Fixed Question Exam ..................................... 26 6.3 Exam Conduct & Support ............................................................................. 26 6.4 Post Exam Activities .................................................................................... 28

7 Handling of RTI Queries and Court Cases ...................................................... 29

8 Business Guarantee ..................................................................................... 29

9 Software Testing and Quality Assurance Requirements ................................ 30 9.1 Operational Acceptance Test ....................................................................... 30 9.2 Test Documentation .................................................................................... 32

10 Complete System Acceptance ....................................................................... 32

11 Audit & Certification .................................................................................... 33

12 Management Support Services ..................................................................... 33

13 Service Improvement ................................................................................... 34

14 SLA Management Tool(s) ............................................................................. 34

15 Data and information security requirements ................................................ 35 15.1 Information classification ............................................................................ 35 15.2 Human resource security ............................................................................. 36 15.3 Physical and environmental security ............................................................ 36 15.4 Communications and operations management ............................................ 36 15.5 Access control ............................................................................................. 36 15.6 Security Alerts ............................................................................................. 37

16 Documentation requirements ....................................................................... 37 16.1 End User Documents ................................................................................... 37 16.2 Technical Documents .................................................................................. 37

17 Project Deliverable ....................................................................................... 38

Part II (Instructions to the Bidders)

1 Definitions ................................................................................................... 40

2 Pre-Bid Meeting ........................................................................................... 41 2.1 Address for Communication ........................................................................ 41 2.2 Clarification on the Bid Document ............................................................... 41 2.3 Amendment of Bid Document by MAP_IT .................................................... 42

3 Pre Qualification Criteria .............................................................................. 42

4 General instructions ..................................................................................... 43

5 Proposal Preparation ................................................................................... 44 5.1 Pre Qualification ......................................................................................... 44 5.2 Technical Proposal ...................................................................................... 45 5.3 Commercial Proposal .................................................................................. 46 5.4 Language of Bid ........................................................................................... 47 5.5 Authorised Signatory on behalf of the Bidder ............................................... 47

6 Bid Security (EMD) & Security Deposit .......................................................... 47

7 Compliance & Completeness of Response ..................................................... 48

8 Bid Submission ............................................................................................. 49 8.1 Format of Submission .................................................................................. 49

9 Bid Validity .................................................................................................. 50

10 MAP_IT’s right to terminate the process ....................................................... 51

11 Disqualification of bids ................................................................................. 51

12 MAP_IT’s Rights to Accept/Reject any or all Proposals ................................. 52

13 Bid Evaluation .............................................................................................. 52 13.1 Preliminary examination ............................................................................. 52 13.2 Technical Evaluation .................................................................................... 53 13.3 Opening & Comparison of Commercial Bids ................................................. 55 13.4 Commercial Bid Rejection Criteria ................................................................ 56

14 Selection of Bidder ....................................................................................... 56 14.1 Right ot Accept of Reject Any or All Bids ...................................................... 56 14.2 Notification of Award to the Bidder ............................................................. 57 14.3 Right to Vary Activities at the Time of Award ............................................... 57 14.4 Award of Contract ....................................................................................... 57 14.5 Signing of Contract ...................................................................................... 57 14.6 Discharge of Bid Security: ............................................................................ 57 14.7 Performance Security .................................................................................. 57 14.8 Loss of Revenue to MAP_IT ......................................................................... 58 14.9 Use of Contract Documents and Information ............................................... 58 14.10 Failure to Abide by the Agreement .............................................................. 58

15 Roles and Responsibilities ............................................................................ 58 15.1 Role of PEB ................................................................................................. 58 15.2 Role of Implementation Agency ................................................................... 59

16 Service Level Agreement .............................................................................. 59

17 SLA Monitoring ............................................................................................ 60 17.1 Service Level Standards ............................................................................... 60 17.2 SLA Categories ............................................................................................ 61

18 General Terms and Conditions ...................................................................... 63 18.1 Applicable Law ............................................................................................ 63 18.2 Termination ................................................................................................ 63 18.3 Corrupt or Fraudulent Practices ................................................................... 64 18.4 Data Protection ........................................................................................... 65 18.5 Confidentiality ............................................................................................ 65 18.6 PEB's right to change Exam Conducting Process ........................................... 66 18.7 Force Majeure ............................................................................................. 66 18.8 Resolution of Disputes ................................................................................ 67 18.9 Taxes and Duties ......................................................................................... 67 18.10 Local Conditions .......................................................................................... 67 18.11 Notices ....................................................................................................... 68 18.12 Limitation of Liabilities ................................................................................ 68

19 Payment ...................................................................................................... 68

20 Annexures .................................................................................................... 69 20.1 Annexure 1: Request for Clarification Form .................................................. 69 20.2 Annexure 2 : Bid Covering Letter .................................................................. 70 20.3 Annexure 3 : Bidder’s Form ......................................................................... 71 20.4 Annexure 4: Pre-Qualification Form ............................................................. 75 20.5 Annexure 5: Technical Bid Covering Letter .................................................... 79 20.6 Annexure 6: Bid Security Form ..................................................................... 81 20.7 Annexure 7: Format of Power of Attorney for Lead Member of Consortium ... 82 20.8 Annexure 8: Format for Commercial Bid ....................................................... 84 20.9 Annexure 9: Format for BIDDER’S AUTHORIZATION Letter ............................ 87 20.10 Annexure 10: Self declaration on Non-Blacklisting ........................................ 88 20.11 Annexure 11: Certificate of Conformity ........................................................ 89 20.12 Annexure 12: Non-Disclosure Agreement ..................................................... 90 20.13 Annexure 13: Undertaking for 10000 Seats ................................................... 96

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 1

1 Introduction

The Professional Examination Board (PEB) is a self-financed, autonomous

incorporated body of State Govt to conduct entrance tests for admission to various colleges

in the state. Mainly, the PEB organizes the following entrance tests:

Pre MCA : For entrance to Master of Computer Applications

Pre B.Ed. : For entrance to Bachelor Degree in Education courses

PPT : For entrance to Polytechnic diploma courses

PAT : For entrance to Bachelor of Agriculture, Forestry, Horticulture

courses

PPhT : For entrance to Bachelor of Pharmacy/ Diploma of Pharmacy

GNTST : For entrance to General Nursing Training (Only for girls)

PAHUNT : For entrance to Ayurvedic, Homeopathic, Unani and Natureopathy degree

courses

PNST : For entrance to B.Sc. Nursing Training (Only for girls)

SOE/SOM : For entrance to Schools of Excellence/Model School

Animal Husbandry : For entrance to admission in Diploma Program of Animal Husbandry

Recruitment Test

Eligibility Test

Apart from above entrance tests, PEB also conducts recruitment examinations for

different state level posts, which are not being filled through the PEB and a large number of

other examinations to fill up the backlog of posts in various Government departments / PSU.

Thus the PEB conducts around 35 exams yearly and over 20 lakh students/candidates

participate in these exams. Year wise number of candidates and exams are as follows:

Year No. of Exams Conducted No. of Candidates Participated

2008-09 24 16,30,982

2009-10 16 3,22,197

2010-11 16 4,97,449

2011-12 23 6,02,273

2012-13 36 32,48,110

2013-14 27 17,76,578

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 2

The admission rules for the conduct of the entrance/recruitment tests are provided

by the departments concerned. This includes detailed information regarding the eligibility of

the applicant, minimum educational qualifications, age limit, reservation of seats,

information regarding institutions, counselling schedule, selection process for entrance to

various courses and fees etc. The rules for conducting the examinations are prepared by the

Board including the procedure for filling the application forms, issue of test admit cards, list

of coordinating institutions etc. Complete information regarding the examination centres

and syllabus for the relevant test in a composite form is made available to applicants

through a printed Rule Book.

The Board has examination centres in all the major cities of the state. To add to the

transparency of the examinations, observers are appointed for each centre to watch the

proceedings of the examination and submit their reports to the Board. Keeping in mind the

sensitive nature of the examinations, Board conducts them with complete impartiality and

transparency, maintaining a very high standard of confidentiality.

Question papers for all examinations are objective type in which the examinee is

required to choose the right answer out of the four possible given alternatives and mark

his/her choice on the OMR Answer Sheets. The Answer Sheets are valued with the help of

OMR scanners. The entire valuation work is executed under the supervision of Central

Observers and Supervisors appointed from outside the Board.

Board is fully aware of its responsibility of declaring zero error results and also

making them available within the shortest possible time so that new educational sessions

get started every year in time. The results are prepared maintaining extreme security and

secrecy. After the results are declared and uploaded on the net, Board makes available

related data and other relevant information to the concerned departments for further

action.

At present, there is no automated system and dedicated server based secure

application software to perform examination processing work. All the recordkeeping and

process work is done on a Database Management System by executing short custom

patches and programmes written in FoxPro. The Computer section of the PEB, prepares the

application form and receive applications online through MPOnline (a Joint Venture of MP

Govt and TCS). After receiving application form records from MPOnline, Computer section

issues Test Admit Cards online for examination and process OMR Answer sheets for result

preparation.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 3

PEB has decided to automate entire process of conducting examinations which

includes Candidate Profiling, Registration, Online Application Submission directly on PEB

Portal and conducting Computer Based Exams.

2 About MAP_IT

Madhya Pradesh Agency for Promotion of Information Technology (MAP_IT) is an

agency under Department of Science and Technology, Govt. of MP formulated to serve as

nodal agency to propel the growth of Information Technology (IT) in Madhya Pradesh

especially in government departments/agencies and deliver citizen services through

electronic means.

MAP_IT has been entrusted to draft this RFP and conduct fair and transparent

bidding process to select Implementation Agency (IA). Representative of Professional

Examination Board (PEB) will lead the technical screening and evaluation process being

owner of Technical Evaluation Committee and Financial Evaluation Committee. After

conducting the bidding process, MAP_IT will submit technically qualified and financially

viable bidder's proposal before PEB to release work order and sign Service Agreement.

MAP_IT will also provide technical and project management support at the time of project

implementation by providing a dedicated team of consultants named as Project eMission

Team (PeMT) and by providing it's representation in high level project management

committees.

3 Time Schedule of various Tender related events

Item Description

Bid calling Date 6th January 2015

Pre-bid Meeting Date, Time and Venue 15th January 2015 at 11:30 AM in Aryabhatt Conference Hall, State IT Centre, Bhopal

Last Date and Time for Bid Submission 28th January 2015 upto 5:30 PM Online on www.mpeproc.gov.in

Opening Date and time of Pre-Qualification Bid

29th January 2015 at 11:30 AM in Aryabhatt Conference Hall, State IT Centre, Bhopal

Opening Date of Technical Bids Would be communicated to pre-qualified bidders

Commercial bid opening date and time Would be communicated to technically qualified

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 4

bidders

Tender Fee Rs. 10,000 payable online on e-Tendering Portal www.mpeproc.gov.in

Earnest Money Deposit (EMD) Demand Draft or Bank Guarantee of Rs. 1.00 Crore (One Crore) to be submitted offline before opening of bid.

Bid Validity Period 180 days from the date of opening of bid.

EMD Validity Period In case of Demand Draft 80 days and in case of Bank Guarantee, 180 days from the date of Bid Submission

Performance Guarantee Value Demand Draft or Bank Guarantee of 10% of Bid Value or Rs. 10 crores which ever is higher, to be submitted by successful bidder before signing the Agreement.

Performance Guarantee validity period 6 Months beyond the contract period

4 Project Objectives

The Core Objectives of the Project are:

To implement Computer Based Examination System in PEB.

To achieve better transparency and accountability in Examinations

5 RFP Structure

This RFP is meant to invite proposals from interested agencies capable of delivering

the services described herein. The content of this RFP has been documented in two Part I

and Part II. Part I describes scope of work, desired solution, standards & specifications as

well as other requirements (functional, operational and technical) of the project while Part

II comprises the Instruction to Bidder, SLA and General Terms and Conditional.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 5

Part I Scope of Work

1 Scope of Services

After performing a transparent and fair process of selection, suitable agency shall be

identified and selected as Implementation Agencies (IA) for the project. The IA shall be

required to sign an agreement with PEB, in which all the terms and condition, project work,

timelines, roles and responsibilities, etc., as defined in this RFP, shall be included.

The selected bidder shall be responsible for providing entire solution that includes

(but not limited to) system study, supply of hardware, application software, customization,

installation, training, implementation, maintenance, etc. for conducting computer based

exams in PEB. Solution will be hosted in State Data Center and accessed using SWAN or

alternate ISP also. The selected bidder will also provide necessary support to configure local

network of PEB office with SWAN to access Application from SDC. Selected Bidder will also

maintain the application software for a period of 3 years after go-live. This term of 3 years is

extendable for 2 years more on mutual consent basis.

It shall be over all responsibility of IA to study the existing system and requirements

of PEB before bidding. Requirements mentioned in this RFP are indicative only and written

purely for the purpose of making the Bidders able to estimate its efforts and costs required

to achieve project objectives successfully. Therefore, selected bidder i.e. IA shall be required

to make a fresh assessment of PEB requirements after winning the bid, prepare FRS/SRS, get

it approved by PEB.

A high-level analysis of processes has already been performed and Functional

Requirements as envisaged for this project are described in this document. The IA needs to

Study these carefully and should consult with the PEB Officials whenever necessary to

obtain more details on the requirements of the project. It shall be the duty of IA to refine

functional requirements as needed during requirement gathering exercise. The IA shall

prepare FRS and other technical documents, for which the IA shall have a comprehensive

discussion with the PEB officials and other stakeholders to ensure that each of the

requirements mentioned in this RFP or identified during study is covered. After approval of

these documents by PEB, the IA will start Application Customization and Development.

As per analysis done by MAP_IT and PEB, the functional requirements are explained

in following sections:

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 6

1.1 PREPARATION OF THE INCEPTION REPORT

The IA (Implementing Agency) needs to prepare and submit an Inception Report,

which will serve as the foundation document for all the activities related to the project.

Additionally, the Inception Report must cover the risks that IA anticipates and the plans they

propose towards Risk mitigation. Major roles and responsibilities for the project team along

with support arrangements that are expected from the PEB will be an essential part of the

inception report. IA will also describe about the Project Team with individual roles and

responsibilities in the Inception Report. The acceptance of the Inception Report by PEB is

necessary before proceeding to the next stage of the project.

1.2 PREPARATION OF DETAILED PROJECT PLAN

The Implementation Agency (IA) shall prepare an Integrated Project Plan for the

entire project that covers detailed tasks which are intended to be performed, as part of the

project. The Functional Requirements as envisaged for this project are described in this

document. The IA needs to Study these carefully and should consult with the PEB whenever

necessary to obtain more details on the requirements of the project. It shall be the duty of

IA to refine functional requirements as needed during requirement gathering exercise.

The IA shall conduct requirements gathering exercise and prepare a detailed FRS

document, for which the IA shall have a comprehensive discussion with the PEB officials and

other stakeholders to ensure that each of the requirements mentioned in this RFP or

identified during study is covered.

Activities conducted as part of this task will result in the project deliverable

“Functional Requirement Specifications” (FRS) document, which shall also detail the

requirements of the complete solution up to the last detail. FRS document shall comply with

the latest and most relevant IEEE standards.

1.3 DEFINITION & DESIGN

Having conducted a comprehensive analysis of the requirements for the Project, the

IA will prepare elaborated system architecture and design documents for the project. The

Architecture document will give the complete architecture of the proposed systems. The

corresponding architectures will also be identified for customization requirements.

In order to conduct Computer Based Exams in fair and transparent manner, IA will be

required to develop highly secured and robust Computer Based Exam software system,

which will essentially have Exam Application and Computer Based Exam Web Portal. These

applications will work in close integration of on other.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 7

The following documents including, but not limited to, will be submitted for a sign-

off of application architecture and development methodology:

Application Architecture with all relevant design patterns identified

Details of validation rules and constraints like Integrity Checks etc. to be applied.

Format of all input screens including data entry requirements.

Format of all reports that would be generated by the system.

Business logic used for all reports and functions.

Access control mechanisms, data security and audit trails to ensure that databases

are not tampered or modified by unauthorized users. The following guidelines need

to be observed for security:

Build a complete audit trail of all transactions (add, update and delete) using

transaction log reports, so that errors in data, intentional or otherwise, can

be traced and reversed.

The most appropriate level of security commensurate with the value to that

function for which it is deployed must be chosen

Access Controls must be provided to ensure that the databases are not

tampered or modified by the system operators.

Implement data security to allow for changes in technology and business

needs.

Compliance of ISO 27000 security standards.

Hardware Deployment Architecture, Network Design, Security Architecture etc. for the Project.

Plans for User Acceptance Tests and System Integration Tests including Stress Tests and plans.

Detailed Project Implementation Plan, component-wise activity schedule, etc.

The Implementation Agency shall be entirely responsible for the architecture of the

system implemented to satisfy all features, functions and performance as described in this

document including sizing of the required hardware. System architecture description

provided in this document is for reference only. The Implementation Agency should ensure

all possible and required improvements.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 8

The application design will be such as to require the minimal installation, if at all, at

the user‘s end, besides the Internet Browser and will be able to support all common

browsers (like Internet explorer, Mozilla, Chrome etc.). IA shall also design the Frontend and

Backend portals for the Project.

User's involvement will also be ensured during finalization of user interfaces, the

mode of data entry, storage and retrieval, outputs reports, queries and the application

design as a whole.

1.4 ACCREDITATION OF EXAM CENTERS

IA will identify exam center infrastructure before bidding and accredit same after

ensuring necessary arrangement that exists as per standards defined in this RFP. In the

process of accreditation, the IA shall sign a MOU with exam center infrastructure service

provider and submit a copy of same to the PEB. Such MOU should clearly define that the

exam center infrastructure service provider will ensure availability of exam center on all the

dates as per schedule of Computer Based Exam for full day and comply all the standards set

for Exam Centres in this RFP. IA will also visit each of such accredited centers and plan to

ensure necessary updation to meet defined standards. Number of exam seats required in

various cities is defined in subsequent section of this RFP. Format of such MOU should be

approved by PEB before signing between IA and Exam Centre.

1.5 COMPUTER BASED EXAM APPLICATION CUSTOMIZATION

Computer Based Exam Application will be a set of following two software systems. IA

will be required to customize, develop and integrate these softwares in this phase.

1.5.1 Computer Based Exam Software

Computer Based Exam software would be a critical part of proposed solution by IA.

As per requirements of PEB mentioned in this RFP and identified by IA during system study,

IA will customize Exam Software.

1.5.2 Web Portal for Application Receiving

All the candidates and citizens will interact with PEB using this webportal. IA should

make all the provisions for Candidate Registration, Candidate Profiling, Application

Receiving for various examination of PEB and Online Payment services on the Portal.

1.6 SETTING-UP DATA CENTER

This phase will include:

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 9

Computer Based Exam Application development/customization and testing in

production environment

Setting-up Data Center

Application integration, installation and configuration

This application will be accessible using back-office Web Portal by PEB and Exam

Centres using VPN while MP Online Kiosk and Candidates will access the application using

internet web portal. State Data Centre will also provide Disaster Recovery Centre facility for

the Application. DC and DR will work on Active-passive mode where DR will be at least 50%

replica of DC. RPO and RTO both should not be more than 24 Hrs.

The IA shall supply, install, configure and commission the co-located servers in State

Data Center and install system software for application deployment. In addition, the IA shall

draw out and provision the detailed specifications/requirements for the infrastructure that

needs to be used for hosting the application. The IA shall work with SDC team to understand

the SDC's pre-requisites for deployment of servers, database, application, etc. and provision

the IT infrastructure in such a way that it is acceptable to SDC and complies with the

standards prescribed for the State Data Centre.

IA shall provide a detailed report on Data Centre, DR, Networking, client side

hardware and software Setup which will include all the detailed specification of hardware,

before installation. Hardware sizing shall be done by IA but it should be complied with high

availability benchmarking and sufficient to meet SLAs. The Specifications must be futuristic

with at least a three years horizon to start with and recommended servers should be able to

accommodate any scaling up requirements necessitated in future. IA will be required to

explain hardware sizing methodology and provide assurance of making all the provisions

that enables the hardware to perform efficiently during peak load with justification. PEB in

consultation with MAP_IT's technical team shall study and approve it in context with

provision made in this RFP. After getting sign-off from Technical team, IA will begin

commissioning and installation work.

1.7 HELP DESK

IA will setup a Help Desk for PEB, which shall provide telephonic support to the

candidates and citizens for PEB Computer Based Exam System. The help desk will be setup

in the office PEB, for which PEB will provide adequate space. All the furniture, equipments,

telephone connectivity and other office material will be arranged by IA.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 10

1.8 DOCUMENTATION OF THE PROJECT

The IA will ensure that complete documentation of the project is provided with

comprehensive user manuals, and adhere to standard methodologies in software

development as per ISO standard and/or CMM models. The following documents are the

minimum requirements:

1. Test Plan Containing information on the software test environment to be used for

independent testing, the test cases to be performed, and the overall testing schedule.

This includes methodology, schedule, resources, tools, procedures, environment

definition, test cases, and software test results.

2. Operations Manual providing instructions for installing the application, troubleshooting,

interpreting message logs, and FAQs (Frequently Asked Questions).

3. User Manual (both online and paper copies) providing detailed instructions on how to

use the software. In addition, it shall describe how to access, submit inputs to, and

interpret outputs from the application.

4. Documentation of the Project activities, solution deployed, data digitized, trainings,

project monitoring indicators, SLA tracking system, etc.

5. A data dictionary listing out all the data elements will be prepared.

1.8.1 Web-based Monitoring and Evaluation Tool & SLA Monitoring Tools

Web-based Project Management Tools will be developed/customized, to help in

monitoring and measuring SLA provisions. These tools will be procured by IA in consultation

of technical team of PEB and MAP_IT. Services of this tool shall be made available to PEB. A

SLA monitoring team will also be constituted with representation of PEB and IA.

2 Project Timelines

The overall implementation of the Project is envisaged to be completed in 3 months.

Keeping in view of ready to deploy nature of Exam Application and limited functionality of

Application Receiving Portal, it is recommended to design, develop, test and implement the

application in one phase. All the activities related to setting up of Computer Based Exam

System, Helpdesk and Exam Center Accreditation will be conducted parallel to application

development/customization. Below timelines are mentioned for Implementation Agency to

perform various activities under given milestones. Time taken by PEB for evaluation and

approval of deliverables will be excluded from these timelines.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 11

S.N. Milestone Time for Completion (in

weeks)

1 Submission of Project Inception Report T + 2

2 System Study and Submission Detailed Project Plan T + 4

3 Submission of copy of MOUs furnished with Exam Center service providers having total capacity of 10000 seats.

T + 6

4 Customization and Testing of Exam Application Software T + 8

5 Design, Development and Testing of Application Receiving Portal

T + 8

6 Supply, Installation and Configuration of Data Centre Hardware and Software

T + 8

7 User Acceptance Testing of Exam Application and Application Receiving Portal

T +10

8 STQC and Security Certifications T + 12

9 Setting –up Helpdesk Support Office with necessary Equipments and Manpower.

T + 12

10 Field testing of Computer Based Exam Conducting and Final Acceptance Testing

T + 12

11 System Go-live T + 14

12 Conducting First Computer Based Exam T + 20

“T”, as referred above is the date of signing of contract between selected IA and PEB

3 Stakeholders Analysis

The major stakeholders of this Project are as follows:

Stakeholder Group Role Level of Influence

Computer Based

Exam Candidates

The purpose Computer Based Test is not limited to conduct fair and transparent exams but to facilitate Candidates with technology so that they can deliver their best during the Exam. Thus Candidates are the prime stakeholders of

High

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 12

this project.

Professional Examination Board

PEB is the agency entrusted to conduct various entrance and recruitment exams in the state. Thus the PEB is responsible of setting up of a robust framework for Computer Based Exam and conduct fair and transparent computer based exam through the Implementation Agency.

High

Government Departments, Agencies and Educational Institutions

Candidates selected through a fair and transparent methodology of Computer Based Exam, will be recruited/admitted by various government departments, agencies, institutions. Thus the quality assessment under Computer Based Exam will certainly reflect in the performance of government departments and agencies as well as result in the educational institutions.

Low

Implementation Agency

Implementation Agency is responsible for providing Computer Based Exam services for PEB. Success of Computer Based Exam has direct impact on deliverables of IA to PEB. Thus, the IA is a critical stakeholder of this project

High

Exam Center Infrastructure Providers

Quality arrangements and facilitation provided by Exam Center Infrastructure Providers would certainly add value to the deliverables of IA and record satisfaction of the prime stakeholders i.e. Computer Based Exam candidates.

Medium

Citizens Ultimate beneficiary of Computer Based Exam are our citizens of MP because it will help in getting most competent and efficient human resources in the government system and this efficiency will result in certain improvement of citizen service delivery system.

Low

4 Project Management Arrangement

In order to effectively plan, implement, manage and sustain the project PEB will

provide necessary institutional arrangements. In order to manage, monitor, facilitate and

support IA in various activities during setting-up Computer Based Exam System, Project

Management Committee (PMC) will be constituted. All the key officials involved in exam

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 13

conducting operations and data processing including Expert Consultants appointed by

MAP_IT, will be part of Project Management Committee.

5 Requirements for Conducting Computer Based Exams

Implementing Agency will provide support for conducting Computer Based Exam to

PEB. IA will setup a dedicated team to perform all the Computer Based Exam operations. To

conduct Computer Based Exam, IA will provide services of Exam Centers, exam-day duty

staff, Computer Based Exam Application, Question bank, etc. Following are the key

components for conducting Computer Based Exam for PEB:

5.1 HELP DESK SUPPORT

Satisfaction of our prime stakeholder i.e. the Exam Candidates is the key to success

of the project. Hence, a dedicated help desk will be setup by IA in PEB. The helpdesk initially

should have at least 4 Operators but over the time when number of calls will increase, the

IA will be required to increase number of help desk operator in consultation with PEB. All

the equipments (like computer, printer, EPBX, etc.) furniture, manpower, telephone

connectivity, office articles, etc. will be provided by IA as Help Desk Support. PEB will only

provide space, electricity and basic amenities to Helpdesk. Out of 4 helpdesk operator, one

would also act as supervisor for Help Desk unit. The help desk supervisor will report to

concerning authority of PEB for day to day help desk activities.

PEB want to ensure that each caller essentially get response within 3 minutes after

getting connected with helpdesk. If number of calls increase to an extent where it is not

possible of helpdesk operators to respond in 3 minutes, PEB will ask IA to increase number

of help desk operators. On request of PEB, IA will depute additional operators and enhance

hardware, software and office articles accordingly. PEB will pay the cost of helpdesk support

on per seat basis, for which IA will quote the price separately in the price bid.

IA will provide necessary training and handholding to Helpdesk operators, so that

they can respond effectively on the queries of callers. IA will also provide a comprehensive

helpdesk support application to record grievances forward to IA or PEB for redressal. To

address queries of the callers effectively, the software should have provision for searching

and retrieval of information from Web Portal and backend interface of Exam Application.

Apart from this, a structured and comprehensive set of FAQs and dynamic datasets relevant

for candidates, will also be provided to Help Desk Operators through Help Desk Application.

The application should also maintain log of each call received to helpdesk and provide

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 14

analytical reports to determine occupancy of Call Center Operator. Such reports will also

help PEB to decide on requirement of additional operators.

5.2 WEB PORTAL SERVICES

A comprehensive Application Receiving web portal will be developed to connect

Exam candidate with PEB for all the services. The portal will allow all the candidates to

register, apply, make payment, download test admit cards, etc. Thus the quality and a

comprehensive set of features will facilitate the candidates substantially. IA will be required

to consolidate all the expectations of stakeholders and develop a robust framework

Application Receiving portal. This framework will first be approved by PEB, than the portal

designing, development, content aggregation, etc. activities will be performed by IA.

The Portal should be developed on a robust content management framework having

comprehensive set of security, compatibility and scalability features. Following are the key

components (but not limited to) of the Application receiving portal:

5.2.1 Exam Detail, Manual, Syllabus, References, etc.

Web portal will provide detailed information of PEB Exams. This will include

Computer Based Exam framework, Syllabus, References, exam manual, eligibility,

procedures, etc. These static pages should be designed beautifully and user friendly

manner.

5.2.2 Exam Notice Publication

PEB will provide all the detail of up-coming exams, schedules, rules, eligibility

clauses, procedures, etc. IA will be required to publish same on the web-portal in user

friendly and structured manner. Eligibility criteria for all the exams should be recorded in

structured format, so that the candidates can browse through various exams as per their

qualification or eligibility credentials.

5.2.3 Candidate Registration and Online Payment

In order to appear in Exam, candidates will be required to register themselves on the

portal. Hence, the Portal should provide a dedicated section for candidate registration.

System should provide necessary integration interface for payment gateway service.

Selection of Payment Gateway service provider will be done by IA in consultation of PEB. All

fee collected from students online will be deposited in the bank account of PEB. IA will be

responsible to integrate selected payment gateway with the portal. PEB will publish exam

notices online on the web portal, where candidates will be able obtain all the exam detail

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 15

submit their application online along with electronic payment. In order to achieve this

ability, system should have following modules and features:

5.2.3.1 Candidate Registration

Candidates will provide their basic detail like personal detail, Aadhar number,

educational qualification, experience, area of interest, etc. to register themselves get

regular updates and apply online for exams. Candidate registration will also create profile of

candidate on the portal, so that for next exam if any, candidates do not have to upload their

credential and detail again. During registration, the system should also verify mobile

number by sending one time password and candidate Aadhar number from SRDH interface.

Login detail should only be provided on email to the candidates. Only registered candidates

will be able to apply for PEB Exams after making online payment. After registration,

candidates will be able to log-in into the portal and apply for scheduled exams, see the

status of their applications, get notices and intimations from PEB and respond, update their

profile contents, etc.

5.2.3.2 Application Receiving

Applications will be received online from the candidates. Only registered candidates

will be able to apply for exams. Following are requirements for Application Receiving

module:

1. The system should have provision for designing online application submission form by

adding or removing form fields along with necessary validations.

2. The system should have provision for defining field sets for various kind of exams. The

system should also have predefined web form templates that can be applied on web

forms.

3. Once the form fields are defined and web form template selected, the system should

render web based application form for testing.

4. The system should have provision for automated publication of web form on the Web

Portal after successful testing.

5. Web form designing process should be menu driven, so that PEB employees having

technical abilities, can also design it on the basis of rules sets defined for the exam.

6. In case of some specific requirement that cannot be configured through menus and field

properties, the system should also have provision for bespoke development.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 16

7. Online Application form fields should be linked with student/candidate profiles, so that

the fields can be auto-filled for registered students.

8. System should provide necessary integration interface for payment gateway service.

Selection of Payment Gateway service provider will be done by PEB separately. IA will be

responsible to integrate selected payment gateway with the portal. Application

submission process will be completed only after making the exam fee payment

successfully.

9. Once, the online application form filled and submitted by the candidate, the system

should generate a PDF document of the form. Candidates may be required to print this

form and submit at nearest registered office for submission of biometric detail.

10. Immediately after application submission, the system should automatically create hash

value of application form content and store it in secured repository with time stamping.

11. System should also maintain logs for each alteration after first submission of application.

5.2.3.3 MP Online Interface

Considering the fact that all the candidates may not have access to internet/web

portal or may not have facility for making electronic payment, system should provide a

dedicated interface for CSC/MPOnline Kiosks. There are more than 5000 MPOnline Kiosks

available in MP which are easily reachable to the candidates. These kiosks are successfully

providing online application submission related services since last many years. This potential

of MPOnline Kiosks should be utilized in this project. Hence, the system should have a

dedicated interface for MP Online Kiosks where kiosk operator can submit online

application form on behalf of candidates and make the payment using MP Online e-Wallet.

Detail of MP Online Kiosk will be obtained from MP Online to develop login interface for the

kiosk operators. System may also obtain authentication from MP Online Portal where kiosk

operator will be able to access the system using a dedicated link available on MP Online

Portal. IA will be required to discuss with MP Online technical experts to device most

appropriate solution for MP Online Kiosk integration and payment using MP Online e-

Wallet. PEB and MAP_IT will provide necessary support to IA in this regard.

5.2.4 Concurrent Updates

System should provide concurrent updates to all the registered candidates with

respect to various exams, notices, publications, test admit card generation, result

declaration, etc. These updates will be provided on email and SMS after necessary

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 17

consultation/approval with PEB. SMS Gateway services will be arranged by IA at its own

cost.

5.2.5 Grievance Handling

The portal should record queries or complaints on Exam arrangements, services,

exam centers, etc. online from the registered candidates. PEB officials will respond on such

queries and complaints in time limits. Grievance handling system should work on ticketing

mechanism, where for each valid query or complaint, a ticket will be raised and reference

number will be given to the candidates. There should be fixed time and escalation

mechanism for different categories of complaints and queries. All the tickets should be

recorded as closed in time limit fixed for same. The grievance handling system should work

in closed integration with help desk support system and same system should be used for

handling complaints and queries recorded from help desk call centre.

5.2.6 Mock Test

The portal should provide Mock Test facility for the registered candidates, so that

they can understand Computer Based Exam pattern, exam screen interfaces, typing test

interface, etc. This will also enable them to prepare strategy for taking computer based

exam. Mock Test interface should be exactly same as the candidates would see in exam

centres. Before beginning the mock test, the candidates should be provided dummy Hall

Ticket Number to log in the mock test interface. At the end of test, a dummy score card

should be also be shown to the candidates. This will allow them to have end to end feeling

of taking Computer Based Exam. There should be no limit or number of attempt for mock

test. A candidate may appear in mock test as many as number of time he/she wants to.

Thus, the purpose of mock test is to make the candidates familiar with actual exam interface

that they are going to see in exam centers and remove fear of unknown which new

candidates might have before taking Computer Based Exam.

5.2.7 Feedback Collection

The Portal should have very user friendly interface for collection of feedbacks,

especially for the candidates who have appeared once in the Exam. The feedback may be

collected under various categories like Portal Services, Exam Centers, Computer Based

Exam, exam patterns, etc. IA should make provision for taking each and every feedback in to

account. The feedbacks will directly be accessible for PEB to take corrective actions.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 18

5.2.8 Mobile Compatibility

The portal should be compatible to be viewed on smart phones in user friendly

manner. Candidates should be able to avail all the portal services except Mock Test, on their

smart phones. Compatibility with Smartphones does not simply means that the portal will

be opened on mobile web browser. It should be designed specifically for mobile viewing

using responsive themes.

5.3 COMPUTER BASED EXAM SOFTWARE

Exam software will be at core of Computer Based Exam System, which will be work

on distributed architecture. Exam software will be loaded on central server and will get

connected with Exam Center Servers (Laptop Servers) before 1 or 2 hours of exams to

download all the detail required to conduct exam in exam center offline. Once the details

are downloaded, Exam Center Server will conduct exam on Local Area Network of exam

center.

5.3.1 Exam Center Software

1. Exam Center software should have capability conducting exam without having real time

connectivity with central server.

2. Exam Center Software should have seamless integration with central server.

3. The examination software should provide real time audit report of candidates while

taking the examination. This is mandatory to tackle candidate complaint, if any, during

the course of examination.

4. The examination software should be capable of generating attendance (present &

absent). Additionally, the software should allow marking the attendance manually.

5. The software should be capable of providing detailed analytics for various examination

activities.

6. The examination software should have the capability of real time syncing the candidate

response with the local examination server. At any point during the examination, no

candidate data including response should be available on the candidate machine.

7. The software should be able to create various reports without manual intervention. The

module should have report formats like Score report, Section-wise score report, Data

Report, Response Report, Absentees Report, Feedback Report, Attendance Report,

Question Paper Report, RTI Report, Drive Summary Report, Incident Register, Drive

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 19

Manager Audit Report, Candidate Question Paper PDF, Group-wise score report,

Observer Feedback Report, Result Validation Report.

8. The examination software should have the capability of transferring the encrypted

question bank to the exam center via Data Center / Pen Drive.

9. The examination software should support various Question types e.g Multiple Choice,

Multiple Select, Short Answer, Comprehension, Linked Answer, and Subjective.

10. The examination software must support Question bank approach for the examination

11. The examination software should have the candidate result uploaded to Data Center in

encrypted format.

5.3.2 Candidate Interface

1. The software should be capable of hard closing the running applications and disabling all

the USB ports along with the keyboard on the candidate machine.

2. The solution should have multi lingual capability. The examination software should be

capable of supporting question paper in Hindi and English both.

3. The examination software should have been designed keeping color blind candidates in

mind.

4. The candidate should be able to view Instruction Sheet and Profile Information at any

given point during the course of examination.

5. The candidate should be able to view Question Paper summary during the course of

examination e.g answered, not answered questions.

6. The examination software should ask for candidate concurrence on hardware provided

to him before the start of exam. Without this, the exam should not start.

7. The examination software should have Zoom capability. The software should be capable

of providing zoom to specific candidates, if required.

8. The candidate photo should appear on the examination console throughout the

examination for invigilators to verify.

9. The candidate roll no and photograph should be displayed on every system even before

the candidate enters the examination room. This would help candidate in locating their

seats. Also, it would ensure that no two candidates exchange seats.

10. Calculator feature should be available for the candidates with provision disabling same

from central server.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 20

11. The candidate should be given time to go through the instructions before the start of

exam. During this time, the software should strictly restrict candidates from starting the

exam.

12. The examination software must provide the option of capturing detailed feedback by

candidates and observers. This would help in identifying the pros and cons of computer

based examination.

5.3.3 Exam Monitoring Tool

IA should provide a monitoring tool which should provide update on pre, during and

post examination activities to PEB.

1. This monitoring tool should be in sync with almost real time examination process

happening at the test centers.

2. The monitoring tool should display the number of mapped candidates, present / absent

candidates at very test center.

3. The monitoring tool should provide a track of candidate registration at every test center.

4. The monitoring tool should clearly indicate that for how many candidates, login screen

(displaying Roll no and Candidate photograph) has already been opened by the

invigilator.

5. The monitoring tool must indicate the number of candidate for whom the examination

has got delayed.

6. The monitoring tool must provide the number of incidents registered e.g Candidate

Locking, Candidate change in seat at every test center.

7. The monitoring tool must display the number of candidates who have been allotted

extra time. This would help in keeping a track on differently abled candidates.

8. The monitoring tool must keep a track on the number of candidates and observers who

have submitted their feedback on the end to end computer based examination process.

9. The monitoring tool should be capable of proving a complete dashboard. All the reports

should be downloadable in prescribed format i.e Excel / PDF formats.

5.3.4 Exam Centers

IA will be required to accredit agencies/institutions, who have exam center

infrastructure as per the standards mentioned below in this RFP. IA will provide detail of

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 21

such exam centers and certify that accredited exam centers comply with the standards

defined below in this document. Initially IA will have to provision for 10,000 CBT exam seats

with additional 10 % seats for failover situation at divisional headquarter. Bidders will be

required to submit an undertaking along with Bid of having 10,000 + 10% additional seats

identified along with list of institutions, their seating capacity and location. Following are the

standards defined for exam centers to conduct Computer Based Exam:

5.3.4.1 Infrastructure

1. Each exam center facility i.e. Building must have at least 100 fully furnished seats along

with basic amenities as defined below in this section.

2. An exam center may have multiple exam halls but each of such halls should not have

more than 200 seats. The area of the examination halls should be such as to provide

minimum 20 Sq. Ft. Space Per candidate appearing for the exam.

3. There should be proper partition between two adjoining seats distracting visibility of

terminal screen of the candidate seating aside.

4. Exam center should be located within 5 kilo meters of the municipal boundaries of

respective city.

5. Exam Centers should have covered space for setting of adequate number of Identity and

document verification counters. For convenience of candidates and complete

verification work in 30 minutes, one counter is required to serve 30 to 50 candidates.

Thus, if an exam center has capacity of 500 seats, around 10 to 13 verification counters

will be required to serve the candidates. Therefore, the exam center should have

adequate covered to setup verification counters as per number of exam seats at the

entry point of the building and exam area.

6. Exam Centers should have power backup facility in form of Power Generators and UPS

connected to all the Exam Terminals with 10 Minute backup. In case UPS is not available

for all the terminals, the exam should be conducted only on Generator Power.

7. Exam Center should have proper arrangement for accessibility by differently abled

candidates.

5.3.4.2 Exam Terminals, Servers and Network

1. Exam terminal will be desktop computers having Intel Duel Core (or AMD equivalent)

Process with 2 GB RAM or better. This is bare minimum configuration but IA should

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 22

decide the configuration of desktops as per exam application requirement. But the exam

interface should be running smoothly for candidates.

2. Terminal screens should at least 15 inch TFT Panel or 17 inch CRT Monitors.

3. All the exam terminals should be connected to fully working Local Area Network with

static IP addresses.

4. Internet Connectivity should not be available with exam terminals to be used by

candidates.

5. At Exam Center level, high end Laptops should be used and exam center server. This is

primarily because Laptops have battery backup facility and can be transported easily.

Following conditions for the Laptops to be used as exam server, are applicable:

a. IA should have self-owned Laptop Servers (primary and backup) for the purpose

of conducting examination.

b. There must be a backup laptop server for every primary server with same

configuration as the primary examination server.

c. Time hardening of examination servers must be done so that no one can change

the server time.

d. Asset ID (as per inhouse inventory record) and MAC address of such Laptop

servers should be submitted to PEB before using them.

e. Laptops being used as Computer Based Exam Center Server, should not be used

for any other purpose.

f. Each activity performed on Laptop Servers should be recorded in log and such log

detail should be uploaded on central immediately after conducting exam. If any

infirmity or unauthorized activity found in the log of any Laptop Server, an alert

should be generated to Computer Based Exam Control Center and PEB. In

response of same, immediate enquiry should be conducted.

g. Laptop servers should not allow installation of any other software except

authorized by IA. List of such authorized software should be provided to PEB.

5.3.4.3 Basic Amenities

1. Exam Center should have adequate number of separate Toilets for girls and boys and

safe drinking water facility.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 23

2. Exam Centers should have open space in the premises for parking of vehicles.

3. Exam Centers should have arrangements for proper light, cooling and air ventilation.

Quality of such arrangements should be at par of satisfaction level of the candidates.

4. The chairs provided should be push back with adjustable height, proper cushion and

should be in a good condition.

5.3.4.4 Surveillance System

1. All the exam halls should have CCTV surveillance cameras installed in a way that

activities each candidate is captured.

2. At least 2 CCTV cameras should be installed diagonally in an exam center having seating

capacity of 50 Candidates. After that 1 additional CCTV Camera will be required for each

additional 50 Candidates.

3. CCTV camera feeds should be stored locally on the central server at atleast 10 FPS and

1080 P Resolution.

4. CCTV camera should record Exam Center activities from 30 minute before to 30 minutes

after the examination.

5. IA will be required to store CCTV camera feeds with necessary metadata to data center

server for all the Computer Based Exam within 24 hours after the examination.

6. CCTV Camera feeds will be stored for the exams conducted in last 6 months.

5.3.4.5 Candidate Facilitation

1. Exam Centers should have direction signage, verification instructions, exam hall

reference codes, seat numbers, etc. properly displayed at appropriate locations.

2. Exam center should be clear and proper dusting of exam terminal should be performed

before examination.

3. The examination center should provide rough pads, eraser, one pencil and sharpener for

candidate use during the exam.

4. If exam center is located outside the city area or any odd location in the city where there

is no local conveyance facility available, the exam center should provide conveyance

facility to candidates on chargeable basis. IA should communicate about this facility to

all the concerned candidates by email and SMS. Mobile number of conveyance facility

provider should also be communicated to the candidates.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 24

5. Exam centers should have facility to keep Candidate’s electronic gadgets like Mobile etc.

6. Proctor/TCA room should be separate from the testing room.

5.3.4.6 Exam Center Seating Capacity Requirement

PEB conducts exam in various cities of MP. Indicative requirement of seats in various

cities of MP is given below. This requirement is minimum and may be changed any time as

per applications receive from candidates under different PEB examination. IA should

provision for additional 15000 seats apart from these minimum 10,000 seats.

Sr. No

Cities of MP Required Seating Capacity in

Accredited Exam Centres

1 Bhopal 1500

2 Chhindwara 250

3 Gwalior 1000

4 Hoshangabad 250

5 Indore 1000

6 Jabalpur 1000

7 Jhabua 250

8 Khargone 250

9 Morena 250

10 Ratlam 250

11 Rewa 500

12 Sagar 500

13 Satna 250

14 Shahdol 250

15 Singrauli 250

16 Ujjain 500

17 Balaghat 250

18 Dhar 250

19 Khandwa 250

20 Shivpuri 250

21 Guna 500

22 Mandsaur 250

5.3.5 Exam day Manpower Support

1. IA will provide required number of staff and equipments for identity/document

verification and capturing biometric detail of candidates.

2. IA will provide services of Invigilators during exam. At least one invigilator should be put

on duty for 50 Candidates.

3. On every 200 candidates, one technical person should be appointed in the role of

invigilator for troubleshooting on exam terminals.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 25

4. At the entry point of the exam area, adequate number of male and female security

personal should be appointed to control the mob and facilitate candidates during

identity verification.

5. Each exam center should have one Invigilation Supervisor. If candidates are more than

500 for a center, there should an additional supervisor for each additional 500

Candidates.

6. For each local laptop server in the exam center, one technical person should be

appointed. Out of these technical persons, at least 1 technical person should a regular

on-roll (Not contractual) employee of IA on supervisory role.

6 Computer Based Exam Conducting Process

Candidates will register themselves first on the portal and make online payment to

apply for the next exams scheduled by PEB, with choice of preferable or desired city to

appear in exam. IA will have all the records of possible occupancy in different Exam Centres.

On the basis this detail, IA will mobilize the resources and ensure all the respective exam

centres are prepared as per standards to conduct the examination. PEB will also provide

necessary instructions, guidelines and facilitations to IA for better coordination and

compliances. Following are the activities (not limited to) to conduct Computer Based Exam.

IA will provide 4 Desktop Computers in PEB head office for candidates to practice for

Computer Based Exam on Mock Test Facility of Website.

6.1 EXAM CENTER PREPARATION

Following activities will be taken-up by IA for Exam Center preparation:

1. Coordinate with Exam Centres for necessary preparation

2. Make quick inspections to track readiness in association with representative of PEB

3. Provide manpower to exam centers for desktop sanitization, network testing, security

audit, checking of sitting arrangement, basic amenities, physical security, identity

verification setup, etc. as per predefined standards and provide Exam Centre Readiness

Certificate.

4. Setup Exam Server Drive, test same and certify online 1 day before exam.

5. Setup CCTV surveillance camera in exam hall in a way that activities each candidate is

captured and connect CCTV cameras with exam center server for recording.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 26

6. Feeding of detail of Examiners, Invigilators, Observers and other staff appointed by IA

and PEB for each Exam Center and preparation of duty roster, roles and responsibilities

and reporting structure.

7. Mock drill of Online Exam in front of PEB Observers in each test center before exam.

8. Submission of Exam Center readiness declaration.

6.2 QUESTION PAPER UPLOADING FOR FIXED QUESTION EXAM

PEB is developing a comprehensive and robust question bank which will be made

connected to the Computer Based Exam application. By the time the question bank is

prepared or PEB finds it appropriate, fixed question based exams will be conducted. In fixed

question based exam, a set of questions will be prepared by PEB and submitted in exam

engine software in encrypted manner. Following will be the activities of IA in this regard:

1. IA will provide Question Authoring Tool (QAT) that can be shared online using secured

channel and MCQs can be authored remotely or locally.

2. QAT should have provision to export PKI encrypted question set to be uploaded in Exam

Application.

3. Exam Software should have provision for decrypting PKI encrypted question sets before

1 day or few hours to exam using digital signatures of PEB.

4. Exam Software should also have provision for integration with question bank. IA will

provide necessary support for importing the question bank in the exam software.

6.3 EXAM CONDUCT & SUPPORT

Entire responsibility of conducting exam at identified exam centers, will remain with

IA. IA will plan, arrange and manage all the required resources on the day of examination at

all the exam centers. Following are the activities but not limited to, for IA to perform for

conduct of examination:

1. Provide comprehensive telephonic help desk support for candidates before and during

examination.

2. Provide manpower and security personal to control candidate mob on exam day.

3. Huge number of candidates will participate in Exam from neighbouring cities or districts.

Such candidates may not be aware of Exam Center location in the city or in the premises

itself. Hence, IA will be required to prepare and display instructions, directions, signage,

etc. on exam center to facilitate candidates.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 27

4. Provide manpower at each exam center to validate candidate identity and eligibility

credentials as per guidelines provided by PEB. Multiple counters should be setup as per

Exam Centre standards and number of students appearing in the respective examination

center.

5. After Successful verification, Hall Ticket shall be generated along with randomly

generated terminal ID and password for each candidate.

6. 10% of exam terminals shall be kept reserve/vacate randomly to deal with failover

situation.

7. Candidate with valid hall ticket shall only be allowed into exam hall and exam center

staff should assist all the Candidate to locate Exam Terminal (Computer)

8. IA will arrange frisking of candidates at examination center to disallow any electronic

gadgets, pen, paper (other than admit card), bag, purse (Except wallet) etc. as per the

defined standards.

9. Provide services of invigilators in exam centers as per defined norms. Deployment of

invigilators in different halls of exam center should be done by system application on

random basis.

10. System will perform downloading of encrypted question sets in exam center servers

before 30 minutes of exam only.

11. Candidate will enter his/her hall ticket number on the terminal for login.

12. Exam will start at right time as configured on Examination Central Server. Candidate will

not be able to start exam before that.

13. Invigilators will also prepare attendance sheet including terminal no. and signing by each

candidate appeared in exam.

14. Recording CCTV Camera output in the Exam Center Server or Central Server as per

availability of bandwidth.

15. Exam automatically stops after elapsing pre-defined time on the candidate's exam

terminal.

16. Final response of the candidates will automatically get uploaded into the central server

in encrypted form.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 28

17. Each and every activity of candidates will be monitored and create detailed log legally

defendable manner as necessary to fulfil legal requirements (especially to respond RTI

Queries) if arise in future.

18. Final exam report will generated for each center and Center Observer(s) will submit this

report with his observations/comments to PEB and Computer Based Exam Control

Centre.

19. Candidate response will be uploaded on central server along with log detail and CCTV

recording. If bandwidth is not adequate, the CCTV feeds will be exported in USB Drive

and submitted in Computer Based Exam Control center for uploading into central server.

6.4 POST EXAM ACTIVITIES

After conducting the exam and uploading the candidate responses successfully from

all the examination centers, IA will ensure that candidate responses are stored safely more

than one data centers in encrypted manner and hash value of the response of each

candidate is stored in safe repository located in State Data Center safely. Apart from this IA

will also ensure that audit trail and logs are properly maintained at different levels. The IA

will be required to submit a certificate in this regard to PEB within 24 hours of exam

completion. Following are the post exam activities after providing certificate to PEB:

1. If exams are conducted on fixed question pattern, IA with decryption the Answer key (as

uploaded on Examination Server along with question paper) using private key of

appropriate authority of PEB.

2. IA will submit Candidate Biometric Detail and CCTV Camera Feeds to PEB and obtain

written receipt of same.

3. After obtaining written approval from PEB and instruction for publication of result, IA

will publish the result on Web Portal.

4. Results in PDF format will be also sent to candidates on their registered email address.

5. SMS alerts on result publication will also be sent to candidate's mobile number and

candidates will have option to obtain result using pull SMS facility provided into to

system. IA will make necessary provision into the system for same.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 29

7 Handling of RTI Queries and Court Cases

IA will be responsible to handle all the RTI Queries and Court Cases related to

Computer Based Exam on it's own cost and resources. PEB will not pay any cost to respond

RTI Queries or Court Cases. IA should carefully the read RTI Act provisions and ensure timely

response to RTI Queries filed by citizens/candidates. IA will also be liable to pay all the

penalties caused under RTI Act due to delayed response or anything else.

In the event of receiving RTI Queries, PEB will forward same to IA with a covering

letter within 3 days of receiving same. IA will prepare response and consult PEB, if required.

IA will submit final response to PEB with signature of IA representative (preferably Project

Manager) in hard and soft copies. PEB will finally respond to RTI applicant. PEB will review

the status of RTI Queries available with IA periodically.

In case of any court case filed against PEB on Computer Based Exam conducting

system or legitimacy of assessment technology, IA will represent PEB in the court of law at

it’s own cost. It will not only be a duty but a contractual obligation also for IA to protect

Computer Based Exam Conducting System in the Court of Law. Failure of same would be

seen as breach of trust and assurance provided by IA on technology solution. In such case,

PEB will proceed for imposing penalties on IA and recover cost arising out of liquidation of

damage from IA.

8 Business Guarantee

Since Computer Based Exam are being conducted first time, there are no past trends

available to estimate future demand but it is estimated that around Computer Based Exams

will be conducted by PEB for 2 Lakh Candidates in First year, 7 Lakh Candidates in second

year and 11 Lakh Candidates in Third Year. In order to cover the risk of IA, PEB guarantees to

reimburse 50% of the value quoted by IA (excluding taxes) of maximum 6 Lakhs Computer

Based Exams/ Candidate to be conducted in a period of 3 years after Go Live. Number of

Computer Based Exams also depends on the quality of assessment and trust created by IA

among PEB and other stakeholders over the time. Thus, the service quality and prompt

response by IA will certainly reflect in increased number of computer based exam far above

minimum guaranteed business.

To clarify further, this clause of Business Guarantee would be applicable only if

during the stated period of 3 years after Go-Live, the Computer Based Exams/ Candidate

remains below 6 lakhs. The 50% amount of only differential candidates/ exams shall be

payable that falls short of minimum guarantee mark of 6 lakhs as stated above. Further, if

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 30

the candidates/ exams cross the minimum guarantee mark of 6 lakhs during the stated

period, this clause would not be applicable.

It is expressly clarified that minimum guarantee amount, as per aforesaid clauses is

not payable, if the minimum guarantee mark could not be reached due to the non-

performance of the system for the reasons attributable to the IA.

9 Software Testing and Quality Assurance Requirements

1. All recommend levels of testing shall be conducted at appropriate sites. Testing must

demonstrate that the new system:

a. Satisfy the technical performance requirements and system functional requirements.

b. Perform according to detailed functional requirements

c. Meet the basic system concepts

d. Satisfy the operational and technical performance criteria

e. Provide right information to each user group or provide the efficient system navigation to process various queries or process transactions

2. The Implementation Agency must undertake the following:

a. Outline the methodology that will be used for testing the system

b. Define the various levels or types of testing that will be performed for system

c. Provide necessary checklist/documentation that will be required for testing the system

d. Describe any technique that will be used for testing the system

e. Describe how the testing methodology will confirm to requirements of each of the functionalities.

f. Indicate how one will demonstrate to PEB that all applications installed in the system have been tested

Competent Authority from PEB shall issue installation completion certificate to IA

after successful installation.

9.1 OPERATIONAL ACCEPTANCE TEST

1. Functionality: Test that the functional requirements specified for the system are actually

met. All functions must be tested when user provides inputs with correct and incorrect

inputs and testing of formats:

2. Unit Test: Each module or component should be fully tested independently before

integration.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 31

3. System Test:

a. All specified functionality should be tested. This testing verifies the program's

functionality and performance with respect to the requirements for the software.

b. All system functions, including those that are accessed through menus, should be

tested

4. Security-Attempt to break the password, Time-out facility on dormant menu/screen etc.

shall be tested."

5. Stress Test: Finding errors that will show themselves under certain combinations of

events or data values. Heavy repeating of certain actions or inputs

6. Reliability Testing: Testing the system for prolonged use at varying levels, or, possibly,

constant value at peak level

7. Performance Testing: Testing to probe the system against prescribed timing should be

tested.

8. Audit Trail: Tracking critical transactions and Logging all critical errors should be tested.

9. Multi-User Capability: Test that the application system can support several users,

sessions and prescribed load.

10. Volume Test: Test to submit the system to large volumes of data

11. System Integration Test: System would be tested with respect to integration, testing all

the integration requirements between various modules and sub-modules

12. Graphical User Interface (GUI) Test: The system will be tested for GUI which will include,

but will not be limited to, Menus, Message Boxes, Keyboard Interface, Cursor

Management, Visual Design, etc.

13. User Acceptance Tests (UAT): PEB will form different user groups which shall be headed

by a competent officer appointed by PEB for the UAT. These user groups would test the

application for the functionality, reliability and all other related tests. Once the users are

completely satisfied with the application, Implementation Agency should take a formal

sign off from the competent officer appointed by PEB for acceptance of each module.

Based on the sign off and user feedback, PEB would issue UAT certification to the

Implementation Agency for that particular module/ sub-module.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 32

9.2 TEST DOCUMENTATION

Test procedures, test data, and test results should be documented in a manner

permitting objective pass/fail decisions to be reached. They should also be suitable for

review and objective decision making subsequent to running the test, and they should be

suitable for use in any subsequent regression testing. Errors detected during testing should

be logged, classified, reviewed, and resolved prior to release of the software. Test reports

should comply with the requirements of the corresponding test plans.

The acceptance tests must demonstrate that the Implementation Agency has met

each and every requirement specified within the RFP and contract and has delivered an

effective operational system

10 Complete System Acceptance

At the end of the system acceptance period, PEB will acknowledge complete system

acceptance in writing to the IA upon completion of the following:

1. Sign off from the competent authority of PEB after completion of project activities like

installation of hardware, software, training, etc.

2. All required activities as defined in the bid document including all changes agreed by PEB

are delivered by the Implementation Agency and accepted by PEB.

3. All required system functionality and documentation as defined in the bid document

including all changes agreed by PEB and delivered by the Implementation Agency and

accepted by PEB.

4. All required documentation as defined in this bid document including all changes agreed

by PEB and delivered by the Implementation Agency and accepted by PEB.

5. All identified shortcomings/defects in the systems have been addressed to complete

satisfaction of PEB.

6. Certification by a third party testing agency if appointed by PEB.

In order to accept the system, PEB (Project Management Committee) must be

satisfied that all of the work has been completed and delivered with complete satisfaction

and that all aspects of the system perform acceptably.

The functional/logical acceptance of the system will only be certified when the

proposed system is installed and configured according to the design and that all the detailed

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 33

procedures of operating them have been carried out by the Implementation Agency in the

presence of PEB Staff.

11 Audit & Certification

PEB will undertake an exercise of Audit and Certification of the system through

STQC, as soon as the IA declares the completion of system implementation. Third party

certification is also required for application/web portal hosting in State Data Centre. The

following methodology will be adopted by the IA:

1. PEB shall nominate STQC for conducting audit and certification, upon intimation by the

IA that the system implementation is complete. PEB will bear the cost of STQC

certification and payment will directly be made to STQC by PEB.

2. The system shall also be audited through a CERT-in enrolled agency for security audit.

This security audit is essential for application hosting in State Data Centre. Cost of

security audit will born by IA.

3. The agencies nominated by PEB shall establish appropriate processes for notifying the IA

of any deviations from the norms, standards or guidelines at the earliest instance, after

noticing the same, to enable the IA to take corrective action.

4. IA shall extend all support to PEB nominated Third Party Audit Agency (TPAA) for all the

activities related to audit and certification.

5. All changes suggested by the audit agency shall be implemented by the IA upon

acceptance and approval by the PEB.

6. Third Party Auditor will issue certificate and on the basis of the same, PEB will issue

completion certificate to IA.

12 Management Support Services

The IA shall adopt an integrated service model for providing Management Support

Services. The IA shall be responsible for end to end provision of management support

services including planning, delivery and execution of services during the contract period of

3 years from Go-live. This 3 years contract term will be extendable for further 2 years on

similar terms and conditions and on mutual consent of PEB and IA. The IA shall deploy the

required resources and is responsible for:

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 34

1. Application maintenance and support services for the solution to meet the desired

service levels

2. Operations and maintenance services for the server and related infrastructure supplied

and commissioned by the IA for the application at the Data Centres.

3. Training & Change Management

4. SLA Monitoring and Management Services

13 Service Improvement

After go-live (during O&M phase), if PEB wants any modification/change in any

feature, interface, function, etc. of the application software, it will raise Change Request in

the format as prescribed by IA. It will be the duty of IA of to make changes in application

software. These changes will mostly be based on the feedbacks received from Candidates

and other stakeholders. Overall objective of such changes will be to improve quality the

Computer Based Exam services and to achieve better control over the system.

14 SLA Management Tool(s)

IA shall supply, install and configure SLA management and monitoring tool for the

Project. The SLA Management Tool will work under direct and exclusive control of PEB. This

SLA Management tool should have following features:

1. SLA management tool should be able to monitor the all the service levels defined in the

service level agreement.

2. The proposed solution should provide comprehensive and end-to-end management of

all the components for each service.

3. The proposed SLA management tools should automatically document problems and

interruptions for services and provide the consolidated violations as per the SLA.

4. The Tool should allow changing the parameters of the measurement and should allow

adding new SLAs on need basis.

5. SLA management tool should enable the PEB to have a unified view of the entire system

SLA at single console.

6. The proposed solution should provide the following performance reports.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 35

a. Executive Summary report that gives an overall view of a group of elements,

showing volume and other important metrics for the technology being viewed.

b. Capacity Planning report which provides a view of under-and-over-utilized

elements.

c. Service Level report that shows the elements with the worst availability and worst

response time-the two leading metrics used to monitor SLAs.

d. The proposed system must have a built-in report authoring tool which will enable

complete customization flexibility of performance reports.

e. The tool should provide an integrated performance view for all the managed

systems and networks along with the various threshold violations alarms in them.

It should be possible to drill-down into the performance view to execute context

specific reports.

15 Data and information security requirements

Since Computer Based Exam application is dealing with critical information and

datasets related to the performance of candidates, it shall be a paramount responsibility of

IA to maintain confidentiality of data. Hence, a strong and comprehensive information

security policy based on leading standards such as ISO 27001 and guidelines from

Department of Science and Technology (DST) would need to be followed by the IA. The

same should be approved by PEB and must be adhered by IA at all times during the currency

of the contract. At the minimum the policy should define the following guidelines:

15.1 INFORMATION CLASSIFICATION

Information within the system should be classified as:

Public

Confidential

Restricted

Access to the information should be provided based on the classification of the

information. Data owners should nominate appropriate information classification on their

data and should review information classification periodically to determine if current

classification levels are valid.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 36

15.2 HUMAN RESOURCE SECURITY

1. Background check should be performed on all individuals for whom access to the system

is requested. Access should be revoked when a user leaves the organization or does not

require access to the application.

2. User accounts of any outsourced agency personnel should include an automatic account

expiration date, set at no longer than 6 months from their start date or till expiry of

contract whichever is earlier.

3. Any personnel who becomes aware of any loss, compromise, or possible compromise of

information, or any other incident which has information security implications, will

immediately report the incident to the designated IT in-charge.

4. Any personnel found violating the IS policy, would be penalized.

15.3 PHYSICAL AND ENVIRONMENTAL SECURITY

1. All information storage media (e.g. hard disks, pen drive, magnetic tapes and CD-ROMs)

containing sensitive or confidential data will be physically secured, when not in use.

2. Security inspections should be made periodically.

15.4 COMMUNICATIONS AND OPERATIONS MANAGEMENT

1. All operations performed by third parties should be monitored periodically.

2. Backup of all critical data should be taken periodically.

15.5 ACCESS CONTROL

1. Access to the application should be given only after approval from application owner

and the competent authority.

2. The access should be on a role basis rather than designation.

3. The access control policy should cover:

a. Identification

b. Authentication

c. Authorization and Access Control

d. Administration

e. Audit

4. System should have provision to add additional layer of PKI based security and

authorization at all the access points/channels.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 37

15.6 SECURITY ALERTS

1. System should have provision for generating alerts on email and SMS to key officials of

IA and PEB in case of security breach or compromise with security standards.

2. In case of security breach situation, system should automatically generate log report and

store same in secured repository.

16 Documentation requirements

IA shall be responsible for preparation of documents including User Manuals,

Operations Manual, Administration Manual, Security Manual, Application Support Guide

and others (if any) as per industry best practices and acceptable standards (e.g. IEEE/ISO

specifications for documentation).

16.1 END USER DOCUMENTS

Documentation will be supplied and maintained by the Implementation Agency

during the project. The electronic copies shall be submitted along with all the paper

documents and manuals, required for operating and configuring the system. User will have

the rights to duplicate the hardcopy and soft copy for the documents created by the

Implementation Agency without any financial and legal implications.

16.2 TECHNICAL DOCUMENTS

The Implementation Agency shall supply operation and maintenance manuals for all

the deliverables. These shall be in such details as to enable PEB to operate, maintain, adjust

and fix the system etc. The manuals etc. for all deliverables shall be in English and in soft

and hard copy and equal to the number of the deliverables.

The Implementation Agency must ensure that the Application components being

developed are thoroughly documented with comprehensive manuals and adhere to

standard methodologies in software development as per ISO and/or CMM models. The

documents including but not limited to are:

Quality Assurance Plan Documenting the planned and systematic pattern of all

actions necessary to assure confidence that the software developed will conform

to the PEB functional and technical requirements.

Interface Control Document Documenting the interface characteristics of one or

more systems and documents agreements between interface owners. It contains

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 38

information on both the physical and data element requirements that are

necessary to make the transfer of information between systems feasible.

Test Plan Containing information on the software test environment to be used

for independent testing, the test cases to be performed, and the overall testing

schedule. This includes methodology, schedule, resources, tools, procedures,

environment definition, test cases, and software test results.

Trouble Shooting Guide/ Handbook for exam center technical staff which

describes the various trouble shooting methods.

17 Project Deliverable

The Implementation Agency has to deliver the following deliverables to PEB as part

of an assurance to fulfill the obligations under the Service Agreement. The table given below

may not be exhaustive and IA is responsible to provide all those deliverables which may be

specified in this RFP but not listed here and those agreed by IA in response to any request

from PEB. The timelines for producing each of these deliverables will be in line and closely

linked with the overall project timeline as indicated in this RFP. Any conflict with respect to

the project and/or deliverable timelines will have to be resolved by IA in consultation with

PEB and/or its designated agencies and approved by PEB. Thereafter the approved timelines

will have to be adhered to by IA, unless specified otherwise.

S.N. Deliverables

1 Project Inception Report

2 Detailed project plan for study, design, development & implementation of application system and Infrastructure.

3 Functional Requirement Specifications (FRS) Document

4 Application Receiving Web Portal

5 Helpdesk Support Center

6 Services of Computer Based Exam Software after necessary customization

7 Services of Computer Based Exam Center complying all the standards

8 SLA Monitoring and Measurement System

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 39

9. Computer Based Exam Conducting Services

10 Project Documentation

11 Daily/Weekly/for-nightly/monthly Performance Monitoring Reports and Call Log & Resolution Reports

12 4 Desktop Computers in PEB head office for candidates to practice for Computer Based Exam on Mock Test Facility of Website.

13 All the other deliverable as per solution proposed by IA

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 40

Part II Instructions to the Bidders

1 Definitions

In this Bid Document, the following terms shall be interpreted as indicated:

“Solution” means study, plan, design, develop, customize, install, configure, and

maintain entire application software.

“Application” means the Application developed/customized, tested, deployed and

changed/improved during project term by the Implementation Agency for the

purposes of rendering the Services to the Stakeholders of the Project at satisfactory

level.

“Successful Bidder” means the bidder who has submitted most suitable bid proposal

as per bid evaluation committee and who has awarded the work as Implementation

Agency.

“Implementation Agency” means the successful Bidder who signs the contract with

PEB for study, design, develop and maintain the solution deployed under the Project.

“PEB” means Professional Examination Board, Govt. of MP.

"MAP_IT" Madhya Pradesh Agency for Promotion of Information Technology,

Department of Information Technology, Govt. of Madhya Pradesh.

“Services” means the services delivered to the Stakeholders of the project by the

Implementation Agency.

“Confidential Information” means all information including Project Data (whether in

written, oral, electronic or other format) which relates to the technical, financial and

business affairs, customers, Bidders, products, developments, operations, processes,

data, trade secrets, design rights, know-how and personnel in connection with this

Bid Document.

“Project Data” means all proprietary data of project generated out of project

operations and transactions, documents and related information including but not

restricted to user data which the Bidder obtains, possesses or processes in the

context of providing the services.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 41

“Deliverables” means the products and services agreed to be delivered by the

Successful Bidder in pursuance of the agreement as defined more elaborately in

Scope of work.

“Service Level” means the level of service and other performance criteria that will

apply to the Services as set out;

“State Government” means the Government of Madhya Pradesh.

“Go-Live” means the date of issuance of certificate of Completion by PEB.

“Contract Value” is the bid value which means the price accepted by the PEB as per

Price Schedule.

2 Pre-Bid Meeting

MAP_IT (Entrusted by PEB to conduct bidding process on behalf of PEB) will host a

Pre-Bid Meeting as per the schedule given in this RFP. All those who have obtained bidding

document can participate in pre-bid meeting to seek clarification on the bid if any. Bidders

shall submit their queries in writing in prescribed format at Annexure 1 as per the stipulated

timelines through email on [email protected] and [email protected].

2.1 ADDRESS FOR COMMUNICATION

Bids should be addressed to the following office at the address given below:

Chief Executive Officer

MAP_IT,

47-A, State IT Centre,

Arera Hills, Bhopal

2.2 CLARIFICATION ON THE BID DOCUMENT

1. MAP_IT reserves the right not to respond to any/all queries raised or clarifications

sought if, in their opinion and at their sole discretion, they consider that it would be

inappropriate to do so or do not find any merit in it.

2. Response on the Pre-bid queries and amendments (if any) would be uploaded on the

websites www.mpeproc.gov.in and www.mapit.gov.in and www.vyapam.gov.in. Bidders

are advised to regularly visit the websites for updates.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 42

2.3 AMENDMENT OF BID DOCUMENT BY MAP_IT

1. At any time prior to the deadline for the submission of Bids, the MAP_IT may, for any

reason, whether on its own or in response to a clarification requested for by a

prospective Bidder, modify the Bid Document by way of amendment(s).

2. In order to allow reasonable time to the prospective Bidders for taking into account such

amendment(s), in the preparation of their Bids, the MAP_IT, at its discretion, may

extend the deadline for the submission of Bids, any time.

3. All the amendments/corrigendum (if any) would be uploaded on the website as

mentioned above. Bidders are advised to regularly visit the websites for updates.

3 Pre Qualification Criteria

Ref. No.

Pre-Qualification Criteria Supporting Document to be submitted in Envelope “A” of Bid

1 The bidder may be single entity or consortium. But all such persons/entities must notify among themselves “one” entity as lead bidder. Consortium should not exceed Two (Lead Bidder + 1) members including lead bidder.

In case of consortium, copy of Agreement signed by all the consortium partners and Power of Attorney in the name of Lead Members in the format as prescribed in Annexure 7

2 The Bidder (all the consortium partner in case of consortium) should be a legally registered entity under in India. Prime bidder should be registered at least 5 years before in India.

Certificate of Incorporation/ Registration of all the consortium partners along with the MOA/ Bye Laws

3 The bidder (Prime Bidder in case of Consortium) should have average annual turnover of Rs. 100 Crores or more in last 3 financial years (11-12, 12-13 & 13-14).

Copy of Audited Balance Sheet & Profit & Loss A/c of last 3 financial years (11-12, 12-13 & 13-14)

4 The bidder (Any of the consortium partners in case of Consortium) should have successfully executed 3 Projects of conducting Computer Based Exams in academic entrance or recruitment domain for Government Agencies/ Departments/Exam Conducting Bodies.

Work Order and Completion Certificate/ successful execution for each of 3 such projects.

5 The bidder (Any of the consortium partners in case of Consortium) should have successfully conducted at least One (1) Computer Based

Work Order/Completion Certificate/Documents showing successful completion of the Exam

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 43

Exams having minimum 7,000 candidates appeared in single shift for any department/Exam conducting body of Central or State Govt.

having more than 7000 candidates in single shift.

6 The bidder (Any of the consortium partners in case of Consortium) should have successfully conducted Computer Based Exams for more than total 2 lakh candidates in India till the date of bid submission.

Work Order(s)/Completion Certificate/Documents showing successful execution of Exams for a total of more than 2 lakh candidates in India.

7 The bidder (Consortium partner whose experience is submitted to satisfy PQ point 4 & 5) should have developed and completely own the solution (including exam software and Item bank development software) for Computer Based Examination which is being proposed in the technical bid. The solution should have been successfully implemented for more than 3 years in India.

Declaration of developing, owning and having full IPR of Computer Based Examination Solution on the letter head of bidder or consortium partner who owns the solution.

Work Order/Completion Certificate/Documents showing successful implementation of solution for more than 3 years in India.

8 The Bidder (One of the Consortium Partner in case of consortium) should have a valid CMMI level 5

Copy of CMMI level 5 Certificate

9 The bidder (Both the partners in case of Consortium) Should not be Black Listed by any Government department or Semi-government organization on the day of bidding.

Declaration of non-blacklisting on bidder’s (Both the partners if case of consortium) letter head.

10 The Bidder should provide undertaking of having capacity of conducting Computer Based Exam for 10,000 Candidates in Single Shift.

An undertaking of having capacity of conducting Computer based Exam for 10000 candidates in single shift along with list of exam centers with seating capacity as per Annexure 13.

4 General instructions

1. While every effort has been made to provide comprehensive and accurate background

information and requirements and specifications, Bidders must form their own

conclusions about the solution needed to meet the requirements. Bidders and

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 44

recipients of this RFP may wish to consult their own legal advisers in relation to this

RFP.

2. All information supplied by Bidders shall be treated as contractually binding on the

Bidders. On successful award of the assignment by PEB, the same information shall be

the basis of the contract.

3. This Tender supersedes and replaces any previous public documentation &

communications, and Bidders should place no reliance on such communications.

4. MAP_IT reserves the right to postpone or cancel a scheduled Tender opening at any

time.

5. The Tender would be led only by the bidder to whom the Tender document fee

receipt has been issued and cannot be transferred to any other entity.

6. Each bidder shall submit only one Proposal. The bidder who submits more than one

Proposal will be disqualified.

7. For interpretation of any clause in the Bid Document or Contract Agreement the

interpretation of the Bid Evaluation Committee shall be final and binding on the

Bidder.

5 Proposal Preparation

Bidder is expected to examine all instructions, forms, terms and requirements in the

RFP document and prepare the proposal accordingly. Failure to furnish all information

required by the RFP document or submission of a proposal not substantially responsive to

the RFP document in every respect may result in the rejection of proposal. The proposals

should be submitted in three parts as mentioned in the following sections:-

5.1 PRE QUALIFICATION

Along with other documents, following documents shall be a part of Pre-

qualification:-

1. EMD in the form of a Demand Draft or Bank Guarantee issued by a Scheduled/

Nationalized Bank in favour of MAP IT payable at Bhopal. To be submitted Offline

before opening of bid. In case of bidder's representative is willing to participate in bid

opening process, it is advised to bring original EMD DD/BG 30 minutes before opening

of bid submit directly to Tender Opening Committee offline.

2. Bid Form on the bidder’s letter-head as per Annexure 2, 3 and 4.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 45

3. An authorization letter for granting authority to the person for signing the proposal.

Annexure 9.

4. Certificate of Incorporation if any or relevant registration documents.

5. Audited annual financial results (balance sheet and profit & loss statements) of the

bidder for the last three financial years i.e.2011-12, 2012-13 and 2013-14.

6. Copy of Work orders/Completion Certificates as mentioned in the bid form.

7. Client Reference list (similar domain as per the requirements in this RFP).

8. Undertaking for not being blacklisted by any State / Central Govt. by the bidder as per

Annexure 10.

9. An undertaking (in the format given at Annexure 13) of having capacity of conducting

Computer based Exam for 10000 candidates in single shift along with list of exam

centers with seating capacity.

10. Permanent Account Number (PAN) from Income Tax authorities of bidder along with

certified photocopy.

11. Power of Attorney to Lead Bidder by Consortium Members as per Annexure 7

12. Service Tax and VAT Details of bidder.

13. Copy of CMMI Level 5 Certificate.

14. Certificate of conformity as per Annexure 11

15. Other documents as mentioned in the Eligibility Criteria section under each

assignment.

5.2 TECHNICAL PROPOSAL

Technical Bid shall be submitted along with covering letter as per Annexure 5. The

technical Bid should contain a detailed description of the proposed solution. It should

articulate in detail, as to how the Bidder’s Technical Solution meets the requirements

specified in the Bid. The Technical Bid must not contain any pricing information. Any

information submitted, additional to the required response should be marked as

‘Supplementary’ and will be furnished as separate section. If the Bidder wishes to propose

additional services (or enhanced levels of services) beyond the scope of this Bid, the

proposal must include a description of such services as a separate attachment to the Bid.

The technical Bid should entail the details of Tasks to be performed as per detailed scope of

work and technical specifications.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 46

Along with Technical Proposal, the bidders are advised to submit a copy of their

technical presentation in PDF Format. Purpose of this presentation is to facilitate committee

members to effectively comprehend the proposed solution, bidders capability, additional

offerings and compliance on technical evaluation parameters. The presentation should be in

following format:

1. Introduction of Bidder/Consortium (3-5 Slides)

2. Experience of similar projects (5-7 Slides)

3. Detail of existing Exam Software and Question Repository Development Software (3-5

Slides)

4. Strategy for development of "Computer Based Exam Conducting Protocol" and

Computer Based Exam Management Framework Document (2-4 Slides)

5. Strategy for Question Repository Development (3-5 Slides)

6. Strategy for conducting Computer Based Exams in highly secured, fair and transparent

manner (3-5 Slides)

7. Strength and Capability of Bidder/Consortium with respected to Computer Based Exam

Assignment (3-5 Slides)

8. Offerings additional to RFP Scope, if any. (2-3 Slides)

9. Compliances on Technical Evaluation Parameters with reference of Technical Proposal

submitted with Bid (3-5 Slides)

10. Final words (2 Slides)

5.3 COMMERCIAL PROPOSAL

1. The commercial proposals should be submitted as per the format of Commercial Bid

given at Annexure 8 Adherence to the prescribed format and terms as mentioned in this

RFP must strictly be followed. Any deviation or any condition written in the financial

except mentioned in the prescribed format, will result in disqualification of bid.

2. The unit quantity data specified in the price Bid serial no. A & B indicates the volume

likely to get routed during three years which is purely based on the average of past five

years data. Further estimations are carried out to ascertain the quantities that are likely

to get routed through online exams for further period. The bidder shall not regard the

volume specified as a commitment from the PEB, as these are mentioned for bid

evaluation purpose. The figures are bound to change based on various circumstances.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 47

3. Unless expressly indicated, Bidder shall not include any technical information regarding

the services in the commercial Bid. Additional information may be submitted to

accompany the proposal. In submitting additional information, it should be marked as

supplemental to the required response. Prices shall be quoted entirely in Indian Rupees

and must include all applicable taxes and levies, except Service Tax.

4. The Bidder is required to ensure that the products and services quoted are as per

prescribed specifications and standard.

5. The Bidders are required to quote their best prices, inclusive of all taxes, levies, freight,

forwarding, handling, insurance, inland transportation, local costs etc. incidental to the

delivery of goods and services to their final destination.

6. The rates offered by the Bidder should be firm and free from all escalations. Prices

quoted by the Bidder shall be fixed during Bidder’s performance of the Contract and

shall not be subject to variation on any account. A Bid submitted with a price

adjustment/variation provision will be treated as non-responsive and rejected, pursuant

to Clause of Preliminary examination mentioned in this bid document.

5.4 LANGUAGE OF BID

The Bid prepared by the Bidder, the correspondences as well as all the document

relating to the Bid exchanged between the Bidder and the MAP_IT, shall be in English

language. Supporting documents and printed literature furnished by the Bidder may be in

some other language, provided, they are accompanied by an accurate translation of the

relevant passages in English.

5.5 AUTHORISED SIGNATORY ON BEHALF OF THE BIDDER

The bidder’s representative/ officer vested (explicitly, implicitly, or through conduct)

with the powers to commit the authorizing organization to a binding agreement. Also called

signing officer/ authority, having the Authorization Certificate (Annexure 9) from the

competent authority of the respective Bidding firm.

6 Bid Security (EMD) & Security Deposit

1. The bidder shall furnish a bid security (EMD) of Rs. 1 Crore.

2. The Bid Security (EMD) shall be in Indian Rupees and shall be in form Demand Draft or

Bank Guarantee, issued by a Scheduled / Nationalized Bank in India, in favour of MAP IT

payable at Bhopal.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 48

3. The EMD shall be valid for at least 80 days in case of DD and 180 days in case of Bank

Guarantee from the date of submission of proposal. No interest shall be payable on Bid

Security under any circumstances.

4. The EMD of all the bidders shall be discharged by MAP_IT after the signing of agreement

with Successful Bidder.

5. The Bid security will be forfeited at the discretion of MAP_IT on account of one or more

of the following reasons:

5.1. Bidder withdraws its Proposal during the period of proposal validity

5.2. Bidder does not respond to requests for clarification of its proposal.

5.3. Bidder is found to canvass, influence or attempt to influence in any manner the

qualification or selection process, including without limitation, by offering bribes

or other illegal gratification.

5.4. Bidder submitted false or misleading documents/credentials for the purpose

getting unethical advantage in evaluation process.

5.5. In case of a successful Bidder, the said Bidder fails-to sign the Agreement in time.

6. Successful bidder shall submit Bank Guarantee or DD as Performance Security/Security

deposit of 10% of bid value or Rs. 10 crores which ever is higher.

7. Performance Bank Guarantee shall be valid for a period of 6 months beyond the date of

completion of all contractual obligations of successful bidder.

8. After the completion of all contractual obligations, security deposit will be returned to

the successful bidder within 90 days.

7 Compliance & Completeness of Response

Bidders are advised to study all instructions, forms, terms, requirements and other

information in the RFP document carefully. Submission of bid shall be deemed to have been

done after careful study and examination of the RFP document with full understanding of its

implications. The response to this RFP should be full and complete in all respects. Failure to

furnish all information required by the RFP documents or submission of a proposal not

substantially responsive to the RFP documents in every respect will be at the bidder's risk

and may result in rejection of its bid proposal and forfeiture of the bid EMD. The RFP

Document is not transferable to any other bidder.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 49

8 Bid Submission

1. Bids must be direct, concise, and complete. All information not directly relevant to this

RFP should be omitted. Purchaser shall evaluate the bid based on its clarity and the

correctness of its response to the requirements of the project as outlined in this RFP.

2. The bids shall be submitted online on https://www.mpeproc.gov.in/ as per the formats

given below

8.1 FORMAT OF SUBMISSION

1. EMD (Offline submission):

An envelope containing EMD is to be super scribed as “EMD for Computer Based

Examination Services for Computer Based Exam RFP” The envelop is to be submitted

physically at MAP_IT office, State IT center, 47-A, Arera Hills, Bhopal, Madhya Pradesh

before the time of Bid opening.

2. EN-01 Pre-qualification (Online Submission):

The PDF file should be titled as “Pre-qualification Bid - Computer Based Examination

Services for PEB” should contain following documents:

a. Scanned Copy of Demand Draft/ bank Guarantee being submitted as EMD.

b. Annexure – 2 : Bid Covering Letter

c. Annexure – 3 : Bid Form

d. Annexure – 4 : Pre-qualification Form

e. Annexure – 6 : Bid Security Form

f. Annexure – 7 : Power of Attorney to Lead Bidder in case of consortium

g. Annexure – 9 : Bidder's Authorization Letter

h. Annexure – 10 : Self Declaration on Non-blacklisting

i. Annexure – 11 : Certificate of Conformity

j. Annexure – 13 : Undertaking of having capacity of conducting examination of

10,000 candidates in single shift.

k. Credentials/Documents as mentioned in Pre-qualification criteria and as required

to fulfill eligibility criteria

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 50

3. EN-02 Technical Bid (Online Submission):

The PDF file should be titled as “Technical Bid - Computer Based Examination Services

for PEB” should contain Technical Proposal. Technical bid should be submitted allowing

with Technical Bid Covering letter as per Annexure 5. The following are essential

components of technical proposal. (Technical proposal should not have more than 100

pages):

1. Brief about Bidder

2. Understanding of the Project

3. Proposed Solution

a. Detailed description of solution

b. Suitability and compliance with PEB requirements

c. Customization Strategy

d. Instances of similar usage in other agencies/projects.

e. Benchmarking of the product (if any)

4. Licensing Policies for proprietary products/components of solution (if any)

5. Scalability and Performance Requirements

6. UAT Process

7. Training and Change Management strategy

8. STQC Certification and Security Audit

9. Deliverables and sign-off for Golive

10. SLA Tracking

11. Operation and Maintenance strategy

12. Manpower deployment

13. Risk Identification/Mitigation Strategies

14. Exit Management

15. Key Deliverables (along with example deliverables, where possible).

EN-03 Financial Bid:

The PDF file titled as “Financial Bid – Computer Based Examination Services for PEB” has to

be uploaded electronically and would include Annexure – 8. Prices shall be quoted entirely

in Indian Rupees and must include all applicable taxes and levies, except Service Tax. In case

of discrepancy between amount given in words and figures, the details given in words shall

prevail.

9 Bid Validity

All the bids must be valid for a period of 180 days from the last date of submission of

the RFP for execution of Contract Agreement. However, the quoted rates should be valid for

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 51

the initial/ extended period of the contract from the effective date of the Contract

Agreement. No request will be considered for price revision during the contract period.

10 MAP_IT’s right to terminate the process

MAP_IT may terminate the RFP process at any time and without assigning any

reason. MAP_IT makes no commitments, express or implied, that this process will result in a

business transaction with anyone. This RFP does not constitute an offer by MAP_IT.

11 Disqualification of bids

MAP_IT may at its sole discretion and at any time during the processing of tender,

disqualify any bidder from the tendering process if the bidder has:

1. Submitted the tender after the prescribed date and time of submission of bids.

2. Made misleading or false representations in the forms, statements and attachments

submitted.

3. If found to have a record of poor performance such as abandoning works, not properly

completing the contract, inordinately delaying completion, being involved in litigation

or financial failures, etc.

4. Submitted bid document, which is not accompanied by required documentation and

Earnest Money Deposit (EMD) or non-responsiveness.

5. Failed to provide clarifications related thereto, when sought.

6. Bidders who are found to canvass, influence or attempt to influence in any manner

the qualification or selection process, including without limitation, by offering bribes

or other illegal gratification, shall be disqualified from the process at any stage.

7. The bid is not submitted in accordance with this document.

8. The firms is not meeting eligibility criteria as mentioned in this RFP

9. Bidder has submitted condition bid.

10. Bidder has submitted more than one bid. This will cause disqualification of all bids

submitted by such bidders.

11. Bidders may specifically note that while processing the tender documents, if it comes

to knowledge expressly or implied, that some bidders may have compounded in any

manner whatsoever or otherwise joined to form a cartel resulting in delay / holding up

the processing of tender then the bidders so involved are liable to be disqualified for

this contract as well as for a further period of two years from participation in any of

the tenders floated by any department of Govt. of MP. It is also clarified that if need

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 52

arises then MAP_IT would go in for appointment of outside party(s) to undertake the

work under the captioned tender.

12 MAP_IT’s Rights to Accept/Reject any or all Proposals

MAP_IT reserves the right to accept or reject any proposal, and 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 or bidders or any obligation to inform the affected bidder

or bidders of the grounds for MAP_IT’s action.

13 Bid Evaluation

1. Bids will be evaluated by Technical Evaluation Committee constituted by PEB.

2. The decision of the Technical Evaluation Committee shall be final. No correspondence

will be entertained outside the process of negotiation/ discussion with the committee.

3. If there is a discrepancy between words and figures, the amount in words shall prevail.

4. The Technical Evaluation Committee may conduct clarification meetings with each or

any bidder to discuss any matters, technical or otherwise.

5. Bid document shall be evaluated as per the following steps:

13.1 PRELIMINARY EXAMINATION

1. A three-stage procedure will be adopted for evaluation of bid proposals, with the pre-

qualification being completed before the technical evaluation and thereafter financial

proposals being opened and compared.

2. Preliminary examination shall involve assessment of Offline Envelop of EMD and EN-

01 as specified above. The submitted documents shall be examined to determine

whether the bidder meets the eligibility criteria, completeness of the bid, whether the

documents have been properly signed by the authorized signatory and whether the

bids are generally in order.

3. MAP_IT reserves the right to seek information/clarifications from the bidders. Any

bids found to be non-responsive for any reason or not meeting the minimum levels of

eligibility criteria specified in the various sections of this Tender Document shall be

rejected and not included for further consideration.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 53

4. Bid Evaluation Committee may waive any minor infirmity or non-conformity or

irregularity in a Bid which does not constitute a material deviation, provided such a

waiver does not prejudice or affect the relative ranking of any Bidder.

5. Prior to the detailed evaluation, the Evaluation Committee will determine the

substantial responsiveness of each Bid to the bidding documents. For purpose of these

Clauses, a substantially responsive Bid is one, which conforms to all the terms and

conditions of the bid documents without material deviations.

6. If the Evaluation Committee determines that a Bid is materially deviating from the

prescribed terms and conditions, then the matter may be referred at higher level to

decide whether the deviations of the Bid are material or not. Decision of the

Evaluation Committee regarding this shall be final and binding.

7. The Committee’s determination of a Bid's responsiveness shall be based on the

contents of the Bid itself without recourse to extrinsic evidence.

8. If there is any difference in interpretation of RFP Terms, Bid Evaluation Committee's

interpretation will be final and applied on all the bids. Bidders are advised to seek

clarification on such RFP terms, if any, during pre-bid meeting or ask same in written

in pre-bid clarification response.

13.2 TECHNICAL EVALUATION

1. Technical bids shall be opened only of the bidders who qualify pre-qualification

criteria and submitted all the documents and details in prescribed format up to

satisfaction level of Bid Evaluation Committee.

2. An intimation of will be given to all the bidders before opening of technical bid.

3. The committee will evaluate technical bid on the ground of scope of services

mentioned in the RFP.

4. The committee may seek further clarification, if required, from the bidders for the

purpose of technical evaluation.

5. If a Technical Bid is determined as not substantially responsive, the MAP_IT will reject

it and in such a case Commercial Bid will not be opened.

6. The committee will invite each of qualified bidders to make a presentation at a date,

time and location decided by MAP_IT. The purpose of such presentations would be to

allow the Bidders to present their proposed solutions to the committee and the key

points in their Bids.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 54

7. Solution, strategies, offerings and compliances presented in the form of technical

presentation will become essential part of Services Agreement to be signed with the

successful bidder.

13.2.1 Criteria for Evaluation and Comparison of Technical Bids

The technical proposal will be evaluated using the following criteria:

Sr. No.

Technical Parameter – Checklist

(Must submit Documentary evidence for each parameter)

Maximum Marks

1 The bidder (Prime Bidder in case of Consortium) should have average annual turnover of Rs. 100 Crores or more in last 3 financial years (11-12, 12-13 & 13-14).

100 Crore or more = 10 Marks

300 Crore or more = 12 Marks

500 Crore or more = 15 Marks

15

2 The bidder (Any of the consortium partners in case of Consortium) should have successfully completed 3 Projects of conducting Computer Based Exams in academic entrance or recruitment domain for Government Agencies/ Departments/Exam Conducting Bodies.

3 or more Projects = 10 Marks

6 or more Projects = 12 Marks

10 or more Projects = 15 Marks

15

3 The bidder (Any of the consortium partners in case of Consortium) should have successfully conducted at least One (1) Computer Based Exams having minimum 7,000 candidates appeared in single shift for any department/Exam conducting body of Central or State Govt.

7000 or more candidates in single shift = 7 Marks

15000 or more candidates in single shift = 8 Marks

20000 or more candidates in single shift = 10 Marks

10

4 The bidder (Any of the consortium partners in case of Consortium) should have successfully conducted Computer Based Exams for more than Total 2 lakhs candidates in India till the date of bid submission.

2 Lakhs or more = 10 Marks

5 Lakhs or more = 12 Marks

10 Lakhs or more = 15 Marks

15

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 55

5 The bidder should have developed and completely own the solution (including exam software and Item bank development software) for Computer Based Examination which is being proposed in the technical bid. The solution should have been successfully implemented for more than 3 years in India.

3 Years or more = 7 Marks

6 Years or more = 8 Marks

10 Years or more = 10 Marks

10

6 Experience of conducting Computer Based Exams in MP 5

7 Technical Presentation

The technical presentation essentially should include following:

a) Introduction of Bidder/Consortium (3-5 Slides)

b) Experience of similar projects (5-7 Slides)

c) Detail of existing Exam Software and Question Repository Development Software (3-5 Slides)

d) Strategy for development of "Computer Based Exam Conducting Protocol" and Computer Based Exam Management Framework Document (2-4 Slides)

e) Strategy for Question Repository Development (3-5 Slides)

f) Strategy for conducting Computer Based Exams in highly secured, fair and transparent manner (3-5 Slides)

g) Strength and Capability of Bidder/Consortium with respected to Computer Based Exam Assignment (3-5 Slides)

h) Offerings additional to RFP Scope, if any. (2-3 Slides)

i) Compliances on Technical Evaluation Parameters with reference of Technical Proposal submitted with Bid (3-5 Slides)

j) Final words (2 Slides)

30

Total 100

Note: Bidder has to submit sufficient documents to support their claims for marks.

The commercial bids of only those bidders, who have scored at least 70 marks in

technical bid evaluation process, will be considered for commercial bid evaluation.

13.3 OPENING & COMPARISON OF COMMERCIAL BIDS

1. The Commercial Bids will be opened by Financial Evaluation Committee constituted

by PEB, in the presence of Bidders’ representatives (Maximum two for each bidder)

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 56

who choose to present during opening. The Bidder’s representatives who are

present shall sign a register evidencing their attendance. It is not mandatory for

bidders to attend the bid opening.

2. The Commercial Bid of only technically qualified bidders will be opened. Those

technically qualified bidders shall be termed as Substantially Responsive. The

decision of the MAP_IT in this regard shall be final.

3. The Commercial Bids will be opened and compared (after the technical evaluation is

completed) for those Bidders whose technical bids reach the minimum threshold

standards (i.e. 70 marks).

4. Bidder quoting “Lowest Bid Value” will be considered for selection.

5. MAP_IT reserves the right to not to award the contract to the bidder lowest quoting

bid value without assigning any reasons thereof.

13.4 COMMERCIAL BID REJECTION CRITERIA

Commercial bid will be summarily rejected on any of following situation:

1. Incomplete Price Bid.

2. Price Bids that do not conform to the Tender’s price bid format.

3. If any condition or term, except those included in price bid format, written additionally

in the price bid.

14 Selection of Bidder

MAP_IT has been entrusted by PEB to conduct entire selection process. After

successful evaluation of bids, MAP_IT (through its bid evaluation committee) will identify

best suitable proposal/bid and forward same to PEB with necessary recommendations.

MAP_IT will also assist in drafting service agreement to be signed between selected bidder

and PEB. Notification of award will be issued by PEB to the successful bidder.

14.1 RIGHT OT ACCEPT OF REJECT ANY OR ALL BIDS

The MAP_IT reserves the right to accept or reject any Bid, and to annul the Bid

process and reject all Bids at any time prior to the award of Contract, without thereby

incurring any liability to the affected Bidder or any obligation to inform the affected Bidder

of the grounds for the MAP_IT's action.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 57

14.2 NOTIFICATION OF AWARD TO THE BIDDER

Before the expiry of the period of validity of the proposal, the PEB shall notify the

successful Bidder in writing by registered letter or by fax, that its bid has been accepted. The

Bidder shall acknowledge in writing receipt of the notification of award and will send his

acceptance to enter into agreement within seven (7) days.

14.3 RIGHT TO VARY ACTIVITIES AT THE TIME OF AWARD

The PEB shall have the right to make any alterations, omissions, additions or

subtractions in items, their quantities at the time of award of contract. PEB will give such

intimation to the successful Bidder, and additional cost/deduction in the Bid prices, based

on the price schedule submitted by him, will be worked out with the Bidder.

14.4 AWARD OF CONTRACT

Contract will be awarded by PEB to the responsive Bidder whose Bid conforms to the

requirements and represents the best value to the project, price and other factors

considered.

14.5 SIGNING OF CONTRACT

The signing of agreement will amount to award of contract and bidder will initiate

the execution of the work as specified in the contract/agreement. If the bidder refuses to

accept the award within one week and disinclines / or neglects the signing the contract

agreement and does not offer to sign the agreement immediately after one week of receipt

of letter of intent and does not sign the contract agreement within a fortnight, the MAP_IT

may forfeit the bid security of the bidder. The incidental expenses of execution of

agreement / contract shall be borne by the successful bidder.

14.6 DISCHARGE OF BID SECURITY:

Upon the successful signing of the agreement, PEB shall promptly request the Bidder

to provide performance security. On receipt of the performance security, the bid security

will be released by MAP_IT.

14.7 PERFORMANCE SECURITY

1. Within 21 days of notification of award, the Selected Bidder shall furnish

performance security equal to 10% of bid value or Rs. 10 crores which ever is higher,,

valid up to 6 months after the date of completion of the project term that includes 3

Years maintenance period after ‘Go Live’ of the project.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 58

2. The proceeds of the performance security shall be payable to the PEB as

compensation for any loss (es) resulting from the failure of the Bidder to meet out its

obligations under the Contract.

3. The performance security shall be furnished in the form of an unconditional and

irrevocable and Bank Guarantee/DD for Contract Performance of the sum equivalent

to 10% of the total contract value or Rs. 10 crores which ever is higher, in a form and

manner acceptable to the PEB which would remain valid until such time and be

renewable as may be stipulated by the PEB.

14.8 LOSS OF REVENUE TO MAP_IT

1. The bidder shall be vicariously liable to indemnify the PEB in case of any misuse of

data/information by the bidder, deliberate or otherwise, which comes into the knowledge

of the PEB during the performance or prevalence of the contract. The amount of indemnity

in any case will be decided by the Competent Authority in PEB.

14.9 USE OF CONTRACT DOCUMENTS AND INFORMATION

1. The bidder shall not, without prior written consent of PEB, disclose the contract, or

any provision thereof, or any specification, plan, drawing, pattern, sample or information

furnished by or on behalf of the PEB in connection therewith, to any person other than a

person employed by the bidder. Disclosure to any such employed person shall be made in

confidence and shall extend only so far, as may be necessary for purposes of such

performance of the contract.

2. Any document, other than the contract itself, shall remain the property of the PEB

and shall be returned (in all copies) to the PEB on completion of the selected bidder’s

performance under the contract, if so required by the bidder.

14.10 FAILURE TO ABIDE BY THE AGREEMENT

1. The conditions stipulated in the agreement shall be strictly adhered to and violation

of any of these conditions will entail termination of the contract without prejudice to the

rights of the PEB with such penalties as specified in the agreement.

15 Roles and Responsibilities

15.1 ROLE OF PEB

1. As an owner of the Project, the role of PEB in the successful implementation of the

project includes discharging the following responsibilities:

a. Laying down the matrix of success of the Project;

b. Coordinate with Exam Stakeholders

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 59

c. Promotion of Computer Based Examination System among citizens, candidates,

govt. departments and recruitment agencies.

d. Making payment to the Implementation Agency after necessary due diligence.

e. Identify and deploy resources take part in conducting fair and transparent

Computer Based Exams.

f. Provide necessary approvals and support as required by IA to conduct Computer

Based Exam successfully.

g. Laying down the policies related to functioning of Computer Based Exam;

h. Approving the budget and releasing the funds required for the Project;

i. Facilitate and/or approve the deputation of employees for the Project;

j. Constituting a Computer Based Exam Management Committee and Project Support

Team for facilitating smooth implementation of the Project;

k. Reviewing the performance of the Implementation Agency;

l. Issuing directions on Computer Based Exam and IA as may be needed;

m. Ensuring that all the stakeholders take active part in the project;

n. Identifying & nominating appropriate personnel to participate in the Acceptance

Testing;

o. Engaging a third party for acceptance testing and audit of security & controls of

critical components of the project;

p. Periodic review and testing of SLA Monitoring System implemented by IA for

accuracy and completeness in the reports generated from the system.

15.2 ROLE OF IMPLEMENTATION AGENCY

The responsibilities of IA are as specified in the Scope of Work section of Part I of this

RFP.

16 Service Level Agreement

Following section outlines the key service level requirements for the system, which

needs to be ensured by the IA. These performance requirements shall be strictly imposed

and a third party audit/certification agency also be deployed by PEB for certifying the

performance of the IA against the target performance matrix. The SLA monitoring shall be

performed/reviewed on a regular basis. During the Contract period, it is envisaged that

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 60

there could be changes to the SLA, in terms of addition, alteration or deletion of certain

parameters, based on mutual consent of both the Parties i.e. PEB and IA.

17 SLA Monitoring

The SLA parameters shall be measured on a daily/weekly/monthly/ quarterly basis as

per the individual SLA parameter requirements, through appropriate SLA Measurement

tools provided by the IA for the purpose and audited by a third party for accuracy and

reliability. If the performance of the system/services is degraded significantly at any given

point in time during the Contract and if the immediate measures are not implemented and

issues are not rectified to the satisfaction of PEB, then PEB will have the right to take

appropriate corrective actions including termination of the Contract. The Service Levels shall

be reviewed on an annual basis by PEB after taking the advice of the IA, Computer Based

Exam Management Committee. Changes in SLA would be made by PEB after consultation

with the IA.

17.1 SERVICE LEVEL STANDARDS

The IA has to meet the service level norms failing which the contract is liable to be

penalized or cancelled.

1. Setup and maintain requisite hardware and software at State Data Center to ensure 99%

uptime. Following will be excluded to calculate downtime:

a. Failure of the infrastructure, electricity etc. in the SDC.

b. Preventive maintenance and Planned Outage

c. Downtime caused due to any reason beyond control of IA for which, IA has made

best of its effort to reduce downtime

2. Computer Based Exam Conducting Services with complete transparency and accuracy

a. Provide services of Exam Center as per standards defined in the RFP.

b. Provide manpower services as standards defined in the RFP.

c. Provide necessary hardware to exam center for conducting Computer Based

Exam.

d. Provide necessary facilitation to Computer Based Exam Candidates as per

Standards defined in the RFP

3. Locate, resolve and repair technical faults

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 61

17.2 SLA CATEGORIES

1. This SLA document provides for minimum level of services required as per contractual

obligations based on performance indicators and measurements thereof. The IA shall

ensure provisioning of all required services while monitoring the performance of the

same to effectively comply with the performance levels. The services provided by the IA

shall be reviewed by the PEB that shall:

a. Regularly check performance of the IA against this SLA.

b. Discuss escalated problems, new issues and matters still outstanding for resolution.

c. Review of statistics related to rectification of outstanding faults and agreed changes.

d. Obtain suggestions for changes to improve the service levels.

3.2. The following measurements and targets shall be used to track and report

performance on a regular basis. The targets shown in the following table are applicable for

the duration of the contract. Please note that the IA should provide comprehensive, end-to-

end service to conduct Computer Based Exam. No reason shall be entertained (unless those

mentioned in Force Majeure) in case of un-availability of any service given in the scope of

work in this RFP and the appropriate penalty shall be levied. The SLA has been logically

segregated in the following categories:

17.2.1 Service Levels for Implementation before Go-Live

If the IA fails to complete any milestone within the time period (s) specified in this

RFP, PEB may without prejudice to its other remedies under the Agreement, levy as

Penalties, Rs. 5 Lakh for each week or part thereof of delay, until actual delivery of

performance. This penalty will be capped for maximum of Rs. 1 Crore after which, PEB may

terminate the Agreement. Project delay, caused on account of STQC Certification or SDC Co-

hosting services, will be excluded from the calculation of duration for Penalty.

17.2.2 Service Levels for Performance after Go-live

Penalties in this category are capped upto 40% of bid value.

Sr.No. Service levels

Measurement

Severity Penalty

1 99% Availability and Accessibility of Computer Based Exam Central Data Center services including all the softwares and Web Portal.

Critical Rs. 10,000 for every 2 hours of down time per month at a stretch or in parts up to total down time of 10 hours. This down time shall be calculated over and above the total hours of downtime permissible.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 62

Beyond 10 hours of down time, Rs. 50,000 for every 1 hour in a month of down time at a stretch or in parts.

2 Provide manpower in exam center during each shift of exam day as per standards.

Critical Rs. 5000 per Invigilator for non-availability invigilators as per defined standards.

Rs. 10000 per Invigilation Supervisor for non-availability of Invigilation Supervisors as per defined standards

If more than 20% invigilators are not available in a shift of any exam center, a penalty of Rs. 5000 per candidate appeared in the exam center will be charged.

3 Conduct Computer Based Exam in all the identified/planned centers.

Moderate

In case of Question Repository based Exam, if exam could not be conducted in a Exam Center due to lack of services provisioning by IA, a penalty of Rs. 5000 per candidate appeared in the exam center will be charged.

If Examination in a center delayed for more than 1 hour then a penalty of Rs. 5 lakh will be imposed.

4 Make provision 10% additional Exam Terminals in each Exam Center for failover situation.

Moderate

Rs. 10,000 per Exam Terminal not provisioned as 10% additional Exam Terminals in any Exam Center for failover situation.

5 Setup CCTV Cameras for surveillance during exam as per standards

Critical Rs. 10000 per CCTV Camera not available or out of order as per defined standards.

If CCTV Cameras are available and are in working conditions but complete recording is not submitted by IA, it will be deemed as not working/available camera and penalty will be charged.

6 Computer Based Exams should be conducted in fair and transparent manner.

Critical If security of the system is compromised and resulted into false or manipulated or forged Computer Based Exam scores of candidate(s), a penalty Rs. 5 Crore for will be levied, liquidated amount of damage will also be recovered as additional and

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 63

no payment for such exam(s) will be made to IA.

7 If exam could not be conducted due lack of performance of IA or due to lack service provisioning/delivery by IA as per scope of services in the RFP.

Moderate

A penalty Rs. 1 Crore for will be levied and no payment for such exam(s) will be made to IA.

8 If Exam Paper gets leaked due to failure of IT security system setup by IA.

Critical A penalty up to Rs. 2 crore and liquidated amount of damage, whichever is higher, will be recovered from IA and parallelly case of criminal offence may be lodged against the person/party responsible for such confidentiality breach, if it is proved that the event has occurred due to the involvement of IA or any of its representatives. Payment for conducting Computer Based Exam will not be made to IA.

18 General Terms and Conditions

18.1 APPLICABLE LAW

The contract shall be interpreted in accordance with the laws of the Govt. of India

and the Government of M.P.

18.2 TERMINATION

18.2.1 Termination for Default

1. PEB after consultation with the State IT Department, Government of MP may, without

prejudice to any other course of action, for breach of contract, by written notice of 30

days to the IA, terminate the agreement in whole or in part, if:

a. The IA fails to perform any or all of the obligations within the time period(s)

specified in the agreement or any extension thereof granted, by Competent

Authority from PEB.

b. The quality of the delivery of various tasks is not up to the satisfaction of the PEB.

c. The IA fails to perform any other obligation under the agreement.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 64

2. In the event of the Competent Authority terminating the contract in whole or in part,

pursuant to clause above, the PEB may procure at IA’s risk and cost upon such terms and

in such a manner as it deems appropriate, services similar to those remaining

undelivered. The IA shall be liable to pay for any excess costs incurred by the Competent

Authority for such procurement at his risk and cost. However, the IA shall continue with

the performance of the contract to the extent not terminated.

3. The IA shall stop the performance of the contract from the effective date of termination

and hand over all the reports studies etc. to PEB for which payment has been made. No

consequential damages shall be payable to the IA in the event of termination.

4. In case of termination of contract as mentioned in Clause above, Bank Guarantee

furnished by the IA by way of Performance Security shall stand forfeited.

18.2.2 Termination for Convenience

PEB, by prior written notice sent to the IA at least one month in advance, may

terminate the contract, in whole or in part thereof, at any time for its convenience. The

notice of termination shall specify that termination is for the PEB's convenience and also the

extent to which performance of the IA under the contract is terminated, and the date on

which such termination becomes effective. No consequential damages will be payable to

the IA in the event of such termination. However Upon such termination, IA shall be entitled

to payment only as follows: (1) the actual cost of the work completed in conformity with

this Agreement; plus, (2) such other costs actually incurred by IA as are permitted by the

PEB.

18.2.3 Termination for Insolvency

PEB may at any time terminate the contract by giving notice to the IA, if the IA

becomes bankrupt or otherwise insolvent. In this event, termination will be without

compensation to the IA, provided that such termination will not prejudice or affect any right

of action or remedy, which has accrued or will accrue thereafter to the PEB.

18.3 CORRUPT OR FRAUDULENT PRACTICES

1. PEB requires that the IA must observe the highest standard of ethics during the

performance and execution of this contract. For this purpose the following definitions of

unethical behaviour will be assumed.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 65

a. "Corrupt practice" means offering, giving, receiving or soliciting of anything in

value or favour to influence the action of a public official in contract executions,

and

b. "Fraudulent practice" means a mis-representation of facts in order to influence

execution of a contract to the detriment of the interests of the PEB.

2. In case of any Bidder being found to be indulging in unethical practices, PEB may

terminate the contract and take legal action against IA as well as recover amount of

liquidated damage. PEB may also declare the IA Blacklisted either indefinitely or for a

stated period of time, for bidding in future works.

18.4 DATA PROTECTION

1. In the course of providing the services, the IA may be compiling, processing and storing

proprietary data relating to the users. The IA is responsible for complying with its

respective obligations under the applicable data protection laws and regulations

governing the proprietary Data.

2. The IA is required to follow the best practices for the data security regarding all the data

made available to them.

3. The IA shall not transfer any Data unless otherwise authorized by the Competent

Authority of PEB in this regard.

18.5 CONFIDENTIALITY

1. IA will come into possession of confidential public records. IA shall maintain the highest

level of secrecy, confidentiality and privacy with regard thereto. IA would be required to

sign a Non Disclosure Agreement with PEB as per format prescribed in Annexure 12.

2. Additionally, the IA shall keep confidential all the details and information with regard to

the Project, including systems, facilities, operations, management and maintenance of

the systems, during implementation or after completion of the project.

3. PEB shall retain all rights to prevent, stop and if required take the necessary punitive

action against the IA regarding any forbidden disclosure.

4. The IA shall ensure that all its employees execute individual nondisclosure agreements,

which have been duly approved by PEB with respect to this Project.

5. The aforesaid provisions shall not apply to the information:

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 66

a. Already in the public domain;

b. That has been received from a third party who had the right to disclose the

aforesaid information;

c. Disclosed to the public due to a court order.

18.6 PEB'S RIGHT TO CHANGE EXAM CONDUCTING PROCESS

Computer based exams is a very new practice for PEB. At present, PEB is conducting

examinations on the basis of the rules laid down by various departments of Govt. of Madhya

Pradesh and MP Professional Examination Act. In future if there are any changes in the rules

and Act, Chairman Vyapam shall be authorized to revise the service agreement and exam

conducting process.

18.7 FORCE MAJEURE

1. For purposes of this clause “Force Majeure” means an event beyond the control of the

IA and not involving the IA’s fault or negligence and which was not foreseeable. Such

events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions

and freight embargoes. The decision of the PEB in consultation with the Dept. of Science

and Technology, Government of M.P., regarding Force Majeure shall be final and binding

on the IA.

2. Notwithstanding anything contained in the Bid Document, the IA shall not be liable for

forfeiture of security, liquidated damages or termination for default, if and to the extent

that, its delay in performance or other failures to perform its obligations under the

agreement is the result of an event of Force Majeure.

3. If a Force Majeure situation arises, the IA shall promptly notify to the PEB in writing, of

such conditions and the cause thereof. Unless otherwise directed by the PEB in writing,

the IA shall continue to perform its obligations under the agreement as far as reasonably

practical, and shall seek all reasonable alternative means for performance not prevented

by the Force Majeure event. PEB may after consultation with the Department of Science

and Technology, Govt. of M.P, terminate this agreement by giving a written notice of a

minimum 30 days to the IA, if as a result of Force Majeure, the IA is unable to perform a

material portion of the services for a period of more than 60 days.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 67

18.8 RESOLUTION OF DISPUTES

1. PEB and the IA shall make every effort to resolve amicably by direct informal

negotiation, any disagreement or dispute that may arise between them under or in

connection with the Contract. If, after 30 days from the commencement of such

informal negotiations, the PEB and the IA are unable to resolve, amicably a contract

dispute, either party may require that the dispute be referred for resolution to the

formal mechanism specified in the Clause below.

2. In all matters and disputes arising there under, the M.P. State Arbitration Tribunal shall

be the sole arbitrator to decide the claim and its decision shall be final and binding on

both the parties. However, during the period of doubt, disagreement or dispute, the IA

shall ensure that the Project works in a normal way. Such doubts, disputes and

disagreement shall not give any reason or freedom to the IA to interfere in or prevent

normal functioning of the Project.

18.9 TAXES AND DUTIES

The responsibility of obtaining all the necessary statutory clearances lies with the IA.

The IA shall be solely responsible for all taxes, duties, license fees, octroi etc. regarding all

the items needed for completion of work assigned to him.

18.10 LOCAL CONDITIONS

1. The IA shall be deemed, to have exhaustively examined the Bid Document, to obtain all

information and clarifications on all matters whatsoever, that might affect the carrying

out of the work and to have satisfied himself as to the adequacy of the Bid. The IA is

deemed to have known the scope, nature and magnitude of the work and as to all work

he has to complete in accordance with the contracts, whatever be the defects,

omissions or errors that may be found in the Bid document.

2. The IA shall be deemed to have acquainted himself of Government of India's and

Government of Madhya Pradesh taxes & duties, Laws, statutes, regulations, levies and

other charges.

3. Any negligence or omission or failure on the part of the IA in obtaining necessary and

reliable information as stated above or on any other matter affecting the IA shall not

relieve him from any risks or liabilities or the entire responsibility for completion of the

work in accordance with the Bid Document.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 68

18.11 NOTICES

Any notice, request or consent required or permitted to be given or made in this

contract shall be in writing. Any such notice/ request shall be deemed to have been given or

made when delivered in person to the authorised representative of the party to whom the

communication is addressed, or sent by registered mail or email to such party.

18.12 LIMITATION OF LIABILITIES

The total cumulative liability of IA arising from or relating to this agreement shall not exceed

the 5 times of Project Value (quoted by successful bidder in Commercial Bid) to be paid by

PEB in this project, which gives rise to such liability; provided, however, that this limitation

shall not apply to any liability for damages arising from Willful misconduct or

indemnification against third party claims for infringement.

19 Payment

IA will generate invoice after conducting an each exam successfully on the rates as

quoted in the commercial bid. Payment shall be made against Invoices after necessary

verification and due diligence by PEB. IA will also submit data and certifications for the

relevant period along with the Invoice. All taxes deductible at source, if any, at the time of

release of payments, shall be deducted at source as per current rate while making any

payment.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 69

20 Annexures

20.1 ANNEXURE 1: REQUEST FOR CLARIFICATION FORM

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

Name of the Company/Firm:

Name of Person(s) Representing the Company/Firm:

Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.

Company/Firm Contacts:

Contact Person(s) Address for Correspondence

Email-ID(s) Tel. Nos. & Fax Nos.

Query / Clarification Sought:

S.No. RFP Page No.

RFP Clause No.

Clause Details Query/ Suggestion/

Clarification

Date:

Place:

(Signature)

in the capacity of

Duly authorized to sign Bid for and on behalf of

Note: - Queries must be strictly submitted only in the prescribed format. Queries not submitted in the prescribed format will not be considered/ responded by the tendering authority.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 70

20.2 ANNEXURE 2 : BID COVERING LETTER

(On the Letterhead of the Bidder)

Date: [insert: date of bid]

To:

The Chief Executive Officer,

MAP_IT

State IT Center,

47-A, Arera Hills, Bhopal (M.P)

Subject: Submission of Bid Proposal for Providing Computer Based Exam Services to PEB.

Dear Sir,

1. Having examined the RFP Documents, the receipt of which is hereby acknowledged, we,

the undersigned, submit deliverables in full conformity with the said Bidding

Documents.

2. We undertake, if our bid is accepted, to commence work as per the schedule and to

achieve the Acceptance within the respective times stated in the RFP Documents.

3. We have read the terms and conditions of RFP and confirm that these are acceptable to

us.

4. We further declare that bid is unconditional.

5. If our bid is accepted, we undertake to provide a Performance Security in the form and

amounts, and within the times specified in the Bidding Documents.

6. We undertake that, in competing for (and, if the award is made to us, in executing) the

above assignment, we will strictly observe the laws against fraud and corruption in

force in India.

7. Until the formal final Contract is prepared and executed between us, this bid, together

with your written acceptance of the bid and your notification of award, shall constitute

a binding contract between us.

Dated this [insert: number] day of [insert: month], [insert: year]

Signed:

In the capacity of [insert: title of position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 71

20.3 ANNEXURE 3 : BIDDER’S FORM

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

1) Addressed to: CEO, MAP_IT, State IT Centre, 47-A, Arera Hills, Bhopal

a. Name of the Issuing

Authority

CEO, MAP_IT

b. Address MAP_IT, State IT Centre, 47-A, Arera Hills, Bhopal

2) RFP Reference

For Lead Bidder in case of Consortium

1. Name of Bidder/Lead Bidder

2. Registered Office Address and Website

3. Year of Establishment

4. Type of Firm Public Limited/Private Limited/

Proprietary/Partnership/Society/Other

5. Name of the authorized contact person of the Bidder/Lead Partner of the Consortium.

6. Telephone Number(s)

7. Email Address

8. Fax No.

9. Mobile no.

11. Year-wise financial turnover 2011-12 2012-13 2013-14

For Consortium Partner (not Lead Partner)

1. Name of the Consortium Partner

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 72

2. Registered Office Address and Website

3. Year of Establishment

4. Type of Firm Public Limited/Private Limited/ Proprietary/Partnership/Society/Other

5. Name of the authorized contact person of the Consortium Partner

6. Telephone Number(s)

7. Email Address/ Website

8. Fax No.

9. Mobile no.

11. Year-wise financial turnover 2011-12 2012-13 2013-14

3) Experience in same or similar projects completed

S.No. Name of the

Department with address, Name of

contact person and telephone numbers

Description

of project

Responsibility

or Role of the bidder in the

project

Order

Value

(Rs)

Completion

Date

1.

2.

3.

4.

5.

(Please attach completion certificates from the concern department/company)

4) Details of ongoing similar projects with status

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 73

S.No. Name of Department with address, Name of

contact person and telephone numbers

Description of project

Responsibility or Role of the bidder in the

project

Order

Value (Rs)

Project

Status

1.

2.

3.

4.

5) Support network:

Bidder to provide details of support offices in different cities with name of contact person, address, Telephone No., Fax No

Center(s) Numbers Location(s)

Head office

Development Centers

Support Centers

Repair/Workshop Facility

6) The rates quoted are valid up to 180 days from the last date of bid submission. The validity can be extended with mutual agreement.

7) Following documents are attached towards the proof of earnest money deposited.

S.No. Earnest Money Deposit through

Demand Draft/ BG Number

Dated Drawn on Bank

8) We agree to abide by all the conditions mentioned in this Tender Notice issued by the Tendering Authority and also the further conditions of the said Tender Notice given in the attached sheets (all the pages of which have been signed by us in token of acceptance of the terms mentioned therein).

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 74

9) We understand that re-produced/re-word-processed formats or Bidder's own formats for

the price quotations will disqualify the Bidder.

10) We accept payment modality as mentioned in the bid document.

11) Technical Bid is duly filled and signed is enclosed in a separate envelope with this Tender

form along with Terms & Conditions in token of acceptance.

12) Financial Bid of this Tender Document is enclosed in a separate envelope duly signed

and sealed.

13) An organization chart indicating the project Team organization as envisaged by the

bidder for execution of this assignment to be given in the technical bid.

14) Detailed time schedule for various activities is given in the technical bid.

We believe and agree in good faith that the decision of Bid Evaluation Committee

and Tendering Authority will be final and will be binding on us.

Dated:

Name of the Bidder:

Place:

Sign & Seal:

Note: Please add separate pages as Annexure, if required

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 75

20.4 ANNEXURE 4: PRE-QUALIFICATION FORM

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

1. Bidders Detail with reference to PQ Clause 1 and 2.

Sr. No.

Particulars Bidder/Lead Bidder Consortium Partner (In case of Consortium)

1 Name of the Bidder

2 Status of Bidder Company/Firm/ Society/PSU

Company/Firm/ Society/PSU

3 Registration No.

4 Registration Year.

5 Page No. in PQ Bid where Certification of Incorporation/ Registration and other documents attached.

6 In case of consortium, Page No. in PQ Bid where Power of Attorney to Lead Bidder by Consortium Partner is attached.

2. Annual Turnover for the last 3 financial years with reference to PQ Clause 3

Financial Year Total Annual Turnover (in Rupees)

2011-12

2012-13

2013-14

Copy of audited Balance Sheets are attached at Page No…………………………..

3. Detail of 3 or more Projects of conducting Computer Based Exams successfully in academic entrance or recruitment domain for Government Agencies/Departments / Exam Conducting Bodies with reference to PQ Clause 4

No. Project Name

Name of concerned Govt. Agency/Department/

Exam Conducting Body

Total Project/ contract

Value in Rs.

Contract Award Date and Work

Completion Date

Relevant Certificates enclosed on Page No.

of PQ Bid

1

2

3

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 76

4. Detail of completing Computer Based Exams having minimum 7,000 candidates appeared in single shift for any department/Exam conducting body of Central or State Govt. with reference to PQ Clause 5.

No. Name of the

Examination

Name of concerned Govt.

Agency/ Department/ Exam Conducting Body

Date of Exam

Name of the Cities where exam conducted (if names are more than

20, please attach separate sheet and

mention page no. here.)

Number of Candidates Appeared in Single Shift

Relevant Certificates

enclosed on Page

No. of PQ Bid

1

2

3

5. Detail of conducting Computer Based Exams till the date of bid submission with reference of PQ Clause 6

Sr. No.

Year Number of CBT Exam Assignments

Completed

Number of Candidates

Participated/ appeared

Name of the Cities where exam conducted (if names are more

than 20, please attach separate sheet and mention page no.

here.)

Relevant Certificates enclosed on

Page No. of PQ Bid

1

2

3

6. Detail of Computer Based Exam conducting Software with reference of PQ Clause 7

Sr. No. Particular Detail of Software

1 Name of The Software (if Any)

2 Platform used to develop the software

3 Year of release of first version

4 Name of the agency for which the software was used first time and year

5 Number of candidates participated in the first exam conducted on it.

6 Current Version

7 Does the Software have Question Repository Creation Facility?

8 Does the Software have Typing Test ability?

9 Name of Consortium Partner (in case of Consortium) who has complete ownership and IPR of the Software

10 Page no of PQ Bid where necessary credentials are attached in support above declarations.

7. Detail of CMMI Certification with reference to PQ Clause 8

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 77

Sr. No. Particular Bidder/Lead Bidder

Consortium Partner (if any)

1 Does the bidder/consortium partner has CMMI Certification ?

Yes/No Yes/No.

2 CMMI Certification Level

3 Name of the Agency which made assessment for CMMI Certification last time.

4 CMMI Certificate is valid from (Date)

5 CMMI Certificate is valid till (Date)

6 Page number of PQ Bid where copy of CMMI Certificate is attached.

8. Detail of black listing by any Center/State government department/agency in India with

reference to PQ Clause 9.

Sr. No.

Particular Bidder/Lead Bidder

Consortium Partner (if any)

1 Has the Bidder/Consortium Partner been ever black listed by any Center/State government department/agency in India during last 5 years.

Yes/No Yes/No.

2 If yes, please attached detail of same and mention Page no. of same in PQ Bid.

3 If no, please provide Page No. where undertaking of non-blacklisting is attached.

9. Undertaking of having capacity of conducting Computer Based Exam for 10,000

Candidates in a single shift along the list of Exam Center and Seating Capacity is attached at Page No……..

10. Particulars of Authorization of the person signing these documents on behalf of the bidder.

Sr. No. Particular Detail

1 Detail of authorized person to sign this bid document for this project.

Name

Company

Designation

Address

Phone No.

Mobile No.

Email Address

2 Authorization given by

3 Extent of liability covered under this Authority

4 Page No. of PQ Bid where Original Authorization Certificate is attached.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 78

Date:

Place: Name and Designation with Seal

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 79

20.5 ANNEXURE 5: TECHNICAL BID COVERING LETTER

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

To,

The Chief Executive Officer,

MAP_IT

State IT Centre

47-A, Arera Hills, Bhopal, MP

Subject: Submission of Technical Bid for Providing Computer Based Exam services to

Professional Examination Board, Govt. of MP

Dear Sir,

Having examined the Bid document, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to provide the Professional services as required

and outlined in the Bid for "Providing Computer Based Exam Services for MP Professional

Examination Board. To meet such requirements and provide such services as required are

set out in the Bid document, we attach hereto the Bid technical response as required by the

Bid document, which constitutes our proposal.

We undertake, if our proposal is accepted, we will obtain a performance security

acceptable to PEB, for a sum equivalent to 10% of our bid value quoted in our commercial

proposal or Rs. 10 crores which ever is higher, for the due performance of the contract.

We agree for unconditional acceptance of all the terms and conditions set out in the

Bid document and also agree to abide by this Bid response for a period of 180 days from the

date fixed for Bid opening and it shall remain binding upon us with full force and virtue, until

within this period a formal contract is prepared and executed, this Bid response, together

with your written acceptance thereof in your notification of award, shall constitute a

binding contract between us and the PEB.

We confirm that the information contained in this bid or any part thereof and other

documents and instruments delivered or to be delivered to MAP_IT is true, accurate, and

complete. This proposal includes all information necessary to ensure that the statements

therein do not in whole or in part mislead as to any material fact.

We agree that MAP_IT not bound to accept the lowest or any Bid response you may

receive. We also agree that you reserve the right in absolute sense to reject all or any of the

products/service specified in the Bid response without assigning any reason whatsoever. It

is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 80

firm/organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

The Technical Specifications are appended herewith. Dated this Day of < >

(Signature)

(In the capacity of)…………………………………………………..

Duly authorized to sign the Bid Response for and on behalf of: (Name and Address of

Company)

Seal/Stamp of bidder

Witness Signature:

Witness Name:

Witness Address:

CERTIFICATE AS TO AUTHORISED SIGNATORIES

I, certify that I am …………………………… of the …………………, and that

………………………………………………………………who signed the above Bid is authorized to bind the

corporation by authority of its governing body.

Date:

Place:

Name and Designation with Seal

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 81

20.6 ANNEXURE 6: BID SECURITY FORM

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

PARTICULARS OF BID SECURITY

1. Name of the Bank

2. Name, Address, Tel. Nos. & Fax Nos.

of Bank Branch Issuing the draft

3. Code No. of Bank Branch

4. Amount of Draft/Bank Guarantee

6. Bank Draft No. and Date

7. Valid up to (give date)

Note: Demand Draft/Bank Guarantee of Bid Security as per Bid Document should be

attached.

Date:

Place:

Name and Designation with Seal

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 82

20.7 ANNEXURE 7: FORMAT OF POWER OF ATTORNEY FOR LEAD MEMBER

OF CONSORTIUM

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

Power of Attorney for Lead Member of Consortium

Whereas the MAP_IT (an agency under Department of Science and Technology,

Govt. of MP) has invited bids from the interested Bidders for Providing "Computer Based

Exam services" (Hereinafter referred as the Project) to Professional Examination Board,

Govt. of MP". Whereas, ___________ and ________ (collectively the “Consortium”) being

Members of the Consortium are interested in bidding for the Project in accordance with the

terms and conditions of the Request for Proposal (RFP) and other connected documents in

respect of the Project, and Whereas, it is necessary for the Members of the Consortium to

designate one of them as the Lead Member with all necessary power and authority to do for

and on behalf of the Consortium, all acts, deeds and things as may be necessary in

connection with the Consortium’s bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

I, M/s. ______, having our registered office at ____________,[the respective names

and addresses of the registered office] (hereinafter collectively referred to as the

“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorise

M/s ________, having its registered office at ___, being a Member of the Consortium, as the

Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as

the “Attorney”) and hereby irrevocably authorise the Attorney (with power to sub-delegate)

to conduct all business for and on behalf of the Consortium and any one of us during the

bidding process and, in the event the Consortium is awarded the Concession/ Contract,

during the execution of the Project, and in this regard, to do on our behalf and on behalf of

the Consortium, all or any of such acts, deeds or things as are necessary or required or

incidental to the submission of its bid for the Project, including but not limited to signing

and submission of all applications, bids and other documents and writings, participate in

bidders’ and other conferences, respond to queries, submit information/ documents, sign

and execute contracts and undertakings consequent to acceptance of the bid of the

Consortium and generally to represent the Consortium in all its dealings with the

Concessioning Authority/ Confirming Party, and/ or any other Government Agency or any

person, in all matters in connection with or relating to or arising out of the Consortium’s bid

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 83

for the Project and/ or upon award thereof till the Concession Agreement is entered into

with the Government and Concessioning Authority.

AND hereby ratify and confirm all acts, deeds and things lawfully done or caused to

be done by our said Attorney pursuant to and in exercise of the powers conferred by this

Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise

of the powers hereby conferred shall and shall always be deemed to have been done by us/

Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS

POWER OF

ATTORNEY ON THIS DAY OF 2014.

For _______

(Name & Title)

For _______ _

(Name & Title)

Witnesses:

1.

2.

(Executants)

(To be executed by all the Members of the Consortium)

Notes:

- The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required, the same should be under common seal affixed in

accordance with the required procedure.

- Also, wherever required, the Bidder should submit for verification the extract of the

charter documents and documents such as a resolution/ power of attorney in favour of the

person executing this Power of Attorney for the delegation of power hereunder on behalf of

the Bidder.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 84

20.8 ANNEXURE 8: FORMAT FOR COMMERCIAL BID

(To be submitted on bidder's letterhead)

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

Date: ………………

To,

MAP_IT,

State IT Centre,

47-A, Arera Hills,

Bhopal MP

Subject: Submission of Financial Bid for Providing Computer Based Exam Services for

Computer Based Exam.

Having examined the Bid Document, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to Provide Computer Based Exam Services to MP

Professional Examination Board. To meet such requirements and to provide services as set

out in the Bid document following is our quotation summarizing our commercial proposal.

Particulars Unit Quantity

(X)

Price per unit

(in Rs.)

(Y)

Total Amount

(in Rs.)

(Z )= (X) x (Y)

Price for Conducting Computer Based Exam as per RFP Terms in 3 years after Go-live (A)

Candidates/ Exam

20,00,000

Price for Application Receiving Portal Services in next 3 years. (B)

Online Applications

20,00,000

Price for setting of Helpdesk Support system along with services of Helpdesk support operators in PEB Premises. (C)

Seats 4

Grand Total (A+B+C)

Grand Total (in words):

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 85

We undertake that the aforesaid prices are inclusive of all taxes and duties as

applicable, except Service Tax.

We understand that the unit quantity data specified in the price Bid serial no. A & B

indicates the volume likely to get routed during three years which is based on estimations.

We shall not regard the volume specified as a commitment from the PEB, as these are

mentioned for bid evaluation purpose. The figures are bound to change based on various

circumstances.

We undertake, if our proposal is accepted, we will obtain a performance security

issued by a nationalized bank in India, acceptable to MAP_IT for a sum equivalent to 10% of

the bid value as quoted herein or Rs. 10 crores whichever is higher, for the due performance

of the contract.

We agree for unconditional acceptance of all the terms and conditions in the Bid

document and also agree to abide by this Bid response for a period of 180 days from the

date fixed for Bid opening and it shall remain binding upon us, until within this period a

formal contract is prepared and executed, this Bid response, together with your written

acceptance thereof in your notification of award, shall constitute a binding contract

between us.

We confirm that the information contained in this proposal or any part thereof,

including its exhibits, schedules, and other documents and instruments delivered or to be

delivered to the MAP_IT is true, accurate, and complete. This proposal includes all

information necessary to ensure that the statements therein do not in whole or in part

mislead MAP_IT as to any material fact.

We agree that you are not bound to accept the lowest or any Bid response you may

receive. We also agree that you reserve the right in absolute sense to reject all or any if the

products/service specified in the Bid response without assigning any reason whatsoever.

It is hereby confirmed that I/We are entitled to act on behalf of our

corporation/company/ firm/organization and empowered to sign this document as well as

such other documents, which may be required in this connection.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 86

(Signature)

(In the capacity of)…………………………………………………..

Duly authorized to sign the Bid Response for and on behalf of: (Name and Address of

Company)

Seal/Stamp of bidder

CERTIFICATE AS TO AUTHORISED SIGNATORIES

I, certify that I am …………………………… of the …………………, and that

…..…………………………… who signed the above Bid is authorized to bind the

corporation by authority of its governing body.

Date:

Place:

Name and Designation with Seal

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 87

20.9 ANNEXURE 9: FORMAT FOR BIDDER’S AUTHORIZATION LETTER

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

To,

MAP_IT,

State IT Centre,

47-A, Arera Hills,

Bhopal MP

Subject: Authorization Certificate

<Bidder’s Representative Name> ,<Designation> is hereby authorized to sign

relevant documents on behalf of the company/firm in dealing with RFP for Providing

Computer Based Exam Services to PEB issued by you. He/She is also authorized to attend

meetings, submit bid as may be required by you in the course of processing the above said

Bid.

Thanking you, Authorized Signatory

<Bidder’s Name> Seal

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 88

20.10 ANNEXURE 10: SELF DECLARATION ON NON-BLACKLISTING

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

Date:

To,

MAP_IT,

State IT Centre,

47-A, Arera Hills,

Bhopal MP

Subject: Self Declaration with reference to our Bid for providing Computer Based Exam

Services for Computer Based Exam

In response to the Tender for Providing Computer Based Exam services for

Computer Based Exam, as a owner/partner/Director of ……………………………………….. I/We

hereby declare that our Company/firm is having unblemished past record and has not been

declared blacklisted or ineligible for non-performance, corrupt or fraudulent practices either

indefinitely or for a particular period of time in last 5 years by any State or Center

Government Agency/department in India.

Name of the Bidder: -

Signature: -

Seal of the Organization: -

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 89

20.11 ANNEXURE 11: CERTIFICATE OF CONFORMITY

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

Date:

To,

MAP_IT,

State IT Centre,

47-A, Arera Hills,

Bhopal MP

CERTIFICATE

This is to certify that, the specifications of Hardware, Software and Services which I

have mentioned in the Technical bid, and which I shall supply if I am awarded with the work,

are in conformity with the specifications and requirements in the RFP document for

providing Computer Based Exam Services in PEB. I also certify that the price I have quoted is

inclusive of all the cost factors involved in the execution of the project, to meet the desired

Standards set out in the RFP Document.

Sign:

Name:

Designation:

Seal:

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 90

20.12 ANNEXURE 12: NON-DISCLOSURE AGREEMENT

THIS AGREEMENT is made on the ………………………BETWEEN:

(1) …………………………………………<<name of the department/Corporation/ Agency>> a

…………<<type of organization>> having its registered office at …………………………

(hereinafter referred to as "Disclosing Party" which expressions shall unless

repugnant to the context include its successors and assigns), and

(2) …………………………<<name of the Service Provider Agency>> a ……….……… <<type of

organization>> having its registered office at ……………………………………., hereinafter

referred to as “Receiving Party", which expressions shall unless repugnant to the

context include its successors and assigns);

The Disclosing Party and the Receiving Party shall hereinafter jointly be referred to as the

“Parties”.

WHEREAS

The Disclosing Party is in possession of certain information defined hereunder as

Confidential Information by virtue of an agreement signed between the parties on dated

……………… for ………………………………….. <<name of the project>>.

NOW IT IS HEREBY AGREED as follows:-

I. Confidential Information

For purposes of this Agreement, means all information to which the

Receiving Party has access including but not restricted to …………………….. <<name of

the project>> Project Data which relates to the technical, commercial and financial

information, software in various stages of development, techniques, models, data,

source code, object code, documentation, manuals, flow charts, research, process,

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 91

procedures, functions, customer names and other information related to customers,

suppliers, products, developments, operations, processes, data, trade secrets, know-

how and personnel of each Party and its affiliates which is disclosed to or otherwise

learned by the other Party and all other information which may be disclosed by one

Party or to which the other Party may be provided access by the disclosing Party or

others in accordance with this Agreement, or which is generated as a result of,

incidental to or in connection with the Business Purposes, which is not generally

available to the public.

II. Not Within Definition

Notwithstanding any other provision of this Agreement, the Parties hereto

acknowledge that Confidential Information shall not include any information that:-

i. is, now or subsequently becomes public knowledge other than by breach of

the provisions of this Agreement; or

ii. is in the possession of the Party with the full right to disclose prior to its

receipt from the Disclosing Party, as evidenced by written records; or

iii. is independently received by the Receiving Party from a third party, with no

restrictions on disclosure from such third party.

iv. is independently developed by Receiving Party without reference to or based

on Confidential Information of the Disclosing Party.

III. Obligation of Confidentiality

The Receiving Party promises and agrees to receive and hold the Confidential

Information in confidence. Without limiting the generality of the foregoing, the

Receiving Party further promises and agrees:

i. To protect and safeguard the Confidential Information against unauthorized

use, publication or disclosure.

ii. Not to, directly or indirectly, in any way, reveal, report, publish, disclose,

transfer or otherwise use any of the Confidential Information except as

specifically authorized by the Disclosing Party in accordance with this Non-

Disclosure Agreement.

iii. Not to use any Confidential Information to unfairly compete or obtain unfair

advantage vis-a-vis Disclosing Party in any commercial activity.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 92

iv. To restrict access to the Confidential Information to those of its officers,

directors, and employees who clearly need such access to carry out official

duties towards Disclosing Party.

v. To furnish the details including names and phone numbers of persons

(Project Manager/ TL/ DBA/ System Administrator) who have the right to

access the Confidential Information of the application from backend and shall

furnish the Audit log to the Disclosing Party on bi-weekly basis. Any changes

in the persons or their role shall be duly intimated to the Disclosing Party

within 3 days.

vi. Not to entertain any requests made by the users of the software application

to make changes or carry out any action involving reversal from the set

process, under any circumstances, which requires accessing the confidential

information from the backend, unless a prior written consent is taken from

the ACS/ PS/ Secretary, <<Name of Department>> Government of Madhya

Pradesh or any other Person specifically authorized in this regard to do so.

vii. To instruct each of the persons to whom it provides access to any of the

Confidential Information, that such persons are strictly prohibited from

making any use, publishing or otherwise disclosing to others, or permitting

others to use for their benefit or to the detriment of the Disclosing Party, any

of the Confidential Information, and, upon Request of the Disclosing Party, to

provide the Disclosing Party with a copy of a written agreement to that effect

signed by such persons.

viii. To comply with any other reasonable security measures requested in writing

by the Disclosing Party.

ix. To not to enter into any communication involving disclosure of Confidential

Information in any form with either the beneficiaries or the users of Software

Application, without written consent of the Disclosing Party.

x. To not to disclose any names and their particulars to third parties without the

written consent by the Disclosing party.

xi. To pay liquidated and other damages recoverable under the clause 7 of this

Agreement.

IV. Property of the Parties

All Confidential Information disclosed pursuant to this Agreement shall be

and remain the property of the Disclosing Party. Nothing in this Agreement shall be

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 93

construed as granting or conferring any rights whatsoever, whether expressly,

impliedly or otherwise, in respect of the Confidential Information to the Receiving

Party, and the Confidential Information will be used only for the purposes of this

Agreement.

V. Reporting Unauthorized Disclosure or Misuse of Confidential Information

The Receiving Party shall immediately inform the Disclosing Party of any

unauthorized use or disclosure, misappropriation or misuse by any person of any

Confidential Information, upon the Receiving Party having notice or knowledge of

the same.

VI. Losses

The Receiving Party agrees to indemnify the other Party against any and all

losses, damages, claims, or expenses incurred or suffered by the other Party as a

result of the Receiving Party's breach of this Agreement.

VII. Remedies

The Receiving Party understands and acknowledges that any disclosure or

misappropriation of any of the Confidential Information in violation of this

Agreement may cause the Disclosing Party irreparable harm, the amount of which

may be difficult to ascertain and, therefore, agrees that the Disclosing Party shall

have the right to resort to civil & criminal remedies available under the law including

the IT Act 2000 for taking action against the Receiving Party and/ or for an order

restraining any such further disclosure or misappropriation and for such other relief

as the Disclosing Party shall deem appropriate. Such right of the Disclosing Party

shall be in addition to Remedies otherwise available to the Disclosing Party at law or

in equity.

In the event of default or breach of the terms of this agreement the Receiving

Party and all its officers found guilty of breach, shall be jointly & severally liable for

action.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 94

VIII. Notices

Any communication in connection with this Agreement must be in writing

and be delivered personally, or by registered mail receipt acknowledged, facsimile or

e-mail (if receipt of the complete facsimile or electronic mail is confirmed in writing

by the recipient) to the address set out at the beginning of this Agreement.

IX. Term & Termination

This Agreement shall commence on the date as written above. The Receiving

Party's obligations with respect to the Confidential Information hereunder shall be

co-terminus with the Agreement signed by the parties as referred above. However if

after termination or expiration of the Agreement the Receiving Party remains in

possession of any Confidential Information then the obligations under this

Agreement and consequences of breach shall continue to remain in force till such

information is in possession of the Receiving Party.

IN WITNESS WHEREOF the parties hereto have caused their duly authorized

representatives to set their hands the day and year first above written.

Signature on behalf of the …………………………………………… …………………………………. <<name of the department/Corporation/ Agency>> (Disclosing Party)

(____________________)

Name:

Designation:

Signature on behalf of …………………………<<name of the Service Provider Agency>> (Receiving Party)

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 95

(____________________)

Name:

Designation:

DATE:

WITNESSED BY: Name Address Signature

1.

2.

RFP for Computer Based Examination Services to Professional Examination Board, MP

Page 96

20.13 ANNEXURE 13: UNDERTAKING FOR 10000 SEATS

Bid Reference: Bid Proposal for Providing Computer Based Exam services to PEB

Date:

To,

MAP_IT,

State IT Centre,

47-A, Arera Hills,

Bhopal MP

Subject: Undertaking for having capacity of conducting Computer based Exam for 10000

candidates in single shift in MP

In response to the Tender for Providing Computer Based Exam services for in MP

Professional Examination Board, I/we have successfully identified 10,000 computer based

examination seats in Madhya Pradesh as per standards defined in this RFP for Exam Centers.

List of institutions/agencies who own Exam Center Infrastructure for these seats, their

location, and number of seats available with them as per defined standards, is enclosed

herewith. I/we will provide copy of MOUs signed with each of these Exam Center

Infrastructure owners within 6 weeks of signing of agreement with PEB. Format of this MOU

will be designed in consultation and PEB.

Encl: List of Exam Center Infrastructure Owner with their location and Seating Capacity.

Name of the Bidder: -

Signature: -

Seal of the Organization: -